Loading...
HomeMy WebLinkAboutCITY HALL BOILER AND BAS IMPROVEMENTSCITY HALL BOILER AND BAS IMPROVEMENTS 18 -Jun -2019 Plans, Specs, proposal and contract 18 -Jun -2019 Res 19-160, Setting a public hearing 25 -Jun -2019 Notice of public hearing 02 -July -2019 Res 19-175, approving, plans, specs, form of agreement and estimate of cost. 03 -Jul -2019 Revised plans, Specs 05 -Jul -2019 Notice to bidders 06 -Aug -2019 Res 19-203, resolution awarding contract (RMB Co., Inc.) 22 -Aug -2019 Form of Agreement 02 -Aug -2021 Engineer's report 09 -Aug -2021 Performance and payment bond 27 -July -2021 Res 21-209, accepting the work � r 1 ww ■�' CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR CITY HALL BOILER AND BAS IMPROVEMENTS IOWA CITY, IOWA o o nc.) c- "¢ i July 3, 2019 =1c-) <rn °D ` - E5, s 0 City Hall Boiler & BAS Improvements CERTIFICATIONS PAGE City Hall Boiler & BAS Improvements I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed c Professional Engineer under the laws of the State of Iowa. :ern Signature: Date: g� �C Name: Tim R. Fehr, P.E. Iowa License Number: 12877 My license renewal date is December 31, 2019 Pages, Sheets, or Divisions covered by this seal: Divisions 0, 1 City Hall Boiler & BAS Improvements I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed c Professional Engineer under the laws of the State of Iowa. :ern Signature: Date: g� �C Name: Edward (Ted) Krausman, P.E. Iowa License Number: P2442522 My license renewal date is December 31, 2019 Pages, Sheets, or Divisions covered by this seal: Mechanical City Hall Boiler & BAS Improvements I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed c Professional Engineer under the laws of the State of Iowa. :ern Signature: Date: g� �C Name: Jake J. Henkle, P.E. Iowa License Number: 12668 My license renewal date is December 31, 2020 Pages, Sheets, or Divisions covered by this seal: Electritgl n c— City Hall Boiler & BAS Improvements c co 3 :ern -o i g� �C s � r 0 City Hall Boiler & BAS Improvements CERTIFICATIONS PAGE City Hall Boiler & BAS Improvements I hereby certify that this engineering document was prepared by me I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed SSION ......... Professional EngineAr under the laws of the State of Iowa. ri / Signature: ,y /G l Date:OTHY ! /,Z'r R. Ti FEHR m Name: Tim R. Fehr, P.E. KRAUS AN :M 12577 Iowa License Number: 12877 Iowa License Number: P2442522 My license renewal date is December 31, 2019 IOW A Pages, Sheets, or Divisions covered by this seal: Divisions 0, 1 Pages, Sheets, or Divisions covered by this seal: Mechanical City Hall Boiler & BAS Improvements I hereby certify that this engineering document was prepared by me I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed SIO Professional Engineer under the laws of the State of Iowa. PpFESSIOpjq Signature: " Date: /,Z'r Pi. -EDWARD (Tf01 . s Name: Edward (Ted) Krausman P.E. KRAUS AN :M w ' l P2442522 . a t Iowa License Number: P2442522 A My license renewal date is December 31, 2019 HENKLE i Pages, Sheets, or Divisions covered by this seal: Mechanical Iowa License Number: 12668 City Hall Boiler & BAS Improvements N CJ I hereby certify that this engineering document was prepared by me U .b or under my direct personal supervision and that I am a duly licensed PpFESSIOpjq Professional Engineer under the laws o the State of Iowa. Signature_ Date: C' C -) w f JAY,EJ. A HENKLE i Name: ike J. enkle, P.E. Iowa License Number: 12668 "s 12668 j' ' Vii'' �.......•• ' My license renewal date is December 31, 2020 /0I,'1 A Pages, Sheets, or Divisions covered by this seal: Electrical City Hall Boiler & BAS Improvements N CJ U .b y y C -- --n C -) w f (TI M A Q N City Hall Boiler & BAS Improvements SPECIFICATIONS TABLE OF CONTENTS TITLE PAGE CERTIFICATIONS Pape Number SPECIFICATIONS TABLE OF CONTENTS........................................................... TC -1 NOTICE OF PUBLIC HEARING............................................................................. NPH -1 NOTICE TO BIDDERS............................................................................................ NTB-1-2 NOTETO BIDDERS............................................................................................... NB -1 INSTRUCTION TO BIDDERS................................................................................. IB -1-8 FORMOF PROPOSAL........................................................................................... FP -1-2 BIDBOND............................................................................................................... BB -1 FORMOF AGREEMENT........................................................................................ AG -1-2 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1-2 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1-8 WAGETHEFT......................................................................................................... WT -1-2 GENERALCONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS................................................................:::..... SC -1-18 r-� BIDDER STATUS FORM (2 PAGES)....................................................................E BSP71 -2 ATTACHMENTS: FORM OF PROPOSAL BID BOND BIDDER STATUS FORM m r ATTACHMENT: PLANS v �- 0 City Hall Boiler & BAS Improvements TC -1 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY HALL BOILER & BAS IMPROVEMENTS PROJECT 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 to that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form on contract and estimated cost for the construction of the City Hall Boiler & BAS Improvements Project in said City at 7:00 p.m. on the 2nd day of July, 2019, 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 the 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 person 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. KELLIE FRUEHLING, CITY CLERK City Hall Boiler & BAS Improvements NPH -1 NOTICE TO BIDDERS CITY HALL BOILER & BAS IMPROVEMENTS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 p.m. on the 30th day of July, 2019. Sealed proposals will be opened immediately thereafter. 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 6th day of August , 2019, or at a special meeting called for that purpose. A public hearing will be held during this meeting. There is a recommended pre-bid meeting to be held at 2:30 p.m. on July 16, 2019 in the Engineering Conference Room at City Hall The Project will involve the following: The replacement of the two hot water boilers and associated pumps and accessorigs at City Hall. Also included will be Building Automation Systems upgrades throughout the building. All work is to be done in str t compliance with the plans and specifications prepared by Shive- Hattery Inc., of Iowa City, ich 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 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 oridirectly 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 completion and formal acceptance by t1�e City"I Council. The following limitations shall apply to this Project: Division 1 - Specified Start Date: August 12, 2019 0� o Substantial completion date is September 30, 2019 and shall be defined ass havinq�a fully operating hot water heating plant (two boilers, two pumps and associated equipment) under BAS control as specified in the construction documents. In the event that substantial completion is not achieved as defined above, the contractor shall provide temporary, portable heaters to all occupied spaces of the building at no cost to owner. City Hall Boiler & BAS Improvements NTBA NOTICE TO BIDDERS CITY HALL BOILER & BAS IMPROVEMENTS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 p.m. on the 30th day of July, 2019. Sealed proposals will be opened immediately thereafter. 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 tote bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held the Emma J. Harvat Hall at 7:00 p.m. on the 6th day of August, 2019, or at a special meetiv called for that purpose. A pubib hearing will be held during this meeting. There is a recom nded pre-bid meeting to be at 2:30 p.m. on July 16, 2019 in the Engineering Conference Aom at City Hall The Project will involve the following: The replacement of the Vvo hot water boilers associated pumps and accessories at City Hall. Also includedill be Building Autc Systems upgrades throughout the building. All work is to be done in strict compliance with the plans and Hattery Inc., of Iowa City, which have heretofore been apps on file for public examination in the Office of the City Clerk. fications prepay by Shiva - by the City CoqFcil, and are Each proposal shall be completed on a form furnished by the City Nd sealed envelope. In addition, a separate sealed envelope shall bei completed Bidder Status Form and a bid bond executed by a corpor as a surety in the State of Iowa, in the sum of 10% of the bid. The bi payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, ai City of Iowa City in the event the successful bidder fails to enter into a calendar days of the City Council's award of the contract and post be ensuring the faithful performance of the contract and maintenance of pursuant to the provisions of this notice and the other contract docu the bid security furnished by the successful bidder until the approve executed, a bond has been filed by the bidder guaranteeing the pe of must bet%ubmitted in a and the contract and bond have been approved by the City. The y shall orized to contract fty shall be made all be forfeited to the tract within ten (10) atisfactory to the City Project, if required, The City shall retain ct form has been e of the contract, omptly return the checks or bidder's bonds of unsuccessful bidders to the bidders soon as a successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in arAmount equal t ne hundred percent (100%) of the contract price, said b/ae issue y a responsible rety approved by the City, and shall guarantee the prompt of all aterials and labor, nd also protect and save harmless the City from all claims ges f any kind caused di ctly or indirectly by the operation of the contract, and shall ant the maintenance of t improvement for a period of one (1) year(s) from and aftep ion and formal accepta e bot e City Council."% The following limitations shall apply to this >Division 1 -Specified Start Date: Au019 �n ooReplacement of Boilers, Substantialon date is September 30,"l1F19 (fine getting one boiler operational). o� r Liquidated Damages need to be comparable to the cost of acquiring a ObrtablerAeating system for the building. CD City Hall Boiler & BAS Improvements NTBA Division 2 - BAS components - Specified Start Date: August 12, 2019 Final Completion: March 30, 2020 Damages: $500. per day The plans, specificat ns and proposed contract documents may be exam ed at the office of the City Clerk. Copie f said plans and specifications and form of prop al blanks may be secured at the Office o echnigraphics, a division of Rapids Repro�l`tictions located at 415 Highland Ave, Suite 10 Iowa City , Iowa 52240, Phone: 319-354,,950, Fax: 319-354-8973, Toll -Free: 800-779-0093, y bona fide bidders. A$50.00 fee is p�quired for each set of plans and specifications ovided to bidders or other inter ed persons. The fee shall be in the form of a check, nNde payable to Technigraphic/by bona fide bidders. The deposit will be refunded to pla olders who return the bidd(lfig documents in good condition within 15 days after receipt of N4. Prospective bidders are advised th6�the City of Iowa Vity desires to employ minority contractors and subcontractors on City projects. A, listing of mi 6rity contractors can be obtained from the Iowa Department of Inspections and Appeals at (V5) 281-5796 and the Iowa Department of Transportation Contracts Office at (515)',239-14,42. Bidders shall list on the Form of Proposal tames of persons, firms, companies or other parties with whom the bidder intends to su ntract. This list shall include the type of work and approximate subcontract amount(s). 10 The Contractor awarded the contracLihall submit,a list on the Form of Agreement of the proposed subcontractors, togetheryvith quantities,`yinit prices and extended dollar amounts. By virtue of statutory authority, pfeference must be coal produced within the Stat"f Iowa, and to Iowa required under Iowa Statute . The Iowa reciprocal Project. , The City reserves the rigfit to reject any or all proposals, technicalities and irreallarities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLIIgG, CITY CLERK to products and provisions grown and stic labor, to the extent lawfully nt bidder preference law applies to this City Hall Boiler & BAS Improvements NTB-2 0 reserves the—I tt to�aive,-' �_ c n -C =tc� co °° r— :fir m -o m E5T. = r Q D cr City Hall Boiler & BAS Improvements NTB-2 Division 2 — BAS components — Specified Start Date: August 12, 2019 Final Completion: February 28, 2020 Liquidated Damages: $500. 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 the 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. A $40.00 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, by bona fide bidders. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 Inspections and Appeals at (515) 281-5796 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. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK r rn City Hall Boiler & BAS Improvements NTB-2 2. 9 NOTE TO BIDDERS 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. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal City Hall Boiler & BAS Improvements NB -11 INSTRUCTIONS TO BIDDERS CITY HALL BOILER & BAS IMPROVEMENTS PROJECT 1. Recommended Pre -Bid Meeting: a. TimeDate, and Location: Nu 16, 2019 at 2:30 p.m. Eineer Conference Room 410 ast Washington Street, Iowa City, Iowa 2. 3. Q Bid Submittals: a. Time, Date and I - Nation: July 30, 201 at 2:30 p.m. City Clerk's O e 410 East Washi to Street Iowa City, Iowa 5 -40 b. Submittals include two sepa�Ve sealed Envelope 1: Bid Secun and Envelope 2: Proposal / C. See Section 1020, as may be s pldWl requirements and conditions. a Bidder Status: / Status Form for complete descriptions of proposal a. Use the Bidder Sta7the included in Se :on 0405. b. Submit in accordan200.2.b above. C. See Section 0405 forksheet: Authorized Transact E Administrative Code Chapter 156 (73A), found at tW1 following https://www.legi !Iowa. ov/docshiic/cha ter/08-15-2 8.875.1 completing th orm. Bid Security: a. Use the B' Bond Form included in Section 0410. b. Submit' accordance with 0200.2.b above. IC. Bid surity is 10% of the total bid. 5. Progress an Schedule: a. Contract Times: Specified Start Date: August 12, 2019 Substantial Completion: September 30, 2019 Final Completion: February 28, 2020 Liquidated Damages: $500 per day -'O 1 11 Aista(9 in r rn W City Hall Boiler & BAS Improvements I13-1 INSTRUCTIONS TO BIDDERS CITY HALL BOILER & BAS IMPROVEMENTS PROJECT 1. Recommended Pre -Bid Meeting: a. Time, Date, and Location: July 16, 2019 at 2:30 p.m. Engineer Conference Room 410 East Washington Street, Iowa City, Iowa 2. Bid Submittals: a. Time, Date and Location: July 30, 2019 at 2:30 p.m. City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 3. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. C. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www. leg is. iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. o 4. Bid Security: n _T11 a. Use the Bid Bond Form included in Section 0410. C-) b. Submit in accordance with 0200.2.b above. r r m c. Bid security is 10% of the total bid. :G o� a s 5. Progress and Schedule: D� o a. Contract Times: ^' Division 1 - Specified Start Date: August 12, 2019 Substantial completion date is September 30, 2019 and shall be defined as having a fully operating hot water heating plant (two boilers, two pumps and associated equipment) under BAS control as specified in the construction documents. In the event that substantial completion is not achieved as defined above, the contractor shall provide temporary, portable heaters to all occupied spaces of the building at no cost to owner. City Hall Boiler & BAS Improvements IB -1 10 11 1.2 Division 2 — BAS components — Specified Start Date: August 12, 2019 Final Completion: February 28, 2020 Liquidated Damages: $500. per day Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of one (1) year after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020 1.08 of the Supplemental Specifications. Contract Compliance: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. Wage Theft Policy: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0520. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) 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 based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 0 ARTICLE 1 - DEFINITIONS_ n D" 4 r __- Bidding documents include the bidding requirements and the contract doc6Ri� tst< The t cTding requirements include the Advertisement or Invitation to bid, Instructions to 4Ners� the worm, other sample bidding and contract forms, and the Contract Forms includin�qq�enda issued prior to receipt of bids. E3 The contract documents for the work consist of the Owner/Contractor Agreement, Nt e 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. City Hall Boiler & BAS Improvements I13•2 N P 6. Performance, Payment and Maintenance Bond:' a. The successful bidder will be required to furnish a bond in an an Doth t 1 t0 -one hundred \eth (100 0 of the contract price for a period of one (1) year r its mptgtton and cceptance by the City Council. /equirement _ rb. Performance, Payment, and Maintenance Bond Fl Section 0510. �, r C. See Secti€m 1070, Part 3, as may be supplemented, for s�rtption of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa bity is to be listed on the required insurte, as an additional insured on a primary land non-contributory basis. Revieent with your insurance broker pri&,4o bidding. b. See Section 1070, Parte, as may be supplemented, forescription of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certifica will be issued ac rding to Section 1020 1.08 of the Supplemental Specifications. a 9. Contract Compliance: a. For all contracts of $25,000 or more, t Co actor shall abide by the requirements of the City's Contract Compliance Program, as a cribed in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, t Cont for shall abide by the requirements of the City's Wage Theft Policy, as describe in Sectio 0520. 11. References: r a. The successful bidder and all of i subcontractors ar' equired to submit at least four (4) days prior to award three (3) ref rences involving simila rojects, including at least one municipal reference. Award o 'he bid or use of specific s contractors may be denied if sufficient favorable reference are not verified or based on st experience on projects with the City of Iowa City.IFp b. References shall be addrsed to the City Engineer and include name, address and phone number of the conjhct person, for City verification. ARTICLE 1 - DEFINITIONS Bidding documents include fie 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", 2017 edition, or in other Contract Documents are applicable to the bidding documents. City Hall Boiler & BAS Improvements I13-2 A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work "scribed in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to deducted from the amount of the base bid if the corresponding change in the work, described in bidding documents, is accepted. E. A unit price is an gmount stated in the bid as a price per uni/coactdocuments. surement for materials or services as described in the bidding documents or in the F. A bidder is a person orvntity who submits a bid. G. A sub -bidder is a person oi�jntity who submits a bid jtd�*a bidder for materials, equipment or labor for a portion of the worN w ARTICLE 2 – BIDDSR'S REPRESENTATIONS 2. The bidder by making a bid represents that th dder has read and understands the bidding documents, and the bid is made in accordanoe w1W those documents. 2.2 The Bidder has read and understands t bidding do ents or contract documents, to the extent that such documentation relates to th ork for which t bid is submitted. 2.3 The bidder has visited the site/hecome familiar with loc onditions under which the work is to be performed, and has correlbidder's personal obsery ' ns with the requirements of the contract documents. 2.4 The bid is based upon thg.Aaterials, equipment and systems required by bidding documents without exception. ,V ARTICLE 3 –BIDDING D,�(CUMENTS Cn 3. Copies ; Cl) — r A. Co4ete sets of the bidding documents may be obtained from th6fte Ig offif"f F0-779-0093 b bona fide bidders, for the deposit sum as indicated. T&j deposit will be efunded 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. City Hall Boiler & BAS Improvements I13-3 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2017 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 Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate 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. 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. 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 bidQipg documents without exception. 0 A� C') w r M �m D N City Hall Boiler & BAS Improvements 1B3 ARTICLE 3 - BIDDING DOCUMENTS 3. 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 Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents 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. 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. 0 C. Interpretations, corrections and changes of the bidding documentEwill beZw-ade by addendum. Interpretations, corrections and changes to the biddirskaocuLmnts rVPe in any other manner will not be binding, and bidders shall not rely upon t fir i r- ry i 3.3 Substitutions trn CD A. The materials, products and equipment described in the bidding dt comet s estznsh a standard of required function, dimension, appearance and qualityCo be met by any proposed substitution. Refer to Shiva Hattery's Specification 01 6000A Noduct Substitution Request Form 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. City Hall Boiler 8 BAS Improvements IB -4 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 makin opies of the bidding documents available on the above terms, the Owner and the Architect db, o only for the purpose of obtaining bids for the work, and do nor confer license or grant per Sion for any other use of the bidding documents. D. Copies of the rep6gts and drawings that are not included with the Bidding ocuments may be examined at EngSneering Division at City Hall, Iowa City, Iowa Burin regular business hours, or may be obtaked from the Owner at Owner's reproduction st, plus handling charge. These reportsnd drawings are not part of the contract d uments, but the "technical data" contained"therein upon which the bidder may re as identified and established above, are inco?porated therein by reference. 3.2 Interpretation or Correction of Bidding Documents *Y R A. The bidder shall carefully study and'apmpare the bid ' g documents with each other, and with other work being bid concurrently`or presently der construction to the extent that it relates to the work for which the bid is being sub ted, shall examine the site and local conditions, and shall at once report to the IArchi ct errors, inconsistencies or ambiguities discovered. 4 B. Bidders and sub -bidders requiring clarific n dkinterpretation of the bidding documents shall make a written request which shall ach th4gArchitect at least nine days prior to the date for receipt of bids. C. Interpretations, corrections and ch ges of the biddingocuments will be made by addendum. Interpretations, corre ions and changes to a bidding documents made in any other manner will not be bindiinn* and bidders shall not rel pon them. 3.3 Substitutions o� A. The materials, products d equipment described in the bidding cuments establish a standard of required fu tion, dimension, appearance and quality t e met by any proposed substitution Refer to Shive Hattery's Specification 01 600 Product Substitution Request Form for s stitution requirements. B. If the Architect a roves a proposed substitution prior to receipt of bids, su approval will be set forth in addendum. Bidders shall not rely upon approvals "e in -any other manner. _ -- 3.4 Addenda � o A. Addenda will be mailed or delivered to all who are known by the Arcl`to have r_7 complete set of bidding documents. 0 B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: An addendum withdrawing the request for bids. City Hall Boiler & BAS Improvements I13-4 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. 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 Form and Style of Bi A. A separate copy o\thakeup is contained within the b cover of this document. B. Fill in all blanks on by typewriter or man Ily in ink. C. Where so indicateof the bid for , sums shall be expressed in both words and numerals, aniscrepancy betw n the two, the amount written in words will govern. D. Interlineations, alterations or era res shal . e initialed by the signer of the bid. E. All requested alternates shall be Change". F. Where two or more bids for desi bidder may, without forfeiture of less than the combination of bid additional stipulation on the bio fylb change in the base bid is required, enter "No fed polkons of the work have been requested, the bid secu'NV, state the bidder's refusal to accept award of pulated by 14e bidder. The bidder shall make no i, nor qualify * bid in any other manner. G. Each copy of the bid shall i0blude the legal name oft bidder and a statement that the bidder is a sole proprietorV,I.t partnership, a corporation some other legal entity. Each copy shall be signed by,tfie person or persons legally aut\havclurrent bind the bidder to a contract. A bid by a c poration shall further give the staporation and have the corporate seal affixe A bid submitted by an agent shall power of attorney attached certifyinga agent's authority to bind the bidde H. No bid may be Withdrawn for a period of 30 calendar days after the to of opening. 4.2 Bid Security A. Each bid hall be accompanied by a bid security in the amount of ten percent (10 %) of the base bif and in the form of surety bond pledging that the bidder will enterNto a contract with t1t Owner on the items stated in his bid and will, if requestecVurnis"onds covering the f4thful performance of the contract and the payment of all obl on"rising-Mere unde . Should the bidder refuse to enter into such contract or faikt94mRLb such+ond if required, the amount of the bid security shall be forfeited to the OzW-M ag4quid ted damages, not as a penalty. A cashier's check, cash or certified dfFA w446tot I -n accepted bid bond. o� �s r B. Surety bond shall be written on enclosed "Bid Bond" form bound within f& 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. City Hall Boiler & BAS Improvements IB -5 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to'ha e� complete set of bidding documents. "i9 JA -3 ani (C. ( Z B. Copies of addenda will be made available for inspection wherever bi�q!T cytRents are on file for that purpose. 10WA CITY, io" rA C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. 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. 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". 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. City Hall Boiler & BAS Improvements I13-5 C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 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. 4.3 BWQer Status Form 11 M1 A. Bider Status form shall be submitted with the bid, in a sepa a envelope. 4.4 Submission of Bids A. All copies of the bid, the bid security and other docu ents required to be submitted with the bid shall be enclosed in sealed opaque envelopes s instructed in Section NB — Note to Bidders. All envelopes shall be addressed to thparty receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the pro. ct name, the bidder's name and address, and the envelope's contents. If the bid is se by mail, the sealed envelopes shall be enclosed in a separate mailing envelope wi the notation "SEALED BID ENCLOSED" on the face of that envelope. # 41 B. Bids shall be deposited at the designatffd. location prior to the time and date for receipt of bids. 1. Location: Office of City Cler , City Hall, 410 East Washington Street, Iowa City, Iowa 52240 0 2. Time and Date: Before42:30 p.m. on July 30t 2019. Cn c D- co - co C. Bids received after the ti and date for receipt of bids will'be return opeged. rn rT170 i D. The bidder shall assu full responsibility for timely delivery at tk a lo c .an c1sVgnafedfor receipt of bids. +v o E. Oral, telephonic, telegraphic bids are invalid and will not receive coh6ideration. 4.5 Modification or Withdr al of Bid A. A bid may With/ be modified, withdrawn or canceled the bidder after the stipulate ime and date desi ated for the receipt of bids, and each bidder so agrees in submitting hl id. B. Prior to Aie 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. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. City Hall Boiler & BAS Improvements IB -6 D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS Opening of Bids A. The properly identified bids received on time will be 5.1 Reiection of Bids A. a Owner will have the right to reject any or all N, a required bid security or by another data n rejec bid which is in any way incomplete or irr 5.2 Acceptance of publicly and will be read aloud. id to reject a bid not accompanied by the bidding documents, or to A. It is the intent Nthe Owner to award a confract to the lowest responsive responsible bidder provided the bid Ns been submitted in a6cordance with the requirements of the bidding documents, and do not exceed the f ds available. The Owner will have the right to waive informalities or'trregularities in bid received, and to accept the bid which, in his judgment, is in his own `fist interes B. The Owner will have the rigl determine the low bidder on alternates. ARTICLE 6 — POST -BID INFORMA 6. Submittals t bid alternates in any order or combination, and to of the sum of the base bid and the accepted A. The names of thoseoersons, firms, compani6s or other parties with whom the bidder intends to enter inikVa major subcontract, togeth'pr with the type of subcontracted work and approximate dollar amount of the subcontract wilfoe submitted within 24 hours of bid opening by theApparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notificationdo election for the award of a contract for the wo,, ,, submit the following information to the Architect: designation of the work to be performed by the biddef with the bidder's own forces. 2. 11' The proprietary names and the suppliers or principal item43pr systepTof materials -23 and equipment proposed for the project. .� c �ti i C. bidder will be required to establish to the satisfaction of the Ari t acid the.Glwner the [eclieEbility and responsibility of the persons or entities proposed to fq peTMM the rk described in the bidding documents. err m o::0 D. Prior to the award of the contract, the Architect will notify the biddritog if e r the Owner or Architect, after due investigation, has reasonable objection to aapsuch proposed person or entity. If the Owner or the Architect has reasonable objection tHuch proposed person or entity, the bidder may, at the bidder's option: Withdraw the bid. City Hall Boiler 8 BAS Improvements I13-7 4.2 4.3 4.4 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. 0 2. The specified time has elapsed so that the bids may be withdq. C-- 3. 3. All bids have been rejected. in Bidder Status Form I ^ s � x A. Bidder Status form shall be submitted with the bid, in a separate env e pe. o _ Q N Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB — Note to Bidders. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the 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. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 2:30 p.m. on July 30, 2019. 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. City Hall Boiler & BAS Improvements IB -6 4.5 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. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resub9tted. :w n ARTICLE 5 — CONSIDERATION OF BIDS a :a " �-� w r 5. Opening of Bids -4r- {te' (Si m a A. The properly identified bids received on time will be opened publicly all—Pimill Oread aloud. v 5.1 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. 5.2 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. 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. 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. City Hall Boiler & BAS Improvements I13-7 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: A designation of the work to be performed by the bidder with the bidder's own forces. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. 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 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: Withdraw the bid. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. E. The Owner may accept the adjusted bid price or may disqualify the biddernn the event of either withdrawal or disqualification, bid security will not be forreited-h c_ ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PNfiBON Bond Requirements �Cm m o� A. The bidder shall furnish bonds covering the faithful performance of ct3l acRnd the payment of all obligations arising there under. Bonds may be secures throQh the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. 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. 7.1 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 attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. City Hall Boiler & BAS Improvements I13-8 ARTICLE 8 — PRE-BID CONFERENCE 8. Conference A. There is a recommended pre-bid meeting will start at 2:30 p.m. local time on July 16, 2019 in the Engineer Conference Room at City Hall, 410 East Washing Street, Iowa City, Iowa. 8.1 Parking A. Parking will not be made available. It is the Contractor's responsibility to procure parking. . City Hall Boiler & BAS Improvements IB -9 N E5 �n �o L I C-)-< --� r : <m a M � I 0 a N City Hall Boiler & BAS Improvements IB -9 2. Submit an acceptable substitute person or entity with an adjustment in the bid price 1k to cover the difference in cost occasioned by such substitution. E. 'The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 - PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT 'POND 7. Bond Requirements A. The bidder shall'furnish bonds covering the faithful performance oftract and the payment of all obligations arising there under. Bonds /incl ed through the bidder's usual sources. The `cost of furnishing such bonds shain the bid. B. If the Owner requires thatbonds be obtained from othder's usual source, all change in cost will be adjusted as provided in contract 7.1 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required,bonds to Owner not later than three (3) days following the date of execution of the"contragt." If the work is to be commenced prior thereto in response to a letter of intent, the bidder $ball, prior to commencement of the work, submit evidence satisfactory to the Owner that each bonds will be furnished and delivered. B. The bonds shall be written on the "PoIrformarke and Payment Bond" form bound within the project manual, or a copy thereof.aAoth bonds'shall be written in the amount of the contract sum. ° y C. The bonds shall be dated op or after the date of the contract. D. The bidder shall requireifhe attorney-in-fact who executes,the required bonds on behalf of the surety to affix a c46ent and certified copy of power of a'Vrney. ARTICLE 8 — PRE-BID CONFERENCE: 8. Conference �r A. There is a recommended pre-bid meeting will start at 2:30 p.m. local tim\onuly 16, 2019 in the Engineer Conference Room at City Hall, 410 East Washing StreeCity, Iowa. 8.1 Parking A. Park i will not be made available. It is the Contractor's responsibility to proNre parking. . 0 o�rn -v Ir r I _�o r City Hall Boiler & BAS Improvements IB -8 FORM OF P CITY OF IOWA CITY HALL BOILER & BAS I BIDDERS PLEASE NOT PLEASE DO NOT USE THE FORM OF PROF THE PROJECT MANUAL. SEPARATE COPI THE BACK COVER OF THIS DOCUMENT. s Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:30 p.m. local TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and the undersigned proposes to furnish all k related incidentals necessary to perform IMPROVEMENTS PROJECT in strict a 2019, including Addenda numbered to do all work at the prices set forth h e We further propose to do all "Extra prices or lump sums to be agreed i ITEM DESCRIPTION INCLUDED IN THE BOUND VOLUME OF THIS PROPOSAL ARE CONTAINED WITHIN on July 30, 2019 compliance with the 'Procurement and Contracting Requirements, r, materials and equiphnient, all supervision, coordination, and all work to complete CITY HALL BOILER AND BAS dance with the Project Mdqual and the Drawings Dated July 3, and , inclusiv6> prepared by Shive Hattery, Inc. and c" which may be required to complet in writing prior to starting such work. UNIT City Hall Boiler & BAS Improvements Lump Sum work contemplated, at unit N GJ WD AMC?, NT – { C-) 11 rn Dt The names of those persons, firms, companies or other parties with whom we intend rater nto r—jor subcontract, together with the type of subcontracted work and approximate dollar arr Unt oX subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsWe 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. City Hall Boiler & BAS Improvements FP -1 FORM OF PROPOSAL CITY OF IOWA CITY CITY HALL BOILER & BAS IMPROVEMENTS BIDDERS PLEASE NOTE: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder: N BIDS RECEIVED BEFORE: 2:30 p.m. local time on July 30, 2019 C= C) ` —n TO: City Clerk D City of Iowa City City Hall rn 410 East Washington Street orn _ Iowa City, Iowa 52240 � o CD s v In response to your request for bids, and in compliance with the Procurement and ContractingrRequirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CITY HALL BOILER AND BAS IMPROVEMENTS PROJECT in strict accordance with the Project Manual and the Drawings Dated July 3, 2019, including Addenda numbered and , inclusive, prepared by Shive Hattery, Inc. and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION UNIT TOTAL BID AMOUNT City Hall Boiler & BAS Improvements Lump Sum 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. City Hall Boiler & BAS Improvements FP -1 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. In submitting this Proposal, the undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following 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 Final Completion on or before February 28, 2020. Firm: Signature: _ Printed Name Title: Address: Phone: Contact: City Hall Boiler & BAS Improvements FP -2 ti 0 q �n �o L -� n w r` r- C) M N City Hall Boiler & BAS Improvements FP -2 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. In submitting this Proposal, the undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following 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>4ay 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 r4gVirements of the Contract Documents for this 1foject, and have the Project at Substantial Completion on or beforg September 30, 2019 and Final Completi of February 28, 2020. Firm: Signature: Printed Name: Title: Address: Phone: Co ct: 1, o C-) t �n City Hall Boiler 8 BAS Improvements FP -2 :11117-1612 1 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 Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal'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 Witness Witness A.D., 2019. day of Attach Power -of -Attorney (Attorney-in-fact) City Hall Boiler & BAS Improvements BB -1 ht (SFeij Principal By �r -v i5� r (Seal) Surety w By Attach Power -of -Attorney (Attorney-in-fact) City Hall Boiler & BAS Improvements BB -1 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 dated the 3rd of July, 2019, for CITY HALL BOILER & BAS IMPROVEMENTS ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said 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 incor- porated herein by reference: a. Addenda Numbers , attached hereto; b. "General Conditions of the Contract for Construction" AIA DOC A201 - g. Contractor's Completed Assurance of Contract Compliance Program (Anti -Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and i. 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. City Hall Boiler & BAS Improvements AG -1 N O 2017, as amended; o .o c *Ec c. Plans; r _ �� C-) w r d. Technical Specifications and Supplementary Conditions;;Cm e. Performance and Payment Bond; r> f. Contractor's Completed Bidder Status Form; attached hereto; N g. Contractor's Completed Assurance of Contract Compliance Program (Anti -Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and i. 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. City Hall Boiler & BAS Improvements AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: and no/100 Dollars ($ .00). 5. No Alternates included as part of this agreement. 6. Substantial Completion date is September 30, 2019 and Final Completion date is February 28, 2020. CCS (Signature) (Printed name) Mayor ATTEST: (Printed name) City Clerk Contractor (Signature) (Printed name) (Company Official Title) ATTEST: (Printed name) (Company Official Title) N (7 b D� `n Approved By: c) -C I _;C-) w ' r r— �m m City Attorney' IPC fficew w City Hall Boiler & BAS Improvements AGA FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and WHEREAS, the City has prepared certain Plans, S ("Contractor"). dated the 3rd of July, 2019, for CITY HALL BOILER & BAS IMPROVEMENTSroject"), and WHEREAS, Contractor submitted a bid on the Proct described in said Plans, Specifications, P osal and Contract; and WHEREAS, t a parties hereto now wish to enter inthis agreement for the construction P of said Project. NOW, THEREFORE, IT --IS AGREED: 1. The City hereby accepts the a Contractor for the Project, and 2. This Agreement consists of porated herein by a. Addenda 143 2017Js amended; C. proposal and bid documents of the the sums listed therein. eRe following component parts which are incor- attached hereto; of the ContraAfor Construction" AIA DOC A201 - d. Technical Specifications and Supplementary Conditions; s e. Performance and Payment Bond;S o f. Contractor's Completed Bidder Status Form; attached �; c -T,1 g. Contractor's Completed Assurance of Contract Compliatw roam ( " (Anti -Discrimination Requirements), attached hereto; 7"" rn m rn �7C r h. Completed Form of Proposal; and i. 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. City Hall Boiler & BAS Improvements AGA 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. The Project base bid submitted by form of proposal is i the amount of: and no/10�`Dollars ($ .00). 5. o Alternates included as part of this agree m 6. Suttantial Completion date is Septemby30, 2019 and Final Completion date is Febru 28, 2020. r d� r r' l CC Contractor .d f (Signature) (Signature) (Printed name) (Printed name) Mayor ATTEST: (Printed na City 0 (Company OXicial Title) N O_ CJ AC �O d Approved By: -.[� m s ��o Q 7� r D cn City Attorney's Office City Hall Boiler 8 BAS Improvements AG -1 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 oblige, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Qiety hereby bind � themselves, their heirs, executors, administrators, successors and assigns, joint` sceverally:-- WHEREAS, Contractor has, as of entered into 5 teFiAgre nt (date).4� $ with Owner for the CITY HALL BOILER & BAS IMPROVEMENTS PROJECT; and x WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to tSie completed by Contractor, in accordance with plans and specifications prepared by Shive-Hattery, Inc., 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: Complete the Project in accordance with the terms and conditions of the Agreement, or 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 determination 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. City Hall Boiler & BAS Improvements 136-1 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 subcontractors, 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 2019. IN THE PRESENCE OF: Witness Witness (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) 0 CD (Phone)�> a _ --I C :<r— rn -o M �T. r D c.n W City Hall Boiler & BAS Improvements PB -2 Contract Compliance Program N O_ �O m D F 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. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less) if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, 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 of the contract with 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 "Flagrpjn Ahead," and instead use gender neutral signs. o 7. All contractors, vendors, and consultants must assure that their subconYrr ors2bide=the City's Human Rights Ordinance. The City's protected classes are Iisteowa�City City Code section 2-3-1. -< — ,t -D M x *:K r D N W City Hall Boiler & BAS Improvements CC -1 SECTION 11 -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.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment 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 sea.) 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 policy statement. Where is this statement posted? What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) (Phone Number) N O_ U �O (Address c= n --C — =1n 0 5. The undersigned agrees to display, in conspicuous places at the work site;*aFhposters regi "Owed by federal and state law for the duration of the contract. NOTE: The City can p de-a'ssistabc0 in obtaining the necessary posters. City Hall Boiler & BAS Improvements 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 Name Phone Number Title Date m D City Hall Boiler & BAS Improvements CC -3 SECTION 111 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. 2. 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 Ipportunity program. This person should have a position in your organization which er Shasizra the importance of the program. *Ei c +! ID —4 3. INSTRUCT STAFF C)� 00 r Your staff should be aware of and be required to abide by your Equal EmplontporrAty program. All employees authorized to hire, supervise, promote, or discharge$ to es doe involved in such actions should be trained and required to comply with your Icy and the current equal employment opportunity laws. r 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) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select' and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) 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. (f) 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 assure that 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. City Hall Boiler & BAS Improvements CC -4 �r ,rr®r�� 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 with your performance under a contract with the City. City Hall Boiler & BAS Improvements CC -5 0 O � t? .o "n C-)� r m -o m o� y cn W City Hall Boiler & BAS Improvements CC -5 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, national origin, color, creed, disability, gender identity, marital status, 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 for employment. The Equal Employment Opportunity Officer for. Name: Address: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. City Hall Boiler & BAS Improvements CC -6 CD �n n C D c�-< — f -.-1 r - :r rn -0 �''q'� 1 �1 GX s Y � City Hall Boiler & BAS Improvements CC -6 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. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training 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) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated 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 a test for the presence of the antibody to the Nyman immunodeficiency virus. o An agreement between an employer, employment agency, labor organiz*Mor fir em" "yees, agents or members and an employee or prospective employee concemin ployment,-pay or benefits to an employee or prospective employee in return for taking a to %the*res nce of the antibody to the human immunodeficiency virus, is prohibited. The prohibitiaTmof flys suction do not apply if the state epidemiologist determines and the director of public 899ih d3claregrough the utilization of guidelines established by the center for disease control oag Urged S s department of health and human services, that a person with a condition I$lated to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. City Hall Boiler & BAS Improvements CC -7 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 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) 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) 7. 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 or 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) City Hall Boiler & BAS Improvements CC -8 N O_ E5 VO :<M -° xz r � v �- City Hall Boiler & BAS Improvements CC -8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter 'Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Tuft Policy it may submit a request in writing indicating that one or more of the following actions have bT5n takeo5 *C c M a. There has been a bona fide change in ownership or control of the ineligible pzlse"— or4htity; n-< — b. Disciplinary action has been taken against the individual(s) responsible for the ,B givviing risk p the violation(s); r,l a 1 o� C. Remedial action has been taken to prevent a recurrence of the acts giving ris§to the r disqualification or default; cn ro or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. City Hall Boiler 8 BAS Improvements WT -1 STATE OF WAGE THEFT AFFIDAVIT ) ss: COUNTY ) upon being duly sworn, state as follows: I am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on 2019. N O_ O .o Notary Public in and for the StabxkO TJ C-) -.1 n i � � -rrl = 3 O70 r City Hall Boiler & BAS Improvements Yff-z GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2017 amended, shall apply except as amended in the Supplementary Conditions. City Hall Boiler & BAS Improvements GC -1 na o _ O �� `� C -in r �rn 3 rn CD� r D rn N City Hall Boiler & BAS Improvements GC -1 SUPPLEMENTARY CONDITIONS PART 1 -GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2017. 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 strike eut and 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. E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 - GENERAL PROVISIONS A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows: 1.1.1.1 Any reference within the Contract Documents of the Agreement between Owner and Contractor should be substituted with of the Form of Agreement between Owner and Contractor (hereinafter the Agreement). The Form of Agreement is listed as AG in the project manual. B. Change paragraph 1.1.3 to read as follows: 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.oblig*ns. The Work may constitute the whole or a part of the Project. The Contractor sba(l promide all. work and materials required by any part of the Contract Documents.";- Z:; --• C. Add the following paragraph 1.2.4:a� 03 1.2.4 Sections of Division 1- General Requirements, govern tTiirlweation morall sections of the specifications. Jr - City Hall Boiler & BAS Improvements SC -1 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 feseiptaf 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 aR aPPFE)PFiate Change OF&F shall be issued deducting the Owner may deduct from payments then or thereafter due the Contractor the reasenable 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. 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 contractor's 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 or Architect for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized such error, inconsistency or omission and krRewiagly failed to report it to the Architect. If the Contractor performs any construction activity kReW Rg it ORYGIVes involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume appmpriate responsibility for such performance and shall bear aR appFepFiate amount Af the attributable all Ccs for correction. The Contractor shall perform no portion of the Worleat any�4ime without Contract Documents or, where required, approved Shop Draw pw�u& to or Samples for such portion of the Work. r, co F_ B. Change paragraph 3.3.2 to read as follows:<r- 3.3.2 The Contractor shall be responsible to the Owner for acts ate iSRbns e Contractor's employees, Subcontractors, Sub -subcontractors, ve ors,'Aiatena providers and suppliers and their agents and employees, and other pers�ts performing portions of the Work under a contract with the Contractor or any of its Subcontractors. City Hall Boiler & BAS Improvements SC -2 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 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 0160 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. o .2 represents that the Contractor will provide the same waifanty for the substitution that the Contractor would for that specMedc .3 certifies that the cost data presented is complete a) mdlUdes'Af. . related costs under this Contract except the Arch�o 's mdesign costs, and waives all claims for additional costs related tq Me sq¢sti�fibn which subsequently become apparent; and orn rn =x- -- .4 will coordinate the installation of the accepted substr'tiutemakin`g such changes as may be required for the Work to be coh1plete4h all respects. .5 will adhere to the contract schedule F. Change paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects, ^^ase RhPFPRt the quality of the Work the C-ARtFAGt DaGuMeRtS Fequ Fe or . Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor'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. City Hall Boiler & BAS Improvements SC -3 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 semp{y 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 apprepraate responsibility for such Work and�hall bear the costs and expenses of correctingoBeplaelhg such Work. y-={ t.. -.i Change paragraph 3.7.4 to read as follows: z 3.7.4 Concealed or Unknown Conditions. If the Contractor encount or;Rionsathe site that are 1) subsurface or otherwise concealed physical conditions tkt'tiifferdnat I y from those indicated in the Contract Documents or 2) unknown physical �qwitimis of 4T91nusual nature that differ materially from those ordinarily found to exist and g®irallq.recognized as inherent in construction activities of the character provided for in theZontr3aDocuments, 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 21 days 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 e0theF paFty dispi itps the Arnh CCt's detpFrni atann or reGem FriendatieR, aL...t ..,-` K. 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 sepy-ef 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 submittal to the Owner upon completion of the Work as a record of the Work as constructed. City Hall Boiler & BAS Improvements SC -4 L. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the Project and Work are located may be occupied and in use by the Owner during the execution of the Work. The Contractor shall perform and coordinate its work in such a manner that the portions of the property occupied and in use will not be encumbered or the use interfered with or interrupted. M. Change paragraph 3.17 to read as follows: 3.17 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. N. Change paragraphs 3.18.1 to read as follows: 3.18.1.1.1 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 (^theF th^R the ` GFk itself), but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable,^ whether of hether or not ^_ch c'^'m daFna^^ IOSS ^ expense is ^ed in ^^Ft by ^ paFty ind^^R^'fieri heFeuRdeF. 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. O. 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, anyone4rectly or indirectly employed by them or anyone for whose acts they may be-liable;:Vie indemnification obligation under Section 3.18.1 shall not be limite4 lip�tatiorron amount or type of damages, compensation or benefits payable by or for thryMnt=tor or -a Subcontractor under worker's compensation acts, disability benefit ds ogtheOMployee -a c benefit acts. Crn -o M 1.5 ARTICLE 4 - ARCHITECT zz:K r! A. Change paragraph 4.1.2 to read as follows: — 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner-Geairastor, and Architect. Consent shall not be unreasonably withheld. City Hall Boiler & BAS Improvements SC -5 B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction 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 Wol, .o D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: CDc Ti 4.2.5 Based on the Architect's observations and evaluations of t' he:lonIactor'S"" Applications for Payment, the Architect will review and se4ify recorfibil ndTo thef5wner the amounts due the Contractor and will issue Certificates for Payment I�Puchgnou jM. rn 4.2.6 The Architect has authority to reject Work which does not coEk� to. a Cbfitract Documents. Whenever the Architect considers it necessary or advisable fore implementation of the intent of the Contract Documents, the Architect vflf have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 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, 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. T4e Sgt forth iM AR exhibit to ben the GAF#FAGt a Dove„.�.,�� 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide 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. City Hall Boiler & BAS Improvements SC -6 4.2.12 Interpretations and recommendations desisieas 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 deeisiens, 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 desisiens rendered in good faith. 1.6 ARTICLE 5 - SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound 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 for any breach of said warranties. o v .o 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONT R 045 n A. Delete paragraph 6.1.4 in its entirety. - r� co �m M B. Change paragraph 6.2.4 to read as follows: o� _ 6.2.4 The Contractor shall promptly remedy damage the Contra{or wrgf+uses to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. City Hall Boiler & BAS Improvements SC -7 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: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: 1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work perfo oed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by Subc ct" ten kcent (10%) of the amount due the Subcontractor. y _i .3 For each Subcontractor, or Sub -subcontractor invowed,Tgr anti Work performed by such contractor's own forces, fifteenrcent (1jof the cost. m .4 For each Subcontractor, for Work performed by tF - r cl subcontractors, five percent (55/o) of the amount daJ the cn Sub -subcontractor. r") .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 its workers to such points and execute such portion of its work as may be required to enable others to properly engage in and carry on their work. City Hall Boiler 8. BAS Improvements SC -8 �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 ,B Qh 4; 41 by the Owner, or by changes ordered in the Work, or by labor disputes, fire, dual delay +a 1019 JUN aapmver,ps, unavoidable casualties or other causes beyond the Contractor's control, er-by R(Eleiay . thGF l: pen di.... aFbitrat'G r by eth8F Gauses wh'nh the AFGhitenf ,deteRnines may ,,,stir., delay, then the Contract Time shall be extended by Change Order for `pYdA C11 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: 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 amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 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. City Hall Boiler & BAS Improvements SC -9 1.10 ARTICLE 9 -PAYMENTS AND COMPLETION 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 effect. o C. Add paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or ufliti0 othe amount of payment reflected on Certificates of Payment shall cMe Architect to no liability whatsoever to the Owner, Contractor, Surety, or an er*ersoni� 3 D. Change paragraph 9.6.1 to read as follows: f7K r 9.6.1 The Owner shall make partial payments to the Contractorvvithirfp days after the Owner has received a Certificate for Payment from the Architect. To insure 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 ^ nd %vithi^ the time vided 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. 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. City Hall Boiler & BAS Improvements SC -10 G.As1d p4rajg`Caph 9.10.7: w Q.`LD. Warranties required by the Contract Documents, including those stated in the performanceRRd payment bond, shall commence on the date of final, formal ,�Jjptwci +4the work by the City. 2 19 j 1.11 ARTICI�jplla t✓PjZbtgGTION OF PERSONS AND PROPERTY A. ��jdd paragraph 10.1.1: 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 work 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 eFslaims made basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of 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 City Hall Boiler & BAS Improvements SC -11 FRI 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 11.1.2. 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. Delete paragraph 11.1.4 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 responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Tvae of Coveraae Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit 0 Bodily Injury & Property Damage $1,000,000 CD �e Excess Liability $1,000,000 $1,0004fe—i s Employer's Liability � Each Accident Each Employee $500,000 $500,000 ;<m T Policy Limit $500,000 EM = 1 ' I Professional Liability (if applicable) $1,000,000 $1,00010 r Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. N Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. 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: The 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]. City Hall Boiler & BAS Improvements SC -12 1.1.f�:The City requires that the Contractor's Insurance carrier be A rated or better by A.M. aeA In addition, the Contractor shall be required to comply with the following provisipons witlaLrespect to insurance coverage: g.Vt 6 Tile entire amount of Contractor's liability insurance policy coverage limits, ide!r�ffleof,�#,the policy and in the Certificate of Insurance, must, under the policy, be `tQ#,Iy damages for which the insured Contractor becomes liable, or for Vvi�ti he'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. 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 endorsement(s) 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 respect to all 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. B. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a 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. City Hall Boiler & BAS Improvements SC -13 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 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, thgy in that event the City may in its discretion either suspend Contractor's operations-& actiyjti�es under this Contract, or terminate this Contract, and withhold pay%fq fdtwork;!l ` formed on the Contract. Z 11.1.14 Contractor shall be responsible for any deductible a"" ts;,dncILJ g but not limited to the owner's deductible on the owner's builder's ris'R. rn '_5 o� X: - E. E. Delete paragraphs 11.3 in its entirety and add paragraphs 0.3 ascEollows: N 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured, .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; City Hall Boiler & BAS Improvements SC -14 F' 4 include $100,000 for materials and equipment stored at the Site or at another lJ 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 PM 4: 44pplication for Payment recommended by OWNER; 2019 C�c i 7Y 18 .5 allow for partial utilization of the Work by OWNER; CLERK 10`yA CITY, �o�vas include testing and startup; and .7 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 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. 11.3.3 All the policies of insurance (and the certificates or other evidence thereon 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. 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. .1 The Performance, Labor and Material Bond shall be executed inconformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VII or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/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. City Hall Boiler & BAS Improvements SCA 5 .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 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 (f) take any other action of any nature or description Mich is not required of the Owner to be done under the Contract Documqys. f —}-} �C z 11.4.2 Surety shall be satisfactory to the Owner and shall be ap orized to fv- business in the state of Iowa.Co m �� 1.13 ARTICLE 13 -MISCELLANEOUS PROVISIONS f A. Change paragraph 13.1 to read as follows: z' N 13.1 The Contract shall be governed by the laws of the State of Iowa of the biRdiRg din...��b. r nL d:nn Ibn Ppdel:ni A.19.nlion AM shall n n Se GtieR 15.4. B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if d8l:vere at sent by registered or certified mail to the last business address 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 testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear 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 City Hall Boiler & BAS Improvements SC -16 Cmaso the Architect and Owner may observe such procedures. The Owner shall bear osts .de) 1tests, inspections or approvals that do not become requirements until after bids are ed or negotiations concluded and 2) tests, inspections or approvals where building `8 ?t'obe�&r applicable laws or regulations prohibit the Owner from delegating their cost to the Co tractor. Copies of all reports, data and other documents related to tests, tions and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7. 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 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: 13.9 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 -1. 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: 14.2.4 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 the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. City Hall Boiler 8 BAS Improvements SC -17 1.15 ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15.1.1 through 15.1.3 to read as follows: 15.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration terFrs 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. R'P131; ,ti ;*'�' :R a t Feely m 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as 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 15.2.5 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, if the Architect is not serving as the Initial Decision Maker, many change in the Contract Sum or Contract Time or both. c)-, w f C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. --I C') MITI = D. Delete Section 15.3 MEDIATION in its entirety. 5= r 0 Y Ln E. Delete Section 15.4 ARBITRATION in its entirety. "' F. Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration b Documents. City Hall Boiler & BAS Improvements SC -18 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following:f L E D El Yes F1 No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please reviejtYejUg J le Jon the next page). F1 Yes ❑ No My company has an office to transact business in Iowa. U�rJJ ttii 4' 42 ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, teIIWffoYeCT� d e-mail. E] Yes F1 No My company has been conducting business in Iowa for at least 3 yedc$1 0PIGp�tt�e gquest for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: to Dates: to Dates: / to You may attach additional sheet(s) if needed. Address: City, State, Zip: Address: City, State, Zip: Address: City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? Yes No El 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. You must submit the completed form to the governmental body requesting bids per 675 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. City Hall Boiler & BAS Improvements BSF-1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has fled its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. ti 0 O ::En �e L T C-> -�- C')' EO r— M OX f� _ r City Hall Boiler & BAS Improvements Ul BSF-2 rV LABOR SERVICES DIVISION[875) ARC 1271C Adopted and Filed FILED Pursuant to the authority of Iowa Code section 73A.21, the Labor CommissionersJ84 ile a f' l.I: 4 2 Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders GITXN66EM construction projects. The new chapter sets forth requirements for a publicbjOdy iddf WAI G1I YuM NA improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)'b" was changed by adding the phrase "if applicable." In Wile 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent. No variance procedures are included in these rules because variance provisions are set forth in 875 --Chapter 1. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. The following amendment is adopted. Adopt the following new 875 --Chapter 156: CHAPTER 156 BII)DER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for epforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate,"wWhen used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division"means the division of labor of the department of workforce development. City Hall Boiler 8 BAS Improvements BSF-3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body" means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary,' when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. e a. For purposes of the Act, a person or entity is a resident bidder if the penton oantity::e (1) Is authorized to transact business in Iowa; and gn �! M (2) Has had one or more places of business in Iowa at which it is conductin g s cAnducted— business in this state for at least three years immediately prior to the date of the first rtis—went tFr— the public improvement. -<r— b. If the person or entity is a resident of a state or foreign country that hasa Wre7Kming m definition than is set forth in paragraph 156.2(2)"a" for determining whether a persgg eTenti.y in tt) state or country is a resident bidder, then the more stringent definition applies. D N 156.2(3) Determining authorization to transact business. A person or entity is authorized transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of a general partnership or joint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; City Hall Boiler & BAS Improvements BSF-4 C. In the case of a limited liability partnership which has filed a statement of qualification t Dgig this. state, the statement has not been canceled; i L d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign quay c tigR F �Awa„rM 4 42 and a statement of cancellation has not been filed pursuant to Iowa Code section 486A. )IUIY C e. In the case of a limited partnership or limited liability limited partnership whosec fERK limited partnership is filed in this state, the limited partnership or limited liability limited p. IOWA not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; L In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (l) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state not had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A)Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by thl?Some state or foreign country of the bidder's parent. In the instance of a labor force preference, a publEbody shall apply the same resident labor force preference to a public improvement in this state as woulif* required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. City Hall Boiler & BAS Improvements 13SF-5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156A(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complaint form. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioneQAall only make an entry into a place of employment in response to a written complaint. o :o C. Residency of workers. The commissioner may investigate and ascertainygpesiLwncy oFn worker engaged in any public improvement in this state. n _ d. Oaths; depositions; subpoenas. The commissioner may administer oaths;rf eq or =use fte taken deposition of witnesses, and require by subpoena the attendance and testimon=---- tne�es an production of all books, registers, payrolls, and other evidence relevant to a matt — r Onestigvo or hearing. D r e. Employment ofpersonnel. The commissioner may employ qualified personnel as in necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed ptNuant to the merit system provisions of Iowa Code chapter 8A, subchapter IV. City Hall Boller & BAS Improvements BSF-6 f Request for records. The commissioner shall require a contractor or subcontracts 4 fi m 10 days of receipt of a request, any records enumerated in rule 875--156.5(73.A). IYda_ on r r subcontractor fails to provide the requested records within 10 days, the commissioner may direct, wiiffkE 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the JWGcJWAAen?A Wy42 undertook the public improvement to withhold immediately from payment to the c r r subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor rij�r the contract or written instrument under which the public improvement is being perfJi � withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A parry seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date ofissuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a patty may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13, effective 2/12/14] [Published 1/8/14] EnrroR's NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. City Hall Boiler & BAS Improvements BSF•7 SECTION 00 0110 TABLE OF CONTENTS DIVISION 01 —GENERAL REQUIREMENTS 01 1000 Summary of Work 01 6000 Product Requirements 01 6000A Product Substitution Request 01 7329 Cutting and Patching 01 7700 Closeout Procedures 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents DIVISION 21 — FIRE SUPPRESSION 21 0553 Identification for Fire Suppression Piping and Equipment 21 1300 Fire Suppression Sprinklers DIVISION 23 - HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) 230500 Common Work Results for HVAC 230513 Common Motor Requirements for HVAC Equipment 230519 Meters and Gauges for HVAC Piping 230523 General -Duty valves for HVAC Piping 230529 Hangers and Supports for HVAC Piping and Equipment 230548 Vibration and Seismic Controls for HVAC Piping and Equipment 230553 Identification for HVAC Piping and Equipment 230593 Testing, Adjusting, and Balancing for HVAC 230700 HVAC Insulation 230800 Mechanical Commissioning Requirements 230900 Instrumentation and Controls for HVAC 231123 Facility Natural Gas Piping o 232113 Pipe and Pipe Fittings c_ 232123 Hydronic Pumps _ D�Y c �-� r 232125 Hydronic Specialties =in m <r— D 235216 Condensing Boilers �C DIVISION 26 — ELECTRICAL D c' 260100 Basic Electrical Materials and Methods N 260519 Low Voltage Electrical Power Cables 260526 Grounding and Bonding for Electrical Systems 260533 Conduit and Raceway 26 0533.01 Pull and Junction Boxes 262813 Fuses 262816 Disconnect Switches 262923 Variable Speed Motor Controllers City Hall Boiler & BAS Improvements TABLE OF CONTENTS Project No. 1164634 000110-1 SECTION 01 1000 SUMMARY OF WORK PART 1 -GENERAL 1.1 SECTION INCLUDES A. The Work consists of replacement of two hot water boilers and associated pumps and accessories at City Hall. Also includes the Building Automation System upgrades throughout the building. B. Construct the Work under a single fixed-price contract. C. Liquidated damages. 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: �. 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 $200.00 per day for each calendar day that "Final :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. See supplemental conditions on clauses regarding liquidated damages and assessment. D. Warranty Start date and Retainage. 1. 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. The City Council acts on final acceptance by a resolution at the formal council meeting. 2. The formal and final acceptance by owner is also the commencement of the retainage release period. See supplemental conditions for additional information on retainage. 1.2 CONTRACTOR USE OF SITE A. Limit use of the premises to construction activities in areas indicated; allow for Owner occupancy and use and exit by the public. 1. Confine operations to areas within Contract limits indicated. Portions of the site beyond areas in which construction operations are indicated are not to be disturbed. 2. Keep driveways and entrances serving the premises clear and available to the Owner and the Owner's employees at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. 3. The building restrooms may be used by the contractors. o C. Maintain emergency building exits accessible during all phases of construe If&n amerggncy exit must be closed, request approval and coordinate with the Owner's Repressive@ least 48 hours prior to the closing. — �- D. Time Restrictions for Performing Work: o M 1. Perform additional work required to meet established Contract tirnai is ifuir reg3r working hours 6:00 a.m. to 5:00 p.m. or, after notification and perrq sion from the Owner's Representative, for weekend or on legal holidays as necessary. N City Hall Boiler & BAS Improvements SUMMARY OF WORK Project No. 1164634 01 1000.1 SECTION 01 1000 SUMMARY OF WORK 1.3 OWNER OCCUPANCY A. Full Owner Occupancy: The Owner will occupy (except as described in Paragraph 1.2.D.2) the building during the entire construction period. Cooperate with the Owner's Representative during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with the Owner's operations and public use. 1.4 WORK SEQUENCE A. Work may commence on or around August 12, 2019 and shall be substantially completed by February 28, 2020. 1.5 EXISTING CONDITIONS & MEASUREMENTS c A. Measurements shall be verified from actual observation at the project site;EJf une cted- n existing conditions are encountered, cease operations immediately and ncAfae ner's, Representative. C-) r 00 END OF SECTION C U1 y N City Hall Boiler & BAS Improvements SUMMARY OF WORK Project No. 1164634 01 1000-2 SECTION 01 6000 PRODUCT REQUIREMENTS PART GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. 1.2 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature that is current as of date of the Contract Documents. 2., New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. r1_ 3. Comparable Product: Product that is demonstrated and approved through submittal process, or where indicated as a product substitution, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. C. Basis -of -Design Product Specification: Where a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers. 1.3 SUBMITTALS A. Product List: Submit a list, in tabular from, showing specified products. Include generic names of products required. Include manufacturer's name and proprietary product names for each product. 1. Coordinate product list with Contractor's Construction Schedule and the Submittals Schedule. 2. Form: Tabulate information for each product under the following column headings a. Specification Section number and title. ^'o b. Generic name used in the Contract Documents. On C t C. Proprietary name, model number, and similar designation :� i C7 d. Manufacturer's name and address. n G m -n m e. Supplier's name and address. o 7) (� ,7c r f. Installer's name and address. `+> Z7 N g. Projected delivery date or time span of delivery period. h. Identification of items that require early submittal approval for scheduled delivery date. City Hall Boiler & BAS Improvements PRODUCT REQUIREMENTS Project No. 1164634 01 6000-1 SECTION 01 6000 PRODUCT REQUIREMENTS 3. Initial Submittal: Within 30 days after date of commencement of the Work, submit one copy of initial product list. Include a written explanation for omissions of data and for variations from Contract requirements. a. At Contractor's option, initial submittal may be limited to product selections and designations that must be established early in Contract period. 4. Completed List: Within 60 days after date of commencement of the Work, submit one copy of completed product list. Include a written explanation for omissions of data and for variations from Contract requirements. 5. Architect's Action: Architect will respond in writing to Contractor within 15 ciggs of receipt of completed product list. Architect's response will include a list of unaccepta product selections and a brief explanation of reasons for this action. Archit espnnse, BFT*k of response, does not constitute a waiver of requirement to comply wit UCo&act ...— Documents. n-< aD B. Substitution Requests: Submit one copy of each request for consideration. f n fy product F t fabrication or installation method to be replaced. Include Specification Sectio b r{t nbMnd 19nd Drawing numbers and titles. C=1; 1. Substitution Request Form: Use facsimile of form provided at end of ?ection. rev 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified material or product cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution. C. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. g. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. In. Research/evaluation reports evidencing compliance with building code in effect for Project, from a model code organization acceptable to authorities having jurisdiction. i. Detailed comparison of Contractor's Construction Schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating lack of availability or delays in delivery. j. Cost information, including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with requirements in the Contract Documents and is appropriate for applications indicated. City Hall Boiler & BAS Improvements PRODUCT REQUIREMENTS Project No. 1164634 016000-2 SECTION 01 6000 PRODUCT REQUIREMENTS Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within 7 days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Acceptance: Change Order. b. Use product specified if Architect cannot make a decision on use of a proposed substitution within time allocated. C. Comparable Product Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and "title and Drawing numbers and titles. 1. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of t receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Division 01 Section "Submittal Procedures." b. Use product specified if Architect cannot make a decision on use of a comparable product request within time allocated. D. Basis -of -Design Product Specification Submittal: Comply with requirements in Division 01 Section "Submittal Procedures." Show compliance with requirements. 1.4 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, product selected shall be compatible with products previously selected, even if previously selected products were also options. 1. Each contractor is responsible for providing products and construction methods compatible with products and construction methods of other contractors. 2. If a dispute arises between contractors over concurrently selectable but ineinpatible products, Architect will determine which products shall be used. O ZEE C-) c 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING D::� Z c1)-< A. Deliver, store, and handle products using means and methods that will preZilit-darrW datcripration, and loss, including theft. Comply with manufacturer's written instructions. ;Z<rrT1 s 1 " T 35)0 B. Delivery and Handling: r 1. Schedule delivery to minimize long-term storage at Project site and o prevei9wvercrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. City Hall Boiler & BAS Improvements PRODUCT REQUIREMENTS Project No. 1164634 01 6000-3 SECTION 01 6000 PRODUCT REQUIREMENTS 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weather -tight enclosure above ground, with ventilation adequate to prevent condensation. 4. Store cementitious products and materials on elevated platforms. o 5. Store foam plastic from exposure to sunlight, except to extent nec foseriodTn installation and concealment. y z 6. Comply with product manufacturer's written instructions for temper�uF�ey, hmaidity,rventilation, and weather -protection requirements for storage. ,{r— 9 M rn s 7. Protect stored products from damage and liquids from freezing. o 8. Provide a secure location and enclosure at Project site for storage ormater* and equipment by Owner's construction forces. Coordinate location with Owner. 1.6 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. Submit a draft for approval before final execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. Specified Form: When specified forms are included with the Specifications, prepare a written document using appropriate form properly executed. Refer to Divisions 02 through 49 Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Division 01 Section "Closeout Procedures." PART2 PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. City Hall Boiler & BAS Improvements PRODUCT REQUIREMENTS Project No. 1164634 01 6000-4 SECTION 01 6000 PRODUCT REQUIREMENTS 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Where products are accompanied by the term "match sample," sample to be matched is Architect's. 6. Descriptive, performance, and reference standard requirements in the Specifications establish "salient characteristics" of products. 7-. Or Equal: Where products are specified by name and accompanied by the term "or equal" or ru -.7 "or approved equal" or "or approved," comply with provisions in Part 2 "Comparable Products" I Article to obtain approval for use of an unnamed product. B. Product Selection Procedures: 1. Product: Where Specifications name a single product and manufacturer, provide the named product that complies with requirements. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. 3. Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed that complies with requirements. 4. Manufacturers: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. 5. Available Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product. 6. Available Manufacturers: Where Specifications include a list of manufacturers, provide a product by one of the manufacturers listed, or an unnamed manufacturer, that complies with requirements. Comply with provisions in Part 2 "Comparable Products" Arlgde for consideration of an unnamed product. n C-) c 7. Product Options: Where Specifications indicate that sizes, profiles,jrttpdirrransioneF— requirements on Drawings are based on a specific product or syste@hf9e0vithe fecified product or system. Comply with provisions in Part 2 "Product SubsMi1Dns' rticle consideration of an unnamed product or syptem. =<m 3 � Q 8. Basis -of -Design Product: Where Specifications name a product an4Ade Vist of manufacturers, provide the specified product or a comparable produ0bby onesaf the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dMiensions, and other characteristics that are based on the product named. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product by the other named manufacturers. 9. Visual Matching Specification: Where Specifications require matching an established Sample, select a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. City Hall Boiler & BAS Improvements PRODUCT REQUIREMENTS Project No. 1164634 01 6000-5 SECTION 01 6000 PRODUCT REQUIREMENTS a. If no product available within specified category matches and complies with other specified requirements, comply with provisions in Part 2 "Product Substitutions" Article for proposal of product. 10. Visual Selection Specification: Where Specifications include the phrase "as selected from manufacturer's colors, patterns, textures" or a similar phrase, select a product that complies with other specified requirements. c a. Standard Range: Where Specifications include the phrase.Standalierange'lRcolors, patterns, textures" or similar phrase, Architect will select cottc density; or texture from manufacturer's product line that does not inclu(Wr . _Jm ium iterr(. b. Full Range: Where Specifications include the phrase "full raiig p colgs, p s, textures" or similar phrase, Architect will select color, pattern,ife�l9ity,9t text ?�e rom manufacturer's product line that includes both standard and pm items. 2.2 PRODUCT SUBSTITUTIONS N A. Timing: Architect will consider requests for substitution if received within 60 days after the Notice of Award. Requests received after that time may be considered or rejected at discretion of Architect. B. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the fallowing conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 2. Requested substitution does not require extensive revisions to the Contract Documents. 3. Requested substitution is consistent with the Contract Documents and will produce indicated results. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not adversely affect Contractor's Construction Schedule. 6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitution is compatible with other portions of the Work. 8. Requested substitution has been coordinated with other portions of the Work. 9. Requested substitution provides specified warranty. 10. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. 2.3 COMPARABLE PRODUCTS A. Conditions: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. City Hall Boiler & BAS Improvements PRODUCT REQUIREMENTS Project No. 1164634 01 6000-6 SECTION 01 6000 PRODUCT REQUIREMENTS 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 EXECUTION NOT USED END OF SECTION City Hall Boiler & BAS Improvements PRODUCT REQUIREMENTS Project No. 1164634 01 6000-7 N O_ O n C-)-< — r ;<M co -v m� M � Q v ,r - N City Hall Boiler & BAS Improvements PRODUCT REQUIREMENTS Project No. 1164634 01 6000-7 DOCUMENT 01 6000A PRODUCT SUBSTITUTION REQUEST TO: PROJECT: City Hall Boiler & BAS Improvements OWNER: City of Iowa City A/E: Shive-Hattery Inc. 1 -315717 -Nd l We hereby submit for your consideration the following product instead of the specified item for the above project: DRAWING NO.: SPEC SECT. Proposed Substitution: NAME DRAWING NAME: PARAGRAPH SPECIFIED ITEM Attach complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Submit, with request, all 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. CERTIFICATION OF EQUAL PERFORMANCE AND ASSUMPTION OF LIABILITY FOR EQUAL PERFORMANCE The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted by: Signature Firm: Address: Telephone: Title Date: N O Signature shall be by person having authority to legally bind the firm to the above terms. F81ure tdTvovide legally binding signature will result in retraction of approval. gn c � M For Use By Owner: Accepted _ By: FILL IN BLANKS BELOW A. Accepted as Noted Does the substitution affect dimensions shown on Drawings? If Yes, clearly indicate changes: B. Will the undersigned pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? City Hall Boiler & BAS Improvements Project No. 1164634 D� z C-) —♦ reived rn Not Accepted :�Fflq La Q Date: N Yes No Yes No PRODUCT SUBSTITUTION REQUEST 01 6000A-1 DOCUMENT 01 6000A PRODUCT SUBSTITUTION REQUEST If No, fully explain: C. What effect does substitution have on other Contracts or other trades? D. What effect does substitution have on construction schedule? o E. Manufacturer's warranties of the and specified items are: C')rG Co rn proposed s p Same Different (Explain on Attachment) O t l F. Reason for Request: T' n G. Itemized comparison of specified item(s) with the proposed substitution. List significant variations: H. Accurate cost data comparing proposed substitution with product specified: I. Designation of maintenance services and sources: (ATTACH ADDITIONAL SHEETS IF REQUIRED) END OF SECTION City Hall Boiler & BAS Improvements PRODUCT SUBSTITUTION REQUEST Project No. 1164634 01 6000A-2 SECTION 01 7329 CUTTING AND PATCHING PART 1 -GENERAL 1.1 SUMMARY A. This Section includes procedural requirements for cutting and patching. 1.2 DEFINITIONS 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. 1.3 QUALITY ASSURANCE A. This Article contains requirements that expand provisions contained in AIA Document A201. B. Structural Elements: Do not cut and patch structural elements in a manner that could change their load -carrying capacity or load -deflection ratio. C. 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. Operating elements include the following: 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. 9. Operating systems of special construction in Division 13 Sections. D. 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. Miscellaneous elements include the following: N P 1. Water, moisture, or vapor barriers. o 2. Membranes and flashings. y t 3. Exterior curtain -wall construction. C-) co r— -o 4. Equipment supports. � � M 5. Piping, ductwork, vessels, and equipment. D r 6. Noise- and vibration -control elements and systems. ^' City Hall Boiler 8 BAS Improvements CUTTING 8 PATCHING Project No. 1164634 01 7329-1 SECTION 01 7329 CUTTING AND PATCHING E. 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. F. Cutting and Patching Conference: Before proceeding, meet at Project site with pas involved in cutting and patching, including mechanical and electrical trades. Review areas o tential interference and conflict. Coordinate procedures and resolve potential coRj Lp baf re prv"ding. 1.4 WARRANTY Co r A. Existing Warranties: Remove, replace, patch, and repair materials and sscut or d ed during cutting and patching operations, by methods and with materials soft t to-�oid eg warranties. o� v,,JJ PART 2 - PRODUCTS T' rs rV 2.1 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. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 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. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existingi)tility Services and Mechanical/Electrical Systems: Where existing services/systems are required2o be removed, relocated, or abandoned, bypass such services/systems before cutting to minimizeinterruption to occupied areas. 3.3 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. City Hall Boiler & BAS Improvements CUTTING & PATCHING Project No. 1164634 017329-2 SECTION 01 7329 CUTTING AND PATCHING 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 or 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. 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. a 5. Exterior Building Enclosure: Patch components in a manner that�eO@tprenclos-u�pr.e.� to a y weather -tight condition. '.y x ' 1 n-< D. Cleaning: Clean areas and spaces where cutting and patching are perfc ilo. (gmplepely remove paint, mortar, oils, putty, and similar materials. 70 Zr END OF SECTION D m r r\� City Hall Boiler & BAS Improvements CUTTING & PATCHING Project No. 1164634 01 7329-3 SECTION 01 7700 CLOSEOUT PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Substantial completion. 2. Final completion. 3. Warranties. 4. Final cleaning. 1.2 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. -3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. - Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. r; 5. Prepare and submit Project Record Documents, operation and maintenance manuals, Final Completion construction photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems. 9. Submit test/adjust/balance records. 10. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. N 11. Advise Owner of changeover in heat and other utilities. o CJ "' 12. Submit changeover information related to Owner's occupancy, us*4dera&n, and `..j maintenance. -- 13. Complete final cleaning requirements, including touchup painting.co rn m -O 14. Touch up and otherwise repair and restore marred exposed finishStweliri tate ImIaI defects.x r D t N City Hall Boiler & BAS Improvements CLOSEOUT PROCEDURES Project No. 1164634 01 7700-1 SECTION 01 7700 CLOSEOUT PROCEDURES B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Re -inspection: Request re -inspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.3 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 01 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list Rf items to be completed or corrected (punch list), endorsed and dated by Architect. Thaertified copy of the list shall state that each item has been completed or otherwiseesoly f—for acceptance. ZE c 1 3. Submit evidence of final, continuing insurance coverage complyini rovrtA in36rance"' requirements. n-< - (� 4. Submit pest -control final inspection report and warranty. -,<r— -0 rn 5. Instruct Owner's personnel in operation, adjustment, and maintena%liref prfduct equipment, and systems. 7> cn B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Re -inspection: Request re -inspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.4 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three (3) copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: —a. Project name. b. Date. C. Name of Architect. d. Name of Contractor. e. Page number. City Hall Boiler & BAS Improvements CLOSEOUT PROCEDURES Project No. 1164634 01 7700-2 SECTION 01 7700 CLOSEOUT PROCEDURES 1.5 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Org6nize warranty documents into an orderly sequence based on the table of contents of the Project Manual. -1. Bind warranties and bonds in heavy-duty, 3 -ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8 -1/2 -by -11 -inch paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 -EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. 0 b. Sweep paved areas broom clean. Remove petrochemical5pills, sins, and other foreign deposits. n C. Rake grounds that are neither planted nor paved to a smo@"ve fkexturfturface. n d. Remove tools, construction equipment, machinery, and sus4mmatWial f4MProject site. 3 f7 e. Remove snow and ice to provide safe access to building. y N f. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. City Hall Boiler & BAS Improvements CLOSEOUT PROCEDURES Project No. 1164634 01 7700-3 69 =101 ll [a] I Diii1Q1] CLOSEOUT PROCEDURES g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. O i. Vacuum carpet and similar soft surfaces, removing debris and excess1%; shampoo if visible soil or stains remain. O G / 0 j. Clean transparent materials, including mirrors and glasWnT*orr�nd ws. Remove glazing compounds and other noticeable, visiooRl n`�g mat r Replace chipped or broken glass and other damaged trartO- nt ateria(!OPolish mirrors and glass, taking care not to scratch surfaces. �y O k. Remove labels that are not permanent. v an Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. M. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. n. Replace parts subject to unusual operating conditions. o. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. p. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. q. Clean ducts, blowers, and coils if units were operated without filters during construction. r. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned -out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. S. Leave Project clean and ready for occupancy. C. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents, insects, and other pests. Prepare a report. D. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION City Hall Boiler & BAS Improvements CLOSEOUT PROCEDURES Project No. 1164634 01 7700-4 SECTION 01 7823 OPERATION AND MAINTENANCE DATA PART 1 -GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Emergency manuals. 3. Operation manuals for systems, subsystems, and equipment. 4. Maintenance manuals for the care and maintenance of systems and equipment. 1.2 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. 1.3 SUBMITTALS A. Submit one (1) copy of each manual in final form at least seven (7) days before final inspection. Architect will return copy with comments within seven (7) days after final inspection. Correct or modify each manual to comply with Architect's comments. Submit three (3) copies of each corrected manual within seven (7) days of receipt of Architect's comments. 1.4 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. PART2-PRODUCTS 2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. C. 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. .rte i rn CD List of Systems and Subsystems: List systems alphabetically. Include references to operation and maintenance manuals that contain information about each system. 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. 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." City Hall Boller & BAS Improvements OPERATION AND MAINTENANCE DATA Project No. 1164634 0178234 2.2 SECTION 017823 OPERATION AND MAINTENANCE DATA MANUALS, GENERAL A. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. r, 0 2. Table of contents. r -� 3. Manual contents. B. Title Page: Enclose title page in transparent plastic sleeve. Include the folllo'il in48rmatirn 1. Subject matter included in manual. C4 p� t 2. Name and address of Project. y � 7 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. 1. 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. 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. 1. Binders: Heavy-duty, 3 -ring, vinyl -covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8 -1/2 -by -1l -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 Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software diskettes for computerized electronic equipment. 4. Supplementary Text: Prepared on 8 -1/2 -by -11 -inch white bond paper. City Hall Boiler & BAS Improvements OPERATION AND MAINTENANCE DATA Project No. 1164634 017823-2 SECTION 01 7823 OPERATION AND MAINTENANCE DATA 5. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. 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. 2.3 EMERGENCY MANUALS A. Content: Organize manual into a separate section for each of the following: 1. Type of emergency. 2. Emergency instructions. 3. Emergency procedures. B. Type of Emergency: Where applicable for each type of emergency indicated below, include instructions and procedures for each system, subsystem, piece of equipment, and component: 1. Fire. 2. Flood. c io 3. Gas leak. �n o_ 4. Water leak. Dy =acn-� Zoo 5. Power failure. <r- m 6. Water outage. o;:0 7. System, subsystem, or equipment failure. > rV 8. Chemical release or spill. C. Emergency Instructions: Describe and explain warnings, trouble indications, error messages, and similar codes and signals. Include responsibilities of Owner's operating personnel for notification of Installer, supplier, and manufacturer to maintain warranties. D. Emergency Procedures: Include the following, as applicable: 1. Instructions on stopping. 2. Shutdown instructions for each type of emergency. 3. Operating instructions for conditions outside normal operating limits. 4. Required sequences for electric or electronic systems. 5. Special operating instructions and procedures. 2.4 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. City Hall Boiler & BAS Improvements OPERATION AND MAINTENANCE DATA Project No. 1164634 01 7823-3 City Hall Boiler 8 BAS Improvements OPERATION AND MAINTENANCE DATA Project No. 1164634 01 7823-4 SECTION 01 7823 OPERATION AND MAINTENANCE DATA 3. Operating standards. 4. Operating procedures. 5. Operating logs. o J •� 6. Wiring diagrams. 7. Control diagrams. W 8. Piped system diagrams. n"� 9. Precautions against improper use. r 10. License requirements including inspection and renewal dates. LS 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. B. 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. 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. City Hall Boiler 8 BAS Improvements OPERATION AND MAINTENANCE DATA Project No. 1164634 01 7823-4 SECTION 01 7823 OPERATION AND MAINTENANCE DATA 2.5 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. Source Information: List each product 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. Product Information: Include the following, as applicable: 1. Product name and model number. r. 2. Manufacturer's name. 3. 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. _. N 2. Types of cleaning agents to be used and methods of cleaning. o .o 3. List of cleaning agents and methods of cleaning detrimental to prk6—. C__ �t i 4. Schedule for routine cleaning and maintenance. n-[ 5. Repair instructions.�m -10 �-'7 E. Repair Materials and Sources: Include lists of materials and local sources % ted0s and ldlated services. y Jr, N F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. 2.6 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: Standard printed maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. City Hall boiler B BAS Improvements OPERATION AND MAINTENANCE DATA Project No. 1164634 01 7823-5 SECTION 01 7823 OPERATION AND MAINTENANCE DATA 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: :o 1. Test and inspection instructions. :�2n C 2. Troubleshooting guide. 'e 3. Precautions against improper maintenance. =<rr— -O rn 4. Disassembly; component removal, repair, and replacement; and re4sa"€mbfFlinstru©ns. 5. Aligning, adjusting, and checking instructions. )P1 ut 6. 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. 2. 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. G. 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. PART 3 - EXECUTION 3.1 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. 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. City Hall Boiler 8 BAS Improvements OPERATION AND MAINTENANCE DATA Project No. 1164634 01 7823-6 SECTION 01 7823 OPERATION AND MAINTENANCE DATA 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, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in Record Drawings to ensure 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 City Hall Boiler & BAS Improvements OPERATION AND MAINTENANCE DATA Project No. 1164634 01 7823-7 N O n� m m m -0 o1;0 v r N City Hall Boiler & BAS Improvements OPERATION AND MAINTENANCE DATA Project No. 1164634 01 7823-7 SECTION 01 7839 PROJECT RECORD DOCUMENTS PART 1 -GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. 1.2 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one (1) set of marked -up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Initial Submittal: Submit one (1) set of plots from corrected Record CAD Drawings and one (1) set of marked -up Record Prints. Architect will initial and date each plot and mark whether general scope of changes, additional information recorded, and quality of drafting are acceptable. Architect will return plot and prints for organizing into sets, printing, binding, and final submittal. 7.1 Final Submittal: Submit one (1) set of marked -up Record Prints; print each Drawing, whether or not changes and additional information were recorded. Final Submittal: Submit one (1) set of marked -up Record Prints. Plot and print each Drawing, whether or not changes and additional information were recorded. B. Record Specifications: Submit one (1) copy of Project's Specifications, including addenda and n.� Contract modifications. C. Record Product Data: Submit one (1) copy of each Product Data submittal. o 1. Where Record Product Data is required as part of operation and m teparlo manwAs, submit marked -up Product Data as an insert in manual instead ofsmji talg Record, Product Data. n PART 2 - PRODUCTS { m ('j•' 2.1 RECORD DRAWINGS� r A. Record Prints: Maintain one set of blue- or black -line white prints of the Cor Tract Dings and Shop Drawings. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. C. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. City Hall Boiler & BAS Improvements PROJECT RECORD DOCUMENTS Project No. 1164634 01 7839-1 SECTION 01 7839 PROJECT RECORD DOCUMENTS 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. C. Depths of foundations below first floor. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Duct size and routing. i. Locations of concealed internal utilities. j. Changes made by Change Order or Work Change Directive. k. Changes made following Architects written orders. I. Details not on the original Contract Drawings. M. Field records for variable and concealed conditions. c .o ••t n. Record information on the Work that is shown only scherawi�Ily.G ..r S 3. Mark the Contract Drawings or Shop Drawings, whichever is mostli a4ble of sho Ing actual physical conditions, completely and accurately. If Shop Drawings 6�,yarVA, shoMoss- reference on the Contract Drawings. fir— 0 Q 4. Mark record sets with erasable, red -colored pencil. Use other colorstimlUish between changes for different categories of the Work at same location. ip rr 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Record Transparencies: Immediately before inspection for Certificate of Substantial Completion, review marked -up Record Prints with Architect. When authorized, prepare a full set of corrected transparencies of the Contract Drawings and Shop Drawings. 1. Incorporate changes and additional information previously marked on Record Prints. Erase, redraw, and add details and notations where applicable. 2. Refer instances of uncertainty to Architect for resolution. 3. Owner will furnish Contractor one set of transparencies of the Contract Drawings for use in recording information. 4. Print the Contract Drawings and Shop Drawings for use as Record Transparencies. Architect will make the Contract Drawings available to Contractor's print shop. C. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing Record Drawings where Architect determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. City Hall Boiler & BAS Improvements PROJECT RECORD DOCUMENTS Project No, 1164634 01 7839-2 SECTION 01 7839 PROJECT RECORD DOCUMENTS 1. New Drawings may be required when a Change Order is issued as a result of accepting an alternate, substitution, or other modification. 2. Consult Architect for proper scale and scope of detailing and notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared Record Drawings into Record Drawing sets; comply with procedures for formatting, organizing, copying, binding, and submitting. D. Format: Identify and date each Record Drawing; include the designation 'PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Record Transparencies: Organize into unbound sets matching Record Prints. Place transparencies in durable tube -type drawing containers with end caps. Mark end cap of each container with identification. If container does not include a complete set, identify Drawings included. 3. Record CAD Drawings: Organize CAD information into separate electronic files that correspond to each sheet of the Contract Drawings. Name each file with the sheet identification. Include identification in each CAD file. ro 0 4. Identification: As follows: CD .o z� c a. Project name. > c-> -G — b. Date. -1 n r .<r— c. Designation "PROJECT RECORD DRAWINGS." �� 3 d. Name of Architect. y r e. Name of Contractor. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 4. For each principal product, indicate whether Record Product Data has been submitted in operation and maintenance manuals instead of submitted as Record Product Data. 5. Note related Change Orders, Record Product Data, and Record Drawings where applicable. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. City Hall Boiler & BAS Improvements PROJECT RECORD DOCUMENTS Project No. 1164634 01 7839-3 SECTION 017839 PROJECT RECORD DOCUMENTS 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, Record Specifications, and Record Drawings where applicable. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the Feld office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architects reference during normal working hours. - _ N O END OF SECTIONc� •O _-< c r rn o�K Cr v u+ City Hall Boiler & BAS Improvements PROJECT RECORD DOCUMENTS Project No. 1164634 01 7839-4 SECTION 21 0553 IDENTIFICATION FOR FIRE SUPPRESSION PIPING AND EQUIPMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Tags. B. Pipe markers. 1.2 REFERENCE STANDARDS A. ASME At 3.1 - Scheme for the Identification of Piping Systems 2015. 1.3 SUBMITTALS A. Product Data: Provide manufacturers catalog literature for each product required. B. Manufacturer's Installation Instructions: Indicate special procedures, and installation instructions. PART PRODUCTS 2.1 IDENTIFICATION APPLICATIONS A. Piping: Tags. B. Valves: Tags. 2.2 TAGS A. N P Manufacturers: CD0 1. Brady Corporation: www.bradycorp.com D� r�- 2. Brimar Industries, Inc: www.pipemarker.com pp 1 3. Kolbi Pipe Marker Company: www.kolbipipemarkers.com Gm -o rn � � Q 4. Seton Identification Products, a Tricor Direct Company: www.seton.com o X r 7> F B. Metal Tags: Brass with stamped letters; tag size minimum 1-1/2 inch diameter with smooth Bfges. 2.3 PIPE MARKERS A. Manufacturers: 1. Brady Corporation: www.bradycorp.com 2. Brimar Industries, Inc: www.pipemarker.com 3. Kolbi Pipe Marker Company: www.kolbipipemarkers.com 4. Seton Identification Products, a Tricor Company: www.seton.com B. Color: Conform to ASME A13.1. C. Plastic Pipe Markers: Factory fabricated, flexible, semi- rigid plastic, preformed to fit around pipe or pipe covering; minimum information indicating flow direction arrow and identification of fluid being conveyed. D. Plastic Tape Pipe Markers: Flexible, vinyl film tape with pressure sensitive adhesive backing and printed markings. City Hall Boiler & BAS Improvements IDENTIFICATION FOR FIRE SUPPRESSION PIPING & EQUIPMENT Project No. 1164634 21 0553-1 SECTION 21 0553 IDENTIFICATION FOR FIRE SUPPRESSION PIPING AND EQUIPMENT PART 3 EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive adhesive for identification materials. 3.2 INSTALLATION A. Install tags with corrosion resistant chain. B. Install plastic pipe markers in accordance with manufacturer's instructions. C. Install plastic tape pipe markers complete around pipe in accordance with manufacturer's instructions. D. Use tags on piping 3/4 inch diameter and smaller. 1. Identify service, flow direction, and pressure. 2. Install in clear view and align with axis of piping. E. Locate pipe identification not to exceed 20 feet on straight runs including risers and drops, adjacent to each valve and Tee, at each side of penetration of structure or enclosure, and at each obstruction. END OF SECTION City Hall Boiler & BAS Improvements IDENTIFICATION FOR FIRE SUPPRESSION PIPING 8 EQUIPMENT Project No. 1164634 210553-2 N O r tt GC -3 •O C m co -o m o� r v � City Hall Boiler & BAS Improvements IDENTIFICATION FOR FIRE SUPPRESSION PIPING 8 EQUIPMENT Project No. 1164634 210553-2 SECTION 21 1300 FIRE SUPPRESSION SPRINKLERS PART GENERAL 1.1 SECTION INCLUDES A. Wet -pipe sprinkler system. B. System design, installation, and certification. 1.2 RELATED REQUIREMENTS A. Section 21 0553 - Identification for Fire Suppression Piping and Equipment. 1.3 REFERENCE STANDARDS A. FM (AG) - FM Approval Guide; current edition. B. NFPA 13 - Standard for the Installation of Sprinkler Systems; 2016. C. UL 393 - Indicating Pressure Gauges for Fire -Protection Service; Current Edition, Including All Revisions. D. Factory Mutual (FM) standards E. UL (DIR) - Online Certifications Directory; current listings at database.ul.com. F. International Fire Code G. International Building Code H. City Building Department I. State Fire Marshal J. Local Fire Department N 0 1.4 WIRING a A. The Electrical contractor shall furnish wiring for signal and alarm devices furnishepri�er con{rector. 1.5 SUBMITTALS C-)—< 00 A. Product Data: Provide data on sprinklers, valves, and specialties, including manuf&t�"_rs ccRalogmtd information. Submit performance ratings, rough -in details, weights, support require, apsj pipi ig connections. B. Shop Drawings: a 1. Indicate hydraulic calculations, scaled dimensioned installation drawings, detailed pipe layout, hangers and supports, sprinklers, components and accessories. Indicate system controls. 2. Submit shop drawings, product data, and hydraulic calculations to authorities having jurisdiction and Fire Marshall for approval. Submit proof of approval to Architect/Engineer. C. Operation and Maintenance Data: Include components of system, servicing requirements, shop drawings, approved record drawings, approved calculations, certificate of installation, inspection data, replacement part numbers and availability, and location and numbers of service department. D. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. Extra Sprinklers: Type and size matching those installed, in quantity required by referenced NFPA design and installation standard. 2. Sprinkler Wrenches: For each sprinkler type. City Hall Boiler & BAS Improvements FIRE SUPPRESSION SPRINKLERS Project No. 1164634 21 1300-1 SECTION 21 1300 FIRE SUPPRESSION SPRINKLERS 1.6 QUALITY ASSURANCE A. Conform to FM (AG) requirements. B. Designer Qualifications: Design system under direct supervision of a Technician with NICET level III certification experienced in design of this type of work and licensed in Iowa. C. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. D. Installer Qualifications: All installation work shall be performed by a licensed fire protection sprinkler contractor, licensed for such work where the work is to be performed with minimum three (3) year's experience. E. Equipment and Components: Provide products that bear FM (AG) label or marking. F. Products Requiring Electrical Connection: Listed and classified by UL (DIR) as suitable for the purpose specified and indicated. 1.7 DELIVERY, STORAGE, AND HANDLING A. Store products in shipping containers and maintain in place until installation. Provide temporary inlet and outlet caps. Maintain caps in place until installation. PART PRODUCTS 2.1 MANUFACTURERS A. Sprinklers, Valves, and Equipment: Tyco Fire Protection Products, a Tyco Business: www.tyco-fire.com 2. Viking Corporation: www.vikinggroupinc.com 3. Reliable Automatic Sprinkler Co, Inc.: www.reliablesprinkler.com N O 2.2 SPRINKLER SYSTEM O :o A. Sprinkler System: Reinstall existing sprinkler piping and heads disturbed by ne*pinggstaftU( p. Reinstalled piping and sprinkler heads shall meet NFPA. n-< — �- --IC-) co B. Occupancy: As noted on drawings. .{m -v M _ rr--t1 D. The contractor shall coordinate with the City of Iowa City and shall perform a ht flolw.test Iq iile vicinity of this project prior to completion of the shop drawings. The sprinkler system d sh91 be hydraulically calculated based on the current flow test results. The results and date of the current flow.fest shall be clearly indicated on the first sheet of the shop drawings submitted. 2.3 SPRINKLERS A. Sprinkler heads shall be of the following types: Suspended Ceiling Type: Semi -recessed pendant type with matching screw on escutcheon plate. a. Response Type: Quick. b. Coverage Type: Standard. c. Fusible Link: Glass bulb type temperature rated for specific area hazard. d. Manufacturers: 1) Pendant or recessed: Reliable Model F1 FR series or approved equal. City Hall Boiler & BAS Improvements FIRE SUPPRESSION SPRINKLERS Project No. 1164634 21 1300-2 SECTION 21 1300 FIRE SUPPRESSION SPRINKLERS 2. Exposed Area Type: Pendant type . a. Response Type: Quick. b. Coverage Type: Standard. c. Fusible Link: Glass bulb type temperature rated for specific area hazard. d. Manufacturers: 1) Reliable Model F1 FR series or approved equal. B. Guards: Wire cage type, including fastening device for attaching to sprinkler. Finish to match sprinkler finish. 2.4 PIPING SPECIALTIES A. Pressure Gauges: UL 393, 3-1/2" to 4-1/2" diameter dial, with dial range of 0-250 psig. B. Specialty sprinkler fittings 1. Mechanical "T' Fittings: UL 213, ductile -iron housing with pressure -responsive gasket, bolts, and threaded or locking -lug outlet. 2. Mechanical Cross Fittings: UL 213, ductile -iron housing with pressure -responsive oskets, bolts, and threaded or locking -lug outlets. —�^� �n G 3. Drop -Nipple Fittings: UL 1474, with threaded inlet, threaded outlet, and sea%"'Tdju3Pbble. 1 4. Sprinkler Alarm Test Fittings: Ductile -iron housing with 1'/, -inch (DN 40) inleto"UtIR, intel"test valves, combination orifice and sight glass, and threaded or locking lug ends-4rn Q C. Wet Pipe Sprinkler Alarm Valve: Check type valve with divided seat ring, rubber fapffr to automatically actuate water motor alarm, pressure retard chamber and variable pre re trim -with the following additional capabilities and features: w 1. Activate electric alarm. 2. Test and drain valve. 3. Replaceable internal components without removing valve from installed position. D. Water Flow Switch: UL 346, electrical supervision type, vane type switch for mounting horizontal or vertical, rated to 250 prig. Include 2 SPDT (single -pole, double -throw) circuit switches to provide isolated alarm and auxiliary contacts; rated 10 amp at 125 volt AC and 2.5 amp at 24 volt DC. Complete with factory -set, field -adjustable retard element to prevent false signals, and tamper -proof cover that sends a signal when coveris removed. E. Alaraevices 1. Alarm Devices: Types and sizes that will match piping and equipment connections. 2. Supervisory Switches: UL 753 for valves and indicator posts, electrical -supervision type, SPDT, normally closed contacts, designed to signal controlled valve in other than full open position. PART 3 EXECUTION 3.1 INSTALLATION A. Install in accordance with referenced NFPA design and installation standard. B. Install sprinklers in locations indicated. When sprinkler locations are not indicated in an area, locate sprinklers to meet this specification. City Hall Boiler & BAS Improvements FIRE SUPPRESSION SPRINKLERS Project No.1164634 211300-3 SECTION 21 1300 FIRE SUPPRESSION SPRINKLERS C. Install sprinklers in suspended ceiling in center of acoustical panels and in center of half of acoustical panels. The location of sprinklers may deviate up to 1/4" inches from the center unless approved otherwise by the Architect/Engineer. D. Install sprinkler guards on sprinklers in janitor closets, gymnasiums, locker rooms, under overhead doors, and on non -recessed heads within 84 inches of the floor. E. Install equipment in accordance with manufacturer's instructions. F. Place pipe runs to minimize obstruction to other work. G. Place piping in concealed spaces above finished ceilings. H. Apply masking tape or paper cover to ensure concealed sprinklers, cover plates, and sprinkler escutcheons do not receive field paint finish. Remove after painting. Replace painted sprinklers. Electrical Connections: Power wiring as specified in Division 26. Clean dirt and debris from sprinklers. Replace sprinklers having paint other than factory finish with new sprinklers. Cleaning and reuse of painted sprinklers is prohibited. Flush entire piping system of foreign matter. K. Hydrostatically test portion of updated and reworked system. 3.2 FIELD QUALITY CONTROL A. Perform field acceptance tests of each fire protection system with Arch itecUEngineer and authority having jurisdiction present. Flush, test, and inspect sprinkler piping systems according to NFPA 13 Chapter "System Acceptance." B. Perform field acceptance tests of each fire protection system with Architect/Engineer, Fire Marshal, and authority having jurisdiction present. C. Replace piping system components that do not pass test procedures specified then retest to demonstrate compliance. Repeat procedure until satisfactory results are obtained. 1. Complete the Contractor's Material & Test Certificate and submit form pDmptlywOwner's representative and authority having jurisdiction. C) :Em C— —T,t D. Follow NFPA 24 testing requirements of below ground piping prior to conneclc on -t ttffabovEMund pipes. n 3.3 SPRINKLER APPLICATIONS �t i = rn CD I A. Rooms without Ceilings: Upright sprinklers. r B. Rooms with Ceilings: Recessed sprinklers. — C. Sprinkler Temperature Ratings: Use sprinklers with the following temperature ratings in the applications listed unless noted otherwise on drawings: Ordinary Temperature Classification (155° F): Public areas, classrooms, offices, janitor's closets, mechanical equipment rooms. 3.4 EXTRA STOCK A. General: For each style and temperature range required, furnish additional sprinkler heads, amounting to one (1) unit for every 100 installed units, but not less than five (5) units of each. Provide sprinkler box storage for appropriate number of units. City Hall Boiler & BAS Improvements FIRE SUPPRESSION SPRINKLERS Project No. 1164634 21 13003 SECTION 21 1300 FIRE SUPPRESSION SPRINKLERS 3.5 DEMONSTRATION A. Demonstrate equipment, specialties, and accessories. Review operating and maintenance information. B. Schedule demonstration with at least seven (7) days advance notice. END OF SECTION City Hall Boiler & BAS Improvements FIRE SUPPRESSION SPRINKLERS Project No. 1164634 21 1300-5 nl O .En ♦O -�Cm =gy = m 77 � W City Hall Boiler & BAS Improvements FIRE SUPPRESSION SPRINKLERS Project No. 1164634 21 1300-5 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC PART GENERAL 1.1 SECTION INCLUDES A. ; The work shall include the furnishings of systems, equipment and materials specified in this Division and as called for on the Mechanical Drawings to include supervision, quality control, operation, methods and labor for the fabrication, installation, start-up and tests for the complete mechanical installation. The work shall also include the furnishing of necessary hoisting facilities to set materials and equipment in place and the furnishing of any scaffolding and transportation associated with this `u work. B. Examine the project site and become familiar with existing conditions which will affect the work. Review the drawings and specifications of other trades and take note of conditions to be created which will affect the work. All conditions shall be considered in the preparation of bids; no additional compensation will be made on the behalf of this Contractor. C. Provide labor necessary to demolish the existing mechanical system as shown on the drawings, as described in Part 3, Existing Conditions, or as required. D. Where noted on the drawings or where called for in other sections of the specification, the Contractor for this division shall install equipment furnished by others, and shall make required service connections. Verify with the supplier of the equipment the requirements for the installation. This contractor shall be responsible for the removal and installation of railings, piping, ductwork, louvers, etc. as required to install new equipment. Coordinate shipping splits for all equipment provided by this contractor. 1.2 DAMAGE A. The Contractor shall be responsible for damage to the work of other trades, or to the building and it contents, caused by equipment installation. 1.3 PERMITS AND INSPECTIONS A. Obtain and furnish necessary permits and inspection certificates for material and labor furnished. Permits and certificates shall be obtained from the proper inspection authorities. The cost of permits, certificates and fees required in connection with the installation shall be borne by the Contractor, unless otherwise noted in the detailed contractual description preceding these specifications. Where applications are required for the procuring of utility services to the building, see that such application is properly filed with the utility, and that information required for such an application is presented to the extent and in the form required by the utility company. 1.4 CODES AND STANDARDS A. Applicable provisions of the following codes and standards are hereby imposed on a general basis for the mechanical work (in addition to specific applications specified by individual work sections of these specifications): o 1. ANSI/ASHRAE/IESNA 90.1-2016 Energy Standard for Buildings o ` yp 2. ANSI/ASHRAE 62.1-2016 Ventilation for Acceptable Indoor Air' _ --- 3. ANSI/ASME B31 Standards of Pressure Piping (incl. all appendices M 4. ASHRAE Safety Code for Mechanical Refrigeration (ANSI B9.1) E; r 5. AWWA Standards r w 6. ASME Boiler and Pressure Vessel Code and State Boiler Code 7. American Gas Association City Hall Boiler & BAS Improvements COMMON WORK RESULTS FOR HVAC Project No. 1164634 230500-1 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC r� 8. AWS Standards for Welding 9. Occupational Safety and Health Act (OSHA) : 10. 2012 International Building Code Cl) p T 11. 2012 Uniform Plumbing Code 12. 2012 International Mechanical Code o t !J L Ln 13. 2012 International Fuel Gas Code ' 14. 2012 International Energy Conservation Code 15. 2012 International Fire Code 16. 2005 National Electric Code 17. City amendments to Plumbing, Mechanical and Building Codes 18. NFPA Standards and Pamphlets B. If any work indicated on the drawings or specified herein conflicts in any way with any of the rules and regulations of the above authorities, the Contractor shall notify the ArchitecUEngineer in writing 72 hours before bids are opened. In the event the Contractor fails to notify the ArchitecUEngineer and changes are required by said conflicts, the Contractor shall make such changes as are required without additional cost to this Owner. C. Installations must be safe in every respect, and must not create a condition which will be harmful to building occupants; to operating, installing or testing personnel; to workmen; or to the public. The contractor for each installation shall be solely responsible for providing installations which will meet these conditions. If the Contractor believes that the installation will not be safe for all parties, report these beliefs in writing to the ArchitecUEngineer before any equipment is purchased or work is installed, giving recommendations. The Architect/Engineer will work out required changes and adjustments in contract price where adjustments are warranted. 1.5 DRAWINGS A. A complete set of drawings shall be on the site at all times. Prior to installing any of the work, check the drawings for dimensions and see that the work does not interfere with clearance required for ceilings, beams, foundations, finished columns, pilasters, partitions and electrical equipment as shown on the drawings and details. After work is installed and it develops that interferences occur which have not been called to the ArchitecttEngineer's attention before the installation, the Contractor shall, at his own expense, make such changes in his work as directed by the Architect/Engineer. B. The contract drawings for mechanical work are in part diagrammatic, intended to convey the scope of work and indicate general arrangement and approximate sizes and locations of equipment and materials. Where job conditions require reasonable changes in indicated locations and arrangement, the Contractor shall make such changes as directed by the Architect/Engineer, without additional cost to the Owner. C. Because of the scale of the drawings, certain basic items such as pipe fittings, access panels, and sleeves may not be shown; but where such items are required by other sections of these specifications or where they are required by the nature of the work, they shall be furnished and installed. Rough -in dimensions and locations shall be verified with the supplier of equipment furnished by other trades, or by the Owner, prior to the time of roughing -in. D. Equipment specification may not deal individually with minute items required such as components, parts, controls and devices which may be required to produce the equipment performance specified, or as required to meet the equipment warranties. Where such items are required, they shall be included by the supplier of the equipment, whether or not specifically called for. City Hall Boiler & BAS Improvements COMMON WORK RESULTS FOR HVAC Project No. 1164634 230500-2 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC E. The drawings and the specifications are cooperative and supplementary. It is the intent of both said drawings and specifications to cover all mechanical requirements in their entirety as nearly as possible. The Contractor shall closely check the drawings and specifications for any obvious errors or omissions and bring any such condition to the attention of the Architect/Engineer prior to the receipt of bids, in order to permit clarification by means of a mailed Addendum. If there is no question prior to the bid proposal date, the Architect/Engineer shall assume that the drawings and specifications are complete and correct and will expect the intent of said documents to be complied with, and the installation to be complete in all respects, according to said intent. F. Locate equipment which must be serviced, operated or maintained in fully accessible positions. Minor deviations from the contract drawings may be made to allow for better accessibility, but changes of magnitude, or which involve extra cost, shall not be made without prior approval. Ample space shall be allowed for removal of parts that may require replacement or service in the future. G. All valves, fire dampers, automatic dampers, smoke dampers, damper operators, reheat coils, etc. shall be accessible for maintenance purposes. Locate items carefully and coordinate with other trades so that each piece of equipment is accessible and functional. Items located above a non - accessible ceiling, chase, or soffit shall be accessible through an access door. Coordinate location of access doors with the general contractor. 1.6 RESPONSIBILITY A. The Contractor's responsibility shall not end with the installation and connecting of the various apparatus. It shall include the services of an experienced superintendent, who shall be constantly in charge of the work, together with the qualified journeymen, helpers and laborers required to properly unload, install, connect, adjust, start, operate and test the work involved, including equipment and materials furnished by other trades or by the Owner, until such time as the entire mechanical installation functions properly in every detail. 1.7 COCiDINATION A. Coordinate the work with other trades prior to installation. B. No piping, ducts or equipment foreign to the electrical equipment or architectural appurtenances shall be run over the top of any electrical panels or electrical equipment, in accordance with NEC 110-16 and 384-4. This does not prohibit sprinkler protection for the installation. C. The determination of quantities of material and equipment required shall be made from the drawings. Schedules on the drawings and in the specifications are completed as an aid, but where discrepancies arise, it shall be the Contractor's responsibility to provide the required quantity. D. Where the specifications state that equipment shall be furnished, installed or provided, it shall be understood to mean this Contractor shall furnish and install completely, unless it is specifically stated that the equipment is to be furnished and installed by others. E. The Architect/Engineer reserves the right to determine space priority of the contractors in the event of interference between the piping and equipment of the various contractors. Conflicts between the drawings and specifications, or between requirements set forth for the various trades, shall be called to the attention of the Architect/Engineer. If clarification is not asked for prior to the taking of bids, it will be assumed that none is required, and that the Contractor has submitted his N4ipi conformance with plans and specifications as issued and that no interference exists. o CD F. No piping, ducts or equipment foreign to an elevator hoistway and machinOoam�II be reg,, inside the hoistway and machine room in accordance with NEC 620-37 and ASM5 7.9°1-'102.7,` --I Cl) co J -- r o--.0 zzz City Hall Boiler 8 BAS Improvements COMMON WORK RESULTS FOR HVAC Project No. 1164634 230500-3 69 x31 GI: F'�I�I•�4�: COMMON WORK RESULTS FOR HVAC G. With reference to 1.5F above, when setting suspended equipment in place, the contractor shall obtain the owner's approval of equipment location to ensure adequate clearance for maintenance access is provided - the owner's review and approval of each location is necessary prior to routing and connection of any services: piping, ductwork, controls and/or electrical. Access deemed necessary by the owner may differ from the manufacturer's recommendation. Failure to obtain owner's approval will result in relocation of the unit at the contractor's cost. 1.8 GUARANTEE AND MAINTENANCE A. Materials and equipment shall be guaranteed to be free from defects and to be new equipment; no secondhand, used or salvaged equipment will be allowed. The Owner's existing equipment which is to be relocated or reinstalled under this contract shall be refurbished, cleaned and repaired, and made subject to the guarantee and maintenance as herein specified, unless specifically noted otherwise. B. Keep the entire portion of the work in repair, without additional cost to the Owner, so far as defects in workmanship, apparatus, material or construction are concerned for one (1) year from the date of final acceptance, except as otherwise specified herein. C. Equipment, which fails to meet performance ratings as specified and shown on the drawings, shall be removed and replaced by new equipment that meets the specified requirements, Whout additional cost to the Owner. .o C:) macc'' -n D. Materials and workmanship shall be subject to the review of the Architect� ee%-n whacc presence various tests shall be made as required by these specifications. n -C — r� PART 2 PRODUCTS~{rn .0 M 2.1 SUBMITTALS r A. Contractor to provide an equipment schedule to include: Equipment Tag, Room Lotion, Model #, Serial #, Voltage/Ph, Location of respective electric panel, filter size and quantity. B. Submit shop drawings and catalog data for equipment of this Division as called for in the individual sections and in Division 01. C. Submittal data for mechanical equipment shall consist of shop drawings and/or catalog cuts showing technical data necessary to evaluate the material or equipment to include dimensions, wiring diagrams, performance curves, rating, control sequence, and other descriptive data necessary to describe fully the item proposed and its operating characteristics. Shop drawings shall be submitted on equipment and materials as required by the specifications. D. Approval of materials, including alternate or substitute items, shall be obtained in writing from the Architect/Engineer, verbal approval will not be considered binding. E. Shop drawings shall be submitted and shall have been signed, checked, approved, and initialed by the Contractor prior to submittal to the Architect/Engineer. The ArchitecUEngineer will review shop drawings to aid in interpreting the plans and specifications, and will in so doing assume that the shop drawings conform to specified requirements set forth in this specification. The approval of the shop drawing by the Architect/Engineer does not relieve the Contractor of the responsibility of complying with elements of the specification. The name of the job, Architect/Engineer, location, and specification section shall appear on all pages of shop drawings. Equipment marks (such as EF -1, RTU -1) shall be indicated for each item. F. At the completion of the job, prepare closeout documents to include parts lists, shop drawings, operating and maintenance instructions. See Division 01 for format and submittal requirements. City Hall Boiler & BAS Improvements COMMON WORK RESULTS FOR HVAC Project No. 1164634 230500-4 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC G. At the completion of the project, prepare and submit to the Owner record drawings showing the location of piping, ductwork and accessories.. Drawing shall give accurate dimensions of such equipment for future use by the Owner. This drawing shall be submitted as soon as work is completed and before authorization of final payment. See Division 01 for format and submittal requirements. 2.2 SUBCONTRACTORS AND MATERIALS A. Submit to the Architect/Engineer for review, when requested, a list of subcontractors, materials and equipment proposed to be used. The list must be reviewed by the Architect/Engineer before this Contractor may enter into any sub -contractual agreement. Equipment, materials, and devices, etc. shall be subject to the review of the Architect/Engineer, whether or not said items are herein specified. 2.3 STANDARDS OF MATERIALS AND WORKMANSHIP A. ru Materials shall be new, complete with manufacturer's guarantee or warranty, and shall be as listed by Underwriters Laboratories (UL), Inc., Air Movement and Control Association (AMCA), American Gas Association (AGA), Air Conditioning and Refrigeration Institute (ARI), etc., if a standard has been established by that agency for the type of material. B. Materials shall also comply with applicable standards of the National Electrical Manufacturer's Association, National Board of Fire Underwriters, National Fire Protection Association, National Safety Council, National Bureau of Standards, the National Electrical Code and the Williams -Steiger Occupational Safety and Health Act of 1970. Such standards are hereby made a part of these specifications. C. Work shall be performed by workmen skilled in the particular craft, shall be executed in a workmanlike manner, and shall present a neat mechanical appearance when completed. Align, level and adjust equipment for satisfactory operation, and install so that connecting and disconnecting of piping and accessories can be made readily and so that parts are easily accessible for inspection, operation and maintenance. Methods and techniques of installation shall be subject to the review of the Architect/Engineer. D. Materials shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product. Materials of the same type of class shall be the products of one manufacturer. For example, fans shall be from the same manufacturer and pumps from the same manufacturer. r-� E. Materials shall be protected from damage, and stored indoors or protected from theCpeather at all times, unless other storage arrangements are approved by the Architect/Er neer. e i F. Bearing lubrication fittings shall be as recommended by the manufacturer 4Fd shall 6a- exteirdetl, where necessary, to an accessible location. ac Co G. Material and equipment shall be installed in strict accordance with the manuteL �er'S-Z recommendations. r 2.4 MATERIAL SUBSTITUTIONS C.0 A. Proposals as submitted shall be based on the products specifically named in the specification or on the drawings. Material or equipment by manufacturers other than those specified may be used only by permission of the Architect/Engineer. Such permission for substitution must be requested, in writing, in accordance with Division 01. B. The Architect/Engineer reserves the sole right for the approval of proposed material or equipment, and the phrase, "or approved equivalent", used in these specifications, or on the drawings, shall be interpreted to mean an equivalent approved by the Architect/Engineer. City Hall Boiler & BAS Improvements COMMON WORK RESULTS FOR HVAC Project No. 1164634 230500-5 2.5 M, SECTION 23 0500 COMMON WORK RESULTS FOR HVAC C. Changes required by alternate equipment shall be made at no additional cost to the Owner; and costs incurred by other trades, public utilities or the Owner, as a result of the use of such equipment, shall be the responsibility of the Contractor. D. Furnish to the Architect/Engineer, when requested, samples of proposed material or equipment substitutions. These samples shall remain with the ArchitecUEngineer as long as needed. E. Identify the differences in alternate material or equipment as compared to that spe5fied, and indicate the benefits to the project as a result of selecting the alternative. `� —n n G F. The Architect/Engineer reserves the right to refuse approval of equipment dHEs no t the specification, in their opinion, or of equipment for which no local experiencevKatiTacto Tservice is available. The Architect/Engineer further reserves the right to reject equipwdFfor which maintenance service and the availability of replacement parts is questionatlo� _ 0 JOINING MATERIALS g� r q CA A. Refer to individual Division 23 piping Sections for special joining materials not listed below. B. Pipe -Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system contents. ASME B16.21, nonmetallic, flat, asbestos -free, 1/8 -inch (3.2 -mm) maximum thickness unless thickness or specific material is indicated. a. Full -Face Type: For flat -face, Class 125, cast-iron and cast -bronze flanges. b. Narrow -Face Type: For raised -face, Class 250, cast-iron and steel flanges. 2. AWWA C110, rubber, flat face, 1/8 inch (3.2 mm) thick, unless otherwise indicated; and full - face or ring type, unless otherwise indicated. C. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, unless otherwise indicated D. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. E. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. Brazing Filler Metals: AWS A5.8, BCuP Series, copper -phosphorus alloys for general -duty brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping, unless otherwise indicated. G. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. H. Solvent Cements for Joining Plastic Piping: 1. . CPVC Piping: ASTM F 493. 2. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manufacturer. DIELECTRIC FITTINGS A. Products: Victaulic Style 47 Waterway or equivalent by Anvil. City Hall Boiler 8 BAS Improvements COMMON WORK RESULTS FOR HVAC Project No. 1164634 230500-6 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 2.7 MECHANICAL SLEEVE SEALS A. Description: Modular sealing element unit, designed for field assembly, to fill annular space between pipe and sleeve. 1. Manufacturers: a. Thunderline , 2. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 3. Pressure Plates: Carbon steel. Include two for each sealing element. 4. Connecting Bolts and Nuts: Carbon steel with corrosion -resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.8 SLEEVES A. Galvanized -Steel Sheet: 0.0239 -inch (0.6 -mm) minimum thickness; round tube closed with welded longitudinal joint. B. Steel Pipe: ASTM A 53, Type E, Grade B, Schedule 40, galvanized, plain ends. C. Cast Iron: Cast or fabricated "wall pipe" equivalent to ductile -iron pressure pipe, with plain ends and integral water stop, unless otherwise indicated. D. Stack Sleeve Fittings: Manufactured, cast-iron sleeve with integral clamping flange. Include clamping ring and bolts and nuts for membrane flashing. 1. Underdeck Clamp: Clamping ring with set screws. E. Molded PVC: Permanent, with nailing flange for attaching to wooden forms. F. PVC Pipe: ASTM D 1785, Schedule 40. G. Molded PE: Reusable, PE, tapered -cup shaped, and smooth -outer surface with nailing flange for attaching to wooden forms. a 2.9 ESCUTCHEONS A. Description: Manufactured wall and ceiling escutcheons and floor plates,Wvin iti to c19 fit around pipe, tube, and insulation of insulated piping and an OD that compt8ti Comers o0ening. B. One -Piece, Deep -Pattern Type: Deep -drawn, box -shaped brass with polis{16t�t,�hrore C. One -Piece, Cast -Brass Type: With set screw. ax t y t 1. Finish: Polished chrome -plated. w D. Split -Casting, Cast -Brass Type: With concealed hinge and set screw. 1. Finish: Polished chrome -plated. E. One -Piece, Stamped -Steel Type: With set screw or spring clips and chrome -plated finish. F. Split -Plate, Stamped -Steel Type: With concealed hinge, set screw or spring clips, and chrome -plated finish. G. One -Piece, Floor -Plate Type: Cast-iron floor plate. H. Split -Casting, Floor -Plate Type: Cast brass with concealed hinge and set screw. City Hall Boiler & BAS Improvements COMMON WORK RESULTS FOR HVAC Project No. 1164634 230500-7 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 2.10 GROUT A A. Description: ASTM C 1107, Grade B, non -shrink and nonmetallic, dry h ic4finent gmut. ,t 1. Characteristics: Post -hardening, volume -adjusting, non -staining, Fotorr'6ve, n5niseous, and recommended for interior and exterior applications. �n —y 2. Design Mix: 5000 -psi (34.5-MPa), 28 -day compressive strength. 3. Packaging: Premixed and factory packaged. L PART 3 EXECUTION 3.1 EXISTING CONDITIONS A. Examine the existing site and become familiar with the conditions as they exist, or that will in any manner affect the work under this contract. No allowance will be made subsequently, in this connection, on behalf of the Contractor for any error or negligence by the Contractor. B. Existing equipment, such as duct or pipe, in or on the existing building and grounds which is to be replaced, or which interferes in any way with the remodeling of the existing facilities and/or installation of new equipment, shall be removed from the premises or relocated by this Contractor, as directed by the ArchitecUEngineer. Do not remove from the premises, any equipment that may have maintenance value to the Owner without permission of the Owner. Equipment, duct or pipe not to be reused shall be removed from the premises, unless otherwise noted herein or shown on the drawings. C. Where existing equipment is removed or changed, all duct and pipe no longer in service shall be removed and stubs plugged as directed by the Architect/Engineer. Building surfaces damaged and openings left by removal of equipment shall be repaired by the proper trades and paid for by this Contractor, unless otherwise noted on the drawings. The cutting and fitting shall be done by this Contractor. The cutting of floor, ceiling or wall surfaces shall be done by this Contractor with extreme care, in order to avoid any disrupting or damage of existing utility services which may be encountered. Coordinate with other trades and with the General Contractor, to minimize the damage to the building in order to reduce the amount of patching required. D. Where new openings are cut and concealed piping is encountered, such items shall be removed or 'relocated as required. Where systems to be removed stub through floors, walls or ceilings, openings shall be patched so that no evidence of the former installation remains. E. Existing active services (water, gas, sewer, electric), when encountered, shall be protected against damage. Do not prevent or disturb operation of active services that are to remain. If active services are encountered which require relocation, make request to authorities with jurisdiction for determination of procedures. Where existing services are to be abandoned, terminate in conformance with requirements of the utility or municipality having jurisdiction. F. The location, size and elevation of underground utilities shown on the drawings are in accordance with data supplied by the Owner and/or the various utility companies. The Contractor shall verify this data and shall report any discrepancies to the ArchitecUEngineer before submitting his bid. 3.2 INTERRUPTION OF SERVICE A. Changes in service shall be made so as to provide a minimum of interference with the operation of services in the building. When changes require shutdown of building services, such shutdowns shall be scheduled for weekends or holidays: all associated costs for shutdowns shall be the responsibility of the contractor. Notify the owner in writing (14) days in advance of shutdown, also providing duration, systems affected and nature of shutdown. Temporary arrangements shall be approved by the Architect/Engineer and/or Owner. B. Any and all interruptions to building services shall be in accordance with Division 01. City Hall Boiler & BAS Improvements COMMON WORK RESULTS FOR HVAC Project No. 1164634 230500-8 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 3.7 CONCRETE AND MASONRY WORK A. Concrete bases and pads for mechanical equipment will be furnished by General Contractor. This Contractor shall coordinate size. Size bases to extend minimum of 4" beyond equipment base in any direction, and 4" above finished floor elevation. Construct of reinforced concrete, roughen floor slab beneath base for bond, and provide steel rod anchors between floor and base. Locate anchor bolts using equipment manufacturer's templates. Chamfer top and edge comers. B. Furnish equipment anchor bolts and be responsible for their proper installation and accurate location. 3.8 PAINTING A. The finish of any item that has been marred, scratched or damaged in any way by this Contractor shall be repainted at the expense of this Contractor, and to the satisfaction of the Architect/Engineer and the Owner. B. Painting and finishing of exposed mechanical systems (including but not limited to piping, ducting and supports) shall be provided. Finishes shall be as defined in Division 09 - Finishes. Exposed shall be defined as where accessible or visible to occupants of the building and/or the public. 3.9 CLFN41NG A. Keep the premises clean of all debris, caused by the work as described in Division 01. B. Keep the premises clean of all debris caused by the work at all times, and keep materials stored, in areas designated by the Owner, in such a manner as not to interfere with the progress of the work of other Contractors or with the operation of existing facilities. C. At the conclusion of the construction, the site shall be thoroughly cleaned -of all rubble, debris and unused material and shall be left in good order. Closed off spaces shall be cleane4* waste such as material, cartons, and wood frame members used in the construction.I c. l 3.10 SUSPENSION FROM WOOD STRUCTURAL MEMBERSD� i A. In general, concentrated or other loads shall not be suspended directly from ottm of structural members, unless approved by the Architect/Engineer. Loads suspQvmd fpw op eb joists or trusses maybe transferred to the bottom chord of the structural me t tF*panprots. Loads suspended from solid web joists shall be transferred to the joists only 6.Jot{ig top flange or web. Suspension systems shall be reviewed by the Architect/Engineer. y r w 3.11 WIRING FOR MECHANICAL EQUIPMENT A. The electrical contractor will provide power to and connection of motors and equipment furnished by this Contractor. Where disconnect switches are not specified to be furnished with the equipment, the electrical Contractor will furnish disconnect switches for equipment furnished by this Contractor. B. Provide integral wiring, alarm wiring, control wiring, temperature control wiring and interlock wiring for equipment furnished, whether or not such wiring is furnished by the equipment vendor. C. Except where other Sections call for starters to be furnished by manufacturers as part of their equipment, the electrical contractor will furnish motor starters for motors furnished by this Contractor. D. Furnish to the electrical contractor, shop drawings and a schedule for motors and other mechanical equipment furnished, which require electrical services. The schedule shall include the locations for rough -ins, electrical loads, size, and electrical characteristics for services required. E. Additional costs incurred, where motors or equipment furnished by this Contractor require larger services or services of different electrical characteristics than those called for on the Electrical Drawings, due to the Contractor furnishing substitute equipment, shall be paid for by this Contractor. City Hall Boiler & BAS Improvements COMMON WORK RESULTS FOR HVAC Project No. 1164634 23 0500-13 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC F. Review the Electrical Drawings and call to the attention of the Architect/Engineer, prior to bidding, omissions of electrical services required for equipment. G. Mechanical equipment which requires fuse protection, to maintain UL listing, shall be coordinated with the electrical contractor to provide such protection. 3.12 MOTORS A. TEFC and ODP motors for equipment supplied by this contractor, '/2 HP and larger, shall meet NEMA PremiumTm efficiencies as specified within NEMA Standards Publication MG 1-2003. B. All motors that are indicated to be used with Variable Frequency Drives (VFD's) sJ01 be inverter duty rated. Coordinate all motor requirements with the electrical contractor. :o C. Provide motor shaft grounding kit for all VFD motors. n C-1-- --- 3.13 PROTECTION n�r __4r_ -p rn A. Special care shall be taken for the protection of equipment furnished by this�fltraggbr. Epp��gqment and material shall be protected from elements such as weather, painting atepflg un4ThtlSe project is completed. Damage from rust, paint or scratches shall be repairre s req 3�' ed to restore equipment to original condition. B. Protection of equipment during the plastering and painting of the building shall be the responsibility of the contractor performing that work, but this shall not relieve this Contractor of the responsibility of checking to assure that adequate protection is being provided. C. Where the installation or connection of equipment requires this Contractor to work in areas previously finished by other contractors, this Contractor shall be responsible that such areas are protected and are not marred, soiled or otherwise damaged during the course of such work. This Contractor shall arrange with the other contractors for repairing and refinishing of such areas which may be damaged. D. When heavy materials must be placed upon or transported over the roof deck, sheeting shall be placed to distribute the weight and support such materials. Any damage shall be immediately corrected at no cost to the Owner. 3.14 NOISE AND VIBRATION A. Be responsible for the installation of all equipment in such a manner as to control the transmission of noise and vibration from any installed equipment or system, so that the sound level does not exceed NC35 in any occupied space. Be responsible for the correction of any objectionable noise in any occupied area due to improperly installed equipment. 3.15 MANUFACTURER'S START-UP A. Where indicated, manufacturer shall provide a factory authorized service representative or factory engineer as specified, for unit start up. Startup procedure and respective documentation shall be submitted as part of shop drawing review process. Completed start-up documentation shall be submitted directly to the owner/engineer by the manufacturer. B. Start-up shall be scheduled only once electrical, mechanical, sheet metal and temperature controls contractors' are confirmed complete, AND the owner approves proceeding with start-up; confirmation by each shall be made to the GC in writing. C. Contractor's confirmation of complete installation prior to scheduling the start-up shall include: 1. All aspects of equipment installation shall be completely installed in permanent condition, to include but not limited to: sheet metal, piping, final heat transfer fluids installed, controls and associated programming, insulation and electrical. City Hall Boiler & BAS Improvements COMMON WORK RESULTS FOR HVAC Project No. 1164634 23 0500-14 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 2. The owner/engineer shall confirm all aspects complete, prior to start-up being scheduled. The owner's signature on the manufacturer's satisfactorily completed prestart-up checklist will allow the manufacturer to then confirm start-up availability and schedule. D. Both the equipment start-up and temperature controls contractor start-up personnel shall be onsite together to assist each other as required for start-up. E. No portion of onsite test and balance shall proceed until start-up of all equipment has been satisfactorily documented by the manufacturer, and confirmed by the owner. 3.16 TEST AND BALANCE A. No portion of onsite test and balance shall proceed until satisfactory start-up of all equipment has been satisfactorily documented by the manufacturer, and confirmed by the owner. 3.17 TESTS AND DEMONSTRATIONS A. Systems shall be tested and placed in proper working order prior to demonstrating systems to the Owner. B. Prior to acceptance of the mechanical installation, demonstrate to the Owner or his designated representative's essential features and functions of all systems installed, and instruct the Owner in the proper operation and maintenance of such systems. C. Furnish the necessary trained personnel to perform the demonstrations and instructions, and arrange to have the manufacturer's representatives for the system present to assist with the demonstrations. The Owner and Contractor shall each sign a certification stating that the training has been performed n, and the Owner accepts same. 3.18 EQUIPMENT LIST A. Consistent with the Valve & Damper schedule (Section 23 0553), submit an equipment list identifying all equipment on and consistent with the mechanical schedule: by equipment tag, room location, model number, serial number, number & size of filters, voltage/phase with respective electrical panel & panel location. Refer to Equipment Schedule Template 23 0500A. B. Identify each glycol system by mechanical system served, with glycol type, system volume, design ratio of glycol (by volume) and final ratio of glycol (by volume) as tested. 3.19 UTILITY REBATE APPLICATIONS A. This contractor shall be responsible for gathering all information necessary for and completion of utility rebate applications. Potential rebates include but not limited to: high efficiency gas boilers, chillers, heat pumps, ventilation equipment, energy recovery equipment, water heaters, thermostats, timeclocks, motors, variable speed drives, and other items furnished by the contractor of this Division. Submit to owner copies of all documentation provided to the utilities. 3.20 WARRANTY A. At a minimum, warranties for all Sections of this Division shall comply with the two year warranty period. Any warranties within this Division explicitly stipulating longer warruty periit than identified in Performance Bond (i.e. compressors), shall be held to the longer warran R eriodo Dy z E2-< _ --- END OF SECTION —I co r— `� r o � m r D J- W City Hall Boiler & BAS Improvements COMMON WORK RESULTS FOR HVAC Project No. 1164634 23 0500-15 SECTION 23 0513 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT PART 1 -GENERAL A. Section includes general requirements for ODP motors for use on ac power systems up to 480 V and installed at equipment manufacturer's factory or shipped separately by equipment manufacturer for field installation. 1.2 COORDINATION A. Coordinate features of motors, installed units, and accessory devices to be compatible with the following: 1. Motor controllers. 2. Torque, speed, and horsepower requirements of the load. 3. Ratings and characteristics of supply circuit and required control sequence. 4. Ambient and environmental conditions of installation location. PART2-PRODUCTS 2.1 MOTORS A. TEFC and ODP motors for equipment supplied by this contractor, 1/ HP and larger, shall meet NEMA Premium^" efficiencies as specified within NEMA Standards Publication MG 1-2016. B. All motors that are indicated to be used with Variable Frequency Drives (VFD's) shall be inverter duty rated; motors specified for use in VFD applications shall be provided with motor shaft grounding kits. Coordinate all motor requirements with the electrical contractor. PART 3 - EXECUTION Not Used END OF SECTION City Hall Boiler & BAS Improvements COMMON MOTOR REQUIREMENTS FOR HVAC Project No. 1164634 230513-1 N C)�O n V Cr,)- -0 M z �70z r D t W City Hall Boiler & BAS Improvements COMMON MOTOR REQUIREMENTS FOR HVAC Project No. 1164634 230513-1 SECTION 23 0519 METERS AND GAUGES FOR HVAC PIPING Z1 iitti4N4[Lto 1.1 SECTION INCLUDES A. Provide equipment, materials, labor, and supervision necessary to install thermometers and gauges. 1.2 QUALIFICATIONS A. Thermometers: Trerice BX9, Ashcroft, U.S. Gauge or Weiss. B. Gauges: Trerice 600CB for water, Ashcroft, U.S. Gauge or Weiss. 1.3 SUBMITTALS A. Submit manufacturer's product and installation data. PART2 PRODUCTS 2.1 THERMOMETERS A. 9 in. adjustable angle industrial thermometer, brass stem, complete with double thick glass front, red reading mercury, separable socket and arranged so the unit can be set at any required angle front to back or left to right during or after installation. B. Range 1. 30° F - 210° F for boiler applications. 2. Others as specified in documents. 2.2 GAUGES A. 4-1/2 in. compound pressure vacuum gauge, aluminum case, white dial, lever handle union cocks and 1/4 -in. male NPT. B. Range. 1. Boiler Applications: 0 to 100 psi pressure. 2. Hydronic pumps as scheduled: r, 0 a. s 30' head loss: provide 30 in. vacuum to 30 psi pressug gauge° , n C-) ct ct b. > 30' and s 60' head loss: provide 0 to 30 psi pressure ga'qp. C. > 60' and 5 130' head loss: provide 0 to 60 psi pressures{ 9e. tf1 r rn d. > 130' and s 225' head loss: provide 0 to 100 psi pressug�ugm CD VK 3. Others as where specified in documents. r `v t W 2.3 THERMOMETER WELLS A. Provide thermometer wells constructed of brass or stainless steel, pressure rated to match piping system design pressure. Provide 2" extension for insulated piping. Provide cap nut with chain fastened permanently to thermometer well. B. Manufacturer: Same as thermometers. City Hall Boiler & BAS Improvements METERS & GAUGES FOR HVAC PIPING Project No. 1164634 230519-1 SECTION 23 0519 METERS AND GAUGES FOR HVAC PIPING PART 3 EXECUTION 3.1 INSTALLATION A. Install thermometers in discharge and return piping at: boilers, large heating & cooling coils, convertors and at each supply and return connection for large heating and cooling coils and at other points as shown on the Drawings. B. Install gauge for each pump, mounted on 1/4 in. galvanized steel pipe manifold connected to the suction and discharge of the pump, with lever handle union cocks in the manifold on each side of the gauge, so that the gauge may be opened to either the suction or discharge pressure. C. Install gauges on boilers, pumps, heat exchangers, pressure reducing valves and at other points as shown on the Drawings. END OF SECTION a :o *C C� m -a rn C� F' D y cn City Hall Boiler 8 BAS Improvements METERS & GAUGES FOR HVAC PIPING Project No. 1164634 230519-2 SECTION 23 0523 GENERAL -DUTY VALVES FOR HVAC PIPING PART1 GENERAL 1.1 SECTION INCLUDES T Gate and Check Valves Crane, Stockham, Lunkenheimer, Hammonf�ndusio� l Series, NIBCO, Milwaukee w Characterized Control Valves I Belimo Watts Worchester Ball Valves Jamesbury, Jenkins, Milwaukee, Watts, Worchester, Powell, or NIBCO Butterfly Valves Lined: Keystone, Demco, Milwaukee, Centerline, NIBCO High Performance: Jamesbury, Dezurik, Durco City Hall Boiler & BAS Improvements Project No. 1164634 GENERAL DUTY VALVE FOR HVAC PIPING 230523-1 A. Provide equipment, materials, labor, and supervision necessary to install valves as indicated on drawings and in schedules, and herein specified. B. Valves of the same type shall be of a single manufacturer. Valves shall conform to ANSI standard dimensions. 1.2 SUBMITTALS A. Submit detailed Product Data clearly indicating manufacturer, model, size, dimensions and pressure rating. B. Submit valve schedule, indicting valve ID, type, size and intended service and location. 1.3 PACKAGING A. Valves shall be furnished or provided with protective packaging to prevent damage during shipping or on the job site. 1.4 DEFINITIONS A. S.P. Saturated Steam Pressure B. W.P. Working Pressure C. W.O.G. Water, Oil, Gas Pressure D. BR. Bronze E. I.B.B.M. Iron Body, Bronze -Mounted F. O.S.&Y. Outside Screw and Yoke G. N.R.S. Non -Rising Stem H. R.S. Rising Stem I. M.S.S. Manufacturer's Standardization Society of the Valve and Fitting Industry, Inc. PART PRODUCTS o 2.1 MANUFACTURERS a C E', A. Subject to compliance with requirements, provide products manufactured by'b�of 0 foil as listed for each valve type, or Engineer -approved equivalent. (tn C0 33� T Gate and Check Valves Crane, Stockham, Lunkenheimer, Hammonf�ndusio� l Series, NIBCO, Milwaukee w Characterized Control Valves I Belimo Watts Worchester Ball Valves Jamesbury, Jenkins, Milwaukee, Watts, Worchester, Powell, or NIBCO Butterfly Valves Lined: Keystone, Demco, Milwaukee, Centerline, NIBCO High Performance: Jamesbury, Dezurik, Durco City Hall Boiler & BAS Improvements Project No. 1164634 GENERAL DUTY VALVE FOR HVAC PIPING 230523-1 SECTION 23 0523 M4:I4:L1moil] W&M-11 A9*2741:41:1%199I:JI:N Valves CPVC Valves I ASAHI/America, Watts or Nibco 0#'�C14,121:117-11111 A. Materials: Discs, gaskets, packings, seats, diaphragms and lubricants shall conf97 to recommendations of the valve manufacturer for the intended use. o B. Body materials, unless otherwise stated: :*n G 1. Bronze: 125-150 lbs., ASTM B62 —t C-7 W 2. Iron: 200-300 lbs., ASTM B61 s 3. Cast Iron: ASTM A126, Class B= X- 4. Cast Iron: ASTM 448 D ut 5. Ductile Iron: ASTM A395 6. Cast Steel: ASTM A216 2.3 GATE VALVES A. Provide gate valves complying with MSS SP -80. Gate valves shall be as follows unless otherwise indicated on the drawings. 1. 2 in. and Smaller: 125-I1b. saturated steam, screwed, solid wedge disc, and all parts high- grade bronze except wheel and packing. 2. 2-1/2 in. through 16 in.: 125-I1b. saturated steam, O.S.&Y., flanged ends, bronze seats and stem, double -seated solid wedge disc, iron body and bonnet. 3. Steam lines over 16 in.: 150 -Ib. saturated steam, O.S.&Y., cast steel body, solid wedge disc, all carbon steel construction. B. Equip valves with packing suitable for intended service. C. Provide gate valves designed such that back seating protects packing and stem threads from fluid when valve is fully opened. Equip valves with gland follower. 2.4 CHECK VALVES A. Check valves for water, steam, and air shall be as follows unless otherwise shown on the drawings: 1. 3 in. and smaller: 200 -Ib. saturated steam, swing type, threaded, bronze body meeting ASTM B62, pressure tight removable disc, hinge bumper to prevent sticking open, can be mounted horizontally or vertically. 2. Over 3 in.: 125 -Ib. saturated steam, swing check, flanged iron body meeting ASTM A126 Class B design to prevent disc sticking open, removable disc, bronze trimmed for steam or water, otherwise all iron construction. 3. Non -slam type for pump discharge duty - 2-1/2 in. and larger: I.B.B.M., flanged, class 300, wafer style. City Hall Boiler & BAS Improvements GENERAL DUTY VALVE FOR HVAC PIPING Project No. 1164634 230523-2 SECTION 23 0523 GENERAL -DUTY VALVES FOR HVAC PIPING 4. Lift check type for boiler feed - 2 in. and smaller: 125 -Ib. saturated steam, ball cone, check valve with threaded bronze body and spring loaded seating action. 2.5 BALL VALVES A. 2 in. and smaller: ASTM 8584 bronze body, 2 -piece, full port stainless steel ball, screwed or soldered ends with Teflon seats and seals, blow out proof stem, tee or lever handle rated to 150 SW P/600W06. B. Over 2 in.: Carbon semi -steel or ductile iron body, 2 -piece, full port stainless steel ball, ANSI rated flanged ends with Teflon seats and lever handle. C. Ball valves for natural gas shall be AGA approved. 2.6 BUTTERFLY VALVES A. Lined 1. Disc - Aluminum bronze ASTM B148 Class 9B or ASTM B584 Alloy 876 for chilled, heating and condenser water, air, and fuels. 2. Seat a. Buna N hardback type ASTM D735-SB620AABEl E3G for chilled, hot and condenser water, air, fuels. b. Hypalon ASTM D735-SC620A1 BF1 JL for chemically treated water and water — 10° F to +180° F. C. EPT ASTM D735-RA620A BF2JL for hot water, low-pressure steam +190° F to +230° F. 3. Stem - Stainless steel dry journal type QQ-S-763. 4. Bodies — Semi -steel; ASTM A126 Class B; cast iron, ASTM 448; ductile iron. ASTM A536; or cast steel, ASTM A216. On insulated piping, butterfly valves shall have exuded neck suitable for 2 in. thick insulation. .a 5. CD Actuators D a r�- a. Lever handle with infinite lever with lockinc�$� rem valvre- izes 2 position positive in. through 5 in. �rn I n b. Provide geared hand wheel on valves 6 in. and larger. r77 C. Provide chain operator for valves 6" and larger, where locate9'8 feet higher above the finished floor in mechanical and boiler rooms. 6. General Specifications. a. Butterfly valves may be of flanged, wafer, or lug type (lugs drilled and tapped). Grooved valve couplings may be used where grooved piping is applied, except at pump installations which shall be flange. b. Elastomer seats shall be bonded to a rigid backup ring, be field replaceable, and of the types listed above. C. The disc shall be aluminum bronze of the floating type with no external disc to stem fasteners. Drive is accomplished by a square stem engaging in a broached disc. d. Stems shall be stainless steel of the one-piece type, completely sealed from line flow. City Hall Boiler & BAS Improvements GENERAL DUTY VALVE FOR HVAC PIPING Project No. 1164634 230523-3 SECTION 23 0523 GENERAL -DUTY VALVES FOR HVAC PIPING e. Working Pressures: 28 in. vacuum to 250 Ib. working pressures, 300 Ib. test, with bubble -tight end of line shutoff. f. Dead end service at full pressure without the need of a downstream flange. B. High Performance 1. Class 150, Single -Flange, High -Performance Butterfly Valves. 2. Description: a. Standard: MSS SP -68. N b. CWP Rating: 285 psig at 100 deg F. CD -�-� C. Body Design: Lug type; suitable for bidirectional dead-*Qer"e at raleti pressure without use of downstream flange. n -t a; d. Body Material: Carbon steel, cast iron, ductile iron, or st steel. m Ss sm e. Seat: Reinforced PTFE or metal. i= = = f. Stem: Stainless steel; offset from seat plane. 3> Cn 0 g. Disc: Carbon steel. h. Service: Bidirectional. 2.7 DRAIN VALVES (HOSE BIBBS) A. Soldered or Threaded Ends: Bronze body, screwed bonnet, rising stem, composition disc, 3/4 in. threaded hose outlet connection; 125 psi, maximum pressure rating. 2.8 PLUG VALVES A. Plug valves shall not be furnished unless specifically shown on the drawings. When so indicated, this type of valve shall meet the following specifications: 1. _, Smaller than 2 in.: tapered plug valves, semi -steel, screwed, wrench operated with wrench. 2. 2 in. and larger: tapered plug valves, carbon steel, flanged, lubricated plug wrench operated with wrench. 2.9 AUTOMATIC VALVES A. Solenoid Valves - Coil and valve body assemblies. Solenoids to have UL listed Class F molded coils, direct operating, normally closed, 120V, in a NEMA 1 enclosure. 1. 2 in. and under: 150 Ib. bronze body with stainless steel trim, screwed ends, packless and two position. 2. 2 1/2 in. and larger: 125 Ib. cast iron body with stainless steel trim, flanged ends, packless main valve with packless 3 -way external pilot solenoid valve. B. Pressure Reducing Valves 1. Steam: 250 Ib. cast iron body with stainless steel trim, screwed ends for 2 in. and under, flanged ends for 2-1/2 in. and larger, inlet operating range of 60 to 150 lbs. 2. Gases 2 in. and under: 300 Ib. cast zinc body with brass trim, external steam, inlet operating range of 50 to 100 lbs. with built-in relief. City Hall Boiler 8 BAS Improvements GENERAL DUTY VALVE FOR HVAC PIPING Project No. 1164634 230523-4 SECTION 23 0523 GENERAL -DUTY VALVES FOR HVAC PIPING 2.10 WRENCHES A. Provide one gas cock wrench for every 10 gas cocks sized 2 in. and smaller, minimum of one. Provide each gas cock sized over 2 in. with a wrench, with set screw. PART 3 EXECUTION 3.1 VALVE LOCATIONS — GENERAL A. Unless otherwise noted, shutoff valves shall be provided at all equipment connections (supply and return where applicable) for the following piping: pump suction and discharge, water, air, steam, condensate, fuel and gas and drain lines (except on gravity drains from pans). Equipment connections include such items as coils, condensers, tanks, pumps, heat exchangers, and similar items. B. Check valves of the non -slam type shall be installed at the discharge of pumps unless otherwise shown on the drawings. C. Install isolation valves at each branch off of horizontal mains and vertical risers. D. All valves 4 in. and larger used for dead end service (future connections) shall be high performance butterfly type, lugged style with tapped holes in a wafer body. 3.2 INSTALLATION INSTRUCTIONS A. Follow the manufacturer's recommended installation instructions concerning soldering, silver brazing, welding, threading, and installation of flanged valves in order to prevent damage to the valve and assure its maximum efficiency. Additional specific installation requirements are as follows: 1. Thread pipe for threaded valves to standard length only, using new block dies. 2. Put pipe compound on the pipe end, not into the valve threads. Securely screw pipe and Valve together. 3. Blow out or otherwise thoroughly clean pipe sections before they are installed. 4. Close valve before installation. 5. Secure and adjust valves for no leaks and for easy operation. 6. Install valves with stems horizontal or vertical above the pipe and square with building construction. 7. Install valves so piping does not place a stress or strain on the valve body. 8. Provide extended -stem valves where insulation is indicated. Stems shall be extended such that the handle moves freely without contact with the insulation. For gate valves, provide rising stem. 9. Install drain valves at low points of piping, at each mechanical equipment itb, and elsewhere, where indicated. 0 b 10. Locate valves, cock, and hose bibbs to allow easy accessibility fio atiak maince and repair. it. Lugged butterfly valves with rubber -lined seats shall be installed 4brtfle disc(s)artially open. Bolts shall be torqued to the manufacturer's recommendaf _ L„ r - r City Hall Boiler & BAS Improvements GENERAL DUTY VALVE FOR HVAC PIPING Project No. 1164634 230523-5 3.3 3.4 SECTION 23 0523 GENERAL -DUTY VALVES FOR HVAC PIPING PROVISION FOR WRENCHES A. One operating wrench shall be provided for every 10 valves of each type not equipped with hand - wheels or levers. A minimum of two wrenches shall be provided for each type of valve. VALVE SCHEDULE Valve Type Service Characterized Control - All Sizes Water, for HVAC systems; Suitable for on-off or throttling service. Check - All Sizes Water, air and steam for HVAC and process piping D r -n systems. Ball - All Sizes Water for HVAC piping systems; for operation up to 200 psi at 500° F. Butterfly - 2 in. and Larger (Lined) Water for HVAC piping systems; for operation up to 200 psi at 500° F. Valves at dead end service in including those for future extension shall be high performance. Drain HVAC systems. Plug - All Sizes I Natural gas service. o Refrigerant Pipinq and Automatic HVAC and pipinq controls. C c� Gate Boiler and water heater service. D C-)-< �; r �C') END OF SECTION 'gym 3 m Q �S. r D r -n 0 City Hall Boiler & BAS Improvements GENERAL DUTY VALVE FOR HVAC PIPING Project No. 1164634 230523-6 SECTION 23 0529 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT PART1 GENERAL 1.1 SECTION INCLUDES A. Provide equipment, materials, labor and supervision necessary to install pipe hangers and supports. B. Pipe support systems shall secure pipes in place, prevent pipe vibration, provide vertical adjustment for maintaining required grades, and provide for expansion and contraction. C. Where supports are attached to concrete or other structural members, care shall be taken to prevent damage or weakening of the structural members. D. Where concrete inserts are to be used, it shall be this Contractor's responsibility to accurately locate and attach inserts to concrete forms. 1.2 REFERENCES A. American National Standards Institute, ANSI: 1. ANSI 1331.1: Power Piping. B. Manufacturers Standardization Society of the Valve and Fittings Industry, MSS, 1815 North Fort Myer Drive, Arlington, VA 22209. 1. MSS SP -58: Pipe Hangers and Supports - Materials, Design and Manufacturer. 2. MSS SP -69: Pipe Hangers and Supports - Selection and Application. PART2 PRODUCTS 2.1 HANGERS AND SUPPORTS A. Hangers and support devices shall be Grinnell, Fee and Mason, Michigan, B -Line or approved equivalent. Figure numbers based on Grinnell. PART 3 EXECUTION 3.1 INSTALLATION - HORIZONTAL PIPE SUPPORTS A. Hanger rods for steel, wrought iron and brass pipe shall be installed in accordance with the following schedule. Hanger rods for fiberglass pipe shall comply with the following schedule; hanger spacing and type shall comply with manufacturer's recommendations: N CS Pipe Size Rod Diameter Maximum Spacing Up to 1 '/4" 3/8" 8'-0" c7 -G 1 '/," and 2" 3/8" 10'-0" n m j" 2'/2" and 3" 1/2 �rTJ = rn 0 0 4" and 5" 5/8" 12'-0" 6" '/4" 12'4- r r 8" 7/8" 14'-0„ 10" and 12" 7/8" 16'-0" 14" and 16" 1" 16'-0" 18" 1 1/8" 18'-0" 20" and 24" 1 '/4" 20'-0" City Hall Boiler & BAS Improvements HANGERS & SUPPORTS Project No. 1164634 230529-1 SECTION 23 0529 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT B. Hanger rods for copper pipe and tube shall be installed in accordance with the following schedule: Pipe Size C Rod Diameter Maximum Spacing Up to 1" 3/8" 6'-8" 1'/," and 1'/2" 3/8" 8'-0" 2" 3/8" 9'-0" 2'/2" ,/2" 91-0" 3" and 4" '/2" 10'-0'- 0'-0" C. In addition to the above specified spacings, install additional hangers at change in pipe direction and at concentrated loads, large valves and strainers. D. Where more than one pipe is to be run parallel together, they may be supported on trapeze type hangers. Trapeze bar angles and hanger rods shall be of sufficient size to support the particular group of pipes. Trapeze hanger spacing shall be based on the smallest pipe on the rack. When hanging from light gauge metal trusses, coordinate pipe hanger spacing and hanger rod connection points with the truss manufacturer. 1. Where installed piping will be visible to occupants of the building, clevis supports shall only be used. Trapeze shall not be used where visible, beyond mechanical rooms. E. For suspending hanger rods from brackets attached to walls, use welded steel brackets; Fig. 194 for loads up to 750 lbs; Fig. 195 for loads up to 1500 lbs; Fig 199 for loads up to 3000 lbs. Where pipes are to be racked along walls, use "Unistrut" pipe racks. G. Attach all pipe hangers from support rods using double locknuts tightened to prevent loosening. N 3.2 INSTALLATION - VERTICAL PIPE SUPPORTS o A. Support vertical steel, wrought iron, copper and brass pipe at every othel!6a lir= B. In addition to the above, support vertical pipes at base of riser with base 12$ sSn copme or brick pier, or by hanger located on horizontal connection close to riser. fir— m v C. Where pipe sleeves extend above floor, place pipe clamps at ceiling belgT2Pd sport epp extensions from inserts or other approved attachment. �� r D Ln 3.3 PIPE ATTACHMENTS a A. For horizontal steel and wrought iron pipe, use carbon steel adjustable clevis hanger, Fig. 260. For floor support or support directly above steel beams, use pipe roll stand, Fig. 177. B. For horizontal copper pipe and tube, use copper -plated malleable iron split pipe ring with turn buckle adjuster, Figs. CT -109 and 114 combined. C. When thermal expansion for horizontal pipe is in excess of 1/2" axially, use adjustable swivel pipe roll, - Fig. 174, or pipe roll stand, Fig. 177. D. For vertical, steel and wrought iron pipe, use extension pipe clamps, Fig. 261. E. For vertical copper pipe and tube, use copper -plated extension pipe clamp, Fig. CT -121. 3.4 INTERMEDIATE ATTACHMENTS A. Hanger rods: use carbon steel single or double end threaded, Figs. 140, 141, 253, 254 as required. Continuous threaded rod: Fig. 146 may be used wherever possible. City Hall Boiler & BAS Improvements HANGERS & SUPPORTS Project No. 1164634 230529-2 SECTION 23 0529 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT B. Chain wire or perforated strap hangers will not be permitted. One pipe shall not be suspended from another pipe. 3.5 STRUCTURALATTACHMENTS A. For attaching steel or copper plated hanger rods to reinforced concrete, use galvanized malleable iron concrete inserts; Fig. 282 for loads up to 1140 lbs. B. For attaching steel hanger rods to structural steel beams, use malleable iron C -clamps; Fig. 87 with retaining clip for loads up to 500 lbs; Fig. 229 with extension piece for loads up to 1,365 lbs. For copper plated hanger rods, use copper plated malleable iron C -clamps; Fig. CT -88 with hardened point cup set screw for loads up to 400 lbs. C. For attaching steel hanger rods to wood structural members, use malleable iron ceiling flange; Fig. 153 for loads up to 1,270 lbs. For copper plated hanger rods, use copper plated malleable iron ceiling flange: Fig. CT -128R for loads up to 180 lbs. D. Vertical expansion shields or toggles shall not be used for suspending hanger rods, except with permission in cases where inserts have been omitted or cannot be used. If permitted, use expansion shields; Fig. 117 for rod sizes up to 1/2", 320 lbs. max. load. For larger rods use attachment plate, Fig. 52, with wedge anchors. E. Powder actuated anchoring methods shall not be used. F. Piping, equipment and ductwork shall be supported from structure and not from metal deck. 3.6 PIPE COVERING PROTECTION A. Hangers and supports for insulated piping shall not injure or pierce insulation. Provide insulation protection shields in conjunction with hanger or roll device. Use Fig. 160 and 161, Protection Saddles, in cases where a vapor barrier is not required. Use Fig. 171 where a vapor barrier finish is required on the insulation. 3.7 SUPPLEMENTAL STEEL A. ProvidSsupplemental steel required to hang or support mechanical equipment or piping. END OF SECTION City Hall Boiler & BAS Improvements Project No. 1164634 HANGERS & SUPPORTS 230529-3 0 o �C, :o c :gymCr,-, -� m �; 3 HANGERS & SUPPORTS 230529-3 SECTION 23 0548 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT PART GENERAL 1.1 SECTION INCLUDES A. This specification pertains to the furnishing and installation of vibration isolation devices for HVAC piping and rotating or reciprocating mechanical equipment. B. This work shall include all material and labor required for installation of the resilient mounting and suspension systems, adjusting each mounting system, and measurement of isolator system performance when so requested by the Architect/Engineer. Specific mounting arrangements for each item of mechanical equipment shall be as described herein and as indicated by schedules and details on the drawings. 1.2 QUALIFICATIONS A. All rotating mechanical equipment shall be isolated from the structure by means of vibration isolators. The isolators and bases shall be as tabulated on the Vibration Isolation Schedule in this section. Any equipment not listed in this schedule shall be isolated with the isolator type and deflection shown in the 2015 ASHRAE HVAC Applications Handbook, Chapter 47, Table 42. B. Vibration isolators and bases shall be as manufactured by Peabody Noise Control, Mason Industries, Amber Booth or approved equivalent, and shall all be provided by the mechanical contractor from a single manufacturer to assure single -point responsibility for the performance of all isolation equipment. The isolator manufacturer's submittal shall include a tabulation of the design data with dimensions for both free and operating heights of the isolators. C. Engage manufacturer to provide technical supervision of installation of support isolation units produced, and of associated inertia bases. D. The Contractor and the vibration isolation manufacturer or his regularly designated and factory authorized representative shall perform the following tasks in addition to the supply and installation of isolation equipment: 1. Obtain from the Architect/Engineer the approved manufacturer's name, model number, and other necessary identifying data for each item of mechanical equipment to be resiliently mounted. Coordinate resilient mounting systems with the exact equipment,to be furnished in regards to physical size, isolator locations, weight, rotating speed, etc. Dire§contact and cooperation between the vibration isolation device fabricator and thi egiprwt ma"cturer will be required. .:2 — __ ;> 2.. Select piping systems isolators for proper coordination with the phystbiArraogemeht of pipe lines and with the physical characteristics of the building. m 3 rn 3. Provide on-the-job supervision as required during installation of resili6 lkmopted Q equipment and piping to assure that vibration isolators are installed ir9krict acrprdance with 1Iormally accepted practices for critical environments. F 4. Replace, at no extra cost to the Owner, isolators which do not produce the required deflection, are improperly loaded above or below their correct operating height, or which do riot produce the required isolation. 5. Cooperate with other contractors engaged in this project so that the installation of vibration isolation devices will proceed in a manner that is in the best interests of the Owner. 6. Notify the Architect/Engineer of project conditions which affect vibration isolation system installation of performance and which are found to be different from conditions indicated by the drawings or described by the specifications. Should vibrations isolation system installation proceed without such notifications, remedial work required to achieve proper isolator performance shall be accomplished by the contractor at no additional cost to the Owner. City Hall Boiler & BAS Improvements VIBRATION & SEISMIC CONTROLS Project No. 1164634 230548-1 SECTION 23 0548 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT Be alert for possible short-circuiting of vibration isolation systems by piping supports, electrical connections, temperature control connections, drain lines, building construction, etc., and notify the involved contractor as to these problems or potential problems. Where such situations cannot be easily resolved, notify the Architect/Engineer so that preventive or remedial action can take place on a timely basis. Remedial measures required shall be undertaken by the contractor responsible at no additional cost to the Owner. E. Vibration isolation products furnished as part of factory -fabricated equipment are specified as part of the equipment assembly in other Division 23 sections. F. Refer to other sections of these specifications for equipment foundations, hangers, sealants, gaskets and other work related to vibration isolation work. G. Where equipment manufacturer's recommendations differ from specified vibration isolation, submit to Architect for approval. H. Furnish templates to fabricators of equipment bases, foundations and other support systems, as needed for coordination of vibration isolation units with other work. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's specifications, detailed drawings, performance characteristic data and installation instructions for each type of unit required. Indicate equipment to be installed with isolator, tabulation of design data with dimensions for both free and operating heights of isolators, and load on each. PART2 PRODUCTS 2.1 GENERAL A. The vibration isolation systems described herein and identified by type number designations shall be applied to specific classifications of mechanical equipment as indicated in the Vibration Isolation Schedule. 2.2 TYPE 1 ISOLATORS (RUBBER & GLASS FIBER PADS AND HANGERS) A. Pre -compressed Molded Fiberglass Vibration Isolation Pads, individually coated with a flexible moisture impervious elastomeric membrane. Pads shall be fine (.00018 dia.) bonded annealed glass fibers which have been stabilized during manufacture by overloading the material ten times. Pads shall have a constant natural frequency over the operating load range, and the stiffness shall increase proportionately with load applied. Pads shall be no taller than the shortest horizotal dimension. Where the equipment base does not provide a uniform load surface, sten plate all be bonded to the top of the pads. Alternately, Neoprene Mounts incorporating (Msed mQI inserts to permit bolting the supported unit may be used. _= — �nCo r 2.3 TYPE 2 ISOLATORS (PAD AND HANGER TYPE) �r m rn-o A. Molded isolators shall come in a range of 30 to 70 durometer and shall laRsig;5d forZ5o Yd' deflection. r D Ln B. Hangers shall be designed for a 200 to 350 misalignment. 2.4 TYPE 3 ISOLATORS (SPRINGS) A. Freestanding, Unhoused, Laterally Stable Steel Springs with leveling bolts and 1/ -in. thick ribbed isolation pads. To assure stability, the spring shall have a lateral spring stiffness equal to the rated vertical stiffness, and shall be designed to provide 50% overload capacity. In capacities up to 5,000 lbs., springs shall be replaceable. In capacities over 5,000 lbs., springs shall be welded to the top and bottom load plate assemblies. City Hall Boiler & BAS Improvements VIBRATION & SEISMIC CONTROLS Project No. 1164634 230548-2 SECTION 23 0548 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT B. Combination Spring and Rubber Hangers. The pre -compressed fiberglass shall be coated with a moisture impervious elastomeric membrane in series with springs, all encased in welded steel brackets. Springs shall be as specified for Type 3 isolators. Hangers shall be designed for 50% overload capacity, and shall accommodate rod misalignment over a 300 arc. Brackets shall be designed to carry 500% overload without failure. 2.5 TYPE 4 ISOLATORS A. Freestanding, Laterally Stable Spring Isolators with vertical limit stops to assure a constant operating height if the supported weight is removed, and to reduce movement due to wind loads. Limit stops shall be isolated from the housing to prevent short-circuiting. 2.6 TYPE A BASES A. No base required. Isolators may be attached directly to the supported equipment. 2.7 TYPE B BASES A. Structural Steel Base, designed and supplied by reducing the mounting height of equipment. To assure adequate stiffness, the height of the members shall be a minimum of 8% of the longest span between isolators, or at least 6 inches. Where thinner sections are necessary due to head room limitations, the section modulus of the members selected shall be equivalent to or exceed the section modulus of wide flange steel members whose thickness is 8% of the longest span between isolators. 2.8 TYPE C BASES A. Reinforces Concrete Inertia Base, the steel members of which are designed and supplied by the isolator manufacturer. The concrete shall be poured into a welded steel frame with pre -located equipment anchor bolts, ''/rin. diameter reinforcing bars on nominal 8 -in. centers each way, and recessed isolator mounting brackets to reduce the mounting height of the equipment, but yet remain within the confines of the base. The thickness of the base shall be a minimum of 8% of the longest span between isolators, at least 6 in., or as indicated on the drawings. Where inertia bases are used to mount pumps, the bases shall be wide enough to support piping elbows. 2.9 TYPE D BASES A. Roof Curb Isolators: Fabricated frame units sized to match roof curbs as shown, formed with isolation springs between extruded aluminum upper and lower sections, which are shaped and positioned to prevent metal -to -metal contact. Provide continuous airtight and waterproof seal between upper and lower extrusions. Include provisions for anchorage of frame unit to roof curb, and for anchorage of equipment to unit. Equivalent to Mason Type CMAB or RSC as required. 2.10 DUCTWORK ISOLATION A. Provide flexible duct connections wherever ductwork connects to vibration isolated equipment. Construct flexible connections of neoprene -coated flameproof fabric crimped intcouct flanges for attachment to duct and equipment. Make airtight joint. Provide adequatejoint fl®bility to allow for thermal, axial, transverse, and torsional movement, and also capable of ebsorbir tgvibra + i ar of connected equipment. D� z B. Manufacturer: Subject to compliance with requirements, provide flexibleSnAecUps ofrn—ee of the followings �r �m 'D 1. -American / Elgin Company - Energy Division o Q c 2. Duro Dyne Corporation 1' 3. Ventfabrics, Inc. City Hall Boiler & BAS Improvements VIBRATION & SEISMIC CONTROLS Project No. 1164634 230548-3 SECTION 23 0548 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT 2.11 PIPING ISOLATION A. Piping over 1 in. diameter in mechanical equipment rooms, and piping three supports away from other mechanical equipment shall be isolated from the structure by means of vibration and noise isolators. B. Suspended piping shall be isolated with Type 2 Hangers. C. Floor mounted piping shall be isolated with Type 2 Isolators (spring mounts). D. Flexible members shall be incorporated in the piping adjacent to all equipment housing pipe connections (cooling tower, unit heaters, air handling units, chillers, etc.). 2.12 PUMP CONNECTORS A. Provide braided stainless steel flexible connectors by Metraflex or approved equivalent. B. For pump suction, provide model CRV Flex with integral stationary turning vanes, 900 long radius elbow, 150# plate flanges, and integral concentric reducer where reduction is required. Use for both end suction and in-line hydronic pumps; end suction shall include mount for support stanchion on exterior housing of elbow. Note: Use of the CRV replaces the requirement for typical suction diffusers in end suction applications. C. For pump discharge, provide Vaneflex with 150# plate flanges, and integral concentric reducer where reduction is required. Use for both end suction and in-line hydronic pumps. 2.13 ELECTRICAL CONNECTIONS TO RESILIENTLY MOUNTED EQUIPMENT A. Electrical connections to equipment which is supported or suspended by vibration isolators shall be made with long lengths of flexible conduit or flexible armored cable. These flexible connections must be located so as to prevent rigid conduit connections between the resiliently mounted equipment and the building structure. 2.14 VIBRATION ISOLATION SCHEDULE EQUIPMENT TYPE ON GRADE UP TO 20ft FLR SPAN 20ft to 30ft FLR SPAN 30ft to 40ft FLR SPAN TYP E B -I MIN DFL TYP E B -I MIN DFL TYP E B -I MIN DFL TYP E B -I MIN DFL Pumps, Large Inline 5 - 25 HP A-3 0.75 1 -3 1.75 A-3 1.75 A-3 1.75 >_30 HP A-3 1.75 A-3 1.75 A-3 1.75 A-3 2.50 Base Types: A. No base, isolators attached directly to equipment B. Structural steel rails or base C. Concrete inertia base D. Curb -mounted base City Hall Boiler & BAS Improvements Project No. 1164634 Isolator Types: o O .o 1. Pad, rubber,_WVss(fiber, 2. Rubber floor_�,�ol2tor Dr hanger. 3. Springflooror-Fphan 4. Restrained isWetor n� ''t 5. Thrust restr t�(sebASHRZ 1999 Handbook) c VIBRATION & SEISMIC CONTROLS 230548-4 SECTION 23 0548 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT PART 3 INSTALLATION 3.1 EXECUTION A. General: Except as otherwise indicated, comply with manufacturer's instructions for the installation and load application to vibration isolation materials and units. Adjust to ensure that units do not exceed rated operating deflections or bottom out under loading, and are not short-circuited by other contacts or bearing points. Remove space blocks and similar devices (if any) intended for temporary protection against overloading during installation. B. Anchor and attach units to substrate and equipment as required for secure operation and to prevent displacement by normal forces, and as indicated. C. Adjust leveling devices as required to distribute loading uniformly onto isolators. Shim units as required where leveling devices cannot be used to distribute loading properly. D. Flexible Pipe Connectors: Refer to other section of these Specifications for the installation of flexible pipe connectors. E. Install vibration isolators that are furnished with equipment. END OF SECTION N O a0 -'� CPI s=r Rl � s; C7 D r r City Hall Boiler & BAS Improvements VIBRATION & SEISMIC CONTROLS Project No. 1164634 230548-5 SECTION 23 0553 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT PART1 GENERAL 1.1 SECTION INCLUDES A. Provide materials, equipment labor and supervision necessary to install piping identification products. B. Comply with ANSI A13.1 for lettering size, length or color field, colors, and installed viewing angles of identification devices. 1.2 QUALIFICATIONS A. W.H. Brady, Industrial Safety Supply, EMED Co., Seton Nameplate or Brimar. 1.3 SCHEDULES A. Submit valve and damper schedule for each system, typewritten and reproduced on 8-1/2" x 11" bond paper. Tabulate valve and damper number, system, system abbreviation (as shown on tag), location of valve and damper (room or space), and variations for identification (if any). Mark valves and dampers that are intended for emergency shut-off and similar special uses, by special "flags", in margin of schedule. B. Provide schedule as identified above, posted in the mechanical room. Coordinate location with owner's representative. c C. Electronic copy of schedules shall be included in O&M's at project closeout.—c:) -� C-) C 1.4 SUBMITTALS D � c r A. Submit-Oanufacturer's product data. =+ rn B. Sub_tM sample of each type of identification product. o (� C. Suit a list of proposed label content for each system type. y F r PART2 PRODUCTS 2.1 PIPE AND DUCT MARKERS A. Provide manufacturer's standard preprinted, semi-rigid snap -on or self -sticking, color -coded pipe markers, complying with ANSI A13.1. B. Provide full -band pipe markers, extending 3600 around pipe at each location or self -sticking pipe markers, fastened in the following method: 1. Secure to piping using adhesive banding tape on both ends of each pipe label. 2. ANSI standard is based on pipe diameter, which shall be defined as outside diameter of pipe plus insulation. C. Lettering shall be manufacturer's pre-printed nomenclature which best describes piping system in each instance, as selected by Architect/Engineer in cases of variance. D. Print each pipe marker with arrows indicating direction of flow, integrally with piping system service lettering (to accommodate both directions) or on banding tape. Include pipe size with service lettering. For example: 2" HWS F E. Print each pipe and ductwork marker with arrows indicating direction of flow, integrally with piping system service lettering (to accommodate both directions), or as separate unit of plastic or on banding tape. F. Based on outside diameter of pipe plus insulation, provide the following: City Hall Boiler & BAS Improvements IDENTIFICATION FOR HVAC PIPING & EQUIPMENT Project No. 1164634 230553-1 SECTION 23 0553 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 1. 5 2"�, use 8" minimum length of label field and 1" lettering 2. > 2"41 use 12" minimum length of label field color, with 1.25" lettering for <6" �, 2.5" lettering up to 10"�. 3. Banding tape for pipe markers shall be 2" wide with preprinted flow arrows. 2.2 EQUIPMENT MARKERS A. Provide engraved signage nameplates and tags constructed of multi -layered acrylic that has been treated for outdoor use and can withstand temperatures up to 160° F. Nameplates shall have beveled edges with contrasting color core, letters, and border. Minimum size of nameplate shall be 2" high by 6" long. Attachment shall be by screws. For equipment that doesn't allow for direct attachment, furnish sheet metal backing to integrate with equipment such that signage can be read from 5 feet above the finished floor. Unless noted otherwise, signage shall be provided with black lettering, black border, and yellow core. All signage shall include up to 14 characters per line, minimum 3 lines per tag. Furnish signage for the following equipment: B. Equipment markers shall be provided for all installed equipment, identified consistent with tags shown on plans and specifications, including as referenced on scheduled equipment. Markers shall reflect the following format examples. 1. Include the full name of equipment, scheduled tag, description of systeW_ r space served and fluid type. Tags shall reflect the following format examples. o .o a. Geothermal Hydronic Pump, P- 1 30% Propylene Glycol v n� c b. Ventilation Heat Pump, VHP - 2 m --a Gymnasium s J� 30% Propylene Glycol o C. Auto Glycol Feed, GF -1 30% Propylene Glycol 2. All air handling unit filter sections shall be labeled with the exact quantity of filters, size, and type of filter such as "14 — 24 x24 x2", 30% Pleated Filters." C. All equipment shall be named consistent with the plans and specifications as indicated on the schedules or as directed by the Owner. 2.3 BRASS VALVE AND DAMPER TAGS A. Provide manufacturer's standard brass valve and damper tags with stamped black filled lettering, with piping system abbreviation in 1/4" high letters and sequenced valve numbers 1/2" high, and with 3/16" hole for fastener. B. Provide 1-1/2" round brass tags with black lettering. Seton 250 BL or equal. 2.4 VALVE AND DAMPER TAG FASTENERS A. Manufacturer's standard solid brass chain or solid brass S -hooks of sizes required for proper attachment of tags to valves and dampers, and manufactured specifically for that purpose. City Hall Boiler & BAS Improvements IDENTIFICATION FOR HVAC PIPING & EQUIPMENT Project No. 1164634 23 0553-2 SECTION 23 0553 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT PART 3 EXECUTION 3.1 INSTALLATION OF MECHANICAL IDENTIFICATION A. Where identification is to be applied to surfaces that require insulation, painting or other covering or finish, including valve tags in finished mechanical spaces, install identification after completion of covering and painting. Install identification prior to installation of acoustical ceilings and similar removable concealment. B. Install pipe markers on each system, and include arrows to show normal direction of flow. C. Locate pipe markers as follows: wherever piping is exposed to view in occupied spaces, machine rooms, accessible maintenance spaces (shafts, tunnels, plenums) above lay -in type ceilings and exterior non -concealed locations. 1. Near each valve and control device. 2. Near each branch, excluding short take -offs for fixtures, mark each pipe at branch where there could be question of flow pattern. 3. Near locations where pipes pass through walls or floors/ceilings, (both sides) or center non - accessible enclosures. 4. At access doors, manholes, and similar access points that permit view of concealed piping. 5. Near major equipment items and other points of origination and termination. 6. At each pipe passage to underground. 7. Spaced intermediately at maximum spacing of 50' along each piping run, except reduce spacing to 25' in congested areas of piping and equipment. 8. On piping above removable acoustical ceilings, maximum spacing of 20' along each piping run. S_ .-8. ^' 4Nhere self -sticking labels are used, the pipe or its covering surface shall be properly =` prepared. This consists of removal of loose dirt, oil and grease, loose paint or peeling Fi6sulation covering. This can be done with a brush and cloth; washing is not required. Use c' "��-Solvent for removal of oil or grease. i I 10. -Banding tape must be used on both ends of all self -sticking labels. The tape shall encircle the pipe completely and overlap itself so the banding tape can adhere to i' If. 0 D. M1Provide valve tags for all major valves 3/4" size or larger. Included are al Q, Age and— nch valves, valves in all equipment rooms, etc. All types of valves, ball, globel�rflycock=ntrol, regulating, relief, reducing, solenoid, etc. are to be identified except check s.co no Identify end use point valves for plumbing fixtures, and similar rough -in connections. -<r' M M = E. Provide damper tags on all automatic control dampers, motorized damper9g3�d slaoke doers. 3.2 ADJUSTING AND CLEANING " r A. Relocate any mechanical identification device which has become visually blocked by work of this division or other divisions. B. Clean face of identification devices, and glass frames of valve schedules. City Hall Boiler & BAS Improvements IDENTIFICATION FOR HVAC PIPING & EQUIPMENT Project No. 1164634 230553-3 SECTION 23 0553 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 3.3 PIPING, DUCTWORK AND EQUIPMENT IDENTIFICATION A. Piping systems that shall be identified by their controls (including directional arrows) on this project shall include, but are not necessarily limited to, the following: 1. Heating Hot Water (supply and return). 2. Domestic Cold Water 3. Domestic Hot Water 4. Domestic Hot Water Recirc. 5. Natural gas relief vent. 6. Air vents. 7. Provide name plates for all equipment scheduled on the drawings. Coordinate nameplate tag with Owner's sequencing system. If the Owner has no preference, the nameplates shall correspond with the equipment schedule. B. Equipment/Ductwork 1. Air Separator 2. Boilers 3. Expansion Tanks 4. Glycol Feeder 5. Pumps. 6. Provide name plates for all equipment scheduled on the drawings. Coordkote nameplate tag with Owner's sequencing system. If the Owner has no preferencethe nameplates shall correspond with the equipment schedule. OO e a`-' C=�! 7. Identification and directional arrows indicating flow of air at disch ) alA inle4as ductwork serving air handling units. =4n m r r- m orn _ END OF SECTION D r CA 0 City Hall Boiler & BAS Improvements IDENTIFICATION FOR HVAC PIPING & EQUIPMENT Project No. 1164634 230553-4 SECTION 23 0593 TESTING, ADJUSTING, AND BALANCING FOR HVAC PARTI- GENERAL 1.1 SUMMARY A. Testing, adjustment, and balancing of air systems. B. Testing, adjustment, and balancing of hydronic, refrigeration systems. C. Measurement of final operating condition of HVAC systems. D. Sound measurement of equipment operating conditions. E. Testing and balancing shall be performed by an independent certified testing and balancing contractor. The Contractor shall be certified by AABC (American Association of Balancing Contractors), NEBB (National Environmental Balancing Bureau), or SMARTA (Sheet Metal and Air Conditioning and Roofing Trade Association). The Balancing Contractor shall provide labor, services, and test equipment required to test, adjust, and balance the specified systems. Personnel involved in the execution of the work under the Balancing Contract shall be experienced and trained in the total balancing of mechanical systems, as well as being regular employees of the Balancing Contractor. 1.2 SUBMITTALS A. Field Reports (punch list): Indicate deficiencies in systems that would prevent proper testing, adjusting, and balancing of systems and equipment to achieve specified performance. B. Prior to commencing work, submit report forms or outline indicating adjusting, balancing, and equipment data required. C C. �ybmit draft copies of report for review prior to final acceptance of Project. Provide final copies for Architect/Engineer and for inclusion in operating and maintenance manuals. D. Provide reports complete with index page and indexing tabs, with cover identification at front and side. Include set of reduced drawings with air outlets and equipment identified to correspond with data sheets, and indicating thermostat locations. E. Include detailed procedures, agenda, sample report forms and copy of AABC National Project Perfonnance Guaranty prior to commencing system balance. R' r F. Test Reports: Indicate data on AABC National Standards for Total System Balance forms or NEBB fortes containing information indicated in Schedules 1.3 SEQUENCING A. Sequence work to commence after completion of systems installation and schedule completion of balancing work before Substantial Completion of Project. B. Do not proceed with balancing work until systems scheduled for testing, adjusting, and balancing are clean and free from debris, dirt, and discarded building materials. 0 C. Completion of balancing work is required before Substantial Completion ogroject PART 2 PRODUCTS �n r- m a NOT USED or v' F City Hall Boiler & BAS Improvements TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1164634 230593-1 SECTION 23 0593 TESTING, ADJUSTING, AND BALANCING FOR HVAC PART 3 - EXECUTION 3.1 OTHER CONTRACTOR RESPONSIBILITIES A. The Mechanical and Plumbing Contractors shall cooperate with the balancing agency by: 1. Including balancing dampers as required by the Drawings and Specifications. 2. Providing new calibrated auto -flow balancing valves on hydronic hot water heating return lines as indicated by details. 3. Putting complete system into operation during duration of balancing period. 4. Providing up-to-date set of Drawings and advising immediately of changes made to the system during construction. 5. Providing labor and equipment and cost of performing corrections such as dampers, belts, and pulley changes, etc. as required without undue delay. 6. Providing complete submittal information for mechanical equipment complete with pertinent engineering information. 3.2 EXAMINATION A. Verify that systems are complete and operable before commencing work. Ensure the following conditions. 1. Systems are started and operating in a safe and normal condition. o_ 2. Temperature control systems are installed complete and opera lQ c' .o C 3. Proper thermal overload protection is in place for electrical equ§`r t. 4. Duct systems are clean of debris. –+n er— r M rn 5. Hydronic systems are flushed, filled, and vented. Off' = �T. r 6. Pumps are rotating correctly. D 7. Proper strainer baskets are clean and in place. 0 8. Service and balance valves are open. Submit field reports. Report defects and deficiencies noted during performance of services which prevent system balance. C. Commencement of work means acceptance of existing conditions. 3.3 PREPARATION A. Provide instruments required for testing, adjusting, and balancing operations. Make instruments available to Arch itecUEngineer to facilitate spot checks during testing. B. Provide additional balancing devices as required. 3.4 INSTALLATION TOLERANCES A. Hydronic Systems: Adjust to within plus or minus 10 percent of design. 3.5 ADJUSTING A. Ensure recorded data represents actual measured or observed conditions. City Hall Boiler & BAS Improvements TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1164634 230593-2 3.6 SECTION 23 0593 TESTING, ADJUSTING, AND BALANCING FOR HVAC B. Permanently mark settings of valves, dampers, and other adjustment devices allowing settings to be restored. Set and lock memory stops. C. After adjustment, take measurements to verify balance has not been disrupted or that such disruption has been rectified. D. Leave systems in proper working order, replacing belt guards, closing access doors, closing doors to electrical switch boxes, and restoring thermostat to specified settings. E. At final inspection, recheck random selections of data recorded in report. Recheck points or areas as selected and witnessed by the Owner. WATER SYSTEM PROCEDURES A. Engineer shall provide approximate existing flow values (GPM) for existing hydronic hot water return lines that are indicated by keynote 7 (sheet M1.01) to have a new balancing valve provided. After new pump and balancing valve installation, TAB contractor shall first balance existing return lines to approximate values indicated. TAB contractor shall then verify that most remote terminal units feeding existing hot water return lines are receiving adequate flow for both space heating and re -heat mode. B. Adjust water systems to provide required or design quantities. C. 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. D. Adjust systems to provide specified pressure drops and flows through heat transfer elements prior to thermal testing. Perform balancing by measurement of temperature differential in conjunction with air balancing. E. Effect system balance with automatic control valves fully open to heat transfer elements. F. tifect adjustment of water distribution systems by means of balancing cocks, valves, and fittings. Do not use service or shut-off valves for balancing unless indexed for balance point. G. Where available pump capacity is less than total flow requirements or individual system parts, full flow in one pati may be simulated by temporary restriction of flow to other parts. H. Three way valves shall be tested and balanced for flow capacities at full coil flow and full bypass flow, as indicated on the drawings or at a maximum coil flow, whichever is less. 1. Fvrovide assistance to the hydronic pumps' VFD startup technician for calibration of design flow with VFD's. 1. The temperature controls contractor and contractor for work of this section shall coordinate calibration of VFD's to set minimum and maximum operating values and Mure those values are sustained when operating VFD's'In hand'. o �o C-) r- 3.7 SCHEDULES =� z � A. Equipment Requiring Testing, Adjusting, and Balancing. All equipment stnd ori�hech al schedule require complete work of this section as applicable to equip.FdR ty". = Q 1. Chemical Feeder r 2. Hot water heating boilers r 3. HVAC system hydronic pumps and boiler circulator pumps City Hall Boiler & BAS Improvements TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1164634 230593-3 SECTION 23 0593 City Hall Boiler & BAS Improvements TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1164634 230593-4 TESTING, ADJUSTING, AND BALANCING FOR HVAC B. Report Forms 1. Title Page: a. Name of Testing, Adjusting, and Balancing Agency b. Address of Testing, Adjusting, and Balancing Agency C. Telephone number of Testing, Adjusting, and Balancing Agency d. Project name e. Project location f. Project Architect g. Project Engineer h. Project Contractor i. Project altitude j. Report date 2. Summary Comments: a. Design versus final performance b. Notable characteristics of system C. Description of systems operation sequence d. Summary of outdoor and exhaust flows to indicate amount of biding pressurization 0 e. Nomenclature used throughout report p .c f. Test conditions `� D� C— a 1`( 3. Instrument List: C-) -< Co r— �m m a. Instrument 7 Om = b. Manufacturer D r � c. Model number o d. Serial number e. Range I. Calibration date 4. Electric Motors: a. Manufacturer b. Model/Frame C. HP/BHP d. Phase, voltage, amperage; nameplate, actual, no load e. RPM City Hall Boiler & BAS Improvements TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1164634 230593-4 RE SECTION 23 0593 TESTING, ADJUSTING, AND BALANCING FOR HVAC f. Service factor g. Starter size, rating, heater elements h. Sheave Make/Size/Bore V -Belt Drive: a. I de ntif i cati on/ I ocation b. Required driven RPM C. Driven sheave, diameter and RPM d. Belt, size and quantity e. Motor sheave diameter and RPM f. Center to center distance, maximum, minimum, and actual Pump Data: a. Identification/number b. Manufacturer C. Size/model d. Impeller e. Service f. Design flow rate, pressure drop, BHP g. Actual flow rate, pressure drop, BHP h. Discharge pressure i. Suction pressure j. Total operating head pressure k. Shut off, discharge and suction pressures I. Shut off, total head pressure o C-) D� s C) m = g7C r )> F r END OF SECTION r M 0 City Hall Boiler & BAS Improvements TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1164634 230593-5 SECTION 23 0700 HVAC INSULATION PART GENERAL 1.1 SECTION INCLUDES A. Provide equipment, materials, labor and supervision necessary to provide insulation for all hot and cold surfaces of piping including dual temp piping, tanks, ductwork, fittings and other surfaces. B. Insulation shall include insulating materials, jackets, adhesive, mastic coatings, tie wire and other materials as required to complete the insulating work. 1.2 CODES AND STANDARDS A. Insulating materials, jackets and mastics shall meet flame spread, fuel contribution and smoke developed ratings in accordance with NFPA-90A. Flame spread rating in accordance with NFPA 255, ASTM E-84 or UL 723 of not more than 25; smoke developed rating of not more than 50, unless otherwise noted in this section. B. Insulation that has been treated with a flame-retardant additive to meet the flame spread and smoke developed ratings shown above is not permitted. C. Insulation materials shall be noncorrosive to the materials they are applied to, including stress corrosion cracking of stainless steel, and shall not breed or promote fungus and bacteria. D. Insulation shall meet or exceed all requirements of ASHRAE/IES 90.1. 1.3 QUALIFICATION A. Insulating materials by Owens -Coming, Armstrong, Pittsburgh -Corning, Knauf, Rubatex, Schuller, CertainTeed Manson, Pabco, Thermacor or approved equivalent. B. Mastics and adhesives as recommended by insulation manufacturer. 1.4 SUBMITTALS N A. Product Data: Submit manufacturer's technical product data and installatior1jnstrutsns for each type of mechanical insulation. Submit schedule showing manufacturer's pr" number, ft9n spread and smoke development rating, k -value, density, temperature limitat� so absorption coefficients, thickness, and furnished accessories for each mechanical syst( rgznqu"WAg inspmon. PART 2 PRODUCTS '�Gr -a rn 3 2.1 INSULATION o x A. Description v 1. Type A: Preformed, sectional, heavy density fiberglass insulation, suitable for operating temperatures form —20° F to +850° F. Equipped with factory -applied, all -service vapor barrier jacket constructed of white Kraft paper bonded to aluminum foil reinforced with fiberglass yarn, with pressure -sensitive, self-sealing longitudinal laps and butt strips. Thermal conductivity of 0.23 BTU-in/hr-ftz °F @ 75° F mean temperature. Water vapor permeance of 0.02 perms. Schuller "Micro -Lok AP -T" or approved equivalent. 2. Type B: Flexible, elastomeric pipe and sheet insulation with expanded, closed -cell structure. Suitable for operating temperatures from —40° F to 220° F. Outdoor applications, and where otherwise noted, shall receive a weather -resistant, protective, vinyl -lacquer finish. Thermal conductivity of 0.28 BTU-in/hr-ft2 0F @ 75° F mean temperature. Water vapor permeance of 0.20 perms. Insulation shall be equivalent to Armstrong AP Armaflex; adhesive equivalent to Armstrong 520; finish equivalent to Armstrong WB Armaflex finish. City Hall Boiler & BAS Improvements HVAC INSULATION Project No. 1164634 230700-1 SECTION 23 0700 HVAC INSULATION 3. Type H: Rigid fiberglass board formed from inorganic glass fibers bonded with thermosetting fibers, 3.0 PCF, with factory applied foil Skrim-Kraft (FSK)foil Skrim-Kraft (FSK) suitable for operating temperature of —20" F to +450° F. Thermal conductivity of 0.23 BTU-in/hr-ft2-0F @ 75" F mean temperature. Water vapor permeance of 0.02 perms. Knauf "Insulation Board" or approved equivalent. 4. Type l: Fiberglass duct wrap, 1.5 PCF density, fabricated of inorganic glass fibers bonded with thermosetting resin with factory applied foil Skrim-Kraft facing, suitable for operating temperature up to +250° F. Thermal conductivity of 0.26 BTU-in/hr-ft2-"F @ 75" F mean temperature. Water vapor permeance of 0.02 perms. or engineer approved equivalent. 5. Type J: Flexible fiberglass duct liner, 1.5 PCF density, fabricated of inorganic glass fibers bonded with thermosetting resin, with mat face suitable for air velocities up to 4000 FPM and operating temperatures up to +250° F. Thermal conductivity of 0.25 BTU-in/hr-ft2-"F @ 75" F mean temperature. Knauf "Duct Liner E -M" or engineer approved equivalent. 6. Type Z: Custom fabricated equipment insulation enclosure. Celotex Thermax polyisocyanurate, 2", clad in 0.040" stucco embossed aluminum sheet grade 3004 on exterior surface and aluminum foil faced on the inside surface. Panel -to -panel joints shall be sealed with 1/8" insulating tape and fastened using stainless steel spring tension hook latches. Enclosure shall cover all surfaces except bottom. Contact Larry McNabb, Insulation Fabricators, Inc., (800) 775-4485. 2.2 INSULATION JACKETS A. 20 -mil high impact PVC secured with spray contact adhesive. All PVC jacketing shall meet the 25/50 SDR. Manville "Zeston 2000" or equivalent. B. 6-oz/sq yd UL listed cotton canvas fabric secured with Childers CP50 lagging adhesive. C. Fitting and valve jackets shall be pre -molded PVC with joints and seams sealed with a spray contact adhesive or vapor barrier mastic. Pre -molded jackets shall be Manville "Zeston 2000" or approved equivalent. c D. At wall penetrations provide an additional jacket of 0.020 inch thick smooth finish9uminu , Metal jacket shall have factory applied moisture barrier. Fitting and valve covet ti>eformed ah same material as adjacent metal jacket. _ CD r E. Where PVC or metal jackets are used, delete the factory applied ASJ on and equip operating above 75° F. F. PVC jackets shall be used in the following areas and systems: r D U1 1. Whenever piping is routed exposed through occupied spaces. C' 2. Piping exposed below ceilings or to 10'-0" where no ceiling exists. 3. Pre -molded PVC at all fittings and valve jackets. G. Insulated Fittings: 1. Use "Valve Wrap" insulated wraps at all fittings and valves. Provide reusable insulated wraps for unions, strainers, auto flow valves, circuit setters, check valves and components integral to heat pump hose kits. 2. Provide with insulation values (i.e. thickness) consistent with insulation specified for associated piping service. Valve wrap shall be provided in sufficient length to completely conceal all integral components including 2" minimum overlap on pipe at each end. 3. Wraps shall be No SweatT reusable wraps (www.valvewraos.com) or approved equivalent. City Hall Boiler & BAS Improvements HVAC INSULATION Project No. 1164634 230700-2 SECTION 23 0700 HVAC INSULATION 4. Wraps shall be sized and installed per manufacturer's recommendations. 5. Ensure locations of all wrapped components are clearly identified on mechanical contractors' record drawings. PART 3 EXECUTION 3.1 INSTALLATION, GENERAL A. Use only experienced applicators regularly engaged in the trade. Rough work will be rejected. Application details shall be in accordance with the insulation materials supplier's recommendations, except where a higher standard is specified. B. Install materials after systems have been tested and approved. Material such as rust, scale, dirt and moisture shall be removed from surfaces to be insulated. N C. Insulation shall be kept clean and dry at all times. C:) r.•, D. Where pipes and ducts pass through fire rated walls, floors and partitions, �QseE@hall be provided. r C-) � E. When flexible cellular insulation is used, it shall be installed with seams and?—�o (a sealed wr�ontact al adhesive. 0 Q 0 1. Wherever possible, the insulation shall be placed over the pipe beforeFYA insfilled. Seal the butt joints with Armstrong 520 adhesive, or equal. D 2. Where the insulation cannot be slipped on, cut the insulation longitudinally and apply it to the piping. Seal longitudinal seam and butt joints with Armstrong 520 adhesive, or equal. In all cases, the insulation, equal to Armstrong Rigid Armaflex, protected with half -round PVC sleeves the length of three times the nominal pipe size, minimum length to be 8 inches. 3.2 PIPE IN!4JLATION INSTALLATION A. Insulate fittings, valves, unions, flanges, strainers, flexible connections and expansion joints with pre- rpolded or mitered segments of same insulating material as for adjacent pipe covering. B. Pipe insyjation shall continue through sleeves and hangers with vapor barrier and/or jacket. C. Insert to be between support shield and piping but under the finish jacket. Provide an insert at hangars not less than 6 inches long, of same thickness and contour as adjoining insulation, to prevent lAsulation from sagging at support points. Inserts shall be cork or other heavy density insulating material suitable for the planned temperature range. Factory fabricated inserts may be used. D. Neatly finish insulation at supports, protrusions and interruptions. 1. On hot systems where fittings are to be left exposed, insulation ends shall be beveled away from bolts for easy access. 2. On cold systems, valve stems shall be sealed with caulking which allows free movement of the stem, but provides a seal against moisture incursion. E. For outdoor pipe insulation, increase pipe insulation thickness by 1/2" from thickness listed in schedule. F. Exterior metal jackets shall overlap at longitudinal and circumferential joints not less than 2", and shall be secured with bands at not more than 12" centers. Longitudinal joints shall be overlapped down to shed water and shall be located at 4 or 8 o'clock positions. Joints shall be sealed with a moisture barrier. Installation shall include provision for thermal expansion. City Hall Boiler & BAS Improvements HVAC INSULATION Project No. 1164634 230700-3 3.3 3.4 3.5 SECTION 23 0700 HVAC INSULATION G. Wherever piping penetrates a floor or is exposed in a finished area such as kitchens, furnish a floor pipe escutcheon and/or PVC (white) jacket to protect insulation and allow for a smooth finish for cleaning. EQUIPMENT INSULATION A. Do not insulate factory -insulated equipment. B. Apply insulation as close as possible to equipment by grooving, scoring and beveling insulation, if necessary. Secure insulation to equipment with studs, pins, clips, adhesive, wires or bands. C. Fill joints, cracks, seams and depressions with bedding compound to form smooth surface. On cold equipment, use vapor barrier cement. D. Cover insulation with metal mesh and finish with''/:' coat of insulating cement applied in two 1/8" layers, if non -faced insulation is used. E. Do not insulate over nameplate or ASME stamps. Bevel and seal insulation around such. F. When equipment with insulation requires periodical opening for maintenance, repair or cleaning such as at manway covers or strainer plugs, install insulation in such a manner that it can be easily removed and replaced without damage. Removable insulation shall have a vapor -proof cover fabricated so as to allow it to be resealed to the equipment vapor barrier. G.- Joints shall be sealed with 2" wide vapor barrier tape or strips to match insulation jacket, using a fire - resistive adhesive. INSULATION SCHEDULES A. Pipe Insulation Domestic Cold and Hot Water, Hot Water Recirculation HWS&R Piping EQUIPMENT INSULATION SCHEDULE Pump Bodies TYPE I INSULATION THICKNESS 0 0 0 END OF SECTION 1-1/2" 11/2" 7 City Hall Boiler 8 BAS Improvements HVAC INSULATION Project No. 1164634 230700-4 SECTION 23 0800 MECHANICAL COMMISSIONING REQUIREMENTS PART 1 -GENERAL 1.1 SUMMARY A. This Section includes requirements for commissioning the HVAC system and its subsystems and equipment. This Section supplements the general requirements specified in Division 01 "Commissioning Requirements". B. This Section describes the requirements for start-up and commissioning for Division 23 installed work, including but not limited to: 1. All systems and alarms connected to the Building Automation System (BAS) 2. Boilers 3. Pumps .o 4. Glycol feeders �� G 5. Variable frequency drives T'-4 ? co 6. Direct digital control system performance or other control system type as atle f@i acca, conformance, and operational sequences. r' :r l J 'o x s; 7. Testing and balancing r 1.2 COORDINATION A. Coordinate commissioning work with the requirements of Division 01 "Commissioning Requirements". B. Coordinate commissioning requirements noted in other Division 23 Sections. 1.3 DEFINITIONS A. Architect: Includes Architect identified in the Contract for Construction between Owner and Contractor, plus consultant/design professionals responsible for design of HVAC, electrical, communications, controls for HVAC systems, and other related systems. B. BOD: Basis of Design. C. CxA: Commissioning Authority. D. OPR: Owner's Project Requirements. E. Systems, Subsystems, and Equipment: Where these terms are used together or separately, they shall mean "as -built" systems, subsystems, and equipment. F. TAB: Testing, Adjusting, and Balancing. 1.4 COMMISSIONING TEAM A. Members Appointed by Contractor(s): Individuals, each having the authority to act on behalf of the entity he or she represents, explicitly organized to implement the commissioning process through coordinated action. The commissioning team shall consist of, but not be limited to, representatives of the Construction Manager and each Contractor, including project superintendent and subcontractors, installers, suppliers, and specialists deemed appropriate by the CxA. B. Members Appointed by Owner: CxA: The designated person, company, or entity that plans, schedules, and coordinates the commissioning team to implement the commissioning process. Owner will engage the CxA under a separate contract. City Hall Boiler & BAS Improvements MECHANICAL COMMISSIONING REQUIREMENTS Project No. 1164634 230800-1 SECTION 23 0800 MECHANICAL COMMISSIONING REQUIREMENTS 2. Representatives of the facility user and operation and maintenance personnel. 3. Architect and engineering design professionals. 1.5 CONTRACTOR'S RESPONSIBILITIES A. The following responsibilities are components of the General Contractor scope identified in other related sections. This information is highlighted here for convenience and is not a list of additional services. The only exception to the responsibilities specified elsewhere is that the CxA must be present during these operations in order to comply with the commissioning specification. 1. Attend with responsible sub -contractors commissioning progress meetings and cooperate with CxA for resolution of issues related to commissioning. 2. Integrate and coordinate commissioning process activities with construction schedule. 3. Review and authorize responsible sub -contractors to complete Pre -Functional and Functional Performance Testing (FPT) checklists provided by the CxA. 4. Authorize sub -contractors to make available technicians and/or coordinate with the manufacturer's authoNzed technicians to startup HVAC systems, assemblies, and equipment and simulate conditions for the purpose of completing Functional Performance Testing. r" 5. Attend with responsible sub -contractors testing, adjusting, and balancing rgyjew arM%oordination meeting. C 6. Participate with responsible sub -contractors in HVAC systems, assemblies,, gt]�pnf�_ftt, antr— component maintenance orientation and inspection as directed by the CxA. C-) Co rr 7. Provide equipment operational and maintenance and related information re�erstedN the CkA for final commissioning documentation. r Q 8. Certify that TAB work is complete. N C3 B. Mechanical Subcontractor: Attend TAB verification testing. 2. Provide measuring instruments and logging devices to record test data, and data acquisition equipment to record data for the complete range of testing for the required test period. C. HVAC Instrumentation and Control Subcontractor: With the CxA, review control designs for compliance with the OPR and BOD, controllability with respect to actual equipment to be installed, and recommend adjustments to control designs and sequence of operation descriptions. D. Testing and Balancing Subcontractor: Contract Documents Review: With the CxA, review the Contract Documents before developing TAB procedures. a. Verify the following: 1) Accessibility of equipment and components required for TAB work. 2) Adequate number and placement of duct balancing dampers to allow proper balancing while minimizing sound levels in occupied spaces. 3) Adequate number and placement of balancing valves to allow proper balancing and recording of water Flow. City Hall Boiler & BAS Improvements MECHANICAL COMMISSIONING REQUIREMENTS Project No. 1164634 230800-2 SECTION 23 0800 MECHANICAL COMMISSIONING REQUIREMENTS 4) Adequate number and placement of test ports and test instrumentation to allow reading and compilation of system and equipment performance data needed to conduct both TAB and commissioning testing. 5) Air and water flow rates have been specified and compared to central equipment output capacities. 6) Identify discontinuities and omissions in the Contract Documents. 7) This review of the Contract Documents by the TAB Subcontractor satisfies requirements for a design review report as specified in Division 23, Section 23 0593, Testing, Adjusting, and Balancing. b. Additional Responsibilities: Participate in tests specified in Division 23, Section 23 0900 "Instrumentation and Control for HVAC". E. Electrical Subcontractor: o 1. With the Mechanical Subcontractor, coordinate installations and connectio09 �eytw6�n and-Ang electrical and HVAC systems, subsystems, and equipment. 2. Attend TAB verification testing. n cc frn 1.6 COMMISSIONING DOCUMENTATION �� Q A. The following are in addition to documentation specified in Section 01 9113 "Comrt> cnin . Requi¢ements". r, B. Test Checklists: CxA shall develop test checklists for HVAC systems, subsystems, and equipment, including interfaces and interlocks with other systems. In addition to the requirements specified in Division 01 Section 01 9113 "Commissioning Requirements", checklists shall include, but not be limited to, the following: 1. _ Calibration of sensors and sensor function. 2. Testing conditions under which test was conducted, including (as applicable) ambient conditions, set points, override conditions, and status and operating conditions that impact the results of test. 3. Control sequences for HVAC systems. 4. Responses to control signals at specified conditions. 5. Sequence of response(s) to control signals at specified conditions. 6. Narrative description of observed performance of systems, subsystems, and equipment. Notation to indicate whether the observed performance at each step meets the expected results. 7. Interaction of auxiliary equipment. 8. Deficiency log. C. Contractors shall provide the following information to the CxA for inclusion in the Commissioning Process Final Report: 1. Copy of contractors 'as -built drawings indicating changes that occurred during the construction phase. The original as -built drawings are processed in accordance with requirements specified elsewhere. 2. Copies of plan and documentation requirements for start-up and initial checkout. 3. Copies of completed pre -functional and functional performance testing checklists. City Hall Boiler & BAS Improvements MECHANICAL COMMISSIONING REQUIREMENTS Project No. 1164634 230800-3 SECTION 23 0800 MECHANICAL COMMISSIONING REQUIREMENTS 4. Copies of commissioning corrective action report. 1.7 SUBMITTALS A. The following submittals are in addition to those specified in Section 01 9113 "Commissioning Requirements". B. Certificate of Readiness: CxA will compile certificates of readiness from the Contractor certifying that systems, subsystems, equipment, and associated controls are ready for testing. C. Certified Pipe Cleaning and Flushing Report: CxA will collect and document that pipe cleaning; flushing, hydrostatic testing, and chemical treating have been completed. D. Test and Inspection Reports: CxA will compile and submit test reports and certificates, and shall include them in systems manual and commissioning report. E. Corrective Action Documents: CxA will maintain and submit corrective action documents. F. Certified TAB Reports: CxA will submit verified, certified TAB reports. G. Certificates of Completion of installation, pre -start, and start-up activities. PART 2 — PRODUCTS NOT USED PART 3 - EXECUTION N o_ 2.1 TESTING PREPARATION A. Prerequisites for Testing: n� 1. Certify that HVAC systems, subsystems, and equipment have been coml started; are operating according to the OPR, BOD, and Contract Documer4S d that Ce Mites of Readiness are signed and submitted. = 0 2. Certify that HVAC instrumentation and control systems have been complet4 and qA** brated; are operating according to the OPR. BOD, and Contract Documents; and that pre-test Set points have been recorded. 3. Certify that TAB procedures have been completed, and that TAB reports have been submitted, discrepancies corrected, and corrective work approved. 4. Test systems and intersystem performance after approval of test checklists for systems, subsystems, and equipment. 5. Set systems, subsystems, and equipment into operating mode to be tested (e.g., normal shut down, normal auto position, normal manual position, unoccupied cycle, emergency power, and alarm conditions). 6. Verify each operating cycle after it has been running for a specified period and is operating in a steady-state condition. 7. Inspect and verify the position of each device and interlock identified on checklists. Sign off each item as acceptable, or failed. Repeat this test for each operating cycle that applies to system being tested. 8. Check safety cutouts, alarms, and interlocks with smoke control and life -safety systems during each mode of operation. 9. Annotate checklist or data sheet when a deficiency is observed. 10. Verify equipment interface with monitoring and control system and TAB criteria; include the following: City Hall Boiler & BAS Improvements MECHANICAL COMMISSIONING REQUIREMENTS Project No. 1164634 230800-4 SECTION 23 0800 MECHANICAL COMMISSIONING REQUIREMENTS a. Supply and return flow rates for VAV and constant volume systems in each operational mode. b. Operation of terminal units in both heating and cooling cycles. c. Minimum outdoor -air intake in each operational mode and at minimum and maximum airflows. d. Building pressurization. e. Total exhaust airflow and total outdoor -air intake. f. Operation of indoor -air-quality monitoring systems. g. Verify proper responses of monitoring and control system controllers and sensors to include the following: 1) For each controller or sensor, record the indicated monitoring and control system reading and the test instrument reading. If initial test indicates that the test reading is outside of the control range of the installed device, check calibration of the installed device and adjust as required. Retest malfunctioning devices and record results on checklist or data sheet. 2) Report deficiencies and prepare an issues log entry. h. Verify that HVAC equipment field quality -control testing has been completed and approved. CxA shall direct, witness, and document field quality -control tests, inspections, and startup specified in individual Division 23 Sections. B. 'Testing Instrumentation: Install measuring instruments and logging devices to record test data for the required test period. Instrumentation shall monitor and record full range of operating conditions and shall allow for calculation of total capacity of system for each mode of operation. Operational modes include the following: 1. Occupied and unoccupied. N O 2, _ Warm up and cool down. o �o 3_ Economizer cycle. g� c 4 L Life -safety and safety systems. �— CC) r r— m 5. Fire safety. 0 M 2.2 TESTING $x r D � A. Test systems and intersystem performance after test checklists for systems, subsystemsFand equipment have been approved. B. Perform tests using design conditions whenever possible. Simulate conditions by imposing an artificial load when it is not practical to test under design conditions and when written approval for simulated conditions is received from CxA. Before simulating conditions, calibrate testing instruments. Set and document simulated conditions and methods of simulation. After tests, return settings to normal operating conditions. 2. Alter set points when simulating conditions is not practical and when written approval is received from CxA. 3. Alter sensor values with a signal generator when design or simulating conditions and altering set points are not practical. Do not use sensor to act as signal generator to simulate conditions or override values. City Hall Boiler & BAS Improvements MECHANICAL COMMISSIONING REQUIREMENTS Project No. 1164634 230800-5 SECTION 23 0800 MECHANICAL COMMISSIONING REQUIREMENTS C. Scope of HVAC Subcontractor Testing: Testing scope shall include entire HVAC installation, from central equipment for heat generation and refrigeration through distribution systems to each conditioned space. It shall include measuring capacities and effectiveness of operational and control functions. 2. Test all operating modes, interlocks, control responses, responses to abnormal or emergency conditions, and verify proper response of building automation system controllers and sensors. D. Detailed Testing Procedures: CxA, with HVAC Subcontractor, TAB Subcontractor, MEP Engineer of Record and HVAC Instrumentation and Control Subcontractor, shall prepare detailed testing plans, procedures, and checklists for HVAC systems, subsystems, and equipment. E. HVAC Instrumentation and Control System Testing: Field testing plans and testing requirements are specified in Division 23 Sections 23 0900 " Instrumentation and Controls for HVAC". The CxA, HVAC Subcontractor, and the HVAC Instrumentation and Control Subcontractor shall collaborate to prepare testing plans. F. Pipe cleaning, flushing, hydrostatic tests, and chemical treatment requirements are specified in Division 23 piping sections. HVAC Subcontractor shall prepare pipe system cleaning, flushing, and hydrostatic testing plan. CxA shall review and comment on plan and final reports. CxA shall certify that pipe cleaning, flushing, hydrostatic tests, and chemical treatment have been completed. Plan shall include the following: 1. Sequence of testing and testing procedures for each section of pipe to be tested, identified by pipe zone or sector identification marker. Markers shall be keyed Drawings for each pipe sector showing the physical location of each designated pipe test section. Drawings keyed to pipe zg9es or sectors shall be formatted to allow each section of piping to be physically located a identiW when referred to in pipe system cleaning, flushing, hydrostatic testing, and chemical treaty t-plar�, D� i2 2. Description of equipment for flushing operations. n _ 3. �Minimum flushing water velocity. fir— m 4. Tracking checklist for managing and ensuring that all pipe sections have be6 51�an , flus©, hydrostatically tested, and chemically treated. cn G. Deferred Testing: C=) If tests cannot be completed because of a deficiency outside the scope of the HVAC system, the deficiency shall be documented and reported to the Construction Manager or CxA. Deficiencies shall be resolved and corrected by appropriate parties and test rescheduled. 2. If the testing plan indicates specific seasonal testing, appropriate initial performance tests shall be completed and documented and additional tests scheduled. H. Testing Reports: Reports shall include measured data, data sheets, and a comprehensive summary describing the operation of systems at the time of testing. 2. Include data sheets for each controller to verify proper operation of the control system, the system it serves, the service it provides, and its location. For each controller, provide space for recording its readout, the reading at the controller's sensor(s), plus comments. Provide space for testing personnel to sign off on each data sheet. 3. Prepare a preliminary test report. Deficiencies will be evaluated by Architect/Engineer to determine corrective action. Deficiencies shall be corrected and test repeated. City Hall Boiler 8 BAS Improvements MECHANICAL COMMISSIONING REQUIREMENTS Project No. 1164634 230800-6 SECTION 23 0800 MECHANICAL COMMISSIONING REQUIREMENTS 4. If it is determined that the system is constructed according to the Contract Documents, Owner will decide whether modifications required to bring the performance of the system to the OPR and BOD documents shall be implemented or if tests will be accepted as submitted. If corrective work is performed, Owner will decide if tests shall be repeated and a revised report submitted. END OF SECTION City Hall Boiler & BAS Improvements MECHANICAL COMMISSIONING REQUIREMENTS Project No. 1164634 230800-7 N O * �O � C -)Co r �t m -o rn D F City Hall Boiler & BAS Improvements MECHANICAL COMMISSIONING REQUIREMENTS Project No. 1164634 230800-7 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC PART 1 GENERAL 1.1 SECTION INCLUDES A. Provide materials, labor, and supervision necessary to furnish and install a Direct Digital Control (DDC) system. The DDC system herein specified shall be fully integrated and installed as a complete package by the Direct Digital Control Manufacturer, and shall be completely integrate any control system currently in use as related to this building. The system shall include all computer software and hardware, operator input/output devices, automation sensors and controls, wiring, piping, installation, supervision and labor, calibration, adjustments, testing and commissioning necessary for a complete and fully operational system. B. General Description: The DDC control system shall include all points described and/or indicated in this project and shall be capable of point expansion in the future; future expansion shall not be limited to less than 1000 additional points of control. The DDC system components shall be BACnet BTL certified, utilizing an operator workstation at the LAN (local IP at building) level; this LAN shall be sufficient to operate this building's systems as stand alone. All components on IP subnets (field busses) shall support MSITP architecture, with full functionality and communication both with and without the building controller. Each controller shall be capable of full and complete stand alone operation of respective unit. 1.2 SCOPE OF WORK A. The City of Iowa City installed the Tridium based Niagara AX Framework as the systems integration platform for the city. The controls contractor shall provide new, standardized graphical interfaces for all buildings detailed below, with each building's graphics interface being consistent in appearance, nomenclature and function. In addition, the controls contractor shall provide control devices at the following buildings to achieve the sequence of operations as specified on the draVSgs: .o 1. City Hall *n C �"�} a. There are multiple, existing separate automation systems �ol Ilir4this ty. The contractor shall remove existing pneumatic and non-Niagat C Mntrol provide new Niagara controllers as required to deliver a full (y�lrograr&nab d integrated BAS for equipment as detailed on the mechanicets? b. The contractor shall provide new Niagara controls for new eoipmer�i',as detailed on the mechanical sheets. r 1.3 QUALIFICATIONS A. The control system shall meet specifications and qualifications as described. The controls contractor shall have a minimum of five years experience associated with heat pump systems, geothermal water systems, constant volume systems and other systems as required by the sequence of operations. B. The temperature controls system allowed on this project shall be the following: Baker Controls Group C. All work is to be installed by a qualified person skilled in the installation of electronic automatic control systems. The control contractor is responsible for the proper installation of the control system. The Installer shall have an established working relationship with the Control System Manufacturer of not less than three years. 2. The installer shall have a service office within 75 miles of the project site and provide 24-hour response in the event of a customer call. D. The contractor may elect to subcontract the installation of the electronic control system but will be responsible in total as outlined above. City Hall Boiler $ BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-1 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC E. All products used in this installation shall be new, currently under manufacture, and shall be applied in similar installations for a minimum of 2 years. This installation shall not be used as a test site for any new products unless explicitly approved by the Owner's representative in writing prior to bid date. Spare and replacement parts shall be available for at least 10 years after completion of this contract. 1.4 WORK BY OTHERS A. The following incidental work shall be furnished by the Mechanical Contractor under the supervision of this Contractor. 1. Install automatic valves and separable wells. 2. Furnish and install all necessary valves, pressure taps, flow meters, water, drain and overflow connections and piping. 3. Furnish and install all necessary piping connections required for flow devices, valve position indicators, etc. 0 4. Install all automatic dampers and any minimum outdoor air statiorm airflotFstations. :*, n c `7 1 5. Provide necessary blank -off plates (safing) required to install damgEredhap*re smaller than duct size.(- -+c co 6. Assemble multiple section dampers with required interconnecting MiiPpes-end e>(•iir required number of shafts through duct for external mounting of deer n>ators. r 7. Provide necessary sheet metal baffle plates to eliminate stratificattbm and pjgvide air volumes specified. Locate baffles by experimentation and affix and seal permanenti?in place only after stratification problem has been eliminated. 8. Provide access door or other approved means of access through ducts for service to control equipment. .- 9. Electrical contractor scope per note on Sheet M1.00. B. The TCC shall provide a technical representative to accompany the testing and balancing contractor whenever the latter is onsite, to ensure availability of complete controls manipulation is provided to the TAB contractor. Review Section 01010 Summary Of Work for schedule of contractor -access to the building during in -session periods for controls commissioning (including testing and calibration) and testing and balancing of all systems. 1.5 DESCRIPTION A. Direct Digital Control (DDC) technology shall be used to provide the functions necessary for control of mechanical systems on this project. Specifically, BACnet MS/TP shall be fully implemented within the DDC system installed. All references to BACnet, BACnet Testing Laboratory (BTL), etc. shall be as defined by ASHRAE Standard 135-2004. B. The control system shall accommodate simultaneous multiple user operation. Access to the control system data should be limited only by operator password. Multiple users shall have access to all valid system data. An operator shall be able to log onto any workstation on the control system and have access to all data appropriate to the assigned level of password security. C. The control system shall be designed such that each mechanical system will be able to operate under stand-alone control. As such, in the event of a network communication failure, or the loss of any other controller, the control system shall continue to independently operate under control. D. Communication between the control panels and all workstations shall be over a high-speed network. All nodes on this network shall be peers. The operator shall not have to know the panel identifier or location to view or control an object. Application Specific Controllers shall be constantly scanned by the network controllers to update point information and alarm information. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-2 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC E. The documentation is schematic in nature. The Contractor shall provide hardware and software necessary to implement the functions and sequences shown. F. Global commands. The Owner shall have full command of all sensor dead -bands, to allow discretionary over -ride from the District's central operator workstation. G. Each mechanical unit identified to be controlled through the BAS shall be provided a dedicated controller, to ensure all points associated with that unit reside under that controllers' specific identifier. The following exceptions apply: shared controllers may be acceptable if serving similar equipment (Le; exhaust fans) and only when the indicated equipment points can completely reside together. The intent is to prevent scattering of points, ungrouped and/or separated between unrelated controllers. 1.6 SUBMITTALS ` A. Contractor shall provide shop drawings and manufacturers' standard specification data sheets on all hardware and software to be provided. No work may begin on any segment of this project until submittals have been reviewed and approved by the Engineer and Owner for conformity with the plan and specifications. All shop drawings shall be done on AutoCAD no older than version 2008, and ry provided to the Engineer for review and to the Owner on CD. B. Quantities of items submitted shall be reviewed by the Engineer and Owner. Such review shall not relieve the contractor from furnishing quantities required for completion. C. Provide the Engineer and Owner, any additional information or data which is deemed necessary to determine compliance with these specifications or which is deemed valuable in documenting the system to be installed. D. Submit the following within 30 days of contract award: 1. A complete bill of materials of equipment to be used indicating quantity, manufacturer and model number. 2. A schedule of all control valves including the valve size, model number (including pattern and connections), flow, CV, pressure rating, and location. r.a 3. Provide manufacturer's cut sheets for major system components -When rffnufacturer's cut sheets apply to a product series rather than a specific product, ta socificpplicable to the project shall be highlighted or clearly indicated by other melt Ea submi d piece of literature and drawings shall clearly reference the specificationcaf4or MwinjW the submittal is being submitted to cover. Include: w r- rnrn a. Building Controllers (B -BC), Application Advanced Contrgq (B AC) Arttl� Application Specific Controllers (B-ASC).7C e - b. Interface to Centralized Operator Work Station C. Auxiliary Control Devices d. Proposed control system riser diagram showing system configuration, device locations, addresses, and cabling. e. Detailed termination drawings showing all required field and factory terminations. Terminal numbers shall be clearly labeled. f. Points list showing all system objects, and the proposed English language object names for Owner review and revision. Each piece of equipment shall be referenced by using respective Tag or Plan Mark consistent with equipment schedules. g. Sequence of operations for each system under control. This sequence shall be specific for the use of the Control System being provided for this project. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-3 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC h. Provide a BACnet Product Implementation Conformance Statement (PICS) for each BACnet device type in the submittal. E. Project Record Documents: Upon completion of installation submit (3) copies of record (as -built) documents. The documents shall be submitted for approval prior to final completion and include: 1. Project Record Drawings - These shall be as -built (or as -constructed or as -installed) versions of the submittal shop drawings. One set of magnetic media including CAD .DWG drawing files shall also be provided. c a. Identify on drawings locations of all remote and/or concealed Eoipment, p (-- `i t 2. Operating and Maintenance (O & M) Manual - These shall be aii It v1j§ions eftfle submittal product data. In addition to that required for the subrre;t ae the -0 & Po(manual shall include: nCo a. Names, address and 24-hour telephone numbers of Con9scars h%talliri uipment, and the control systems and service representative of ea¢trt 5K t b. Operators Manual with procedures of operating the controgystemgincluding logging on/off, alarm handling, producing point reports, trending data, overriding computer control, and changing set points and other variables. C. Programming Manual with a description of the programming language including syntax, statement descriptions including algorithms and calculations used, point database creation and modification, program creation and modification, and use of the editor. d. Engineering, Installation and Maintenance Manual(s) that explains how to design and install new points, panels, and other hardware; preventative maintenance and calibration procedures; how to debug hardware problems; and how to repair or replace hardware. e. A listing and documentation of all custom software created using the programming language including the point database. One set of magnetic media containing files of the software and database shall also be provided _ f. A list of recommended spare parts with part numbers and supplier. �. Complete original issue documentation, installation and maintenance information for all third party hardware provided including computer equipment and sensors. h. Complete original issue DVD set for all software provided including operating systems, programming language and operator workstation software. DVD's shall be 4.7 GB minimum, read-only to prevent overwrite. Each disk and case shall be identified as to projecUphase and date; any changes to software shall be followed with backup using additional DVDs. i. Licenses, Guarantee, and Warrantee documents for all equipment and systems. j. Recommended preventive maintenance procedures for all system components including a schedule of tasks (inspection, cleaning, calibration, etc.), time between tasks, and task descriptions. F. Training Manuals: The Contractor shall provide a course outline and training manuals for all training classes at least six weeks prior to the first class. The Owner reserves the right to modify any or all of the training course outline and training materials. Review and approval by Owner and Engineer and shall be completed at least 3 weeks prior to first class. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-4 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 1.7 CODES AND STANDARDS A. Input/output devices, specified or future, associated with the DDC control system shall be ASCII (American Standard Code for Information Interchange) coded with standard EIA (Electronic Industries Association) interface hardware. B. Wiring performed by the DDC Contractor shall be installed in accordance with all applicable local, state, and national codes, and comply with requirements. C. Instrumentation hardware shall be supplied to directly interface with Instrument Society of America (ISA) Standards. D. BACnet implies BACnet protocol as defined by ASHRAE standard 135-2004. E. Meet requirements of all applicable standards and codes, except when more detailed or stringent requirements are indicated by the Contract Documents, including requirements of this Section. 1. Underwriters Laboratories: Products shall be UL-916-PAZX listed. 2. National Electrical Code - NFPA 70. 3. Federal Communications Commission - Part J. 1.8 WARRANTY A. Labor & materials for control system specified shall be warranted free from defects for a period of twelve (12) months after final completion acceptance by the Owner. Control System failures during the warranty period shall be adjusted, repaired, or replaced at no charge or reduction in service to the Owner. The Contractor shall respond to the Owner's request for warranty service within 24 hours during customary business hours. B. At the end of the final start-up/testing, if equipment and systems are operating satisfactorily to the Owner and Engineer, the Owner shall sign certificates certifying that the control system's operation rt_.) has been tested and accepted in accordance with the terms of this specification. The date of Owner's acceptance shall be the start of warranty. C. Operator workstation software, project specific software, database, and firmware updates shall be provided to the Owner at no charge during the warranty period. Written authorization by Owner must, however, be granted prior to the installation of such changes. 0 1.9 OWNERSHIP OF PROPRIETARY MATERIAL o �o A. All project developed hardware, software and documentation shall becort'yofM p4erty o t e Owner. These include but are not limited to: Project images, Record drawings, RtpjeCt database wject specific application programming code or tool and all project -related docur dmatibR. M 1.10 SYSTEM PERFORMANCE CD=— = Q *= r A. Performance Standards. The system shall conform to the following: y 4 1. Object Command. The maximum time between the command of a binary object by the operator and the reaction by the device shall be 30 seconds. Analog objects shall start to adjust within 30 seconds. 2. Object Scan. All changes of state and change of analog values shall be transmitted over the high-speed network such that any data used or displayed at a controller or workstation will be current, within the prior 60 seconds. 3. Alarm Response Time. The maximum time from when an object goes into alarm to when it is annunciated at the workstation shall not exceed 45 seconds. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-5 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 4. Program Execution Frequency. Custom and standard applications shall be capable of running as often as once every 5 seconds. The Contractor shall be responsible for selecting execution times consistent with the mechanical process under control. 5. Performance. Programmable Controllers shall be able to execute DDC PID control loops at a selectable frequency from at least once every 5 seconds. The controller shall scan and update the process value and output generated by this calculation at this same frequency. 6. Multiple Alarm Annunciation. All workstations on the network shall receive alarms within 5 seconds of each other. 7. Reporting Accuracy. Table 1 lists minimum acceptable reporting accuracies for all values reported by the specified system. TABLE I -- REPORTING ACCURACY Measured Variable Reported Accuracy U.N.O Space temperature ±10F Ducted air ±20F Outside air ±20F Water temperature ±10F Delta -T ±0.250F c Relative humidity ±5% RH O Water flow ±5% of full scale D Z Air flow (terminal) ±10% of reading *Note { — — Air flow (measuring stations) ±5% of reading ���o Air pressure (ducts) ±0.1" W. G. .2-1 _ Water pressure ±2% of full scale *Note 4,PK t Electrical power 5% of reading P1 o Carbon dioxide (co2) ±20 PPM Note 1: 10%-100% of scale Note 2: for both absolute and differential pressure PART2 PRODUCTS 2.1 PORTABLE OPERATOR INTERFACE (LAPTOP PC) A. Furnish one laptop PC for use by city personnel (Brian Buhr) for purposes of BAS monitoring and troubleshooting. B. Workstation information access shall use the BACnet Protocol. Communication shall use the ISO 8802-3 (Ethernet) or ARCNET (ASTM 878.1) Physical/Data Link layer protocol. Remote communications shall use the BACnet Point to Point Physical/Data Link Layer Protocol. 2.2 SUPERVISED TRAINING A. Provide eight (16) hours in of supervised training for up to ten (10) of the Owners representatives simultaneously to include system operation, programming and report generation. Training shall take place at the project site during the normal work hours of 8am to 5pm weekdays, only after the BAS and mechanical systems have been confirmed to be fully operational. Controls contractor shall NOT begin training before mechanical system and BAS are fully commissioned. Training shall be scheduled at the owner's discretion, in no larger than 4 -hour blocks, to be completed within one calendar year, and shall include: 1. Explanation of drawings, operations and maintenance manuals. 2. Walk-through of the job to locate control components. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-6 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 3. Operator workstation and peripherals. 4. DDC custom application controllers, ASC, TEC, SAC operation and function. 5. Operator control functions including field panel programming. 6. Explanation of adjustment, calibration and replacement procedures. B. Provide operator orientation to the overall operational program, equipment functions (both individually and as part of the total integrated system), commands, advisories, and appropriate operator intervention required in responding to the systems operation. An Owner's manual prepared for this project by the DDC manufacturer shall be used in addition to the instruction. Three copies of the Owner's manual shall be provided. C. The technical training will also include adequate instruction and documentation to enable maintenance staff to trouble shoot, repair, and maintain entire system and recreate all programming without factory assistance. D. The technical training will also include adequate instruction and documentation to allow expansion by the maintenance staff of the system in the future to interface with existing pneumatic, electric, and electronic control systems. This would include activities associated with hardware and software. E. The owner reserves the right to have credited any instructional time (i.e. training, demonstration, orientation, testing, etc.) identified in this Section, deemed by the owner to be unnecessary or not completed. Unused time shall be credited back to the owner to the nearest quarter hour and shall be credited as future technical field service time. 2.2 COMMISSIONING OF SYSTEM A. The Temperature Control Contractor shall verify that each analog and binary device and operator responds correctly to the signal given at the control panel by physically changing each parameter and witnessing the correct corresponding reaction. The results of this testing shall be logged in a written report and submitted to the Owner and Engineer prior to final payment. B. The Owner's representative shall witness the commissioning of the system. 2.3 SYSTEM SOFTWARE A. Operating System. Furnish a commercially available, concurrent multi -tasking operating system. The operating system shall also support the use of other common software applications that operate under Microsoft Windows. Examples include Lotus 123, Microsoft Excel, Word Perfect, and Paradox. Acceptable operating systems are Windows NT, Windows 95 (or later version), Unit, and OS/2. 0 2.4 SYSTEM APPLICATIONS o 0 n A. Each workstation shall provide operator interface and off-line storage of sy$J4MJnfoFratio ovide the following applications at each workstation. C-) -< — r co 1. Automatic System Database Save and Restore. Each workstation i*ff_sto%on ttje lard disk a copy of the current database of each building controller. Thi %baN shalo updated whenever a change is made in any panel in the system. TI Mragg of thlSAate shall be automatic and not require operator intervention. In the event -of a database loss in a building management panel, the first workstation to detect the loss shall aut6Aatically restore the database for that panel. 2. Manual Database Save and Restore. A system operator with the proper password clearance shall be able to archive the database from any system panel and store on magnetic media. The operator shall also be able to clear a panel database and manually initiate a download of a specified database to any panel in the system. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-7 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 3. System Configuration. The user with proper security shall be able to add new devices, assign modems to devices, and obtain a visual riser diagram of the system. This shall allow for future system changes or additions. 4. On-Line Help. Provide a context sensitive, on line help system to assist the operator in operation and editing of the system. On line help shall be available for all applications and shall provide the relevant data for that particular screen. Additional help information shall be available through the use of hypertext. 5. Security. Each operator shall be required to log on to the system with a user name and password in order to view, edit, add, or delete data. System security shall be selectable for each operator. The system supervisor shall have the ability to set passwords and security levels for all other operators. Each operator password shall be able to restrict the operator's access for viewing and/or changing each system application, full screen editor, and object. Each operator shall automatically be logged off of the system if no keyboard or mouse activity is detected. This auto logoff time shall be set per operator password. All system security data shall be stored in an encrypted format. 6. Alarm Processing. Any object in the system shall be configurable to alarm in and out of normal state. The operator shall be able to configure the alarm limits, warning limits, states, and reactions for each object in the system. N O a. Alarm Reactions. The operator shall be able to determipe what 31tions, if any, are to be taken, by object (or point), during an alarm. Actions s iii jVcllogi-i c , printing, starting programs, displaying messages, dialing out to reWOtfi Suns,_grng, providing audible annunciation or displaying specific syst@"ert�Eac of these actions shall be configurable by workstation and time of dfyc-4n ject irm that has not been acknowledged within an operator specified tjt4i�per¢� shaA�C Q, re- routed to an altemate operator specified alarm receipt deT5,, r b. Binary Alarms. Each binary object shall be set to alarm bid on tk2 operator specified state. Provide the capability to disable alarming when thAssociated equipment is turned off or is being serviced. C. Analog Alarms. Each analog object shall have both high and low alarm limits and warning limits. Alarming must be able to be automatically and manually disabled. 7. Trend Logs. The operator shall be able to define a custom trend log for any data in the system. This definition shall include interval, start -time, and stop -time. Trend intervals of 1, 5, 15, 30, and 60 minutes as well as once a shift (8 hours), once a day, once a week, and once a month shall be selectable. All trends shall start based on the hour. Each trend shall accommodate up to 64 system objects. The system operator with proper password shall be able to determine how many samples are stored in each trend. Trend data shall be sampled and stored on the Building Controller panel and be archived on the hard disk. Trend data shall be able to be viewed and printed from the operator interface software. They shall also be storable in a tab delimited ASCII format for use by other industry standard word = processing and spreadsheet packages. a. The initial trend log setup shall give the operator a room by room option to trend log the input and output devices associated with each piece of equipment. This would include, but not be limited to space temperature, airflow, and fan operation. 8. Alarm and Event Log. The operator shall be able to view all logged system alarms and events from any location in the system. Events shall be listed chronologically. An operator with the proper security level may acknowledge and clear alarms. All that have not been cleared by the operator shall be archived to the hard disk on the workstation. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-8 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 9. Object and Property Status and Control. Provide a method for the operator with proper password protection to view, and edit if applicable, the status of any object and property in the system. These statuses shall be available by menu, on screen, or through custom programs. 10. Clock Synchronization. The real time clocks in all building control panels and workstations shall be synchronized on command of an operator. The system shall also be able to automatically synchronize all system clocks, daily from any operator designated device in the system. The system shall automatically adjust for daylight savings and standard time if applicable. 11. Reports and Logs. Provide a reporting package that allows the operator to select, modify, or create reports. Each report shall be definable as to data content, format, interval, and date. Report data shall be archived on the hard disk for historical reporting. Provide the ability for the operator to obtain real time logs of designated lists of objects: Reports and logs shall be stored on the PC hard disk in a format that is readily accessible by other Gindard software applications including spreadsheets and word processing. Reportsand lags shalom readily printed to the system printer. r7 C `11 ii c.. a. Custom Reports: Provide the capability for the operator t��ly define q system data into a daily, weekly, monthly, or annual report. Thesel*"rts%all bl th a and date stamped and shall contain a report title and the name -Q( faa0ity. ' '�i B. Workstation Applications Editors. Each PC workstation shall support full sc%�%0aditkjg of alfsystem applications. Provide editors for each application at the PC workstation. Th'applici*ons shall be downloaded and executed at the appropriate controller panels. u' 1. Programming. The language shall be English language oriented and be based on the syntax of programming languages such as BASIC. It shall allow for free form or fill -in -the -blank 'programming: Using simple English, all text fields associated with each specific element of ' -data shall be programmed to provide the maximum amount of information to the operator. 2.: Controller. Provide a full screen editor for each type controller and application that allow the operator with proper password to view and change the configuration, name, control parameters, and system set -points. 3. Scheduling. An editor for the scheduling application shall be provided at each workstation. Provide a monthly calendar for each schedule. Exception schedules and holidays shall be shown clearly on the calendar. Provide a method for allowing several related objects to follow a schedule. The advance and delay time for each object shall be adjustable from this master schedule. a. An operator with proper password level shall be able to modify the schedule. Schedules shall be able to be easily copied between objects and/or dates. b. Occupied/Unoccupied schedules shall be individually adjustable for each terminal unit. The user shall be able to easily change the schedule of rooms, etc. An occupied space shall automatically start the unit in normal start up mode. 4. Equipment Coordination. Provide a full screen editor that allows equipment to be grouped for proper operation as specified in the sequence of operations. 5. Custom Application Programming. Provide the tools to create, modify, and debug custom application programming. The operator shall be able to create, edit, and download custom programs at the same time that all other system applications are operating. The system shall be fully operable while custom routines are edited, compiled, and downloaded. The programming language shall have the following features: City Hall Boiler $ BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-9 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC a. A full screen character editor/programming environment shall be provided. The editor shall be cursor/mouse-driven and allow the user to insert, add, modify, and delete code from the custom programming. It shall also incorporate word processing features such as cut/paste and find/replace. b. The programming language shall allow independently executing program modules to be developed. Each module shall be able to independently enable and disable other modules. C. The editor/programming environment shall have a debugging/simulation capability that allows the user to step through the program and to observe any intermediate values and or results. The debugger shall also provide error messages for syntax and execution errors. d. The programming language shall support conditional statements (IFlTHEN/ELSE/ELSE-IF) using compound Boolean (AND, OR, and NOT) and/or relations (EQUAL, LESS THAN, GREATER THAN, NOT EQUAL) comparisons. e. The programming language shall support Floating point arithmetic using the following operators: +, -, /, x, square root, and xy. The following mathematical functions shall also be provided: natural log, log, absolute value, and minimum/maximum value from a list of values. f. The programming language shall have pre -defined variables that represent clock time, day of the week, and date. Variables that provide interval ding shall also be available. The language shall allow for computations us thesrwalues. C__ g. The programming language shall have ability to pre-defi �arifies repwsenting the status and results of the System Software, and shall mile te-enabl"isable, and change the values of objects in the system.Inr- -0 co fifT1 2.5 POWER FAIL RESTART � � o r A. In the event of the loss of normal power, there shall be an orderly shutdof the &ital panels and workstation to prevent the loss of data base or operating system softwareon-volatile memory shall be incorporated for all critical controller configuration data, and battery backup shall be provided to support the clock and all volatile memory for a minimum of 72 hours. B. Upon restoration of normal power, the panels shall automatically resume full operation without manual intervention. C. Should Digital panel memory be lost for any reason, the user shall have the capability of reloading the panel via the local RS -232 port, or telephone line dial -in. 2.6 SYSTEM SOFTWARE A. Furnish the following applications software for building and energy management. All software applications shall reside and run in the system controllers. Editing of applications shall occur at the operator workstation. B. System Security 1. User access shall be secured using individual security passwords and user names. 2. Passwords shall restrict the user to only the objects, applications, and system functions as assigned by the system manager. 3. User logon/logoff attempts shall be recorded. 4. The system shall protect itself from unauthorized use by automatically logging off following the last keystroke. The delay time shall be user definable. City Hall Boller & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-10 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC C. Scheduling. Provide the capability to schedule each object or group of objects in the system. Each of these schedules shall include the capability for start, stop, optimal start, optimal stop, night -set -back, and economizer actions. Each schedule may consist of up to 10 events. When a group of objects are scheduled together, provide the capability to define advances and delays for each member. Each schedule shall consist of the following: 1. Weekly Schedule. Provide separate schedules for each day of the week. Provide separate scheduling that is easily edited by the operator to define the occupied hours for each space. a. All spaces served by a heat pump shall have the option to maintain night setback temperatures or occupied temperatures. 2. Exception Schedules. Provide the ability for the operator to designate any day of the year as an exception schedule. This exception schedule shall override the standard schedule for that day. Exception schedules may be defined up to a year in advance. Once an exception schedule is executed it will be discarded and replaced by the standard schedule for that day of the week. a. Specifically label and program "snow day" to keep the building in the unoccupied mode with the option to set back the temperature or to bring it up to the occupied setpoint. 3. Holiday Schedules. Provide the capability for the operator to define up to 99 special or holiday schedules. These schedules may be placed on the scheduling calendar and will be repeated each year. The operator shall be able to define the length of each holiday period. 4. Optimal Start/Stop. The TCC will create an "Optimal Start" program/schedule, in addition to an occupied program/schedule for all HVAC equipment with outdoor air capability. Note: control of start/stop is required for each fan in multi -fan equipment. a. The Optimal Start program is used primarily during the morning warm-up/cool-down period but may be scheduled at several other times of day. When the program is _ enabled it should adjust the unoccupied temperature setpoint (either heating or cooling) to the occupied setpoint (730 heating, 750 cooling) with a differential of 1°. The program will allow the supply fan to run only on a call for heating or cooling. rr+,' Outside air dampers will remain closed during the Optimal Start mode. -;L When the program is disabled, it should adjust the unoccupied setpoint (600 heating, 950 cooling) with a differential of 60. All setpoints shall be adjustable. The setpoints should be programmed as follows: N Heating Cooling c OpSt Enabled - Fan On 73° 75° 71 OpSt Disabled - Fan On 66° 89° --tn oo m OpSt Disabled - Fan Off 60° 9— 5� = Q D. PID Control. A PID (proportional -integral -derivative) algorithm with direct f reverse action and anti - wind -up shall be supplied. The algorithm shall calculate a time -varying analog va& used to position an output or stage a series of outputs. The controlled variable, set -point, and PID gains shall be user - selectable. The set -point shall optionally be chosen to be a reset schedule. E. Staggered Start. This application shall prevent all controlled equipment from simultaneously restarting after a power outage. The order in which equipment (or groups of equipment) is started, along with the time delay between starts shall be user -selectable. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-11 2.7 W; SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC F. Alarm Reporting. The operator shall be able to determine the action to be taken in the event of an alarm. Alarms shall be routed to the appropriate workstations based on time and other conditions. An alarm shall be able to start programs, be logged in the event log, printed, generate custom messages. G. Remote Communications. The system shall have the ability to dial out in the event of an alarm. Receivers shall include PC Workstations. The alarm message shall include the name of the calling location, the device that generated the alarm, and the alarm message itself. The operator shall be able to remotely access and operate the system using dial up communications. BUILDING CONTROLLERS A. General. Provide BACnet Building Controllers (B -BC) to provide the performance specified in this section: Each of these panels shall meet the following requirements. 1. The Building Automation System shall be composed of one or more independent, stand- alone, microprocessor based Building Controllers to manage the global strategies described in System software section. 2. The Building Controller shall have sufficient memory to support its operating system, database, and programming requirements. 3. The controller shall provide a communications port for connection of a Portable Operators Terminal. 4. The operating system of the Controller shall manage the input and output communications signals to allow distributed controllers to share real and virtual point information and allow central monitoring and alarms. 5. Data shall be shared between networked Building Controllers. 0 6. The Building Controller shall continually check the status of its proSSssor aRtf menaGW circuits. If an abnormal operation is detected, the controller shall: : C t 1 a. Assume a predetermined failure mode. n -G � b. Generate an alarm notification. �rn =rn1 B. Environment. Controller hardware shall be suitable for the anticipated ambi 1wndWons.Lo troller used in conditioned ambient shall be mounted in an enclosure, and shall be ed for*peration at 32° F to 120° F. �0 C. Serviceability. Provide diagnostic LEDs for power, communications, and processor. All wiring connections shall be made to field removable, modular terminal strips or to a termination card connected by a ribbon cable. D. Memory. The Building Controller shall maintain all BIOS and programming information in the event of a power loss for at least 72 hours. E. Immunity to power and noise. Controller shall be able to operate at 90% to 110% of nominal voltage rating and shall perform an orderly shut -down below 80% nominal voltage. CUSTOM OR ADVANCED APPLICATION CONTROLLERS A. General. Provide BACnet Advanced Application Controllers (B-AAC) to provide the performance specified in this specification. Each of these panels shall meet the following requirements. 1. The Building Automation System shall be composed of one or more independent, stand- alone, microprocessor based Building Controllers to manage the local strategies described in System software section. 2. The Controller shall have sufficient memory to support its operating system, database, and programming requirements. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-12 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 3. The operating system of the Controller shall manage the input and output communications signals to allow distributed controllers to share real and virtual point information and allow central monitoring and alarms. 4. Data shall be shared between networked Controllers. 5. The Controller shall continually check the status of its processor and memory circuits. If an abnormal operation is detected, the controller shall: a. Assume a predetermined failure mode. b. Generate an alarm notification. B. Environment. Controller hardware shall be suitable for the anticipated ambient conditions. 1. Controllers used outdoors and/or in wet ambient shall be mounted within NEMA Type 4 waterproof enclosures, and shall be rated for operation at -40° F to 150° F. 2. Controllers used in conditioned ambient shall be mounted in dust -proof enclosures, and shall be rated for operation at 32° F to 120° F. C. Serviceability. Provide diagnostic LEDs for power, communications, and processor. All wiring connections shall be made to field removable, modular terminal strips or to a termination card connected by a ribbon cable. D. Memory. The Controller shall maintain all BIOS and programming information in the event of a power loss for at least 72 hours. E. Immunity to power and noise. Controller shall be able to operate at 90% to 110% of nominal voltage rating and shall perform an orderly shut -down below 80% nominal voltage. 2.9 APPLICATION SPECIFIC CONTROLLERS o A. General. Provide BACnet Application Specific Controllers (B -ASC), micro@kogss�basetWc controllers which through hardware or firmware design are dedicated to coxIM a Veclfic place of equipment. They are not fully user programmable, but are customized fo7vp ati � withi�rMe confines of the equipment they are designed to serve. -tc�rn r- -v rn 1,. Each B -ASC shall be capable of stand-alone operation and shall SW— provt control functions without being connected to the network. �� r D F 2. Each B -ASC will contain sufficient 1/0 capacity to control the target systems B. Environment. The hardware shall be suitable for the anticipated ambient conditions. 1. Controllers used outdoors and/or in wet ambient shall be mounted within NEMA Type 4 waterproof enclosures, and shall be rated for operation at -40° F to 150' F. 2. Controller used in conditioned ambient shall be mounted in dust -proof enclosures, and shall be rated for operation at 32° F to 120° F. C. Serviceability. Provide diagnostic LEDs for power, and communications. All wiring connections shall be made to field removable, modular terminal strips or to a termination card connected by a ribbon cable. D. Memory. The Application Specific Controller shall maintain all BIOS and programming information in the event of a power loss for at least 90 days. E. Immunity to Power and noise. Controller shall be able to operate at 90% to 110% of nominal voltage rating and shall perform an orderly shut -down below 80%. City Hall Boiler 8 BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-13 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC Transformer. Power supply for the ASC must be rated at minimum of 125% of ASC power consumption, and shall be fused or current limiting type. 2.10 COMMUNICATIONS A. The controls Contractor shall provide all communication media, connectors, repeaters, hubs, and routers necessary for the inter -network. B. All Building Controllers shall have a communications port for connections with the operator interfaces. C. Communications services over the inter -network shall result in operator interface and value passing that is transparent to the inter -network architecture as follows: Connection of an operator interface device to any one controller on the inter -network will allow the operator to interface with all other controllers as if that interface were directly connected to the other controllers. Data, status information, reports, system software, custom programs, etc., for all controllers shall be available for viewing and editing from any one controller on the inter -network. 2. All database values (i.e. points, software variable, custom program variables) of any one controller shall be readable by any other controller on the inter -network. This value passing shall be automatically performed by a controller when a reference to a point name not located in that controller is entered into the controller's database. An operatorrinstaller shall not be required to set up any communications services to perform inter -network value passing. D. The time clocks in all controllers shall be automatically synchronized daily. 2.11 INPUT/OUTPUT INTERFACE A. Hard -wired inputs and outputs may tie into the system through Building, Custom, or Application Specific Controllers. B. All input points and output points shall be protected such that shorting of the point to itself, another point, or ground will cause no damage to the controller. All input and output points shall be protected from voltage up to 24V of any duration, such that contact with this voltage will cause no damage to the controller. C. Binary inputs shall allow the monitoring of on/off signals or from remote devices.?Jhe binary inputs shall provide a wetting current of at least 12 ma to be compatible with co&nonlytailahk ffntrol devices. fir' C t 11 D. Pulse accumulation input points. This type of point shall conform to all thq­x0iuirg9ents of Binary Input points, and also accept up to 2 pulses per second for pulse accumu�P, and shalrM protected against effects of contact bounce and noise. - m JC o� E. Analog inputs shall allow the monitoring of low voltage (0-10 Vdc), curreni�f4a 41 or resistance signals (thermistor, RTD). Analog inputs shall be compatible with, and fiewconfig"We to commonly available sensing devices. F. Binary outputs shall provide for on/off operation, or a pulsed low voltage signal for pulse width modulation control. Outputs shall be selectable for either normally open or normally closed operation. G. Analog outputs shall provide a modulating signal for the control of end devices. Outputs shall provide either a 0-10 Vdc or a 4-20 ma signal as required to provide proper control of the output device. 2.12 AUXILIARY CONTROL DEVICES A. Devices, components and hardware, either specified or required to control the mechanical system, shall comply with the requirements of the related Division 23 specification section. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-14 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC B. Electronic damper/valve actuators. 1. The actuator shall have electronic overload or digital rotation sensing circuitry to prevent damage to the actuator throughout the rotation of the actuator. Fumish a separate damper actuator for each damper greater than 48" in any dimension. 2. Where shown, for power-failure/safety applications, an internal mechanical, spring return mechanism shall be built into the actuator housing. 3. All rotary spring return actuators shall be capable of both clockwise and counter clockwise spring return operation. Linear actuators shall spring return to the retracted position. 4. Proportional actuators shall accept a 0-10 VDC or 0-20 me control signal and provide a 2-10 VDC or 4-20 me operating range. 5. All 24 VAC/DC actuators shall not require more than 10 VA for AC or more than 8 W for DC applications. Actuators operating on 120 VAC or 230 VAC shall not require more than 11 VA. 6. All non -spring return actuators shall have an external manual gear release to allow manual positioning of the damper when the actuator is not powered. Spring return actuators with more than 60 in -Ib. torque capacity shall have a manual crank for this purpose. 7. All modulating actuators shall have an external, built-in switch to allow the reversing of direction of rotation. 8. Actuators shall be provided with a conduit fitting and a minimum 1m electrical cable and shall be pre -wired to eliminate the necessity of opening the actuator housing to make electrical connections. N 9. Actuators shall be Underwriters Laboratories Standard 873 listed. _ o ..o 10. Actuators shall be designed for a minimum of 60,000 full stroke cyf% at tt�=,actuatQ rated torque. Actuators shall include a stroke limiting device. Z "" G r C. Automatic Dampers (low leakage) � -v rn 411. Dampers shall include the frame, blades, and linkage assembly. C ate lamp"zes and quantities with exhaust air fans, plenums, air handling units, ant ur it han3ling units. Dampers shall be as follows: 7> 91 Ln - a. Opposed blade configuration and suitable for operating temperatures between -40" F and 200' F. The assembly shall provide for the linkage out of the airstream and concealed in the frame. z. b. Blade type 1) Airfoil: As remote recirculation damper for air -air heat exchanger operation. 2) Double piece: Typical usage. C. The seals shall include extruded vinyl blade edge seals and flexible metal compression type jamb seals. Bearings shall be stainless steel sleeve. The axles shall be 1/2" plated steel hex. d. The Damper shall be constructed of a minimum of 16 gauge galvanized steel. e. Damper shall have a maximum leakage performance rating of 4 cfm per square foot at 1 inch water gauge static pressure differential (based on a 36 "wide x 24" high damper). f. Dampers shall bear the AMCA certification for air leakage. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-15 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC g. Low leakage dampers shall be by Ruskin or approved equal. 2. Reference the drawings for minimum and economizer outdoor air damper sizes. 3. Submit product data, performance and installation data. Clearly indicate profile of damper size, materials, damper blade configuration, damper linkage, leakage characteristics and operators. 4. General a. Dampers shall fail normally open, closed or last position as scheduled on plans or as follows: 1) AHU's outdoor air & exhaust/relief - normally closed. 2) AHU's supply R return - normally open. 3) Motorized dampers in ventilation supply ductwork - last position. 4) Other applications - by inherent operation or as required by sequence of operation. D. Control Valves Provide a dedicated automatic control valve for mechanical hydronic units as called for on the drawings and per the sequence of operations within this specification section. Valves may be two-way or three-way, two position or modulating, as scheduled or indicated in the sequence of operation, all of which apply to piping bypasses. Each major run of piping (serving more than three mechanical units) shall be provided a valved bypass; each valved bypass shall be controlled by a dedicated differential pressure sensor. 2. Control valves shall be two-way or three-way type for two -position or modulating service as scheduled, shown, or as indicated in the sequence of operation. 3. Close -off (differential) Pressure Rating: Valve actuator and trim shall be furnished to provide the following minimum close -off pressure ratings: o a. Water Valves: n C -Ti 1) Two-way: 150% of total system (pump) head.�=4 _ "— n- _ 2) Three-way: 300% of pressure differential between Aad Bsign flow or 100% of total system (pump) head. ;{ rn z 1 1Tt 4. Water Valves: .c: D F a. Body and trim style and materials shall be per manufacturer's recorpAlendations for design conditions and service shown, with equal percentage ports for modulating service. b. Sizing Criteria: 1) Two -position service: Line size. 2) Three-way Modulating Service: Pressure drop equal to the pressure drop through the coil exchanger (load), 3 psi maximum. End -of -line valves at bypass shall be line size. 3) Valves 1/2" through 2" shall be bronze body or cast brass ANSI Class 250, spring loaded, Teflon packing, quick opening for two -position service. Two- way valves to have replaceable composition disc, or stainless steel ball. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-16 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 4) 2-1/2" valves and larger shall be cast iron ANSI Class 125 with guided plug and Teflon packing. General a. Water valves shall fail normally open or closed as scheduled on plans or as follows: 1) AH U's - normally open. 2) 2 -way control valves - normally open. 3) 3 -way end -of -line control valves - fail at last position. 4) Other applications - by inherent operation or as required by sequence of operation. E. Sensors: 1. Room and duct humidity sensors shall be of the thin film capacitance type containing a humidity sensitive material that modifies its dielectric constant to maintain accuracy of + 5% RH @ 77° F, range of 20% to 95% RH, including hysteresis, linearity, and repeatability. The sensor shall be rated for operation between 15 to 170 degrees F. 2. All temperature and humidity sensors shall be of the electronic type. The temperature sensors shall be resistance temperature device (RTD) or thermistor type. a. Room sensors shall include covers for horizontal or vertical mounting and concealed adjustments. Sensors shall include adjustable slide temperature sensors, and two- hour push button override. All wall sensors located on exterior walls or surfaces that will cause abnormal sensor readings shall be furnished with an insulated base. b. Room sensors shall have a range of 32-120 degrees F with a factory calibration of 74" F. Accuracy shall be plus or minus 1degree F at calibration point. Mounting height of room sensors shall be verified with owner prior to installation. C. Duct Temperature Sensors - accuracy of ± 1 ° F @ 77 deg F. Duct air sensors shall be duct single point, averaging probe or averaging bulb as required under sequence of operation. Use insertion elements with a brass well with a minimum length of 2.5". d. Outside air sensor shall have watertight inlet fitting and contain a shield from direct sunlight. e. Sensors located in areas of high density occupancy and/or foot traffic shall be provided with high impact plastic guards, including but not limited to corridors, o. gymnasium, multi-purpose room, shop, lockers, mechanical, electrical, and utility spaces. 3. c=arbon dioxide sensors shall have a measurement range from zero to 2000 parts per million ;!(ppm) and an initial accuracy of plus or minus 20 ppm with a deviation of no more than 100..,. o- m "ppm after two years of continuous service. The response time shall not exceft 120 seconds. =' r The operating temperature shall be between 55° F and 90° F and theaperatiag relative : humidity range shall be from 5 to 100%. The carbon dioxide senso" bq2iy ACl_Vaisala or Engineer approved equal. j n � F. Differential Pressure Switch (static) -shall sense static differential pressure V,%gafRe ap Ication (exhaust air duct), positive pressure (supply duct), or a differential pressured ' h (rs) �IrWall be automatic reset type with an adjustable range from .05-12" WC. zE r r City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-17 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC G. Low Temperature Detection Electric low temperature warning thermostats shall have 20 ft low point sensitive elements (not averaging type) installed in parallel or series to serpentine the entire coil face area. These thermostats shall be two -position manual reset type. Where coils are in banks, multiple low limit thermostats, wired in series, shall be provided and wired to initiate the freeze condition sequences specified and signal a remote alarm to the facilities management console. 2. The low temperature thermostat shall be manual reset type as described in the sequence of operations. 3. Thermostat shall be adjustable between the temperatures of 35° to 45° F. H. Current Sensing Relays - shall be split core type with adjustable high and low trip settings. Range shall not exceed 175% of expected input. Coordinate special requirements for systems with variable speed drives. I. Flow Switches 1. Flow -proving switches shall be differential pressure type for proof of flow application. 2. Differential pressure type switches (air or water service) shall be UL listed, solid state, SPDT snap -acting, pilot duty rated (125 VA minimum), NEMA Type 1 enclosure, with scale range and differential suitable for intended application, or as specified. Mercoid type switches shall not be used for equipment that vibrates such as chillers, etc. Differential pressure switches shall be by Orange Research or approved equal. 3. Current sensing relays may be used for flow sensing or terminal devices. J. Relays 1. Control relays shall be UL listed plug-in type with dust cover. Contact rating, configuration, and coil voltage suitable for application. 2. Time delay relays shall be UL listed solid-state plug-in type with adjustable time delay. Delay shall be adjustable plus or minus 200% (minimum) from set -point shown on plans. Contact rating, configuration, and coil voltage suitable for application. Provide NEMA Type 1 enclosure when not installed in local control panel. K. Transformers and Power Supplies 1. Control transformers shall be UL listed, Class 2 current -limiting type, or Ull be furnished with over -current protection in both primary and secondary circud&for Clgs 2 service. C:) 2. Unit output shall match the required output current and voltage riffilSRerr4ets. GIVTFnt output shall allow for a 50% safety factor. Output ripple shall be 3.0 mimirm Peak tp-Peak. Regulation shall be 0.10% line and load combined, with 50 micrZ,9 nQ9spopetime for 50%, load changes. Unit shall have built-in over -voltage protectiogr— rn m -0 3. Unit shall operate between 0° C and 50° C. ox r Q 4 Unit shall be UL recognized. r L. Li5cal-Control Panels 1; All indoor control cabinets shall be fully enclosed NEMA Type 1 construction with hinged door, key -lock latch, and removable sub -panels. A single key shall be common to all field panels and sub -panels. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-18 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 2. Interconnections between internal and face -mounted devices pre -wired with color -coded stranded conductors neatly installed in plastic troughs and/or tie -wrapped. Terminals for field connections shall be UL listed for 600 -volt service, individually identified per control/interlock drawings, with adequate clearance for field wiring. Control terminations for field connection shall be individually identified per control drawings. M. Auxiliary Devices 1. Furnish and install all necessary auxiliary electronic devices as appropriate to accomplish the sequence as specified. These totally electronic devices shall include (but not be limited to) such items as load -limiting controllers, low signal selectors, high signal selectors, remote reset control devices, floating alarm units, staging networks, damper position indicators, unison amplifiers, reversing networks, sequencing networks and electronic power supplies. N. Duct Smoke Detectors 1. Duct detectors shall be furnished and installed. O. Wireless communication link and zone sensors: At the contractor discretion, wireless controls may be utilized in lieu of wired. 1. Wireless equipment controllers and auxiliary control devices shall conform to: y a. IEEE 802.15.4 radios to minimize risk of interference and maximize battery life, reliability, and range. b. Operating range shall be a minimum of 200 feet; open range shall be 2,500 ft. (762 m) with less than 2% packet error rate. C. To maintain robust communication, mesh networking and two-way communications shall be used to optimize the wireless network health. ftp d. Certifications shall include FCC CFR47 - RADIO FREQUENCY DEVICES - Section 15.247 & Subpart E e. Shall be ZigBee Building Automation Certified to allow wireless integration with products from multiple suppliers. 2. Wireless Zone Sensors a. To check for proper operation, wireless zone temperature sensors shall include a signal strength and battery condition indicators on the zone sensor display or using LED's on non -display models. b. To allow local troubleshooting without specialized tools, error codes shall be displayed on the digital display through a blinking pattern on the non -display models. Error codes shall include: not associated, address to 000, improper software configuration, input voltage too high, or general sensor failure. Codes shall be indicated on inside of sensor back cover. 0 C. To support use by the physically impaired, the wireless z(Me senV shall be a minimum font size of 12 points, and the LCD model shall §!aadaSe in GZ fight conditions. d. The wireless zone sensor shall include a readily visual inion o?battcndition. The battery indication lights shall flash periodically for a r�DR ffg 5 d= indicate the need for battery replacement prior to failure. c= r (� rs City Hall Boiler 8 BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-19 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 3. Service Tools a. To support network setup and troubleshooting, service tools shall display link quality and hop quantities for each wireless device. b. Wireless service tool access to communication link provided shall minimize installation and troubleshooting labor 4. Wireless Zone Sensors a. Temperature and Humidity Range 1) The ambient operating temperature range for the wireless zone sensor shall be 32 to 122°F (0 to 500C). 2) The ambient operating temperature range for the wireless receiver shall be - 40 to 158°F (-40 to 700C). 3) The ambient storage temperature range for the wireless zone sensor and receiver shall be -40 to 185°F (-40 to 850C). 4) The ambient operating and storage humidity range for thi*ireless zone sensor and receiver shall be 5 to 95%, non -condensing. :a b. Components C') C + 1) Wireless zone sensors shall be available in threer�: &hr petin �t�yrg only, temperature with setpoint control and override pus ns,ond fi l � configurable model with digital display. The field copfvabfd4noddoall all allow field configuration without a field service tool.pAguryjion options include: setpoint, override pushbuttons, fan speed,m systemode switches. System mode, fan speed and setpoint shall includdQ lock option. The digital display shall also be field configurable to display in Fahrenheit or Celsius units of measure. 2) The wireless zone sensor addresses shall be held in non-volatile memory to ensure operation through system voltage disturbances and to minimize the risk of incorrect association. 3) The wireless zone sensor shall be addressed using rotary switches with numerical indication to simplify and reduce installation time and minimize risk of incorrect addressing. Two position DIP switches are not acceptable. 4) Installation and replacement of failed sensors shall be accomplished automatically after power up. 5) The wireless zone sensor shall include security screws to protect against theft. 6) Wireless zone sensor component certifications shall include: a) TFP-13651127 - Canada Compliance b) UL 916 - Energy Management Equipment C) UL 94 - The Standard for Flammability of Plastic Materials for Parts in Devices and Appliances: 5 VA flammability rating d) UL 873 - Temperature regulating and indicating equipment City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-20 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC C. Accuracy 1) To ensure proper system performance, the wireless zone sensors shall automatically determine when the space temperature is rapidly changing. When the space temperature is readily changing, the space temperature shall be transmitted at least once each 30 seconds. The maximum time between transmissions shall be 15 minutes. Zone temperature sensing accuracy shall be +/- 0.5F (+/- 0.28C). d. Power Requirements 1) The wireless zone sensor battery life shall provide at least 5 years life under normal operating conditions and must be readily available size AA, 1.5V. 5. Wireless Comm Interface a. Temperature and Humidity Range 1) The ambient storage temperature range for the wireless comm interface shall be 40 to 185°F (40 to 85°C). 2) The ambient operating and storage humidity range for the wireless comm interface shall be 5 to 95%, non -condensing. b. Components 1) The wireless comm interface shall be addressed using rotary switches with l- numerical indication to simplify and reduce installation time and minimize risk of incorrect addressing. Two position DIP switches are not acceptable. cy 2) Wireless Comm Interface certifications shall include: a) TFP-13651127 - Canada Compliance b) UL 916 - Energy Management Equipment C) UL 94 - The Standard for Flammability of Plastic Materials for Parts in Devices and Appliances: 5 VA flammability rating d) UL 873 - Temperature regulating and indicating equipment e) ZigBee Building Automation, BACnet Tunnelling Device 6. System Tools N 0 a. Wireless Zone Sensor Installation and Configuration Tools- ;n .,-- `-- 1) To enable installation and servicing when specialioe9oolgre regaled, site survey and installation tools as well as softwares l lte p;Qvidecifterthe contractor use for system installation and commisSjReipg 113Pthedlaion of the warranty period. ._m -o 2) To enable installation and servicing when specialif_=olsivre reed, site survey and installation tools as well as software sbe pr2mided to the owner for permanent possession for ongoing system maint4ffance and trouble shooting 2.13 WIRING A. All electric wiring required for the control system and any interlock wiring required for the controls sequence shall be provided by the Temperature Control Contractor. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-21 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC B. All inaccessible line and low voltage control wiring (i.e. concealed, including wiring routed within walls and above gypsum ceilings) shall be run in conduit. C. Wire shall be a minimum of #18 gauge, color coded, stranded wire for all low voltage, electronic circuit with "spares" installed (one for every group of 10 wires) in conduit. D. Coordinate the requirements for 120V circuits for the ASC's. All control transformers shall be the responsibility of this contractor. Controls contractor to coordinate with electrical contractor to determine optimal existing electrical circuits. 2.14 SEQUENCE OF OPERATION A. General 1. All HVAC equipment control points recognized by the controllers, both factory and field installed, shall be integrated into the new BAS for full control and manipulation via the district's central computer. All mention of the "Front End PC" shall be in reference to the city's BAS homepage interface. 2. Control points (i.e. Indications, Adjustments, Alarms, faults, remote reset,tehsr.) as identified shall be provided as equipment manufacturer's factory options. Where the%)ecified item is not available as a factory option, the equipment manufacturer shalr&ordinL% with"TCC to provide. All non -factory option solutions shall be highlighted withkiRe shcV drawi submittals of both the equipment manufacturer and the TCC. 3. Refer to sheet M4.01 for detailed Sequences of Operation. �rcrn PART 3 EXECUTION CD 3.1 INSTALLATION ZE y t .o A. Install wiring in a neat and workmanlike manner. Wiring to finished spaces shall be routed, concealed. B. All work is to be installed by a qualified person skilled in the installation of electronic control systems. The control company representative is responsible for the proper installation of the control system and will provide supervision of the installation. C. Wire the flow switches and other control devices not factory wired. D. Provide and install damper actuators for all automatic dampers. E. Install terminal equipment controllers on terminal boxes and provide all necessary control wiring. F. Install system and materials in accordance with manufacturer's instructions and roughing -in drawings, and details and drawings. Install electrical work and use electrical products complying with requirements. Mount controllers at convenient locations and heights. G. Wiring. The term "wiring" is defined to include providing of wire, conduit and miscellaneous materials as required for mounting and connecting electric control devices. H. Wiring System. Install complete wiring system for electric -electronic temperature controls. Conceal wiring, except in mechanical rooms and areas where other conduit and piping are exposed. Provide multi -conductor instrument harness (bundle) in place of single conductors where number of conductors can be run along common path. Fasten flexible conductors bridging cabinets and doors, neatly along hinge side, and protect against abrasion. Tie and support conductors neatly. I. Number -code or color -code conductors, appropriately for future identification and servicing of control system. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-22 3.2 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC ON-SITE TESTING A. Provide Engineer and/or Owner approved operation and acceptance testing of the complete system. The Engineer and/or Owner will witness all tests. B. Field Test. When installation of the system is complete, calibrate equipment and verify transmission media operation before the system is placed in line. All testing, calibrating, adjusting and final field tests shall be completed by the installer. Provide a cross-check of each control point within the system by making a comparison between the control command and the field -controlled device. Verify that all systems are operable from local controls in the specified failure mode upon panel failure or loss of power. Submit the results of functional and diagnostic tests and calibrations to the Engineer for final system acceptance. C. Compliance Inspection Checklist. Submit in the form requested, the following items of information to Jhe Owner's representative and Architect/Engineer for verification of compliance to the project -1pecifcations. Failure to comply with the specified information shall constitute non-performance of the contract. The contractor shall submit written justification for each item in the checklist that he is unable -to comply with. The Owner's Representative and the Architect/Engineer will initial and date the checklist to signify Contractor's compliance before acceptance of system. /1. : >.Verify to the Owner's Representative and ArchitecUEngineer in letter form that supplier has in-place support facility. Letter shall show location of support facility, name and titles of -technical staff, engineers, supervisors, fitters, electricians, managers and all other personnel -x responsible for the completion of the work on this project o. User Date A/E Date 2. Manually generate an alarm at the remote DDC Controller as selected by the Architect/Engineer to demonstrate the capability of the workstation and alarm printer to receive alarms within 5 seconds. User Date A/E Date 3. Disconnect one DDC Controller from the network to demonstrate that a single device failure shall not disrupt or halt peer-to-peer communication. Panel to be disconnected shall be selected by the ArchitecUEngineer. User Date A/E Date 4. At a DDC Controller of the ArchitecttEngineer's choice, display on the portable operator's terminal: a. At least one temperature setpoint and at least one status condition; i.e.: on or off for a system or piece of equipment attached to the panel as well as for points at another DDC Controller on the network. b. The diagnostic results as specified for a system or piece of equipment attached to that panel as well as for a system or piece of equipment attached to another DDC Controller. o_ C. The ability to add a new point to the DDC Controller with Qgt,s,,Ok�3nd h t automatically uploaded to the workstation to modify that pan -as sued d ase. n -< r -- User Date A/E _,n Date� r- 5. At the Architect/Engineees choice, disconnect the trunk connectit�i�tler�nstr SAii of reliance on a DDC Controller to maintain full control functionality. r Q User Date A/E DnDate City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-23 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 3.3 SERVICE AND GUARANTEE A. General Requirements. Provide all services, materials and equipment necessary for the successful operation of the entire BAS System for a period of one year after completion of successful performance test. Provide necessary material required for the work. Minimize impacts on facility operations when performing scheduled adjustments and non-scheduled work. B. Description of Work. The adjustment and repair of the system includes all computer equipment, software updates, transmission equipment and all sensors and control devices. Provide the manufacturer's required adjustment and all other work necessary. C. Personnel. Provide qualified personnel to accomplish all work promptly and satisfactorily. Owner shall be advised in writing of the name of the designated service representative, and of any changes in personnel. N O D. Schedule of Work. Provide two minor inspections at 6 month intervals a o mMDr inspections offset equally between the minor inspections to effect quarterly inspectiotejterPfing rfllitude, and all work required as specified. Schedule major inspections in July ana acr4uagc Min=_ Major i�r�r inspections shall include visual checks and operational test of all equipmero delivered. inspections shall include all work described for minor inspections and the TeYpinwork: rn �m -o 1. Clean all equipment, including interior and exterior surfaces. _ O� r 2. Perform signal, voltage and system isolation checks of system wo%tatiownd peripherals. 3. Check and calibrate each field device. Check all analog points and digital points. 4. Run all diagnostics and correct all previously diagnosed problems. 5. Resolve and correct any previous outstanding problems. E. Emergency Service. Owner shall initiate service calls when the system is not functioning properly. Qualified personnel shall be available to provide service to the complete system. Furnish Owner with a telephone number where service representative can be reached at all times. Service personnel shall be at the site within 4 hours after receiving a request for service. Restore the control system to proper operating condition within 24 hours. F. Operation. Performance of scheduled adjustment and repair shall verify operation of the system as demonstrated by the initial performance test. G. Systems Modifications. Provide any recommendations for system modification in writing to Owner. Do not make any system modifications, including operating parameters and control settings, without prior approval of Owner. Any modifications made to the system shall be incorporated into the operations and maintenance manuals, and other documentation affected. H. Software. Provide all software updates and verify operation in the system. These updates shall be accomplished in a timely manner, fully coordinated with the system operators, and shall be incorporated into the operations and maintenance manuals, and software documentation. 3.4 EXAMINATION A. The project plans shall be thoroughly examined for control device and equipment locations, and any discrepancies, conflicts, or omissions shall be reported to the Architect/Engineer for resolution before rough -in work is started. 3.5 GENERAL WORKMANSHIP A. Install equipment, piping, wiring/conduit parallel to building lines (i.e. horizontal, vertical, and parallel to walls) wherever possible. B. Provide sufficient slack and flexible connections to allow for vibration of piping and equipment. City Hall Boller & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-24 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC C. Install all equipment in readily accessible location as defined by chapter 1 article 100 part A of the NEC. Control panels shall be attached to structural walls unless mounted in equipment enclosure specifically designed for that purpose. Panels shall be mounted to allow for unobstructed access for service. D. Verify integrity of all wiring to ensure continuity and freedom from shorts and grounds. E. All equipment, installation, and wiring shall comply with acceptable industry specifications and standards for performance, reliability, and compatibility and be executed in strict adherence to local codes and standard practices. F. Coordinate with the testing and balancing contractor to adjust low leakage dampers if damper leak rate excftds specifications. 3.6 INSTALLATION ^OF SENSORS A. --4nstall sensors in accordance with the manufacturer's recommendations. B. Mount sensors rigidly and adequate for the environment within which the sensor operates. C. Room temperature sensors shall be installed on concealed junction boxes properly supported by the wall framing. In retrofit locations, use shallow -depth surface mounted junction boxes served by Wiremold 700 dropped vertically down from the ceiling or wall penetration at structure. D. All wires attached to sensors shall be air sealed in their conduits or in the wall to stop air transmitted from other areas affecting sensor readings. E. Install duct static pressure tap with tube end facing directly down -stream of airflow. F. Sensors used in mixing plenums, and hot and cold decks shall be of the averaging type. Averaging sensors shall be installed in a serpentine manner horizontally across duct. Each bend shall be supported with a capillary clip. G. All pipe mounted temperature sensors shall be installed in wells. Install all liquid temperature sensors with heat conducting fluid in thermal wells. H. Wiring for space sensors shall be concealed in building walls. EMT conduit is acceptable within mechanical and service rooms. I. Install outdoor air temperature sensors on north wall complete with sun shield at designated location. 3.7 FLOW SWITCH AND PRESSURE DIFFERENTIAL SWITCH INSTALLATION A. Install using a thread -o -let in steel pipe. In copper pipe use C x C x F Tee, no pipe extensions or substitutions allowed. B. Mount a minimum of 5 pipe diameters up stream and 5 pipe diameters downstrearri,pr 2 feet whichever is greater, from fittings and other obstructions. o C. Install in accordance with manufacturer's instructions. zEL) c D. Assure correct flow direction and alignment. — (— rC-) Co E. Mount in horizontal piping - flow switch on top of the pipe.<rn -o m ::0 s F. Pressure differential switches mounted on horizontal sections of pipe shall @Wstalled on Pside or top of pipes to avoid accumulation of debris. D t Ln 3.8 ACTUATORS A. Mount and link control damper actuators per manufacturer's instructions. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-25 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC B. Check operation of damper/actuator combination to confirm that actuator modulates damper smoothly throughout stroke to both open and closed positions. C. Valves - Actuators shall be mounted on valves with adapters approved by the actuator manufacturer. Actuators and adapters shall be mounted following manufacturer's recommendations. 3.9 WARNING LABELS r„ 0 A. Affix plastic labels on each starter and equipment automatically controlled throrgh thajiTtrol System including all air handling unit fans at doors. Label shall indicate the foII4- _ Z CAUTION n_le_ co This equipment is operating under :r4n m automatic control and may start at -& S 4 any time without warning. t 3.10 IDENTIFICATION OF HARDWARE AND WIRING y A. All wiring and cabling, including that within factory -fabricated panels, shall be labeled at each end within 2" of termination with a cable identifier and other descriptive information. B. Permanently label or code each point of field terminal strips to show the instrument or item served. C. Identify control panels with minimum 1 cm letters on laminated plastic nameplates. D. Identify all other control components with permanent labels. Identifiers shall match record documents plug-in components shall be labeled such that removal of the component does not remove the label. 3.11 CONTROLLERS A. Provide a dedicated controller (i.e. B-AAC or B -ASC) for water -to -air heat pumps, energy recovery units, and other equipment as required to provide the indicated controls; coordinate with individual equipment Sections as some controllers may be specified to be factory -installed. Points used for control loop reset such as outside air or space temperature are exempt from this requirement. B. Building Controllers and Custom Application Controllers shall be selected to provide a minimum of 15% spare 1/0 point capacity for each point type found at each location. If input points are not universal, 15% of each type is required. If outputs are not universal, 15% of each type is required. A minimum of one spare is required for each type of point used. C. Future use of spare capacity shall require providing the Feld device, field wiring, point database definition, and custom software. No additional Controller boards or point modules shall be required to implement use of these spare points. 3.12 PROGRAMMING A. Provide sufficient internal memory for the specified control sequences and trend logging. There shall be a minimum of 25% of available memory free for future use. B. Point Naming. System point names shall be modular in design, allowing easy operator interface without the use of a written point index. C. Software Programming Provide programming for the system as per specifications and adhere to the strategy algorithms provided. All other system programming necessary for the operation of the system but not specified in this document shall also be provided by the Control System Contractor. Imbed into the control program sufficient comment statements to clearly describe each section of the program. The comment statements shall reflect the language used in the sequence of operations. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-26 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC D. Operators' Interface The controls contractor shall provide all the labor necessary to install, initialize, start-up, and trouble -shoot all operator interface software and their functions as described in this section. This includes any operating system software, the operator interface data base, and any third party software installation and integration required for successful operation of the operator interface. 2. As part of this execution phase, the controls contractor will perform a complete test of the operator interface. Test duration shall be a minimum of 16 hours on-site. Tests shall be made in the presence of the Owner or Owner's representative. E. Demonstration. A complete demonstration and readout of the capabilities of the monitoring and control system shall be performed. The contractor shall dedicate a minimum of 4 hours on-site with the Owner and his representatives for a complete functional demonstration of all the system requirements. This demonstration constitutes a joint acceptance inspection, and permits acceptance of the delivered system for on-line operation. F. Software Backup 1: Once the demonstration has been completed to the satisfaction of the Owner, provide a cpmplete software backup of the entire building system. 3.13 CLEANING A. This co'atractor shall clean up all debris resulting from his or her activities daily. The contractor shall remove: all cartons, containers, crates, etc. under his control as soon as their contents have been removed. Waste shall be collected and placed in a location designated by the Construction Manager or General Contractor. B. At the completion of work in any area, the Contractor shall clean all of his/her work, equipment, etc., making it free from dust, dirt and debris, etc. C. At the completion of work, all equipment furnished under this Section shall be checked for paint damage, and any factory finished paint that has been damaged shall be repaired to match the adjacent areas. Any metal cabinet or enclosure that has been deformed shall be replaced with new material and repainted to match the adjacent areas. 3.14 PROTECTION A. The Contractor shall protect all work and material from damage by his/her work or workers, and shall be liable for all damage thus caused. c B. The Contractor shall be responsible for his/her work and equipment until ally it ffecte sted, and accepted. The Contractor shall protect his/her work against theft or damndhall Cully store material and equipment received on site that is not immediately installed. Fj�Cootract II close all open ends of work with temporary covers or plugs during storage and ruc%n to ent entry of foreign objects. -.<I-" -p 3.15 FIELD QUALITY CONTROLS r A. All work, materials and equipment shall comply with the rules and regulations of ap&jcable local, state, and federal codes and ordinances as identified in Part 1 of this Section. Contractor shall continually monitor the field installation for code compliance and quality of workmanship. All visible piping and or wiring runs shall be installed parallel to building lines and properly supported. C. Contractor shall arrange for field inspections by local and/or state authorities having jurisdiction over the work. City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-27 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 3.16 ACCEPTANCE A. The control systems will not be accepted as meeting the requirements of Completion until all tests described in this specification have been performed to the satisfaction of both the Engineer and Owner. Any tests that cannot be performed due to circumstances beyond the control of the Contractor may be exempt from the Completion requirements if stated as such in writing by the Owner's representative. Such tests shall then be performed as part of the warranty. END OF SECTION c o c r 2 r City Hall Boiler & BAS Improvements INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1164634 230900-28 SECTION 23 1123 FACILITY NATURAL GAS PIPING PART 1 GENERAL 1.1 SECTION INCLUDES A. Provide equipment, materials, tools, labor, and supervision necessary to furnish, fabricate, and install a complete Natural Gas piping system. 1.2 STANDARDS AND CODES A. Pipe materials specified in this Section shall apply to technical sections of Division 23 of the Project Manual where applicable. Special requirements as may be called for in the technical sections, or shown on the Drawings, shall take precedence over General Requirements herein. Piping located in plenums shall be plenum rated for fire and smoke. B. Gas piping and connections to equipment shall be in accordance with NFPA-54, the City Gas Code and the local utility company. 1.3 PRODUCT HANDLING A. Provide factory -applied plastic end -caps on each length of pipe and tube. Maintain end -caps through Shipping, storage, and handling as required to prevent pipe -end damage and eliminate dirt and moisture from inside of pipe and tube. B. Where possible, store pipe and tube inside and protected from weather. Where necessary to store outside, elevate well above grade and enclose with durable, waterproof wrapping. C. - Protect flanges and fittings from moisture and dirt by inside storage and enclosure, or by packaging with durable, waterproof wrapping. PART2 PRODUCTS 2.1 MATERIAL Material Service Black steel pipe ERW, Schedule 40, ASTM A53. Aboveground natural gas. See finish and identification requirements. Welded black steel Schedule 40, coated with Gas vents and underground gas piping asphalt and wrapped, ASTM A120. within 5'-0" of building. 0 A. Fittings �n --n c 1. Threaded pipe - malleable iron fittings, 125 -pound standard flat baa&;v;eterWatte C-) 2. Welded pipe - welded neck fittings and welded neck flanges, same a&rial and strgth as pipe ern = 1 3. Carbon steel pipe - material and strength shall correspond to pipe sa ilicatilUns. ASI B31.5. 7;p 91 4. Plastic underground natural gas piping - all fittings shall be manufactured (tee's, elbows, reducers and transitions to steel pipe), by the piping manufacturer. B. Joints 1. Threaded pipe - make joints using approved pipe joint compound, applied to male threads only. Cut pipe square, cut threads clean, remove burrs, and ream ends to full size of bore. Threads shall not be exposed on chromium -plated pipe. City Hall Boiler & BAS Improvements FACILITY NATURAL GAS PIPING Project No. 1164634 231123-1 SECTION 23 1123 FACILITY NATURAL GAS PIPING 2. Welded pipe - Construct joints according to AWS D10.12/D10.12M, using qualified processes and welding operators. C. Nipples and Unions Nipples shall conform to size, weight, and strength of adjoining pipe. When length of unthreaded portion of nipple is less than 1-1/2", use extra strong nipple; do not use close nipples. 2. For pipe 3" and smaller, use screwed unions; over 3", use flanged unions. For steel and wrought iron pipe, use malleable iron ground joint unions, black or galvanized, to conform to pipe. Cast iron flanged unions are to be gasket type. For threaded brass pipe, use bronze ground joint unions with octagon ends. Install unions on equipment intended to be disassembled. 2.2 PLUG VALVES A. Plug valves shall not be furnished unless specifically shown on the Drawings. When so indicated, this type of valve shall meet the following specifications: P 1. Smaller than 2 in.: Tapered plug valves, semi -steel, screwed, wrench opotedwillayvrench. O `, _ � 1 2. 2 in. and larger: Tapered plug valves, carbon steel, flanged, Iubric kepiJjavren�erated with a wrench. To 0-4 C rn PART 3 EXECUTION ter" "0 3.1 INSTALLATION t r A. Install piping and make service connection as shown on the Drawings. y `p B. Finish: In typically unoccupied spaces (i.e. concealed spaces, above ceilings, mechanical rooms, etc.) paint and prime all exposed piping with epoxy primer and two coats epoxy "yellow" paint. 2. In occupied spaces leave steel pipe unfinished but mark with mechanical identification. C. Do not install rusted fittings. D. Pipe size 2 in. and larger or 2 psig and greater shall have welded joints; pipe less than 2 in. and less than 2 psig shall have threaded joints made up with gas resistant joint compound. E. Install gas shutoff plug valve in main, in each branch line and at each appliance. Instatl service plug valve at each outlet. G. General: Comply with requirements of basic piping material sections for installation of piping materials. Install piping products in accordance with manufacturer's written instructions, with applicable installation requirements of ANSI Z 223.1, and in accordance with recognized industry practices to insure that products serve intended functions. H. Use sealants on metal gas piping threads that are chemically resistant to LP and natural gas. Use sealants sparingly and apply to only male threads of metal joints. Remove cutting and threading burrs before assembling piping. J. Do not install defective piping or fittings. Do not use pipe with threads that are chipped, stripped or damaged. K. Plug each gas outlet, including valves, with a threaded plug or cap immediately after installation, and retain until continuing piping or equipment connections are completed. City Hall Boiler & BAS Improvements FACILITY NATURAL GAS PIPING Project No. 1164634 231123-2 SECTION 23 1123 FACILITY NATURAL GAS PIPING L. Install dirt -legs in gas piping at connections to equipment and elsewhere as indicated, and where required by code or regulation. M. Install tee fittings with bottom outlet plugged, or capped, at bottom of pipe risers. N. Do not install gas piping through foundations or under buildings. Where unavoidable, install in welded conduit, ventilated to outdoors on both ends, and tested to same requirements as gas piping. O. Gas piping shall be electrically grounded and continuously grounded within the project, and bonded tightly to the grounding connection. P. Use dielectric unions where dissimilar metals are joined together. Q. Install piping with 1/64" per foot (1/8%) downward slope in direction flow. R. Install piping parallel to other piping, but maintain minimum of 12" clearance between gas piping and steam or hydronic piping above 200° F (93° C). S. Gas Service: General: Arrange with utility company to provide gas service to indicated location with shutoff at terminus. Consult with utility as to extent of its work, costs, fees and permits involved. Pay ,such costs and fees; obtain permits. �2. Extend service pipe from utility's terminus to inside building wall, under utility's direction. 3. , Provide shutoff outside building where indicated. Provide shutoff in gas service pipe at entry in building. 4. Provide concrete foundations and pads for gas meters per utilities directions. T. Installation of Valves: 1. Gas Cocks: Provide at connection to gas train for each gas-fired equipment item; and on L risers and braces where indicated. 2. Locate gas cocks where easily accessible, and where they will be protected from possible injury. 0 3. Control Valves: Install as indicated. Refer to Division 26 for widra not v#&k of tbis section. 4. Pressure Regulating Valves: Install where shown and where regpira3t CCWPIy ww "'Wility requirements. Pipe atmospheric vent to outdoors, full size of outleb-fist"Pas s 1u off valve upstream of each pressure regulating valve. �'r Z m 3.2 EQUIPMENT CONNECTIONS 0 C7 A. Fuel Gas Piping Tightness Test: Prior to initial operation, test and purge fr gas ppmng in accordance with ANSI Z 223.1, National Fuel Gas Code. rr B. General: Connect gas piping to each gas-fired equipment item, with dirt leg and shutoff gas cock and pressure regulator where required. Comply with equipment manufacturer's instructions. C. Replace all gas connection hoses when reconnecting kitchen equipment. D. Piping Tests: Using dry nitrogen, purge each segment to be tested. Cap or otherwise seal the segment to be tested. Fill system with dry nitrogen and test in accordance with NFPA 54. 2. Repair or replace fuel gas piping as required to eliminate leaks, and retest as specified to demonstrate compliance. City Hall Boiler S BAS Improvements FACILITY NATURAL GAS PIPING Project No. 1164634 23 11233 SECTION 23 1123 FACILITY NATURAL GAS PIPING 3. All welded pipe shall be pressure tested to 90 psig for a minimum period of one hour. Submit test results. E. Purge System: After all segments have been tested and entire system completed, purge the system free of air in accordance with NFPA 54. Do not leave purge discharge points unattended. Spare Parts: Furnish to Owner, with receipt, 2 valve wrenches for each type of gas valve installed, requiring same. END OF SECTION c o iC-) C.)� c .�.- r g� t � t �D City Hall Boiler & BAS Improvements FACILITY NATURAL GAS PIPING Project No. 1164634 231123-4 SECTION 23 2113 PIPE AND PIPE FITTINGS PART GENERAL 1.1 SECTION INCLUDES A. Provide equipment, materials, tools, labor, and supervision necessary to furnish, fabricate, and install complete piping system. 1.2 STANDARDS AND CODES A. Pipe materials specified in this Section shall apply to technical sections of Divisions 22 and 23 of the Project Manual where applicable. Special requirements as may be called for in the technical sections, or shown on the Drawings, shall take precedence over General Requirements herein. Completed piping installations located in plenums shall be plenum rated for fire and smoke. 1.3 PRODUCT HANDLING A. Provide factory -applied plastic end -caps on each length of pipe and tube. Maintain end -caps through shipping, storage, and handling as required to prevent pipe -end damage and eliminate dirt and moisture from inside of pipe and tube. B. Where possible, store pipe and tube inside and protected from weather. Where necessary to store outside, elevate well above grade and enclose with durable, waterproof wrapping. C. Protect flanges and fittings from moisture and dirt by inside storage and enclosure, or by packaging ,with durable, waterproof wrapping. 1.4 SUBMITTALS, A. Submit piping schedule listing each pipe material used and systems served. B. Product data for typical fittings and couplings. o C. Submit shop drawings at 1/4" per foot scale indicating exact routing and eleviions full pi systems, specifically focused on but not limited to mechanical rooms, crawl s'5i othecereas of condensed installations. c')_e(— 00 PART 2 PRODUCTS "cry'- -orrl =9 Cn 2.1 MATERIAL t �Aafnrinl I Rarvica y Ln Black steel pipe, Schedule 40, ASTM A53. I Hydronic heating piping > 2"o A. Fittings 1. Cast iron water pipe - Class 250, ANSI A21.20, AWWA C110, standard mechanical joint fitting with lugs for connecting to pipe. 2. Copper water tube, cast bronze or wrought copper, solderjoint type. ANSI B16.18 and 816.22. 3. Copper drainage tube (M) -Cast bronze fittings, solder joint fittings. ANSI B.16, 23-69. 4. Threaded pipe - malleable iron fittings, 125 -pound standard flat band water pattern. City Hall Boiler & BAS Improvements PIPE 8 PIPE FITTINGS Project No. 1164634 232113-1 5. B. Joints 2. 3. SECTION 23 2113 PIPE AND PIPE FITTINGS Welded pipe - welded neck fittings and welded neck flanges, same material and strength as pipe. Grooved fittings — may be used for chilled water, heating water, glycol/water blended geothermal loop, as approved by Code. Grooved fittings shall be Victaulic, Anvil or Grinnell. Referring to Victaulic as a basis of design, acceptable fittings shall be in the model: a. In general and as otherwise noted below, No. 10 thru No. 110, excluding outlet couplings (i.e. No. 72 and similar) b. No. 30 & 30R series (45 deg lateral) for branch piping z 3" using tee wyes and reducing tee wyes. C. No. 20 & 25 (branch and reducing tees) for branch piping s 2-1/2". d. Elbows for piping z 3" shall be long radius No. 100 e. Reductions shall utilize concentric and eccentric reducers (No. 50& 51); specific usage as defined on plans. I. Hole cut fittings (i.e. 92_ series) are not acceptable. g. Joints shall be completed using Style 75 Standard Flexible Coupling with Grade 'E' EPDM nitrile gaskets. Joints between Sch 40 A53 black steel and UDPE shall utilize Style 994 plain end flange adapter. o .a Carbon steel pipe - material and strength shall correspond to pipe edfic4ffons. ANSI B31.5.Co m -4fn— -o Threaded pipe - make joints using approved pipe joint compound, a* to;ffiale tOds only. Cut pipe square, cut threads clean, remove burrs, and ream a fulisize of bore. Threads shall not be exposed on chromium -plated pipe. y r Copper water and drainage tube - use 95-5 tin antimony or silver solder, cut pipe square, clean and polish tube ends and inner surface of fittings, apply flux and solder joint as recommended by manufacturer of solder type fittings. Use same methods for copper refrigerant pipe, except use silver solder with 15% silver content, equivalent to Sil-Flos 15. Welded pipe - welding shall conform to welding section of ANSI 831.1 "Code for Power Piping". Pipe up to 2" diameter shall be screwed. Pipe 2'/2" diameter and over shall be welded. C. Nipples and Unions Nipples shall conform to size, weight, and strength of adjoining pipe. When length of unthreaded portion of nipple is less than 1-1/2", use extra strong nipple; do not use close nipples. 2. For pipe 3" and smaller, use screwed unions; over 3", use flanged unions. For steel and wrought iron pipe, use malleable iron ground joint unions, black or galvanized, to conform to pipe. Cast iron flanged unions are to be gasket type. For threaded brass pipe, use bronze ground joint unions with octagon ends. Install unions on equipment intended to be disassembled. 3. Dielectric unions shall not be installed between connections of copper and ferrous piping; provide line -size Victaulic Style 47 Dielectric Waterway at each such connection. City Hall Boiler & BAS Improvements PIPE & PIPE FITTINGS Project No. 1164634 232113-2 SECTION 23 2113 PIPE AND PIPE FITTINGS PART 3 EXECUTION 3.1 INSTALLATION A. Install pipe for plumbing and mechanical systems as shown on the Drawings, as called for in other Sections, and as specified herein. B. Arrange and install piping approximately as indicated, straight, plumb, and as direct as possible, form right angles on parallel lines with building walls. Keep pipes close to walls, partitions, and ceilings, offsetting only where necessary to follow walls and avoid interference with other mechanical items. Locate groups of pipes parallel to each other; space at a distance to permit applying full insulation and to permit access for servicing valves. Piping to be run in concealed locations unless indicated exposed, or in equipment rooms. C. Install horizontal piping as high as possible without sags or humps so that proper grades can be maintained for drainage. Branch piping shall come off the tops of mains unless shown otherwise. D. Locate valves within reachable distance from equipment being served for easy access and operation. Do not locate valves with stems below horizontal. E. Check piping for interference with other trades. Hydronic piping shall not be placed or routed over electrical equipment. 2. Piping concealed in chases or hard surface soffits shall be welded, or single piece to prevent joints otherwise not directly accessible. System of welded pipe shall extend a minimum of two feet beyond the limits of the chase (in plan view) before transitioning to other joint methods. Note: the existence of an access panel or other means of entry to a chase does not preclude this requirement. F. Where rough -ins are required for equipment furnished by others, verify exact rou*in dimensions with Owner or equipment supplier before roughing -in. o �o G. 'Provide -drains in low point of each piping run; drain shall include full -portal ;with thMded cap. H. Install 4tomatic temperature control valves, separable wells, hum idifierszRmsu7ntaps and other items 2S called for and furnished by the temperature controls section. _<r— a m _ m s 3.2 PIPING TESTS ALL HEATING SYSTEMS PIPING �x r A. Test pressure piping in accordance with ANSI B31. 3' ION B. General: Provide temporary equipment for testing, including pump and gauges. Test piping system before insulation is installed whenever feasible, and remove control devices before testing. Test each natural section of each piping system independently, but do not use piping system valves to isolate sections where test pressure exceeds valve pressure rating. Fill each section with water or air and pressurize for the indicated pressure and time. Required test period is 2 hours. 2. Test each piping system at 150% of operating pressure indicated, but not less than 25 -psi test pressure. 3. Observe each test section for leakage at end of test period. Test fails if leakage is observed or if pressure drop exceeds 5% of test pressure. C. Repair piping systems sections that fail the required piping test, by disassembly and reinstallation, using new materials to the extent required to overcome leakage. Do not use chemicals, stop -leak compounds, mastics, or other temporary repair methods. City Hall Boiler & BAS Improvements PIPE & PIPE FITTINGS Project No. 1164634 232113-3 SECTION 23 2113 PIPE AND PIPE FITTINGS D. Drain test water from piping systems after testing and repair work has been completed. E. Heating, cooling, and condenser water system pipes are to be thoroughly flushed and cleaned prior to being put into service. The flushing water must not go through any air handler, chiller, boiler, cooling or heating coils, terminal heating coils, or unit heaters. Strainer screens are to be removed prior to the flushing operation and are to be replaced when the flushing operation has been completed. As soon as possible after the flushing has been completed, the lines are to be filled with treated water to avoid the creation of a corrosive environment inside the pipes. 2. Flushing operations are to be reviewed with and approved by the Owner's representative prior to any flushing operation. Pipe scale, welding slag, and any other debris shall be removed from pipes; discharge flush water through a portable filter sock housing assembly to trap contaminants for review — flushing sequence shall be repeated until filter sock remains clean for entire discharge of flush water. The Owner's representative shall determine when the flushing operation is complete. END OF SECTION City Hall Boiler & BAS Improvements PIPE & PIPE FITTINGS Project No. 1164634 232113-4 c i C:) .� _ - --I C-) r - r _ C) _ m r City Hall Boiler & BAS Improvements PIPE & PIPE FITTINGS Project No. 1164634 232113-4 SECTION 23 2123 HYDRONIC PUMPS FILED 'LE PART 1 GENERAL 1.1 SECTION INCLUDES 2019 JUN 18 PM 4: 46 A. Provide materials, equipment, labor and supervision necessary to install urn s as required by the LERK Drawings and this Section. 1�C CITY IOWA QUALIFICATIONS A. Centrifugal pumps shall be by Taco, Armstrong or Bell & Gossett. Model numbers and electrical characteristics as scheduled on Drawings. 1.3 PERFORMANCE AND TEST A. Pump capacities and ratings shall be as scheduled on Drawings. B. Pump performance and motor characteristics shall be such that motor will not be loaded beyond its service factor if operating head is reduced to 80% of specified head. C. Pumps shall be factory -tested at specified conditions. D. Motors 2'/1 hp shall be NEMA Premium M efficiency. E. Each motor identified for use with a VFD shall be provided with an integral motor shaft grounding ring. 1.4 SUBMITT4LS A. Product Data: Submit manufacturer's pump specifications, installation and start-up instructions, and current accurate pump characteristic performance curves with selection points clearly indicated. B. Shop DrAwings: Submit manufacturer's assembly -type shop drawings indicating dimensions, weight loadings; required clearances, and methods of assembly of components. C. Wiring Diagrams: Submit manufacturer's electrical requirements for power supply wiring to HVAC pumps. _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. PART2 PRODUCTS 2.1 IN-LINE CIRCULATING PUMPS A. In-line circulating pumps shall be single stage, vertical split case design, in cast iron bronze fitted construction. The pump internals shall be capable of being serviced without disturbing piping connections. B. The impeller shall be of the enclosed type, hydraulically and dynamically balanced and keyed to the shaft and secured with a suitable lock nut. C. The pump shall employ a mechanical seal, with a carbon seal ring and ceramic seat. A shaft sleeve shall be furnished under the complete wetted area of the mechanical seal. D. The bearing frame assembly of the pump shall be fitted with oil -lubricated, bronze journal bearings and a hardened alloy steel shaft. E. A flexible coupling capable of absorbing torsional vibrations shall be employed between the pump and motor. F. _The motor shall be resilient mounted, equipped with oil -lubricated journal bearings. Motors shall be ODP. City Hall Boiler & BAS Improvements HYDRONIC PUMPS Project No. 1164634 232123-1 SECTION 23 2123 HYDRONIC PUMPS 2.2 END SUCTION PUMPS Ail . Base mounted centrifugal single stage type. Back pullout design to facilitate servicing of internal components without disturbing piping connections or motor. B. Casing shall be cast iron, 175 psi working pressure. Flanged piping connections, with plugged topping's for vent, drain and gauge connections. C. Impeller shall be all bronze enclosed type keyed to shaft and secured with lock nut. Dynamically and hydraulically balanced for quiet operation. D. Shaft shall be heat-treated carbon steel with grease -lubricated ball or roller bearings. E. Shaft Seals shall be mechanical type, carbon face with ceramic seat. Seals shall be suitable for fluid temperatures up to 240° F. For treated water up to 500 ppm concentration of polyphosphates, provide auxiliary approved means necessary to meet this requirement. F. Pump and motor shall be connected through a flexible drive coupling, with safety guard. Coupling shall be capable of absorbing combination of shock, torsional vibration and misalignment. Coupling shall be TB Wood's Dura -Flex®. G. Provide steel OSHA coupling guard. H. Motor shall be NEMA PremiumTM efficiency, normal torque, 40" C rise, splash proof ODP, pre - lubricated; provide motor shaft grounding kit. o I. Pump and motor shall be securely mounted and aligned on a common apid str9uralst� or cast iron base. Base to have open area for grouting. Provide stanchion to suf�i6a M6aflexS,Rl/ inlet component directly from the inertia bed. C-)�r 2.3 FINISH ::�clo r- 9 rn A. Pumps shall be thoroughly cleaned and painted with machine enamel pri�g�higment.� B. Finish marred during installation shall be touched up. �v Jr PART 3 EXECUTION 3.1 PREPARATION A. Lay out exact location for concrete pump bases, and furnish to General Contractor a dimensional drawing showing base sizes and locations. 3.2 INSTALLATION A. Install pumps for all fluid systems as required by the Drawings. B. All connections including accessories and valves per pump detail shall be flanged. C. Triple -duty valves shall not be used. Provide independent isolation, check and flow setting components. D. Provide the following for each centrifugal pump: 1. Flexible connectors in suction and discharge lines of end suction pumps. None required for inline pumps. 2. Butterfly isolation valve, strainer, Metraflex CRV in suction line and Metraflex Vane Flex in discharge line. Note Metraflex CRV is in place of typical suction diffuser. 3. Check valve, circuit setter, and butterfly isolation valve in discharge lines. City Hall Boiler & BAS Improvements HYDRONIC PUMPS Project No. 1164634 232123-2 SECTION 23 2123 HYDRONIC PUMPS FILED 4. Pressure gauge with snubbers and turn cocks in both pump suction and discharge. 5. Thermometer on the discharge side of the pump. 2019 ,JUN 18 PM 4: 46 E. Anchor pump base to concrete pad and grout with non -shrink grout. tCITY CLERK F. Check alignment of pump and drive assembly at intervals recommei{�etfb4l Mlpyhturer, and prior to startup. Realign assembly if out of manufacturer's tolerance. Check alignment after four weeks continual operation at design load and realign if out of manufacturer's tolerance. Conduct all checks with Owner in attendance. G. In-line pumps shall be supported in accordance with the pump manufacturer's instructions. 3.3 START-UP ASSISTANCE A. The manufacturer shall provide start-up assistance in the form of a factory trained service technician. END OF SECTION City Hall Boiler & BAS Improvements HYDRONIC PUMPS Project No. 1164634 232123-3 SECTION 23 2125 HYDRONIC SPECIALTIES ' I L E PART GENERAL 1.1 SECTION INCLUDES Z019 JUN 18 PM 4, 46 A. Provide material, equipment, labor, and supervision necessary to insLal"d ftMecialties as required by the Drawings and this Section. IOWA CITY. IOWA 1.2 SUBMITTALS A. Submit Shop Drawings and Product Data which shall include product description, manufacturer, model, dimensions, size, and performance data. PART2 PRODUCTS 2.1 AIR AND AIR/DIRT SEPARATORS A. Separators: Standard or high velocity, air or air & dirt eliminator shall be Spirotherm Spirovent as scheduled — No exceptions. Mild steel body maximum working pressure of 150 psig, maximum working temperature of 270°F. 2.2 AIR VENTS A. Automatic in mechanical rooms; manual throughout distribution piping system, where existing system is disturbed. B. Automatic air vents shall be Spirotop vents by Spirotherm. 2.3 FLOW BALANCING (PIPING SYSTEM <2" DIAMETER) A. Calibrated Balance Valves with Flow Meter Fittings: L . , Provide as indicated, calibrated balance valves equipped with readout ports to facilitate -connecting of differential pressure meter to balance valves. Valves shall provide precise flow measurement, precision flow balancing and positive shut-off with no drip seat. Valves shall have memory stop feature to allow valve to be closed for service and then re -opened to set point without disturbing balance position. Provide calibrated nameplate or division ring scale to indicate degree of precision machined orifice. Valves to be leak tight at full -rated working pressure. All valves to be provided with molded insulation to permit access for balancing and readout. 2. Circuit setters need not be line size, but shall be sized for specific application. 3. Provide balancing devices designed for low flow applications for flows 1 gpm and lower. B. Automatic Flow Control Valves 1. Where indicated on drawings, provide automatic flow control valves with internal adjustment capability. 2. All internally adjustable cartridges shall include only non-abrasive and non -corrosive thermoplastic materials, whose shape and properties will not change over the life of the valve. 3. The cartridge shall be removable, without removing the valve or disturbing the line plumbing in any way, by unscrewing a plug in the valve body. The cartridge shall remain attached to the inside of the removed plug, to ensure it does not get misplaced and the plug is not re- installed without the cartridge. 4. Each cartridge shall be field adjustable, to any of 8 flow rates with an Allen wrench. City Hall Boiler 8 BAS Improvements HYDRONIC SPECIALTIES Project No. 1164634 232125-1 SECTION 23 2125 HYDRONIC SPECIALTIES 5. Valves shall be warranted, by the manufacturer, to be free of defects in material and ' workmanship for a period of 5 years. 6.1 Valves shall control flow to within t5 % of design. 7..,The valve flow curve shall be smooth over its entire nominal control range. Gaps, bumps and dips in flow curves shall not be acceptable. C. Manufacturer: Subject to compliance with requirements, provide calibrated balance valves of one of the following or an engineer -approved equivalent: a. Griswold Controls b. Bell & Gossett C. Victaulic TA d. Anvil D. Provide one portable differential flow meter with carrying case: Bell & Gossett No. RO-2 or equivalent. Kit shall be of same manufacturer as associated components provided by this contractor. 2.4 FLOW BALANCING (PIPING SYSTEM >2", INCLUDING PUMP INSTALLATIONS) A. Venturi -type manual flow balancing valve with metering station and ekEvonic lew sigfi`al transducer. 1. Manufacturer: Provide Griswold Quickset as described above, e- gproveo-equivalent by one of the following: rn a. Aeroquip O CO b. Barco � t y C. Presco F `D B. General: Provide flanged, carbon steel low loss venturi type flow meter equipped with butterfly valve on outlet readout valves to facilitate connecting of differential pressure meter to flow meter. Equip each readout valve with integral EPT check valve designed to minimize system fluid loss during monitoring process. Provide calibrated nameplate with flow meter detailing its flow range through range of differential head pressures. Venturi shall be sized to produce gauge reading in the center of scale during design flow. C. Electronic Flow Transducer (EFT) system: For each venturi flow meter, provide a Griswold EFT with differential pressure transducer for generation of electronic output signal to communicate flowrate to the BAS; EFT is a bolt -on kit for field installation. Coordinate specific output signal as preferred by temperature controls contractor prior to ordering. Provide manufacturer's optional filter to eliminate potential noise frequency due to turbulence. 2. Air must be bled from the DPT. Follow manufacturer's written instructions to successfully remove trapped air. 3. Temperature controls contractor shall provide a display for local observation in the mechanical room. D. Provide flow meter test kit. City Hall Boiler & BAS Improvements HYDRONIC SPECIALTIES Project No. 1164634 232125-2 SECTION 23 2125 HYDRONIC SPECIALTIES 2.5 POT FEEDER FOR CLOSED SYSTEMS A. For each hot water and chilled water system, Contractor shall fury' d iasia�l a RV feeder that includes the following: 2()19 JUtt �� 11 n� 1. Minimum five (5) gallon capacity. CITY CLERK 2. Dome Bottom with bottom drain port and support legs.IOWA CITY, IOWA 3. Tank shall be constructed from 316 Stainless Steel. 4. Closure shall be cast iron with Buna-N O-ring. Lid shall be%turn quick opening device that cannot be opened when system is under pressure. 5. Pot Feeder shall be designed to meet pressure requirements of the system, but shall not be rated for less than 200 psi. 6. Pot Feeder shall be designed to meet the temperature requirements of the system, but shall not be rated for less than 200° F. 7. Pot Feeder shall have an enamel coated finish. B. Each Pot Feeder shall include an integral nylon filter bag and nozzle assembly. Nozzle assembly shall include 304 stainless steel tubing with brass tube connectors. Furnish one (1) extra filter bag kit C. Supply sufficient Pre -Start -Up cleaner for flushing and cleaning the systems to remove all oil and foreign matter from the piping and equipment prior to final filling of the system with fresh water. Instructions shall be supplied to the Contractor explaining other quantities of cleaner to use and the method and duration of the operation and refilling of the systems with fresh water. The initial dosage of protective chemical treatment shall be added by the Mechanical Contractor. D. The manufacturer shall furnish a factory -trained service engineer to instruct the Owner's personnel in the proper testing procedures and the proper operation of the chemical feeding and control equipment. Written instructions shall be supplied to the Owner. 2.6 TEMPERATURE AND PRESSURE GAUGE CONNECTOR TAPS A. Provide temperature gauge connector taps pressure rated for 500 psi and 200° F. Construct of brass and finish in nickel -plate, equip with 1/2" NPS fitting, with self-sealing valve core type neoprene gasketed orifice suitable for inserting 1/8" O.D. probe assembly for dial type insertion thermometer. Equip orifice with gasketed screw cap and chain. Provide extension, length equal to insulation thickness, for insulated piping. B. Provide one test kit. C. Manufacturer: Subject to compliance with requirements, provide gauge connector taps manufactured by one of the following, or an engineer -approved equivalent: Peterson Engineering Co. 2. Sisco Trerice 2.7 FLEXIBLE CONNECTORS A. Flexible connectors through 4 in. size shall be fabricated of a corrugated bronze inner tube with a braided wire stainless steel outer jacket. Tubes to be welded to pipe ends, threaded through 2 in. size, flanged for sizes 2-1/2 in. through 4 inches. B. Flexible connectors for pipe sizes larger than 4" shall be fabricated of nylon reinforced rubber with ductile iron flanges and control rods to limit travel. City Hall Boiler & BAS Improvements HYDRONIC SPECIALTIES Project No. 1164634 232125-3 SECTION 23 2125 HYDRONIC SPECIALTIES C. Hydronic pump connectors (base mounted and inline): shall be Metraflex CRV Flex on suction and Vaneflex on discharge, flange x flange with integral 90 ell. Integral reducing 90 ell's shall be provided where reductions to final pump connections are necessary; where direct coupling is possible and reducers are not necessary, use long radius ell's. Flanges shall be carbon steel, 150#; stainless steel corrugated hose and braid; carbon steel elbow's. 2.8 LOW PRESSURE Y -TYPE PIPELINE STRAINERS A. General: Provide strainers full line size of connecting piping, with ends matching piping system materials. Select strainers for 125 psi working pressure, with Type 304 stainless steel screens. B. Threaded Ends 2" and Smaller: Cast-iron body, screwed screen retainer with centered blowdown fitted valve for blowdown. C. Copper Piping 2" and Smaller: Use cast bronze strainer equal to Mueller #351 with blowdown valve and cap. D. Threaded End 2-1/2" and Larger: Cast-iron body, bolted screen retainer with off -center blowdown fitted with valve for blowdown. Fitted with 3/64 perforated screen. E. Flanged Ends 1-1/2" and Larger: Cast-iron body, bolted screen retainer with off -center blowdown fitted with valve for blowdown. Fitted with 3/64 perforated screen. F. Each blowdown valve shall include a threaded cap. G. Strainers in geothermal systems serving plate and frame heat exchangers shall be provided with size 30 mesh liners. H. Manufacturer: Subject to compliance with requirements, provide strainers manufactured by one of the following, or an engineer -approved equivalent: .a 1. Armstrong n C 2. Hoffman Specialty n� 3. Metraflex�Grn -o rn 4. Mueller _Vo 0 5. Spirax Sarcoco Y' 6. Trane 7. Watts Regulator I. Threaded End 2-1/2" and Larger: Cast-iron body, bolted screen retainer with off -center blowdown fitted with valve for blowdown. Fitted with 3/64 perforated screen. J. Flanged Ends 1-1/2" and Larger: Cast-iron body, bolted screen retainer with off -center blowdown fitted with valve for blowdown. Fitted with 3/64 perforated screen. K. Each blowdown valve shall include a threaded cap. L. Strainers in geothermal systems serving plate and frame heat exchangers shall be provided with size 30 mesh liners. M. Manufacturer: Subject to compliance with requirements, provide strainers manufactured by one of the following, or an engineer -approved equivalent: 1. Armstrong City Hall Boiler & BAS Improvements HYDRONIC SPECIALTIES Project No. 1164634 232125-4 W7 SECTION 23 2125 HYDRONIC SPECIALTIES F L E D 2. Hoffman Specialty 18 JUN 18 Ph 4.46 3. Metraflex 20 4. Mueller CITY CLERK IOWA CITY. IOWA 5. Spirax Sarco 6. Trane 7. Watts Regulator WATER PRESSURE REDUCING AND RELIEF VALVES A. Provide water relief valves as indicated, and required by code of size and capacity. Select for proper relieving capacity, in accordance with ASME Boiler and Pressure Vessel Code. B. Combined Pressure Reducing and Relief Valves: Diaphragm operated, cast-iron or bronze body, with low inlet pressure check valve, inlet strainer removable without system shut -down, and noncorrosive valve seat and stem. Select valve size, capacity, and operating pressure to suit system. Valve shall be factory -set at operating pressure and have the capability for field adjustment. C. Pressure Reducing Valves (2" and under): Bronze valve body, stainless steel and thermoplastic internal parts, fabric reinforced diaphragm, strainer, double union ends. D. Pressure Reducing Valves (over 2"): Cast iron valve body, bronze fitted, elastomer diaphragm and seat disc, flanged. E. Safety Relief Valves: Designed, manufactured, tested and labeled in accordance with the requirements of Section IV of the ASME Boiler and Pressure Vessel Code. Cast-iron or bronze valve body, Teflon seat, steel stem and springs, automatic, direct pressure actuated, with all wetted internal working parts made of brass and rubber, 125 psig working pressure and 250° F maximum operating temperature. Select valve to suit actual system pressure and BTU capacity. Provide with fast fill feature for filling hydronic system. F. Manufacturer: Subject to compliance with requirements, provide pressure reducing and relief valves manufactured by one of the following, or an engineer -approved equivalent: '1. Amtrol, Inc. 2. c' . Bell & Gossett ITT; Fluid Handling Div. — 3. - Spirax / Sarco -4. _ Watts Regulator Co. 5.: Taco 6. Conbraco PART 3 EXECUTION 3.1 INSTALLATION A. Install air separators in pump suction lines. Connect inlet and outlet piping. Run piping to compression tank with Y." per foot (2%) upward slope toward tank. Install drain valve. Separator shall not be supported by piping; install pipe hanger at inlet and outlet. City Hall Boiler & BAS Improvements HYDRONIC SPECIALTIES Project No. 1164634 232125-5 SECTION 23 2125 HYDRONIC SPECIALTIES B. Install relocated expansion tanks as indicated on the drawings and in accordance with manufacturer's instruction. Vent and purge air from hydronic system, charge tank with proper air charge as recommended by manufacturer. Provide 1/2" drain line to floor drain. Set floor mounted tanks on concrete housekeeping pads. C. Install manual air vents for each element of radiation coils, at all high points in mains, branches, run outs and at other points likely to entrap air. D. Install automatic air vents in boiler and equipment rooms, at points where supply and return lines rise or drop. Extend 1/2" overflow to adjacent floor drain for water/treated water systems. Applies to automatic air vents in system including vent(s) atop air separator(s). E. Material for drain line and overflow piping shall be appropriate for the system served. See 23 2113 Pipe. F. Install calibrated balance valves with flow meter fittings at each terminal unit and elsewhere as indicated. G. Install Y -type strainers full size of pipeline, in accordance with manufacturer's installation instructions. Install pipe nipple and shutoff valve in strainer blowdown connection. Where indicated, provide drain line from shutoff valve to plumbing drain, full size of blowdown connection. H. Locate Y -type strainers in supply line ahead of the following equipment, and elsewhere as indicated, if integral strainer is not included in equipment: 1. Temperature control valves. 2. Pressure reducing valves. 3. Temperature or pressure regulating valves. 4. Pumps. I. Install flow Venturis in return lines for chilled condenser and heating hot water pumps and elsewhere as shown on Drawings. J. Install control valves, flow switches, temperature sensor walls, gauge taps, flow meters, etc., provided by Temperature Controls Installer. N O l] w0 END OF SECTION y�� C-) —G �-- r D' F Co City Hall Boiler & BAS Improvements HYDRONIC SPECIALTIES Project No. 1164634 232125-6 A. Manufacturer Qualifications: Company specializing in manufacturing the type of products specified in this section, with minimum three years of documented experience. City Hall Boiler & BAS Improvements CONDENSING BOILERS Project No. 1164634 235216-1 SECTION 23 5216 CONDENSING BOILERS FILED PART1 GENERAL 1.1 SECTION INCLUDES 2019 JUN 18 Ph 4: 46 A. Manufactured units. CITY CLERK B. Boiler construction. IONA CITY, IOWA C. Boilertrim. D. Fuel burning system. E. Factory installed controls. 1.2 REFERENCE STANDARDS A. AHRI Directory of Certified Product Performance - Air -Conditioning, Heating, and Refrigeration Institute (AHRI); current edition at www.ahrinet.org B. ANSI Z21.13 - American National Standard for Gas -Fired Low -Pressure Steam and Hot Water Boilers; 2012. C. ASHRAE Std 90.1 - Energy Standard for Buildings Except Low -Rise Residential Buildings; 2013, Including All Addenda (ANSI/ASHRAE/IES Std 90.1). D. ASME (BPV IV) - Boiler and Pressure Vessel Code, Section IV - Rules for Construction of Heating Boilers; The American Society of Mechanical Engineers; 2013. E. NBBI Manufacturer and Repair Directory - The National Board of Boiler and Pressure Vessel Inspectors (NBBI); current edition at www.nationalboard.org. F. NFPA 54 - National Fuel Gas Code; National Fire Protection Association; 2012. G. State Boiler Code 1.3 SUBMITTALS A. Product Data: Provide data indicating general assembly, components, controls, safety controls, and wiring diagrams with electrical characteristics and connection requirements, and service connections. B. Manufacturer's Installation Instructions: Indicate assembly, support details, connection requirements, and include start up instructions. C. Manufacturer's Factory Inspection Report: Submit boiler inspection prior to shipment. D. Operation and Maintenance Data: Include manufacturer's descriptive literature, operating instructions, cleaning procedures, replacement parts list, and maintenance and repair data. E. Warranty: Submit manufacturer warranty and ensure forms have been completed in Owner's name and registered with manufacturer. F. Other informational submittals: 1. ASME "A" stamp certification and report: Submit "A" stamp certificate of authorization as required by authorities having jurisdiction. 2. Startup service reports. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the type of products specified in this section, with minimum three years of documented experience. City Hall Boiler & BAS Improvements CONDENSING BOILERS Project No. 1164634 235216-1 SECTION 23 5216 CONDENSING BOILERS B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. ASME Complibnce: Fabricate and label boilers to comply with ASME Boiler and Pressure Vessel Code. D. ASHRAE/IESNA 90.1 Compliance: Boilers shall have minimum efficiency according to "Gas and Oil Fired Boilers - Minimum Efficiency Requirements." E. DOE Compliance: Minimum efficiency shall comply with 10 CFR 430, Subpart B, Appendix N, "Uniform Test Method for Measuring the Energy Consumption of Furnaces and Boilers." F. 1=B=R Compliance: Boilers shall be tested and rated according to HI's "Rating Procedure for Heating Boilers" and "Testing Standard for Commercial Boilers," with 1=B=R emblem on a nameplate affixed to boiler. G. UL Compliance: Test boilers for compliance with UL 795, "Commercial -Industrial Gas Heating Equipment." Boilers shall be listed and labeled by a testing agency acceptable to authorities having jurisdiction. N H. State Boiler Code. 0 1.5 DELIVERY, STORAGE, AND HANDLING D� :iE A. Protect boilers from damage by leaving factory inspection openings and st,AWKg pakagi g In place until final installation. —4 C') rn ;Gm -o 1.6 WARRANTY �x r A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace heat exchangers damaged by thermal shock and vent dampers of boilers that fail incMaterials or workmanship within specified warranty period. 1. Warranty Period for Heat Exchangers from date of Substantial Completion; 5 years limited warranty and 20 years against thermal shock. 2. Warranty Period for Burners from date of Substantial Completion: 10 years limited warranty. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Natural Gas for Indoor Applications: 1. Hydrotherm KN -10, as scheduled on sheet M6.01 2.2 MANUFACTURED UNITS A. Factory assembled, factory fire -tested, self-contained, readily transported unit ready for automatic operation except for connection of water, fuel, electrical, and vent services. B. Unit: Metal membrane wall, water or fire tube, condensing boiler on integral structural steel frame base with integral fuel burning system, firing controls, boiler trim, insulation, and removable jacket, suitable for indoor application. 2.3 BOILER CONSTRUCTION A. Conform to the minimum requirements of ASME (BPV IV) and ANSI Z21.13 for construction of boilers. B. Assembly to bear the ASME "H" stamp and comply with the efficiency requirements of the latest edition of ASH RAE 90.1. City Hall Boiler & BAS Improvements CONDENSING BOILERS Project No. 1164634 235216-2 SECTION 23 5216 CONDENSING BOILERS FILED C. Required Directory Listings: 1. AHRI Directory of Certified Product Performance - Ai -Conditioning Heating and Refrigeration Institute (AHRI); current edition at wwwQrti �r-.t! PM 4: 46 2. NBBI Manufacturer and Repair Directory - The National BC4 f Vf ftWd Pressure Vessel Inspectors (NBBI); current edition at www.nationalboarlOWA CITY. IOWA D. Heat Exchanger: Construct with materials that are impervious to corrosion where subject to contact with corrosive condensable. E. Provide adequate tappings, observation ports, removable panels, and access doors for entry, cleaning, and inspection. F. Insulate casing with insulation material, protected and covered by heavy gauge, metal jacket. G. Factory apply boiler base and other components, that are subject to corrosion, with durable, acrylic, powder coated, painted, weather -proofed finish. 2.4 BOILER TRIM A. ASME rated pressure relief valve. B. Flow switch. C. Electronic Low Water Cut-off: Complete with test light and manual reset button to automatically prevent firing operation whenever boiler water falls below safe level. D. Temperature and pressure gauge. E. Pressure Switches: 1. High gas pressure. 2. Low gas pressure. 3. Air pressure. F. Manual reset high limit. G. Boiler Pump: 1. Primary pump, factory supplied and sized for field installation to ensure minimum, continuous (variable) circulation through boiler. 2. Where pump is not provided by boiler manufacturer, provide pump in accordance with boiler manufacturer's recommendations. 3. Pump time delay. H. Drain Valve: Minimum NPS 3/4 hose -end gate valve. 2.5 FUEL BURNING SYSTEM A. Emission of Oxides of Nitrogen Requirements: Comply with SCAQMD 1146.1 for natural gas fired system, as applicable. B. Intakes: Combustion air intake capable of accepting direct outside air through a sealed intake pipe. C. Burner: Ceramic, radiant, non -corroding burner. 1. Fully modulating with a minimum 5:1 turn down, utilizing a VFD and air -fuel ratio valved. UV scanner proves pilot before main gas valves can open City Hall Boiler & BAS Improvements CONDENSING BOILERS Project No. 1164634 235216-3 SECTION 23 5216 CONDENSING BOILERS 2. Firing control sequence shall be monitored by UL listed commercial microprocessor flame safeguard program, with first out fault annunciation and diagnostic indicator lights. Include pre -purge and post -purge timing. Shut down burner in the event of ignition pilot and/or main flame fairure'with manual reset. Shall recognize proof of closure switches on the gas valves. 3. Full front access to the control area. 4. Provide combustion air switch. 5. Sealed combustion. 2.6 FACTORY INSTALLED CONTROLS A. Provide manufacturer's packaged boiler BACnet control module with user interface. B. Boiler operating controls shall include the following devices and features: 1. Control transformer. N 2. Display to monitor inlet and outlet temperatures, system temperature, ou6&e air temperature, firing rate set point, modulating percent and mixing Sve degiand. B"lay shall communicate boiler sequence messages, hold and lockout messagW la5pen alas and boiler inlet temperature history. C-) -4 CD 3. Boiler control shall provide lead/lag sequence and modulation. C(37 3' icati8n rn interconnection between boiler shall be by boiler manufacturer. a 4. Set -Point Adjust: Set points shall be adjustable. :r-_:;%7 Y 5. Include automatic, alternating -firing sequence for multiple boilers to ensure rlaximum system efficiency throughout the load range and to provide equal runtime for boilers. C. Burner Operating Controls: To maintain safe operating conditions, burner safety controls limit burner operation. 1. High Cutoff: Manual reset stops burner if operating conditions rise above maximum boiler design temperature. 2. Water Flow Switch: Low water cutoff with manual reset safety controller. 3. Blocked Vent Safety Switch: Manual -reset switch factory mounted on draft diverter. 4. Rollout Safety Switch: Factory mounted on boiler combustion chamber. 5. Audible Alarm: Factory mounted on control panel with silence switch; shall sound alarm for above conditions. D. Building Management System Interface: Factory install hardware and software to enable building management system to monitor, control, and display boiler status and alarms. 1. Monitoring: On/off status, low water level alarm. 2. Control: On/off operation, hot water supply temperature set -point adjustment. 3. Provide a BACnet MS/TP communication interface with building management system shall enable building management system operator to remotely control and monitor the boiler from an operator workstation. Control features available, and monitoring points displayed, locally at boiler control panel shall be available through building management system. E. Boiler Options: Advanced boiler modulation City Hall Boiler& BAS Improvements CONDENSING BOILERS Project No. 1164634 235216-4 2.7 SECTION 23 5216 FILED y CONDENSING BOILERS l ! L E D 2. Multiple boiler staging 3. Outdoor air temperature reset 2019 JUN 18 PN 4: 46 4. Remote system temperature CITY CLERK IOWA CITY, IOWA 5. Auxiliary device control: Boiler circulation pump 6. 0-10 VDC input ELECTRICAL POWER A. Controllers, Electrical Devices, and Wiring: Electrical devices and connections are specified in Division 26 Sections. B. Single -Point Field Power Connection: Factory -installed and -wired switches, motor controllers, transformers, and other electrical devices necessary shall provide a single -point field power connection to boiler. 2.8 VENTING KITS A. Flue Venting: Connect new AL -29-4C positive pressure vent from new boiler to existing AL -294C vent system. B. Kit: complete system, stainless steel pipe, vent terminal, thimble, indoor plate, vent adapter, condensate trap and sealant. Route condensate from trap to new condensate neutralizer kit. C. Combustion Air Intake: PVC intake pipe with screen, inlet air coupling and sealant. 1. Route new individual PVC intake pipes from existing B-1, new B-2 to new, common PVC intake pipe. Route common intake pipe to existing exterior termination. Flash termination per manufacturer's requirements. 2.9 SOURCE QUALITY CONTROL A. Provide factory tests to check construction, controls, and operation of unit. B. Manufacturer to conduct boiler inspection prior to shipment; submit copy of inspection report to Architect. PART 3 EXECUTION 3.1 EXAMINATION A. Before boiler installation, examine roughing -in for concrete equipment bases, anchor -bolt sizes and locations, and piping and electrical connections to verify actual locations, sizes, and other conditions affecting boiler performance, maintenance, and operations. 1. Final boiler locations indicated on Drawings are approximate. Determine exact locations before roughing -in for piping and electrical connections. B. Examine mechanical spaces for suitable conditions where boilers will be installed. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install boilers level on existing concrete base. Concrete base is specified in Division 23 Section "Common Work Results for HVAC," and concrete materials and installation requirements. City Hall Boiler & BAS Improvements CONDENSING BOILERS Project No. 1164634 235216-5 CONDENSING BOILERS B. Vibration Isolation: Elastomeric isolator pads with a minimum static deflection of 0.25 inch. Vibration isolation devices and installation requirements are specified in Division 23 Section "Vibration and Seismic Controls for HVAC Piping and Equipment" C. Install gas-fired boilers according to NFPA 54. D. Assemble and install boiler trim. E. Install electrical devices furnished with boiler but not specified to be factory mounted. F. Install control wiring to field -mounted electrical devices. 3.3 CONNECTIONS A. Piping installation requirements are specified in other Division 23 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Install piping adjacent to boiler to allow service and maintenance. C. Connect gas piping to boiler gas -train inlet with union. Piping shall be at least full size of gas train connection. Provide a reducer if required. N 0 D. Connect hot-water piping to supply- and return -boiler tappings with shutoff yWve antffiInion or lflange at each connection. c?C- E. Install piping from safety relief valves to nearest floor drain. D � C-) F. Install piping from equipment drain connection to nearest floor drain. Piping be leasf I size of connection. Provide an isolation valve if required. 0�0 G. Boiler Flue Venting: 7K y r 1. Install venting kit and combustion -air intake per manufacturer's requirements Co 2. Connect full size to boiler connections; requires reducer for final connection to boiler. H. Connect breeching to full size of boiler outlet; requires reducer for final connection to boiler. Connect wiring according to Division 26 Section "Low -Voltage, Electrical Power Conductors and Cables." J. Route condensate piping from existing boiler B-1, new boiler B-2 to new condensate neutralization kit. Route piping from condensate neutralization kit to existing floor drain. 3.4 FIELD QUALITY CONTROL A. Perform tests and inspections and prepare test reports. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. B. Tests and Inspections: Perform installation and startup checks according to manufacturer's written instructions. 2. Leak Test: Hydrostatic test. Repair leaks and retest until no leaks exist. 3. Operational Test: Start units to confirm proper motor rotation and unit operation. Adjust air - fuel ratio and combustion. City Hall Boiler & BAS Improvements CONDENSING BOILERS Project No. 1164634 23 5216-6 SECTION 23 5216 CONDENSING BOILERS j 4. Test and adjust controls and safeties. Replace damaged and m�ur4ctigLing controls and equipment. a. Burner Test: Adjust burner to eliminate exca4Ux , c8rb8Mdlp 4f, oxides of nitrogen emissions, and carbon monoxide in flue s and to achieve combustion efficiency. IOWA CITCLERK -v Kj4l b. Check and adjust initial operating set points and high- and low- Iml safety set points of fuel supply, water level, and water temperature. C. Set field -adjustable switches and circuit -breaker trip ranges as indicated. C. Remove and replace malfunctioning units and retest as specified above. D. Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on-site assistance in adjusting system to suit actual occupied conditions. Provide up to two visits to Project during other than normal occupancy hours for this purpose. E. Performance Tests: 1. Engage a factory -authorized service representative to inspect component assemblies and _ equipment installations, including connections, and to conduct performance testing. _.-.2._CBoilers shall comply with performance requirements indicated, as determined by field performance tests. Adjust, modify, or replace equipment in order to comply. r 3.M Perform field performance tests to determine the capacity and efficiency of the boilers. 1 a. Test for full capacity. b. Test for boiler efficiency at low fire 20, 40, 60, 80, 100 percent of full capacity. Determine efficiency at each test point. 4. Repeat tests until results comply with requirements indicated. 5. Provide analysis equipment required to determine performance. 6. Provide temporary equipment and system modifications necessary to dissipate the heat produced during tests if building systems are not adequate. 7. Notify Architect in advance of test dates. 8. Document test results in a report and submit to Architect. F. Warranty Certificate: signed certificate shall be issued with each boiler. 3.5 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain boilers: provide (8) hours onsite training. END OF SECTION City Hall Boiler & BAS Improvements CONDENSING BOILERS Project No. 1164634 235216-7 SECTION 26 0100 BASIC ELECTRICAL MATERIALS AND METI? I E D PART GENERAL 1.1 SECTION INCLUDES 2019 JUN 18 PM 4: 46 A. Basic materials and methods. CITY CLERK 1.2 REFERENCES IOWA CITY. IOWA A. Work shall comply with applicable standards of the: 1. American Insurance Association 2. American Society for Testing and Materials (ASTM) 3. Edison Electric Institute 4. Factory Mutual (FM) 5. Institute of Electrical and Electronics Engineers 6. Insulated Power Cable Engineers Association 7. National Board of Fire Underwriters 8. National Bureau of Standards 9. National Electrical Code (NEC) 10. National Electrical Manufacturer's Association 11. National Electrical Safety Code 12. National Fire Protection Association 13. National Safety Council 14. Underwriters' Laboratories, Inc. (UL) 15. Uniform Fire Code (UFC) 16. William -Steiger Occupational Safety and Health Act of 1970 (OSHA) 1.3 SYSTEM DESCRIPTION A. Basic materials and methods are described. 1.4 SUBMITTALS A. Submit to the ArchitecUEngineer for review, prior to the placing of orders for any equipment, a complete schedule of electrical fixtures, materials and panels to be installed. Schedule shall consist of catalog cuts, diagrams, shop drawings, performance curves, or any other descriptive material necessary to fully describe the equipment proposed and its operating characteristics. B. Review of the materials, including alternate or substitute items, shall be obtained in writing from the Architect/Engineer; verbal review will not be considered binding. C. Submittals shall have been reviewed and signed by the contractor, prior to submittal to the Architect/Engineer. Faxes or copies of faxes are not acceptable. The Architect/Engineer will review submittals to aid in interpreting the drawings and specifications, and in so doing will assume that the submittals conform to the specified requirements set forth in this specification. Review of submittals by the Architect/Engineer does not relieve the Contractor of the responsibility of complying with the elements of the specifications. City Hall Boiler & BAS Improvements BASIC ELECTRICAL MATERIALS & METHODS Project No. 1164634 260100-1 SECTION 26 0100 BASIC ELECTRICAL MATERIALS AND METHODS D. Furnish copies of parts lists and operating and maintenance instructions and manuals, and furnish the services of a competent, trained individual thoroughly familiar with the operation of each special system. Special systems shall include electrical and communications equipment requiring operating instructions, inspection or periodic maintenance. The person instructing the Owner shall see that the Owner is conversant with the operation of the system and its various controls; they 6ompany from whom maintenance service and repairs may be obtained; and the location and fu6aion of switches, devices and accessories, contained in the system. O C_ (� :JE C"). E. Operations and Maintenance Manuals shall be supplied containing the folltivrlraA. 1. Operation, maintenance, recommended spare parts, and renewal nformatiort(t(ji equipment furnished. 2. Set of complete, final, as-reviewed and accepted information requiree!5ibe Eibmitted for review, y r 00 3. As-constructed electrical, equipment, and installation drawings. 4. Index of equipment suppliers listing current names, addresses and telephone numbers of those who should be contacted for service. 5. As-constructed contract drawings permanently marked in red to show departures from original drawings. 6. Submit one (1) copy for review. This copy will be returned. Submit three (3) final revised copies. F. Submit fire stop information and data sheets. 1.5 PERMITS AND INSPECTIONS A. Obtain, furnish and include the costs of necessary permits, fees and inspection certificates for material and labor furnished. Include costs of permits, certificates and inspection fees required in connection with the installation, unless otherwise noted in the detailed contractual description preceding these Electrical Specifications. B. On completion of work, furnish satisfactory evidence that work is acceptable to regulatory authorities having jurisdiction. C. Be responsible to see that the proper inspection authorities are notified when inspections are required by Code, and provide necessary assistance to the inspector during inspection. 1.6 REGULATIONS A. Installation shall conform to or exceed the minimum requirements of the NEC, and federal, state, local and municipal ordinances. B. Work shall be performed in accordance with applicable recommendations of the ADA and OSHA. C. Installations shown on drawings or required in the specifications that exceed the minimum requirements of the NEC or other regulations shall be installed as shown or specified. 1.7 CONTRACT DOCUMENTS A. Intent of the drawings and specifications is to describe the complete installation. At the conclusion of construction, the electrical system shall be turned over to the Owner complete and ready for safe, efficient operation. B. Drawings and the specifications are intended to be cooperative and supplementary. Closely check the drawings and specifications for any obvious errors or omissions, and bring any such condition to the attention of the Architect/Engineer prior to the receipt of bids, in order to permit clarification by means of a mailed Addendum. City Hall Boiler & BAS Improvements BASIC ELECTRICAL MATERIALS & METHODS Project No. 1164634 260100-2 SECTION 26 0100 BASIC ELECTRICAL MATERIALS AND METHODS— S I C D C. Drawings for electrical work are in part diagrammatic, intended to convey the scope of work, general arrangement, approximate sizes, and locations of equipment and materials. E t caaf�pns shall be determined to best fit the layout of the job. Scaling of the drawigQ*X 1' �e L M accurate for determining these locations. Where job conditions require reasonable chan es in. indicated locations and arrangement, make such changes as directed by the AcKeylva Mr without additional cost to the Owner. IOWA CIT%( IOWA D. A complete set of contract documents shall be on the site at all times. Prior to installing the work, check drawings for dimensions and conflicts. E. Rules 1. Where the context requires, the singular includes the plural and the plural includes the singular. 2. The use of "and" in a combined provision means that all elements in the provision must be complied with, or must exist to make the provision applicable. Where compliance with one or more elements suffices, or where existence of one or more elements makes the provision applicable, "or" (rather than "and/or") is used. 3. "Shall' is mandatory and "may" is permissive. 1.8 RESPONSIBILITY A. Examine the project site and become familiar with existing conditions that will affect the work. Review the drawings and specifications of other trades and take note of conditions to be created which will also affect the work. B. Provide sensors, equipment and supervision required for work in "confined spaces". C. No energized conductors shall be exposed at any time except when the immediate area is under the direct supervision of a qualified electrician. D. Provide temporary insulated magnetic covers for open panelboards. Use SP Products (1-800-233- 8595) Type TPC xx-xx or approved equivalent. E. Locate equipment, which must be serviced, operated or maintained, in fully accessible positions. F. Verify location and size of each motor, and properly connect motors. G. Responsibility shall not end with installation and connecting of various apparatus. Include services of an experienced superintendent who shall be constantly in charge of the work. Provide qualified journeymen, helpers and laborers required to properly unload, install, connect, adjust, start, operate and test the work involved, including equipment and materials furnished by other trades or by the Owner. 1.9 DAMAGE A. Be responsible for damage to the work of other trades or to the building and its contents caused by the electrical installation. 1.10 GUARANTEE AND MAINTENANCE A. Material and equipment shall be fully guaranteed to be free from defects and to be new equipment. No secondhand, used or salvaged equipment will be allowed. B. Keep entire portion of the work in repair, so far as defects in workmanship, apparatus, material or construction are concerned, without additional cost to the Owner, for two (2) years from the date of final acceptance, except as otherwise specified. City Hall Boiler & BAS Improvements BASIC ELECTRICAL MATERIALS & METHODS Project No. 1164634 260100-3 SECTION 26 0100 N BASIC ELECTRICAL MATERIALS AND METHODS P n I c C. Equipment installed which fails to meet performance ratings specified or iKQn rawi0go-shall be removed and replaced by new equipment which meets specified require nrf[ wijhout aonal cost to the Owner. n Co D. Material and workmanship shall be subject to the review of the Architect/EA�irrieer, tiwho esence various tests shall be made as required by these specifications. O V- IV PRODUCTS yF' Co 2.1 STANDARDS OF MATERIALS AND WORKMANSHIP A. Material shall be new, complete with manufacturer's guarantee or warranty, and shall be as listed by UL, if a standard has been established by UL for the type of material. Approved manufacturers shall be firms regularly engaged in the manufacture of equipment of types and capacities required and whose products have been in satisfactory use in similar service for not less than three years. B. Methods and techniques of installation shall be subject to review by the Architect/Engineer. C. Material shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product. Materials of the same type or class shall be the products of one manufacturer. For example, panelboards shall be from the same manufacturer and lighting switches from the same manufacturer. D. Material shall be protected from damage and stored indoors at all times, unless other storage arrangements are reviewed by the Architect/Engineer. Material and equipment shall be installed in strict accordance with the manufacturer's recommendations. The equipment manufacturer and installing contractor shall carefully check that the installed, operating equipment can be properly serviced. If the manufacturer or the contractor has any reservations in this regard, they shall state their reservations and suggested changes in a separate letter addressed to the Architect/Engineer, and shall include this letter as part of their shop drawing submission. Architect/Engineer will work out required changes and adjustments in contract prices where such adjustments are warranted. No adjustment in contract price will be allowed for additions required by applicable code, ordinance, statute, utility regulation or labor regulation. It is the obligation of the contractor to include such items in his original bid. Changes in equipment shall be incorporated in shop drawings. If the contractor fails to call such reservations or suggestions to the Architect/Engineer's attention, in writing, before any work is done or equipment is purchased, it shall be assumed that the contractor accepts the responsibility for providing a safe, coordinated and complete installation. If at a later date, changes become necessary to assure a safe, coordinated and complete installation, the changes shall be made without increase in contract price. G. Equipment, devices, apparatus, systems and installations shall be entirely suitable and safe for each intended application in every respect, and must not create conditions which would be harmful to occupants of the building, to operating personnel, to installation personnel, to testing personnel, to workmen or to the public. The contractor shall be solely responsible for providing installations that will meet these conditions. If the contractor believes that the installation will not be safe for all parties, he shall so report to the Architect/Engineer, in writing, before any equipment is purchased or work is installed, giving his exact recommendations. H. Where the specifications or drawings state that equipment shall be 'Yumished," "installed" or "provided," it shall be understood to mean that the contractor shall furnish and install that equipment completely, unless it is specifically stated that the equipment is to be furnished or installed by other trades, public utility companies or the Owner. City Hall Boiler & BAS Improvements BASIC ELECTRICAL MATERIALS & METHODS Project No. 1164634 260100-4 SECTION 26 0100 M� IL D BASIC ELECTRICAL MATERIALS AND METHODS 2.2 MATERIA�tUBSTITUTIONS 2019 JUN 1 �. P� 44Proposals as submitted shall be based on the products specifically named in the specification or the i Cl Egg ulvalent. Furnishing material or equipment by manufacturers other than those specified shall only C►ZY Ip1�by permission of the Architect/Engineer. Such permission for substitution must be requested, by Iowa the BidderNendor, in writing, at least eleven (11) calendar days prior to bid opening time. The request shall identify the differences in the alternate material or equipment as compared to that specified, and shall indicate the benefits to the project as a result of selecting the alternative. B. Furnish to the Architect/Engineer, when requested, samples of proposed material or equipment substitutions. These samples shall remain with the Architect/Engineer as long as they desire. C. Changes required by alternate equipment shall be made at no additional cost to the Owner. Re- design costs incurred by the ArchitecUEngineer and costs incurred by other trades, public utilities, or the Owner as a result of the use of such equipment shall be the responsibility of the Contractor. D. The ArchitecUEngineer reserves the sole right for the approval of proposed material or equipment, and the phrase "or an approved equivalent' used in these specifications or on the drawings shall be interpreted to mean an equivalent approved by the Architect/Engineer. E. The Architect/Engineer reserves the right to refuse approval of equipment which does not meet the specification, in their opinion, or of equipment for which no local experience of satisfactory service is available. The Architect/Engineer further reserves the right to reject equipment for which maintenance service and the availability of replacement parts is questionable. PART 3 EXECUTION 3.1 EXISTING CONDITIONS A. Locate and protect existing utilities and other underground work in a manner that will ensure that no damage or�service interruption will result from excavating or other site or building work. 3.2 TEMPORARY UFILtTIES A. Provide to4orary electrical utilities as described in the detailed contractual description preceding the EIectricai�9 ecifications. B. Provide temporary lighting, as required, to light all construction areas, ramps, runways, corridors, shops and storage areas to a minimum of 10 foot-candles while any work is in progress. First aid stations, infirmaries and offices shall be lit to a minimum of 30 foot-candles. C. Temporary services shall meet OSHA requirements. D. Pay costs necessary to remove or relocate any existing private, public or municipally owned electrical service or telephone service, which are on or adjacent to the Owner's property, and which will interfere with or would be disturbed by the work of this trade or any other trade on this project. E. Expedite the work of installing the main service and other work necessary so that the heating system may be operated when required, as directed by the ArchitecUEngineer. 3.3 CONCRETE AND MASONRY WORK A. Concrete work included in the specifications or shown on the drawings shall be done by experienced cement finishers and not by electricians. Brickwork, where included, shall be laid by experienced brick masons. Brick shall be of uniform size, hard burned, and shall be laid in cement mortar, except for patchwork at a location where cement and lime mortar has previously been used. Exposed, finish brickwork shall match existing brickwork as closely as practical and shall be to the satisfaction of the Architect/Engineer and Owner. City Hall Boiler & BAS Improvements BASIC ELECTRICAL MATERIALS & METHODS Project No. 1164634 260100-5 SECTION 26 0100 BASIC ELECTRICAL MATERIALS AND METHODS 3.4 FIRESTOPPING A. Furnish and install "through -penetration fire stop systems," consisting of field constructed assemblage of products and materials, designed to prevent the spread of fire and gases through, fire -rated openings which are commonly made through walls and floors to accommodate penetrants Such as: busway, cable tray, electrical cables and conduits. B. 'Through -Penetration Fire Stop" is a material, device or construction installed to resist, for a prescribed time, the passage of flame, heat and gases through openings which penetrate the entire fire resistive construction in order to accommodate penetrating items. Incorporating the use of specific products installed in a specific manner, they shall only be installed in configuration for which they have been specifically tested and listed by UL or FM per UL -1479 or ASTM E-814. C. Where a specific fire stop system is not specified for a through -penetration, the contractor shall include proposed fire stop system designs in submittals. D. Where there is no specific UL fire stop system available for a particular application, the contractor shall obtain from the fire stop manufacturer a system drawing to be submitted for approval, prior to installation. E. Holes or voids used to extend electrical installation through Fre-rated floors, ceilings and walls shall be fire -stopped with a fire resistant foam sealant to prevent the passage of smoke, fire, toxic gas or water through the penetration either before, during or after a fire. Chase Technology Chase -Foam, CTC PR -855. F. The materials and components of an approved fire stop system shall be the products of a single manufacturer and shall not be inter -mixed. G. Fire stop materials used shall be suitable and compatible with the penetratin"dem(s) including the surrounding materials. .o 0 H. Fire stop materials used in exposed area shall be paintable and finis ithynilar space treatments as used on the surrounding wall or floor surface. 3.5 IDENTIFICATION co .<rn -0m A. Each device shall be identified according to the following system: g� t 0 1. Panels and switchboard shall be identified as to panel designitton, voltage and feeder, e.g., "Panel L1, 120/208 volts, Feeder FDP -1." Markings shall be outside M door. 2. Magnetic motor starters, safety switches, and remote push button stations shall be identified with the starter number, name and number of device controlled, and circuit number, e.g., "MS -1, Air Handling Unit 1, Circuit 1-1-24". 3. Manual motor starters shall be identified with the name and number of the device controlled and circuit number, e.g., "Exhaust Fan 1, Circuit 1-1-31". 4. Time clocks, contactors and relays shall be identified with a nameplate indicating the devices controlled, e.g., "Security Light". 5. Exhaust fans shall be identified at the disconnect switch with the circuit number. 6. Panel circuit number shall be identified on the convenience outlet and light switch box, or the backside of the plate with embossed lettering plastic tape or indelible marking pen. 7. Junction and pull box covers shall be labeled with circuits contained within. Mark on outside with permanent marker in concealed or mechanical spaces, or inside the cover in public areas. 8. Three phase outlet cover plates shall have special 1/8" engraved lettering "208 volt, 3 phase". City Hall Boiler & BAS Improvements BASIC ELECTRICAL MATERIALS & METHODS Project No. 1164634 260100-6 SECTION 26 0100 FF 11 E ASIC ELECTRICAL MATERIALS AND METHODS B. Id2ntification shall be engraved, laminated plastic using white letters on black background, unless othe``rwis, xp�iEV. toe C. Iw rs local unnels, pipe chases, or other accessible locations shall be identified as to feeder nurn ao least once, and then at 50 feet intervals. Means of identification shall be white st�nCG§d (� inches high, on a black background. D. Color -coding of branch circuit wiring shall be as stated in the NEC. Color -coding of neutral conductors in conduit with multi -circuits shall be as stated in the NEC. Wires of sizes larger than No. 8 AWG shall be color coded by a strip around the conductor at junctions, pull boxes and terminating points. 1. Color -coding of wiring shall be black (A phase), red (B phase), blue (C phase) for 120/208 - volt three-phase system with white neutral. 2. Color -coding of 277/480 volt system shall be brown (A phase), orange (B phase), and yellow (C phase), with gray neutral. 3. Color -coding of grounding wires shall be green. 3.6 ELECTRICAL: CONNECTIONS TO EQUIPMENT A. Fuf fth power wiring for the temperature control equipment. B. G,kioperate with other trades on the locations of the outlet boxes, switches and controls. C; DeVices or equipment requiring both electrical and mechanical connections shall be installed by the contractor furnishing the device or equipment. Remaining connections shall then be made by the appropriate contractor. D. Where circuits serving specific items of equipment are shown on the electrical drawings, the breaker ratings, number of poles, and conductor sizes are nominal for the general class of equipment that includes each specific item. Final sizes shall be coordinated with the Owner or with the contractor furnishing the equipment. 3.7 EQUIPMENT BY OTHER CONTRACTORS A. Verify with other contractors the location of equipment requiring electrical connection, including control devices that are supplied by the other contractors. Make any necessary changes before roughing -in for power and control power circuits. B. Review drawings and specifications and be responsible for the proper electrical connection of equipment. Furnish labor and material, including flexible conduit for movable equipment, to completely connect outlets, receptacles, switches, starters, and limit switches for equipment furnished by other contractors. C. Review other sections of this specification, and be responsible for connecting the equipment to operate as described. 3.8 EQUIPMENT BY MECHANICAL CONTRACTOR A. The Mechanical Trades will furnish motors for items supplied by them. Furnish necessary labor and material, including wire and lugs, to completely connect the equipment. B. Interlock contacts required on starters shall be furnished by the Electrical Contractor. C. Review other sections of this specification, and be responsible for connecting the equipment to operate as described. City Hall Boiler & BAS Improvements BASIC ELECTRICAL MATERIALS & METHODS Project No. 1164634 260100-7 SECTION 26 0100 BASIC ELECTRICAL MATERIALS AND METHODS 3.09 INTERRUPTIONS A. Changes in electrical services shall be made so as to provide a minimum of interference with the operation of services in the building. When changes require shutdown of building services, notify the proper building authorities not less than 24 hours in advance and obtain.approval from these authorities before making changes. Such notices shall give duration and nature of shutdown. Temporary arrangements shall be approved by the Architect/Engineer or Owner. B. Commissioning of fire alarm systems shall be coordinated with the Owner. C. Include costs for temporary wiring and overtime work required, in the Contract price. Remove temporary wiring at the completion of work. 3.10 ROOF OPENINGS A. Roof openings required that are not shown on the structural or architectural drawings shall be cut and (if necessary) reinforced by the roofing contractor, and not by electricians. O 3.11 CUTTING AND PATCHING n T A. Provide cutting and fitting necessary to properly install work, unless specifiQV5:hotVAothein these specifications or shown on the drawings. Coordinate with other tradeequired to inimize the damage and the amount of patching required. C.) CID m -0 B. Lay out work carefully in advance. Do not cut or notch any structural membe6Wild[dig surtrace without specific approval. Carefully carry out any cutting, channeling, chasingS jllinf'of floors, walls, partitions, ceilings, paving or other surfaces required for the installation, Wport,.Pr anchorage of conduit, raceways, or other electrical materials and equipment. 3.12 PAINTING A. No painting or finishing is to be included under this contract except as noted. The finish of any item that has been marred, scratched, or damaged in any way, shall be repainted to the satisfaction of the Architect/Engineer and the Owner. 3.13 CLEANING OF PREMISES A. Keep the premises clean of debris caused by the work at all times. Keep material stored, in areas designated by the Owner, in such a manner so as not to interfere with the progress of the work of other trades or with the operation of existing facilities. B. Interiors and exteriors of electrical panels shall be thoroughly cleaned. C. At the conclusion of the construction, the site shall be thoroughly cleaned of rubble, debris and unused material and shall be left in good order. Closed off spaces shall be cleaned of waste material, cartons, and wood frame members used in the construction. 3.14 RECORD OF CHANGES MADE TO THE WORK A. Maintain at the job site a separate and complete set of electrical plans and specifications upon which it is clearly and permanently marked in red and noted, in complete detail, any changes made. Include changes to location and arrangement of electrical apparatus or changes made in the electrical system and wiring as a result of building construction conditions or as a result of written instructions from the ArchitecUEngineer. Such record of changes shall be made daily and the marked plans and specifications shall be available for the Architect/Engineer's examination at any normal work time. B. Upon completion of the job, and before final payment is made, transmit the marked -up plans and specifications to the ArchitecUEngineer. END OF SECTION City Hall Boiler & BAS Improvements BASIC ELECTRICAL MATERIALS & METHODS Project No. 1164634 260100-8 SECTION 26 0519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS�,ANP,CA�LF� PART 1 GENERAL �t �� At 1.1 SECTION INCLUDES 2019 JUN 18 PM 4: 41 A. Single conductor building wire. B. Wiring connectors. C. Electrical tape. D. Wire pulling lubricant. 1.2 RELATED REQUIREMENTS A. Section 07 8400 - Firestopping. CITY CLERK IOWA CITY. IOWA B. Section 26 0526 - Grounding and Bonding for Electrical Systems: Additional requirements for grounding conductors and grounding connectors. 1.3 REFERENCE STANDARDS A. ASTM B3 - Standard Specification for Soft or Annealed Copper Wire; 2013. B. ASTM B8 - Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft; 2011. C. ASTM B33 -Standard Specification for Tin -Coated Soft or Annealed Copper Wire for Electrical Purposes; 2010. D. ASTM B787/B787M - Standard Specification for 19 Wire Combination Unilay-Stranded Copper Conductors for Subsequent Insulation; 2004 (Reapproved 2009). E. ASTM D3005 - Standard Specification for Low -Temperature Resistant Vinyl Chloride Plastic Pressure - Sensitive Electrical Insulating Tape; 2010. F. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. G. NEMA WC 70 - Power Cables Rated 2000 Volts or Less for the Distribution of Electrical Energy; National Electrical Manufacturers Association; 2009 (ANSI/NEMA WC 70/ICEA S-95-658). H. NETA ATS - Acceptance Testing Specifications for Electrical Power Equipment and Systems; International Electrical Testing Association; 2013 (ANSI/NETA ATS). I. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. J. UL 44 - Thermoset -Insulated Wires and Cables; Current Edition, Including All Revisions. K. UL 83 - Thermoplastic -Insulated Wires and Cables; Current Edition, Including All Revisions. L. UL 486A-4868 - Wire Connectors; Current Edition, Including All Revisions. M. UL 486C - Splicing Wire Connectors; Current Edition, Including All Revisions. N. UL 486D - Sealed Wire Connector Systems; Current Edition, Including All Revisions. O. UL 510 - Polyvinyl Chloride, Polyethylene, and Rubber Insulating Tape; Current Edition, Including All Revisions. City Hall Boiler & BAS Improvements LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES Project No. 1164634 260519-1 SECTION 26 0519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate sizes of raceways, boxes, and equipment enclosures installed under other sections with the actualconductors to be installed, including adjustments for conductor sizes increased for voltage drop. 2. Coordinate with electrical equipment installed under other sections to provide terminations suitable for use with the conductors to be installed. 3. Notify Architect/Engineer of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. 1.5 SUBMITTALS A. Product Data: Provide manufacturer's standard catalog pages and data sheets for conductors and cables, including detailed information on materials, construction, ratings, listings, and available sizes, configurations, and stranding. B. Field Quality Control Test Reports. N O C. Manufacturer's Installation Instructions: Indicate application conditions and limitgions otgse stipulated by product testing agency. Include instructions for storage, handling, protection, eyAlu Cation, prepntion, and installation of product. D--- I Cl) -G D. Project Record Documents: Record actual installed circuiting arrangements. Recce acmal ro ing feeders to panels and equipment and all branch circuit home runs.. ;<m M a Q 1.6 QUALITY ASSURANCEi- D r A. Conform to requirements of NFPA 70. Co B. Maintain at the project site a copy of each referenced document that prescribes execution requirements. C. Product Listing Organization Qualifications: An organization recognized by OSHA as a Nationally Recognized Testing Laboratory (NRTL) and acceptable to authorities having jurisdiction. 1.7 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store conductors and cables in accordance with manufacturer's instructions. 1.8 FIELD CONDITIONS A. Do not install or otherwise handle thermoplastic -insulated conductors at temperatures lower than 14 degrees F, unless otherwise permitted by manufacturer's instructions. When installation below this temperature is unavoidable, notify ArchitecUEngineer and obtain direction before proceeding with work. PART 2 PRODUCTS 2.1 CONDUCTOR AND CABLE APPLICATIONS A. Do not use conductors and cables for applications other than as permitted by NFPA 70 and product listing. B. Provide single conductor building wire installed in suitable raceway unless otherwise indicated, permitted, or required. 2.2 CONDUCTOR AND CABLE GENERAL REQUIREMENTS A. Provide products that comply with requirements of NFPA 70. B. Provide products listed, classified, and labeled as suitable for the purpose intended. City Hall Boiler & BAS Improvements LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES Project No. 1164634 260519-2 SECTION 26 0519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS ANDC4RLE$_, C. Unless specifically indicated to be excluded, provide all required conduit, boxei,lwir",Qnnectors, etc. as required for a complete operating system. D. Comply with NEMA WC 70. 2019 JUN 18 PM 4: 47 E. Thermoplastic -Insulated Conductors and Cables: Listed and labeled as coi5bTy00 i@P4 83. F. Thermoset -Insulated Conductors and Cables: Listed and labeled as complying with UL�14ArA G. Conductors for Grounding and Bonding: Also comply with Section 26 0526. H. Conductor. Material: 1. Provide copper conductors only. Aluminum conductors are not acceptable for this project. Conductor sizes indicated are based on copper. 2. Copper Conductors: Soft drawn annealed, 98 percent conductivity, uncoated copper conductors complying with ASTM B3, ASTM B8, or ASTM 678716 787M unless otherwise indicated. 3. Tinned Copper Conductors: Comply with ASTM B33. Minimum Conductor Size: 12 AWG. J. Where conductor size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. K. Conductor Color Coding: Color code conductors as indicated unless otherwise required by the authority having jurisdiction. Maintain consistent color coding throughout project. 2. Color Coding Method: Integrally colored insulation. a. Conductors size 4 AWG and larger may have black insulation color coded using vinyl color coding electrical tape. 3. Color Code: a. 208Y/120 V, 3 Phase, 4 Wire System: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral/Grounded: White. b. Equipment Ground, All Systems: Green. 2.3 SINGLE CONDUCTOR BUILDING WIRE A. Manufacturers: 1. Copper Building Wire: a. General Cable b. The Okonite Company c. Southwire Company: www.southwire.com d. Superior Essex City Hall Boiler & BAS Improvements LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES Project No. 1164634 260519-3 SECTION 26 0519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES e. Substitutions: See Section 01 6000 - Product Requirements. B. Description: Single conductor insulated wire. C. Conductor Stranding: i 1. Feeders and Branch Circuits: Ofci y a. Size 10 AWG and Smaller: Solid. 7 0 b. Size 8 AWG and Larger: Stranded. tin �� Q D. Insulation Voltage Rating: 600 V. p� t E. Insulation: C%) 1. Copper Building Wire: Type THHN/THWN-2, except as indicated below. 2.4 WIRING CONNECTORS A. Description: Wiring connectors appropriate for the application, suitable for use with the conductors to be connected, and listed as complying with UL 486A -486B or UL 486C as applicable. B. Connectors for Grounding and Bonding: Comply with Section 26 0526. C. Wiring Connectors for Splices and Taps: Copper Conductors Size 8 AWG and Smaller: Use twist -on insulated spring connectors. 2. Copper Conductors Size 6 AWG and Larger: Use mechanical connectors or compression connectors. D. Wiring Connectors for Terminations: 1. Provide terminal lugs for connecting conductors to equipment furnished with terminations designed for terminal lugs. 2. Provide compression adapters for connecting conductors to equipment furnished with mechanical lugs when only compression connectors are specified. 3. Copper Conductors Size 8 AWG and Larger: Use mechanical connectors or compression connectors where connectors are required. 4. Stranded Conductors # 10 AWG and larger: Use crimped terminals for connections to terminal screws. E. Do not use push -in wire connectors as a substitute for twist -on insulated spring connectors. F. Twist -on Insulated Spring Connectors: Rated 600 V, 221 degrees F for standard applications and 302 degrees F for high temperature applications; pre -filled with sealant and listed as complying with UL 486D for damp and wet locations. G. Mechanical Connectors: Provide bolted type or set -screw type. H. Compression Connectors: Provide circumferential type or hex type crimp configuration. Crimped Terminals: Nylon -insulated, with insulation grip and terminal configuration suitable for connection to be made. 2.5 WIRING ACCESSORIES A. Electrical Tape: City Hall Boiler & BAS Improvements LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES Project No. 1164634 260519-4 SECTION 26 0519 LOW -VOLTAGE POWER E UORN 9AL t1Vinyl Color Electrical Tape: Integrally oloreo Aisted as complying witkUL 510; minimum thickness of 7 mil; resistant to abrasion, corrosion, and sunlight; suitable for coptinuous temperature environment up to 221 degrpBS FJUN 18 PM 4 47 [0�� 2. Vinyl Insulating Electrical Tape: Complying with ASTM D3005 and listed as corn Iy I��n�g with UL 510; minimum thi6kness of 7 mil; resistant to abrasion, corrosion, and sunirghT.,y4 folIi le for application dawn to 0 degrees F and suitable for continuous temperature envi*04WC4' t420ftgrees F. B. Wire Pulling Lubricant: Listed; suitable for use with the conductors or cables to be installed and suitable for use at the installation temperature. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that work likely to damage wire and cable has been completed. C. Verify that raceways, boxes, and equipment enclosures are installed and are properly sized to accommodate conductors and cables in accordance with NEPA 70. D. Verify that field measurements are as shown on the drawings. E. Verify that conditions are satisfactory for installation prior to starting work. 3.2 PREPARATION A. Clean raceways thoroughly to remove foreign materials before installing conductors and cables. 3.3 INSTALLATION A. Circuiting Requirements: 1. Unless dimensioned, circuit routing indicated is diagrammatic. 2. When circuit destination is indicated and routing is not shown, determine exact routing required. 3. Include circuit lengths required to install connected devices within 10' of location shown. 4. Maintain separation of Class 1, Class 2, and Class 3 remote -control, signaling, and power -limited circuits in accordance with NFPA 70. 5. Maintain separation of wiring for emergency systems in accordance with NFPA 70. 6. Circuiting Adjustments: Unless otherwise indicated, when branch circuits are shown as separate, combining them together in a single raceway is permitted, under the following conditions: a. Provide no more than six current -carrying conductors in a single raceway. Dedicated neutral conductors are considered current -carrying conductors. b. Increase size of conductors as required to account for ampacity derating. c. Size raceways, boxes, etc. to accommodate conductors. 7. Common Neutrals: Unless otherwise indicated, sharing of neutral/grounded conductors among up to three single phase branch circuits of different phases installed in the same raceway is permitted where not otherwise prohibited, except for the following: a. Branch circuits fed from ground fault circuit interrupter (GFCI) circuit breakers. b. Branch circuits fed from feed -through protection of GFI receptacles. City Hall Boiler & BAS Improvements LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES Project No. 1164634 260519-5 SECTION 26 0519 0r, LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CAMES c. Branch circuits with dimming controls. v fn Z Branch circuits with isolated grounding conductor. y�d. 0 op e. Non-linear loads. .Gt, S O B. Install products in accordance with manufacturer's instructions. t t C. Install conductors and cable in a neat and workmanlike manner in accordanTe with 15@CA 1. D. Installation in Raceway: 1. Tape ends of conductors and cables to prevent infiltration of moisture and other contaminants. 2. Pull all conductors and cables together into raceway at same time. 3. Do not damage conductors and cables or exceed manufacturer's recommended maximum pulling tension and sidewall pressure. 4. Use suitable wire pulling lubricant where necessary, except when lubricant is not recommended by the manufacturer. E. Paralleled Conductors: Install conductors of the same length and terminate in the same manner. F. Secure and support conductors and cables in accordance with NFPA 70 using suitable supports and methods approved by the authority having jurisdiction. Provide independent support from building structure. Do not provide support from raceways, piping, ductwork, or other systems. Installation Above Suspended Ceilings: Do not provide support from ceiling support system. Do not provide support from ceiling grid or allow conductors and cables to lay on ceiling tiles. G. Terminate cables using suitable fittings. H. Install conductors with a minimum of 12 inches of slack at each outlet. Neatly train and bundle conductors inside boxes, wire -ways, panelboards and other equipment enclosures. Group or otherwise identify neutral/grounded conductors with associated ungrounded conductors inside enclosures in accordance with NFPA 70. K. Make wiring connections using specified wiring connectors. 1. Make splices and taps only in accessible boxes. Do not pull splices into raceways or make splices in conduit bodies or wiring gutters. 2. Remove appropriate amount of conductor insulation for making connections without cutting, nicking or damaging conductors. 3. Do not remove conductor strands to facilitate insertion into connector. 4. Clean contact surfaces on conductors and connectors to suitable remove corrosion, oxides, and other contaminates. Do not use wire brush on plated connector surfaces. 5. Mechanical Connectors: Secure connections according to manufacturers recommended torque settings. 6. Compression Connectors: Secure connections using manufacturer's recommended tools and dies. L. Insulate splices and taps that are made with uninsulated connectors using methods suitable for the application, with insulation and mechanical strength at least equivalent to un -spliced conductors. M. Insulate ends of spare conductors using vinyl insulating electrical tape. City Hall Boiler 8 BAS Improvements LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS 8 CABLES Project No. 1164634 260519-6 SECTION 26 0519 AND LES N. Field-Applied C olorC odng: Where viGE nyl c, color BOND electrical &P i" i11 lieu of integrally colored insulation as permitted in Part 2 under "Color Coding", apply half overlapping turns of tape at each termination and at each location conductors are accessibl'to JUN 18 PM 4: 41 O. Install firestopping to preserve fire resistance rating of partitionsand o erLnts, using materials and methods specified in Section 07 8400. GM rl 1044A CITY, IOWA P. Unless specifically indicated to be excluded, provide final connections to all equipment and devices, including those furnished by others, as required for a complete operating system. 3.4 FIELD QUALITY CONTROL A. Perform inspection, testing, and adjusting in accordance with Section 014000. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.2. The insulation resistance testis required for all conductors. The resistance test for parallel conductors listed as optional is not required. D. Correct deficiencies and replace damaged or defective conductors and cables. END OF SECTION City Hall Boiler & BAS Improvements LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES Project No. 1164634 260519-7 SECTION 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS FILED PART 1GENERAL 1.1 SECTION INCLUDES 2619 JUN 18 PM 4'. 4l A. Grounding and bonding requirements. B. Conductors for grounding and bonding. CITY CLERK IOWA CITY. IOWA C. Connectors for grounding and bonding. 1.2 RELATED REQUIREMENTS A. Section 26 0519 - Low -Voltage Electrical Power Conductors and Cables: Additional requirements for conductors for grounding and bonding, including conductor color coding. 1.3 REFERENCE STANDARDS A. IEEE 81 - Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System; 2012. B. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. C. NETA ATS - Acceptance Testing Specifications for Electrical Power Equipment and Systems; International Electrical Testing Association; 2013 (ANSI/NETA ATS). D. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. E. UL 467 - Grounding and Bonding Equipment; Current Edition, Including All Revisions. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination: Notify Architect/Engineer of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. 1.5 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Maintain at the project site a copy of each referenced document that prescribes execution requirements. C. Product Listing Organization Qualifications: An organization recognized by OSHA as a Nationally Recognized Testing Laboratory (NRTL) and acceptable to authorities having jurisdiction. PART 2 PRODUCTS 2.1 GROUNDING AND BONDING REQUIREMENTS A. Existing Work: Where existing grounding and bonding system components are indicated to be reused, they may be reused only where they are free from corrosion, integrity and continuity are verified, and where acceptable to the authority having jurisdiction. B. Do not use products for applications other than as permitted by NFPA 70 and product listing. C. Unless specifically indicated to be excluded, provide all required components, conductors, connectors, conduit, boxes, fittings, supports, accessories, etc. as necessary for a complete grounding and bonding system. City Hall Boiler & BAS Improvements GROUNDING & BONDING FOR ELECTRICAL SYSTEMS Project No. 1164634 260526-1 SECTION 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS D. Where conductor size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. E. Grouliding System Resistance: Achieve specified grounding system resistance under normally dry conditions unless otherwise approved by Architect/Engineer. Precipitation within the previous 48 hours does not constitute normally dry conditions. 2. Grounding Electrode System: Not greater than 5 ohms to ground, when tested according to IEEE 81 using "fall -of -potential' method or alternate test described in IEEE 81. F. Bonding and Equipment Grounding: 1. Provide bonding for equipment grounding conductors, equipment ground busses, metallic equipment enclosures, metallic raceways and boxes, device grounding terminals, and other normally non- current -carrying conductive materials enclosing electrical conductors/equipment or likely to become energized as indicated and in accordance with NFPA 70. 2. Provide insulated equipment grounding conductor in each feeder and branch circuit raceway. Do not use raceways as sole equipment grounding conductor. 3. Where circuit conductor sizes are increased for voltage drop, increase size of equipment grounding conductor proportionally in accordance with NFPA 70. 4. Unless otherwise indicated, connect wiring device grounding terminal to branch circuit equipment grounding conductor and to outlet box with bonding jumper. 5. Terminate branch circuit equipment grounding conductors on solidly bonded equipment ground bus only. Do not terminate on neutral (grounded) or isolated/insulated ground bus. 6. Provide bonding jumper across expansion or expansion/deflection fittings provided to accommodate conduit movement. 2.2 GROUNDING AND BONDING COMPONENTS o A. General Requirements: -En c —n 1. Provide products listed, classified, and labeled as suitable for the purpose ceded— �-- CD 2. Provide products listed and labeled as complying with UL 467 where applic9W, ro M B. Conductors for Grounding and Bonding, in addition to requirements of Section 26�': t 0 1. Use insulated copper conductors unless otherwise indicated. T' Jr - co a. Exceptions: 1) Use bare copper conductors where installed underground in direct contact with earth. 2) Use bare copper conductors where directly encased in concrete (not in raceway). C. Connectors for Grounding and Bonding: Description: Connectors appropriate for the application and suitable for the conductors and items to be connected; listed and labeled as complying with UL 467. 2. Unless otherwise indicated, use exothermic welded connections or compression connectors for underground, concealed and other inaccessible connections. 3. Unless otherwise indicated, use mechanical connectors, compression connectors, or exothermic welded connections for accessible connections. City Hall Boiler & BAS Improvements GROUNDING & BONDING FOR ELECTRICAL SYSTEMS Project No. 1164634 260526-2 SECTION 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTI! ILED a. Exceptions: 1) Use exothermic welded connections for connections to buUc�r� 17ffq1; 41 PART 3 EXECUTION CITY CLERK 3.1 EXAMINATION IOWA CITY, IOWA A. Verify that work likely to damage grounding and bonding system components has been completed. B. Verify that conditions are satisfactory for installation prior to starting work. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install grounding and bonding system components in a neat and workmanlike manner in accordance with NECA 1. C. Make grounding and bonding connections using specified connectors. 1. Remove appropriate amount of conductor insulation for making connections without cutting, nicking or damaging conductors. Do not remove conductor strands to facilitate insertion into connector. 2. Remove nonconductive paint, enamel, or similar coating at threads, contact points, and contact surfaces. 3. Mechanical Connectors: Secure connections according to manufacturer's recommended torque settings. 4. Compression Connectors: Secure connections using manufacturer's recommended tools and dies. D. Identify grounding and bonding system components. END OF SECTION City Hall Boiler & BAS Improvements GROUNDING & BONDING FOR ELECTRICAL SYSTEMS Project No. 1164634 260526-3 SECTION 26 0533 c �} CONDUIT AND RACEWAY �' L E D PART 1 GENERAL 1.1 SECTION INCLUDES lan JUN 18 PM 4= 4l A. Conduit and raceway. CITY CLERa A 1.2 REFERENCES IOWA CITY. A. National Electrical Code (NEC). B. Conduit shall carry the Underwriters' Laboratories (UL) label. C. Conduit shall meet the following American National Standards Institute (ANSI), National Electrical Manufacturers Association (NEMA) and Federal Specifications (FS) standards: 1. Rigid Steel Conduit (RGS): FS WW -C-581 and ANSI C80.1. 2. Electrical Metallic Tubing (EMT): FS WW -C-563, UL797, and ANSI C80.3. 3. Flexible Metal Conduit: FS WW -C-566, CSA, UL. 4. Liquid -Tight Flexible Metal Conduit: CSA, UL. PART2 PRODUCTS 2.1 REQUIREMENTS A. Conduit smaller than %-inch diameter shall not be used on this project, except 1/2 -inch diameter EMT may be used for (1) branch circuits in exposed locations, (2) switch legs, or (3) for temperature control wiring wherever acceptable to the mechanical/temperature Control Contractor. B. Only threaded type connectors and couplings shall be used with RGS. C. RGS, flexible conduit or flexible liquid tight conduit including fittings and hangers used throughout this project shall be galvanized steel. D. Connectors for EMT shall be steel or malleable iron. Fittings shall be capable of carrying ground fault currents of 10,000 amps rms for 1'/2 inch and smaller, and 20,000 amps rms for 2 -inch and larger for a minimum of 3 cycles. Fittings shall be Thomas & Betts 5030, 5031, 5120, 5123, or 530 series. Die cast metal fittings will not be permitted on this project. Connectors 2'h" and larger shall be compression type. Connectors smaller than 2'/," shall be set screw type, or compression type. E. Type LA Liquatite flexible conduit, with appropriate fittings which are UL listed as an assembly, shall be used in a boiler room, kitchen, exterior location or any moist location. PART 3 EXECUTION 3.1 INSTALLATION A. Wiring shall be in conduit or approved raceways, unless shown otherwise. Conduit and outlet installation shall be concealed throughout this project, as follows unless otherwise indicated. Conduit or Raceway above suspended ceilings shall be supported from the building structure and not from the ceiling grid hanger wires. City Hall Boiler & BAS Improvements CONDUIT AND RACEWAY Project No. 1164634 260533-1 O SECTION 26 0533 �o CONDUIT AND RACEWAY C. Cpnduit throughout this project shall be EMT installed with steel suppo Ops-f6ceptre shown otherwise or as follows. 7:74nr li� -o 1. Conduits 2 1/2 inches trade size and larger for power feeders stta l % R1 conQunless shown otherwise. �7c t- 2. In mechanical equipment rooms and other areas where conduit isSxposedYo physical damage, RGS conduit shall be installed for wiring systems. D. Conduit shall not be run horizontally in masonry walls or in masonry wall gaps. Conduit shall not be used as the sole grounding means. Metallic conduit, cut with a power saw or hacksaw, shall be reamed to remove burrs. G. Conduit bends shall be held to as large a radius as possible for ease in pulling of conductors and to provide a neatly installed appearance. The maximum length of straight conduit runs shall be 200 feet between pull boxes, with 50 feet deducted for each 90 -degree bend and 25 feet deducted for each 45 -degree bend; reduction of length for all other angle bends shall be calculated on a similar basis. H. No conduits shall be routed in the floor beneath or near boilers. I. Suspended type conduit hangers for 2 -inch and smaller conduit shall be with mounting devices, similar to Unistrut or Kindorf beam clamps. Hangers for groups of conduit with any size larger than 2 - inch shall be channel type structural shapes, with conduits clamped to channel with U-shaped clamps. J. When building ventilation conditions are such that the air may flow continuously in conduits or ducts, the conduit shall be sealed at each end with a pliable duct sealing compound such as Duct -Seal or Kerite Putty, or Chase Technology foam. If conduit is installed with possible access to rodents, the conduit shall be sealed in a manner similar to that described above. K. Interferences Conduit runs are not shown to allow this contractor to choose the route to the various electrical devices. However, care shall be taken to coordinate the conduit runs with duct work, beams, joists, plumbing pipes, and plumbing fixtures to be installed by other trades. When interference develops, the Architect/Engineer will decide which equipment will be relocated; regardless of which apparatus was installed first. L. Install conduit and wiring for electrical devices furnished by other trades or by the owner on this project, unless otherwise shown or specified. M. Insulated Bushings Conduits shall have insulated bushings installed at entrances to panelboards, starters, pull boxes and shall be secured to the enclosure by the bushing (and lock nut, if necessary) on the inside, and by lock nut on the outside. 2. Conduits entering distribution type panelboards and the main switchgear shall have insulated grounding bushings similar to T & B 3800 series, with bushings connected together by means of a continuous copper grounding conductor, sized to meet the requirements of the NEC. N. Connectors, couplings and lock nuts shall be tightened securely by use of the proper tools to assure an effective and continuous path to ground through the conduit system. City Hall Boiler & BAS Improvements CONDUIT AND RACEWAY Project No. 1164634 260533-2 SECTION 26 0533 CONDUIT AND RACEWAY O. Wherever conduit crosses a building expansion joint and is constrained from relief deflection (i.e. buried in concrete or a straight run anchored in concrete on both sides of the joint), expansion fittings or expansion/deflection fittings shall be provided. P. Where wire is run for a motor connection, to be connected under a separate contract, the conduit shall be terminated in the proper fitting at the correct location. Q. A short piece of flexible metal conduit shall be used in the feeder conduit near the motor. R. Surface mounted conduit shall be mounted flush to wall and secured by one -hole or two -hole clamps. END OF SECTION N _O Q b _-T1 C-) � n � M M �= o:20 D � City Hall Boiler 8 BAS Improvements CONDUIT AND RACEWAY Project No. 1164634 260533-3 SECTION 26 0533.01 PULL AND JUNCTION BOXES PART1 GENERAL 1.1 SECTION INCLUDES A. Pull, junction, and outlet boxes. 1.2 REFERENCES A. National Electrical Code (NEC). B. National Electrical Manufacturers Association (NEMA). C. Underwriters' Laboratories, Inc. (UL). 1.3 QUALIFICATIONS A. Junction and pull boxes shall be as manufactured by Appleton Electric, Arrow -Hart, Bell Electric / Square D, General Electric, O.Z. / Gedney Co., Slater Electric Inc., or approved equivalent. B. Conduit bodies shall be as manufactured by Appleton Electric Co., Crouse -Hinds Co., Harvey Hubbell Inc., Killark Electric Mfg. Co., O.Z. / Gedney Co., Pyle -National Co., Spring City Electrical Mfg. Co., or approved equivalent. C. Bushings, knockout closures and lock nuts shall be as manufactured by Appleton Electric Co., Burndy Corp., Crouse -Hinds Co., Gould, Inc., O.Z. / Gedney Co., RACO, Inc., Steel City, Thomas and Betts Co., or approved equivalent. D. Interior outlet boxes shall be as manufactured by Appleton Electrical Co., Arrow Conduit and Fittings Corp., RACO, Inc., Steel City / Thomas and Betts Co. or approved equivalent. E. Weatherproof outlet boxes shall be as manufactured by Appleton, Bell Electric / Square D Co., Crouse -Hinds Co., Harvey Hubbell, Pyle -National, or approved equivalent. F. Weatherproof outlet boxes for "unattended wet locations while in use" per NEC 406.8(8) (latest edition), Tay Mac Series 20xxx or approved equivalent. PART 2 PRODUCTS N 2.1 REQUIREMENTS o .o A. Provide galvanized, UL -code gauge sheet steel junction and pull boxes, wkiwev eld oo4s. Type, shape and size shall be as required to suit each respective location est tions es shall have welded seams with stainless steel nuts, bolts, screws and washers-< — --An Corn B. Provide galvanized cast -metal conduit bodies of type, shape, and size to sujK�h roopectE location and installation. Bodies shall have threaded conduit entrances, removable $etas, a�tl co ors On resistant screws. sl; C. Provide corrosion resistant, punched -steel box knockout closures, conduit locknuts anti malleable iron conduit bushings, and offset connectors of type and size to suit respective uses and installation. D. Outlet Boxes 1. thterior outlet boxes shall be galvanized flat rolled sheet steel, of the type, shape and size, including box depth to suit each respective location and installation. Boxes shall have stamped knockouts in back and sides and with threaded screw holes with corrosion -resistant screws for securing box covers and wiring devices. a. Provide mounting brackets, wall board hangers, extension rings, fixture studs, cable clamps, and metal straps to rigidly support outlet boxes as required for each outlet location. City Hall Boiler & BAS Improvements PULL & JUNCTION BOXES Project No. 1164634 26 0533.01-1 SECTION 26 0533.01 PULL AND JUNCTION BOXES 2. Weatherproof outlet boxes shall be corrosion -resistant cast -metal wiring boxes of the type, shape and size, including box depth to suit each respective location and installation. Boxes shall have threaded conduit ends and threaded screw holes with corrosion -resistant screws for securing box covers and wiring devices. 3. Weatherproof switch and receptacle cover plates shall be case aluminum or zinc die cast with spring hinged waterproof caps, faceplate gaskets, and corrosion -resistant fasteners. PART 3 EXECUTION 3.1 INSTALLATION A. Provide pull and junction boxes where required in Part 3 of Section 26 0533 - Conduit and Raceway. Unless specifically shown on the drawings to be larger than required by the NEC, size pull and junction boxes in accordance with the minimum volumes set forth in the NEC. B. Fasten boxes rigidly to structural surfaces to which they are to be mounted or, solidly embed in concrete or masonry. C. Provide electrical grounding connections for installed boxes. D. Junction boxes above inaccessible ceilings for power, lighting, communication, and signal systems shall be located about one (1) foot from a recessed fluorescent fixture to allow easy access to the junction box, by removal of the fixture. E. Outlet Boxes 1. Provide 4" x 4" galvanized pressed steel outlet box at each receptacle, wall mounted light fixture, task light, wall switch, or any other device shown. 2. Outlet boxes exposed to weather or located in damp locations shall be galvanized cast iron, or malleable iron, or cast aluminum. Weatherproof switches and receptacles shall be mounted in "FS' (4 -point mounting) boxes. 3. Outlet boxes shall be plumb and level and shall be firmly secured in position, with the face of the box flush with the finished wall or ceiling. '4. Remove only knockouts which are required for connection of conduit or insertion of conductors. Provide plugs for unused openings. 5. Conduit shall enter box squarely and shall be secured by means of lockout on outside and insulated bushing inside. 6. Provide electrical grounding connections for installed boxes. 7. Outlet boxes mounted on opposite side of fire rated walls shall have a minimum 24" horizontal spacing. m 8. Outlet boxes mounted on opposite side of non -fire rated walls shW have*rninimum of 6" horizontal spacing. *M >_--i z 9. Outlet boxes shall be mounted 18" above finished floor to center2t4ox fSecegMes and 48" for switched unless shown otherwise on the drawings.�� a rn rn END OF SECTION D J City Hall Boiler & BAS Improvements PULL & JUNCTION BOXES Project No. 1164634 26 0533.01-2 SECTION 26 2813 FUSES PART GENERAL 1.1 SECTION INCLUDES A. Fuses. 1.2 REFERENCES A. Underwriters' Laboratories, Inc. (UL). 1.3 SUBMITTALS A. Submit the following information: List of fuse types and manufacturer. 2. Time- current curves. 3. List of spare fuses to be provided. 1.4 QUALIFICATIONS A. Fuses shall be by Bussmann Manufacturing Division of McGraw Edison Company or by Littlefuse Tracor Company. B. Fuses shall be UL listed for 200,000 ampere RMS interrupting capacity. PART2 PRODUCTS 2.1 FUSES 0 A. Fuses shall be capable of interrupting the available fault without rupturing or damang fups, buswork, cable or switching components, and shall safely contain within thWrKula ied Barre' df the fuse the smoke, hot gases, carbon, and other harmful by-products of the f4 � Z B. Fuses 601 amperes and larger shall be UL Class L current limiting bolt -in r(@ �n twe: B ann KRP-C Hi -CAP or Littlefuse KLP-C type. They shall have at least 45 -second mr+n2 de_* at O�o rating. 7j C t C. Fuses rated 600 amperes or less shall be UL Class R rejection type with time�#rrent characteristics as defined by the Bussmann or Littlefuse catalog number shown for each condition outlined herein. D. Fuses protecting molded case circuit breakers or molded case circuit breaker panels shall be current limiting silver link types. They shall have interrupting capacity and let through current as defined by the Bussmann or Littlefuse catalog type shown below, unless otherwise indicated or required by the circuit breaker manufacturer. 125 and 250 volt molded case circuit breakers shall be fed from switches fused as follows: a. 0 to 60 amperes Bussmann LOW PEAK fuses Type LPN -R or Littlefuse Type LLN- RK. b. 70 to 200 amperes Bussmann Limitron Fuses Type KTN-R or Littlefuse Type KLN-R. 277, 480, and 600 volt molded case circuit breakers shall be fed from switches fused as follows: a. 0 to 100 amperes Bussmann LOW PEAK fuses Type LPS-R or Littlefuse Type LLSRK. b. 110 to 300 amperes Bussmann Limitron Fuses Type KTS-R or Littlefuse Type KLSR. City Hall Boiler & BAS Improvements FUSES Project No. 1164634 262813-1 SECTION 26 2813 FUSES Fuses not sized on the drawings for motor running protection, 100 amperes or less, shall be as follows: Fuses shall be Bussmann Fusetron (or Littlefuse "SLO BLO") dual -element time delay type FRN -R (or FLNR) for 250 volts or less, and FRS -R (or FLSR) for 277 through 600 volts sized at 125% of the motor nameplate full load running amperes or the next larger NEC standard ampere size. Exceptions to the preceding are where excessive ambient temperature, high inertia motor loads, special motors, or frequent "ON-OFF' cyclic loads or other special circumstances require a larger or different type fuse to be approved by the Architect/Engineer. Such special circumstances shall be clarified with the Architect/Engineer not less than 72 hours prior to bid opening time. 2. Fuse reducers shall be used where switch fuse clip spacing is larger than the length of the required fuse. F. Plug fuses shall be Fustat Bussmann Type S (or Littlefuse Type S). G. Fuses for protection of grouped or racked lighting fixture ballasts shall have 100,000 amperes RMS interrupting capacity, shall be similar to Bussmann fuse type GLR mounted in type HLR fuse holders (or Littlefuse type LGR in LHR holders) and shall be ampere sized as recommended by the ballast manufacturer. H. Fuses for protection of each individual exterior pole mounted light fixture or ballast shall have 100,000 amperes RMS interrupting capacity, and shall be Bussmann fuse Type KTK mounted in Type HEB (or Littlefuse type KLK in HLB holder) fuse holders located in a hand hole at the base of the pole or in a weatherproof fuse enclosure located on the pole, as shown on the drawings. I. Other fuses, unless otherwise noted, shall be dual -element, current limiting, silver link type Bussmann j_OW PEAK fuse, Type LPN -R or Littlefuse Type LLNRK for circuits rated 250 volts or less, and Bussmann LOW PEAK fuse Type LPS-R or Littlefuse Type LLSRK for circuits rated 277 through 600 volts. They shall have at least 10 seconds time delay at 500% rating. PART 3 EXECUTION 3.1 FUSES A. Fuses shall be installed as shown on the drawings after tests, inspections and the installations have been completed. Fuses shall be of the same manufacturer to retain selectivity and electrical coordination as designed. Fuses shall have dimensions and rejection features exactly as defined herein. Fuses having any other type rejection feature are not acceptable. B. Twenty percent spare fuses for each size, including control circuit fuses of each amperage and voltage rating (minimum of 3), shall be furnished to the Owner. END OF SECTION City Hall Boiler & BAS Improvements Project No. 1164634 FUSES 262813-2 N O_ n c T) C-)-< �- � � M -O o� r D � FUSES 262813-2 SECTION 26 2816 DISCONNECT SWITCHES PART GENERAL 1.1 SECTION INCLUDES A. Safety disconnect switches. 1.2 REFERENCES A. National Electrical Manufacturers Association (NEMA). B. Underwriters' Laboratories, Inc. (UL). 1.3 SYSTEM DESCRIPTION A. Disconnect switches provide safe disconnecting of electrical power to equipment. 1.4 SUBMITTALS A. Submit the following information: Outline drawing with dimensions. 2. Equipment Ratings. a. Voltage. N — .o b. Capacity. C) ZES2 `n C. Horsepower. C-) d. Short circuit withstand rating. :<m -0 0 1.5 QUALIFICATIONS t A. Safety switches shall be NEMA heavy-duty type and shall carry the UL label Fusibb4a switches shall incorporate Class "R" fuse rejection feature and shall be braced to withstand 50,000 ampere RMS symmetrical fault current. B. Switches shall be as manufactured by Square D, Eaton, Westinghouse and General Electric. PART PRODUCTS 2.1 SWITCHES A. Provide heavy-duty type, sheet steel enclosed, safety switches. Type, size, and rating shall be as shown on the drawings or as required by the motor or equipment served. Switches shall be lockable in the "ON" and "OFF" positions. B. Switches shall incorporate quick -make, quick -break operating handles. Mechanism shall be an integral part of the box, not the cover, and switches shall have a cover interlock to prevent unauthorized opening of the switch door in the on position or closing of the switch mechanism with the door open. Current carrying parts shall be constructed of high -conductivity copper with silver - tungsten type switch contact. C. Fuse clips shall be positive pressure type reinforced rejection type fuse clips. D. Indoor enclosures shall be NEMA 1. Enclosures for wet locations and for outdoor use shall be NEMA 3R. E. Equip each motor disconnect with auxiliary contacts (1 -NO, 1 -NC). Disconnect switches utilized with variable speed motor controllers shall be interlocked with the drive control circuit. City Hall Boiler & BAS Improvements DISCONNECT SWITCHES Project No. 1164634 262816-1 SECTION 26 2816 DISCONNECT SWITCHES PART 3 EXECUTION 3.1 SWITCHES A. Furnish and install safety disconnect switches (fused and non-fused) shown on the drawings. In addition, furnish a safety disconnect switch for motors and equipment which do not have combination starters or integral disconnecting means. B. For mechanical equipment rated for use only with fuses (such as condensing units, compressors, chillers), provide fusible disconnect switches. Such switches shall be one, two or three pole type, with solid neutral for 4- wire service, and shall have the proper current and voltage rating as required. C. Terminals of the proper size for wire as shown on the drawings for line, load and ground shall be supplied by the disconnect switch manufacturer. D. Each motor shall be individually protected. Furnish a safety disconnect for each motor as required by the NEC. E. Disconnect switches shall not be directly mounted to equipment which is mounted on vibration isolation pads or springs, unless a piece of flexible conduit is used between the disconnect switch and the fixed conduit. F. Safety switches shall be mounted securely to walls, columns or machine frames, and provided with :brackets, mounting devices, structural pieces and expansion type anchor inserts necessary for this purpose. Switches shall not be mounted directly to metal surfaces or to concrete or masonry walls. Structural channels such as Kindorf or 3/4" plywood shall be used to mount switches at least 3/4 inch :away from the mounting surface. G. _Switches shall be mounted at a height of 60 inches above the finished floor to the top of the back box. H. Coordinate fuseable switches and fuse sizes, with mechanical trades, where required by UL listing for mechanical equipment installation. I. Motors larger than 1/8 horsepower and controllers shall have a disconnecting means within sight and within 50'. 1. Combination motor starters, circuit breakers in panelboards, manual motor starters, integral disconnecting means on equipment, and cord/plug connections may be used as disconnecting means where they are within sight and 50' of the equipment. 2. Switches, combination starters, and circuit breakers which are pad -lockable in the "OFF" position may be used as disconnecting means when not in sight or within 50' unless prohibited by local code. 3. Provide a disconnect switch for motors, motor -driven appliances, and controllers not covered by paragraphs A or B above. J. Transformers shall have a disconnecting means (primary and secondary) within sight and within 50'. N O_ END OF SECTION o .n n C C-) -� 1 M <M o City Hall Boiler & BAS Improvements DISCONNECT SWITCHES Project No. 1164634 262816-2 SECTION 26 2923 VARIABLE SPEED MOTOR CONTROLLERS PART1 GENERAL 1.1 SECTION INCLUDES A. Variable speed motor controllers. 1.2 REFERENCES A. Institute of Electrical and Electronic Engineers (IEEE). B. National Electrical Manufacturers Association (NEMA). C. Underwriters' Laboratories, Inc. (UL). 1.3 SYSTEM DESCRIPTION A. Variable speed controllers provide speed control of electric motors. Variable speed motor controllers shall be furnished and installed and wired by the Electrical Contractor. 1.4 SUBMITTALS A. Submit the following information: 1. Wiring diagrams. 2. Electrical ratings. a. NEMA size. b. Voltage. N C. Current. o .o d. Carrier frequency under normal conditions. DC 2 e. Drive derating guidelines. -� 3. Number of poles. r�r,.l "o m oVo r 0 4. Coil voltage. �:xz 5. Physical characteristics including enclosure size. y 6. Listing of settable parameters. 7. Warranty. B. Operation and Maintenance Manuals: 1. Operations and maintenance manuals shall be forwarded two weeks before shipment of the equipment and copies shall be included with the equipment. 2. The operation and maintenance manuals shall include installation and handling requirements, initial start-up tests and adjustments, maintenance requirements, troubleshooting procedures and renewal parts lists. 1.5 QUALIFICATIONS A. Variable speed motor controllers shall be as manufactured by Allen-Bradley Co., ABB Co., Square D Co., Eaton, Danfoss or Toshiba -Houston. B. Variable speed motor controllers shall be by the same manufacturer. City Hall Boiler & BAS Improvements VARIABLE SPEED MOTOR CONTROLLERS Project No. 1164634 262923-1 SECTION 26 2923 VARIABLE SPEED MOTOR CONTROLLERS C. Variable speed motor controllers shall be furnished with equipment, features, and functions as specified herein and as shown on the drawings. In addition, all controllers shall be furnished with any additional equipment required or recommended by the manufacturer to meet the requirements of these specifications such as isolation transformers, input filters, voltage step-up or step-down transformers, or power factor correction capacitors. D. Variable Speed motor controllers shall comply with IEEE Standard 519. PART PRODUCTS 2.1 VARIABLE SPEED MOTOR CONTROLLERS A. Variable speed motor controllers shall meet the following specifications, unless shown otherwise. B. Controller shall be provided with a BTL certified BACnet/IP interface card. C. Door interlocked disconnect switch. D. NEMA 1 ventilated enclosure. E. Input fused internally with standard or current limiting fuses. F. Bypass circuitry for direct line motor operation with a door mounted inverter/line selector switch. G. Start, stop, and speed selection for control of motors. H. Frequency range of 6 to 60 Hertz. I. Thermal overload relays on output for motor protection (down to approximately one-half motor base speed.) i+a J. Short circuit protection, under/over voltage protection, and automatic restarting alta power outage. U--��y K. Resonance frequency null with field adjustable potentiometers to lock out es�nt speO. L. Transducer input for 4 to 20mA ungrounded signal. n r M. Adjustable offset voltages for increasing starting torque. ;<m 30 m N. Adjustable acceleration and deceleration control. E5� r 0 O. Adjustable maximum frequency and minimum frequency control. D P. Power ON light. Q. Manual -off -automatic selector switch, to select the speed control source, and a manual potentiometer. R. Speed indicator and an ammeter. S. Items G, N, O and P shall be mounted on the front cover, exposed. T. Operating ambient temperature shall be 0°C to 40°C. U. Digital operator keypad and display. V. Motor rated voltage 460V, 3 phase. W. Variable speed controllers shall be of the power transistor type for motors five (5) horsepower or less and of the current source type using diode bridge rectification on the input for motors greater than five horsepower. City Hall Boiler & BAS Improvements VARIABLE SPEED MOTOR CONTROLLERS Project No. 1164634 262923-2 SECTION 26 2923 VARIABLE SPEED MOTOR CONTROLLERS Pulse width modulated inverters (unless provided with an isolated micro -processor logic power transformer) and voltage source inverters (unless provided with a diode bridge rectifier circuit) shall be acceptable when furnished with isolation transformers and/or filters to limit the interaction among controllers and to prevent interference with other electronics systems such as fire alarm, clock and program, energy management, security, sound, emergency generator, lighting control, etc. 2. Controllers with an input power factor of less than 85% (0.85) at maximum rated speed and power output shall be corrected to 95% (0.95) minimum at maximum output. X. Select each variable speed motor controller to agree with the specific motor and motor application it is to control. Prior to submitting shop drawings, obtain information on the exact motor(s) to be supplied and shall select the controller(s) per the manufacturer's recommended procedure. Y. Terminals of the proper size for wire as shown on the drawings for line, load and ground shall be supplied by the motor starter manufacturer. Z. For the exterior well pumps, the drive shall be located within the building. The distance between the well pump and the drive shall exceed 1000'. Provide all necessary components for full functionality. PART 3 EXECUTION 3.1 CONTROLLERS A. Controllers shall be mounted securely to walls, columns, or machine frames, and provided with brackets, mounting devices, structural pieces, and expansion type anchor inserts necessary for this purpose. Controllers shall not be mounted directly to metal surfaces or to concrete or masonry walls. Structural channels such as Kindorf or 3/4" plywood shall be used to mount starters at least 3/4" away from the mounting surface. B. Top of each controller shall be mounted 60 inches above the finished floor unless otherwise noted. C. Variable speed motor controller and control system supplier shall provide factory and field labor for complete calibration testing, and adjustment of the adjustable frequency drives and control components, and be responsible for setting control set points, operating sequences, and alarming systems within the specified control systems to produce the overall system performance as specified. D. Electrical contractor shall provide one (1) IP drop for each variable speed motor controller. 3.2 WARRANTY A. Manufacturer shall warrant equipment to be free from defects in materials and workmanship for the lesser of two (2) year from date of installation or thirty (30) months from date of delivery. END OF SECTION c C-) r <m v v r J City Hall Boiler & BAS Improvements VARIABLE SPEED MOTOR CONTROLLERS Project No. 1164634 262923-3 City Hall Boiler and BAS Improvements City of Iowa city 410 E Washington St, Iowa City, IA 52240 Iowa City, IA 52240 EIMMUNE ■1@ X1111::■ ■1: 11111 EII■ u'rinc i ■ HII® ■ ■ 1® ■ Q0 .......... W"4yyy �!!Sl>olt—uan.o JitlL 0 n•I�.1911.e�� �? eNMrOU[°I owi5w.n = CO Y t� WWO c J cti �� U F- �� I �- U LL~Q m O o N - EIMMUNE ■1@ X1111::■ ■1: 11111 EII■ u'rinc i ■ HII® ■ ■ 1® ■ 1111 �"!'VIII Illi I■I ■■ 11111 ■I 11■ti .11! 11■ Mil IO■ i■■ i■�: 31111 J �Pr,505WWi e ma �r� .......... W"4yyy �!!Sl>olt—uan.o JitlL - n•I�.1911.e�� �? eNMrOU[°I owi5w.n = 112i3t w w13.211L ..a ..�. 1111 �"!'VIII Illi I■I ■■ 11111 ■I 11■ti .11! 11■ Mil IO■ i■■ i■�: 31111 J �Pr,505WWi e ma �r� wr.ar �!!Sl>olt—uan.o JitlL �=%I� nllry'IX nv��ru� SHEETINDEX G0.00 COVER SHEET M1.00 BAS RISER DIAGRAM, WORK SUMMARY, ABBREVIATIONS M1.01 BOILER REPLACEMENT PLANS M1.02 BAS UPGRADE PLANS M4.01 CONTROL DIAGRAMS M6.01 MECHANICAL DETAILS AND SCHEDULES E1.01 CITY HALL - ELECTRICAL PLANS SHWE—HATTERY •.Cni.1C r.. E - I F°I NII 11.G City W Iowa city CityHall Boller and BAS Improvements City M Ima CRy 410 E. Wa i,gb SL, b Oity• IA 52240 � r , CID'01 101VA CITY CITY OF LITERATURE July 3, 2019 Bid PR CTW 11N I City Hall Boiler and BAS Improvements City of Iowa City 410 E Washington St, to City, IA 52240 Iowa City, IA 52240 1 -1111: 7: \III! ■ � ■li :Illli� :II\\ �-!:1111: II�l��.� :11111 x"11111 . �-■''nlllll! X11 T ii ��.? �� � ■1■ ,=_11111■ �■ 811 I : ■l1:� � �7L■ '� � DO1 �■! i�� 81!18 SHEETINDEX F]q ED 2019 -!Lip 18 pH 4: 39 CITYC ;r)"'A CITY, IOWA G0.00 COVER SHEET E1.01 CITY HALL -ELECTRICAL PLANS M1.00 BAS RISER DIAGRAM, WORK ARY, ABBREVIATIONS M1.01 BOILER REPLACEMENT Rld S M1.02 BAS UPGRADE PLA M4.01 CONTROL DIAG S M6.01 MECHANICAL ETAILS AND SCHEDULES SHIVELIATrERY City of Iowa City City Hall Boiler and BAS Improvements City of laza Gty 10 E. WasNnpton St.. me Gty. IA 52240 r � CITY Of 101VA CI I1' CITY OF UIEMIDRE June 12, 2019 Review e Crao:+1e'aT+ 0:q Y o r r.ourrr�o cavo IruvY <rw.ar S Q s smems woimtnl :S310N NOLL11OW30 IVOIN 0313 1VH3N30 S31.ON 1VDI&0313 1V83N39 �o�eoemo� Mmpl�[ol �0000©ml�omo©Col �o�ooemo� Q�0000©ml�a©�G®�Co} �O�OO©m7.7D®G®��o7 �a�ooemo �oY00©mmmmmwa®Col ®oeooeoo� ®oeoosoo� ooee�m�;©o� ©oeoe®oma �0000emo ®neeoomo® ®oeeoemo® taaoeoemo m��oeoo+�m D �: v]I\YSkc�YbIr}7l=kilUl:�trti�lkP.Ui v Qq o.,YYmmY .m0 O Yw <w YM Mama.wtw.�Tv[<�v i.w[a��i �. Mks N� .smA �i�iYYnw�� u.�ns.iu=, .�'InY.Y VYY�m�Y.w� �uivm Y��a��YYY 1M1��O'�YNFr 6<i./'YYMSYO Ww Yw•-w.YYUYY ws�ia Y./i .i9W .Y WN./!i�• M OiYmW wYTY-/I OYY. Y Ml 5 ON mnmN 1N3 wl P N om �nwnnmm� Mmpl�[ol �0000©ml�omo©Col Q�0000©ml�a©�G®�Co} �O�OO©m7.7D®G®��o7 �oY00©mmmmmwa®Col ooee�m�;©o� O 90 P] 8L0 uu nr I r,r, r1 I 11 I 1 I I I t I I CONTROLS CONTRACTOR SCOPE NOTE: THE CONTROLS CONTRACTOR SHALL PROVIDE A NEW, FULLY FUNCTIONAL AND NETWORKED BUILDING AUTOMATION SYSTEM (NIAGARA AX) THAT INTEGRATES EXISTING NIAGARA SYSTEMS AT CITY HALL, MERCER NATATORIUM AND ROBERT A LEE RECREATION CENTER WITH NEW DDC CONTROLLED EQUIPMENT. WHERE NON -DDC (PNEUMATIC) CONTROLLED EQUIPMENT EXISTS, THE CONTRACTOR SHALL PROVIDE NEW NIAGARA AX BASED CONTROLS AND INTEGRATE TO THE NEW BAS. THE CONTROLS CONTRACTOR SHALL PROVIDE STANDARDIZED GRAPHICAL INTERFACE AND EQUIPMENT NOMENCLATURE FOR EACH RAS SYSTEM AT THE BUILDINGS LISTED ABOVE. SEE SHEET M1.00 FOR SUGGESTED NETWORK ARCHITECTURE. SEE SHEETS M1.01, M1.02 FOR EXISTING EQUIPMENT LOCATIONS AND ADDITIONAL WORK. SEE SHEET M4.01 FOR SPECIFIC CONTROL DEVICES REQUIRED TO MEET SEQUENCE OF OPERATIONS. ELECTRICAL CONTRACTOR SCOPE NOTE: ELECTRICAL CONTRACTOR SHALL PROVIDE ONE (1) 120 VOLT, 20 AMP CIRCUIT TO EACH BAS CONTROL PANEL LOCATION FROM THE NEAREST AVAILABLE EXISTING BRANCH 1201208 VOLT POWER PANEL. WHERE NEW BAS CONTROL PANEL WILL BE IN THE SAME LOCATION AS EXISTING CONTROL PANEL, ELECTRICAL CONTRACTOR SHALL RE -USE EXISTING POWER CIRCUIT. NO MORE THAN THREE PANELS PER 20 AMP CIRCUIT IS ALLOWED. IN ADDITION, ELECTRICAL CONTRACTOR SHALL INSTALL A NEW FIRE ALARM SYSTEM DUCT SMOKE DETECTOR IN BOTH SUPPLY AND RETURN FOR EACH MECHANICAL HVAC UNIT EXCEEDING 2,000 CFM AND CONNECTED TO THE EXISTING FIRE ALARM CONTROL PANEL. SEE SHEETS M4.01, M4.02 AND M4.03 FOR DETAILS. THE CITY OF IOWA CITY SHALL BE RESPONSIBLE FOR INSTALLATION OF DATA JACKS, CAT 6 CABLING, BACKBOX, CABLE SUPPORTS, DATA DROP TO EACH CONTROL PANEL CONTAINING A JACE, AND TERMINATION AT PATCH PANEL IN EXISTING COMMUNICATIONS ROOM. IN ADDITION, THE CITY IT DEPARTMENT SHALL PROVIDE A STATIC IF ADDRESS FOR REMOTE ACCESS TO THE BAS. CITY OF IOWA CITY TRD—SUP-10 SMA OPERATOR WORK STATION JACE-8200 + 1/0 MODULES CITY HALL (FUTURE HOT WATER PLANT) MECHANICAL ROOM BAS UPGRADE AND NETWORK ARCH. MERCER NATATORIUM UPDATE TO BE TAKE PLACE UNDER DIFFERENT PROJECT. BAS UPGRADE AND NETWORK ARCH. UPDATE TO BE TAKE PLACE UNDER DIFFERENT PROJECT TEST AND BALANCING SCOPE NOTE: BALANCER TO CONDUCT PRE -DEMOLITION INVESTIGATION OF EXISTING HYDRONIC COILS TO DETERMINE EXISTING FLOW RATES. FLOW RATES SHALL BE RELAYED TO ENGINEER OF RECORD AND CONTROLS CONTRACTOR TO DETERMINE CONTROL VALVE SIZING. AFTER EXISTING MECHANICAL SYSTEMS HAVE BAS UPGRADED, BALANCER SHALL RE -BALANCE NEWLY INSTALLED CONTROL VALVES TO PRE -DEMOLITION FLOW RATES. MECHANICAL CONTRACTOR SCOPE NOTE: MECHANICAL CONTRACTOR SHALL INSTALL AUTOMATIC CONTROL VALVES, SEPARABLE WELLS FOR HYDRONIC CONTROL DEVICES (HYDRONIC TEMPERATURE SENSORS, PRESSURE SENSORS, ETC.), AUTOMATIC CONTROL DAMPERS AND VAV DAMPER RETROFIT KITS. SEE MECHANICAL SHEETS FOR QUANTITY OF CONTROL VALVES AND CONTROLS SPECIFICATION FOR FURTHER DETAIL. MSTP (TYP.) FCU -4 I IHUV-2 HUV-3 I RTU—PRD [ISC. EFSI ISMRTU-3 RTU—PEATING RTU—FD RTU-3ITYP,S2)I YSTEM, RTU—N DI(P n 0 MECHANICAL ABBREVIATIONS ACCU AIR COOLED CONDENSING UNIT LB POUND AFF ABOVE FINISHED FLOOR AHU AIR HANDLING UNIT MAX MAXIMUM ASU AIR SUPPLY UNIT MBH BRITISH THERMAL UNIT (1000) ATC AUTO TEMPERATURE CONTROL VALVE MIN MINIMUM 8 BOILER (N) NEW BCP BOILER CIRCULATION PUMP NC NOISE CRITERIA, NORMALLY CLOSED BOO BACKDRAFT DAMPER BOD BOTTOM OF DUCT NO NORMALLY OPEN BTU BRITISH THERMAL UNIT P PUMP CAP CAPACITY PC PUMPED CONDENSATE CFM CUBIC FEET PER MINUTE PF POT FEEDER CH CHILLER PH PHASE CO2 CARBON DIOXIDE PRESS PRESSURE CW COLD WATER (DW) PSI POUNDS PER SQUARE INCH PSIG POUNDS PER SQUARE GAUGE (D) DEMOLISH PWS POOL WATER RETURN DAT DISCHARGE AIR TEMPERATURE PWS POOL WATER SUPPLY DB DRY BULB GCV DEMAND CONTROLLED VENTILATION DH (POOL) DEHUMIDIFICATION UNIT QTY QUANTITY ON DOWN DW DOMESTIC WATER (R) RELOCATE DWH DOMESTIC WATER HEATER RA RETURN AIR RAT RETURN AIR TEMPERATURE (E) EXISTING RG RETURN AIR GRILLE EA EXHAUST AIR RPM REVOLUTIONS PER MINUTE EAT ENTERING AIR TEMPERATURE RH RELATIVE HUMIDITY EF EXHAUST FAN RTU ROOF TOP UNIT EG EXHAUST GRILLE ESP EXTERNAL STATIC PRESSURE SA SUPPLY AIR EWT ENTERING WATER TEMPERATURE SF SQUARE FOOT OR SUPPLY FAN EXH EXHAUST ST STORAGE TANK (DW) _ (F) FUTURE FCU FAN COIL UNIT TEMP TEMPERATURE r �" FD FIRE DAMPER TOT TOTAL Y— TOD TOP OF DUCT GPM GALLONS PER MINUTE TW TEMPERED WATER (DW) C-)._, TYP TYPICAL --IC HB HOSE BIB —<F HUV HORIZONTAL UNIT VENTILATOR UL UNDERWRITERS LABORATORIE!T_ HVAC HEATING, VENTILATION, AND AIR CONDITIONING UV UNITVENTILATOR O' HW HOT WATER (DW) HWS HEATING HOT WATER SUPPLY VAV VARIABLE AIR VOLUME (BOX) yI HWR HEATING HOT WATER RETURN VFD VARIABLE FREQUENCY DRIVE HWC HOT WATER CIRCULATING HZ HERTZ (FREQUENCY IN CYCLES PER SECOND) W WITH IN INCHES W/0 WITHOUT IN WC INCHES (WATER COLUMN) WB WET BULB W WASTE JACE JAVA APPLICATION CONTROL ENGINE WC WATER COLUMN WTR WATER I RTU—PRD [ISC. EFSI ISMRTU-3 RTU—PEATING RTU—FD RTU-3ITYP,S2)I YSTEM, RTU—N DI(P n 0 OYILSM k'J l.'91 Y6 ✓AWV�M 304 w+i •^.,.i—m xuJ vmol in euJ rnl�ulo e�.w unvm 0 �i .s.mu.w l a.oc.+es�c ul�vma eoulo 1N3V493 3N J.a 17J1V1 17/VH5 + ' sluewanadwi gyg pue Jefloe HeH 40 �ft�f9TitF a3i10e NO dQ !I 9 0 €A e z p9 111, ',-. 4 0 9 3' ¢ EE5 E€@#p 5a s s g Z � � � � Z � �� � � � � 9 �q a^ F� e F i 6 S wM J "s c'F 3' p� v Hill ..�p a�4 e: j i i o a E{%.� FA ! < ' �A w Fye a iib A 1 11 I Aq %ge 51 9 x € g5 z i gs'Fa 3 e[ 4 l F Y c $�g�} F �g ! A 9 F ejg Q 88 115 salS e1 H ¢ z 5L �$ A �F @5 11 x 6 i 6 Ig 1A va F F coo 0 (2)(310 0000 I CLERK ITY, IOWA JU/ T T V U F 0 0 0 o --------------- Z I I0s �I 1 �1 _ B � ✓i t'� O F YY �IC C HI FI 8 i O iiOl F J €A e z p9 111, ',-. 4 0 9 3' ¢ EE5 E€@#p 5a s s g Z � � � � Z � �� � � � � 9 �q a^ F� e F i 6 S wM J "s c'F 3' p� v Hill ..�p a�4 e: j i i o a E{%.� FA ! < ' �A w Fye a iib A 1 11 I Aq %ge 51 9 x € g5 z i gs'Fa 3 e[ 4 l F Y c $�g�} F �g ! A 9 F ejg Q 88 115 salS e1 H ¢ z 5L �$ A �F @5 11 x 6 i 6 Ig 1A va F F coo 0 (2)(310 0000 I CLERK ITY, IOWA JU/ T T V U F 0 0 0 o --------------- Z i ©Role] • s\ O 0 0 O \Q10 X LU Q " 59 1- 1! LU -e >: in 19 .rp. Ual V Ll M1.O2 GENERAL NOTES �M KEYED HVAC NOTES: Ow,aa.,..,�..,..�.,a..�.. Q\ �.�.� avNEuwvroxarx O \Q10 X LU Q " 59 1- 1! LU -e >: in 19 .rp. Ual V Ll M1.O2 N LU rEpl ®p / �ns0 �.quw nar u` .o®rmr.r 57 �.r .,�wm in P RTU -1 ... �„� . RTU -3 8-1, 2;; B BCP -1, 2; P-1, 2; RN_2 vy i. HEATING HOT WATER PLANT CONTROL SCHEMATIC RTU VATH DX COOLING COIL, HW COIL CONTROL SCHEMATIC RTU WITH DX COOLING COIL CONTROL SCHEMATIC °5 e..•r.,,wr�„wr°rx.,nra.. M' °�'�ts a..aw,r»..xa... mm,r.,.,r.w ''...,�'� ,M..wrEa.,,�rr.,u°rw.,,»,...,.,.�n,.w, r : a Tl r�ww..na ..aar rrx� a a rar,<a w,r , a.„.,ww.a ,xad , m,dn w r<wMa,n,w„ cure, mr ® r,ry A, .wamuunwnn,u�awaax.uuwu usuen,erq •r 3 • M.ri,.rowwaruuo.rMasa,,,e.o,rwiu,u mearme®marurmv.0 �cn cC/ `\ Cl)CID t • ID V r M1wmr mryc� mr Dwrl—t, 2 a DOMESTIC ELEVATOR SUMP PUMP SYSTEM a 0 WATER HEATING SYSTEM m AHU-1 r.a ,®,., M Q AHU-3 =-, r r AHU-2 AHU-4 AHU WITH HW COIL, DX COIL: CONTROL SCHEMATIC AHU WITH HW COIL: CONTROL SCHEMATIC V LO. eamwoe•m me¢now,m � L • ururuwumu”♦i♦ 0 3 , runsu,nw, ; 0 a r rwc.a we M.mn ,m.M.auiw � roaxrtwreanrwr,urwaMar • 'nua„eeta .rva rwtrvaw'rua,ruev-ivasn,aa•n,,.uwan wuMun p' nmr¢,wrtr,ror V UU� wr-x.w ®a•.wu•mrox.w acumur _ euM.Pcv ' �wmwruwvvu rrxe eeer¢eev wwuwv,rpnn•, ocwruuan un, 'I—.T— —1 u� , rrerw,uwm wr ewuenm,muer.www wn� Iy tl uMtu\ ♦ xerwnur., rtrsxweervuuwo.wnnixrard,urmm, ,♦.xuruorar • • °r"wvu¢rrmrraeuawrayuu w, . ^ .d:vu"enwnu J/r� L�,� 1�M sim. vsx xnrx. mgr rwrem,Mn®mrru •amru --\ s .rmrdrrrog,x.,.00r,.a..wa".rw. ,,.o,•t,. er.., „,x.wrr .,.raorary ,a.rna r..rM.ar nr. ... ,w.ro �aMn 6 ' m • m a _ r ",,� TERMINAL AIR BOX AND RADIATOR/FINTUBE CONTROL SCHEMATIC TERMINAL AIR BOX CONTROL SCHEMATIC MTN,worwerunao-•nnw. w,evr.anmwn ' au.wn,�uain rsuu„eervru rurowmrnme r ormwrauomvn.0 Yruwrufnr'nnwM�q rWLL .,.r.,r...aan rsxwerrmw,erwnrmau,orrr 114 ,� � �a,a�♦..,....0 .r.,..m„n r�.,,, 4 � EXHAUST FAN,,...a. ,.rw..�a na.w r, .,.�T�woe. FIN TUBE HEATING �"�ar9 8 P.Yt d�'a rrew<ree ` rmr.r,...ne�owr.,vry wwn wm,s . rrsrupn.r rvsa raN rMrrramnrrar mr•e io.wn aow."„ar,.r.or J N « , OQ,<a,r.w♦wa„r,Mr,..,roe.,®,rn.,.,,r. �. r w.,..Mr,n,r..a.M,.r ""�”` � ,.raaaad.,...•n."o C Z C7 ..,orr.,.nr....or,,..,a,.wer..noe.w. . ,nn„r..`o„rn..x ..r ..onnro,.�.wra, ' n,.rum,rnrroua. ur O UO am.wrmararmrrrM,M .oar.eaw..,mrrwn..w,.na,rw,.ra.rwrewum a rwaaa ® r M4.01 c p i p N N 1 /\INSULATED PIPE HANGER DETAIL p Olfl[ 3IR SEPARATOR/EXPANSION TANK DETAIL nPIPING DIAGRAM — IN—LINE PUMP 4 END SUCTION PUMP - DETAIL HOT WATER BOILER SCHEDULE ilGAS CONNECTION DETAIL .m /7 TRAPEZE TYPE HANGER DETAIL /1 ROLLER HANGER DETAIL r A JUSTABLE PIPE SUPPORT DETAIL pRiVi MECHANICAL ABBREVIATIONS LEGEND AIR AND DIRT SEPARATOR SCHEDULE vuvs ��>=cca0000c�oc-ior^ate mm©000moor.o�-r^. � ilGAS CONNECTION DETAIL .m /7 TRAPEZE TYPE HANGER DETAIL /1 ROLLER HANGER DETAIL r A JUSTABLE PIPE SUPPORT DETAIL pRiVi MECHANICAL ABBREVIATIONS LEGEND AIR AND DIRT SEPARATOR SCHEDULE vuvs �4r< r� ilGAS CONNECTION DETAIL .m /7 TRAPEZE TYPE HANGER DETAIL /1 ROLLER HANGER DETAIL r A JUSTABLE PIPE SUPPORT DETAIL pRiVi MECHANICAL ABBREVIATIONS LEGEND vuvs �4r< r� Y va m n— r �ITO,M iu�auv�•wq•G vr• ba co[R PIPING SYSTEM LABELS O m 1�:�7■ LEGEND vuvs �4r< r� Y va m n— r O m 1�:�7■ LEGEND vuvs �4r< r� Y va m O m 1�:�7■ Prepared by. Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5044 Resolution No. 19-160 Resolution setting a public hearing on July 2, 2019 on plans, specifications, form of contract, and estimate of cost for the construction of the City Hall Boiler and BAS Improvements Project, 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 account # R4129 Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: 1. 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 2nd day of July 2019, 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. 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. 3. A 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 18th day of June 2019 Z,/, / ;�V� M or Attest: Ci Clerk Z' ove y 6 -13-->9 City Attorney's Office It was moved by Cole and seconded by Teague the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Cole x Mims x Salih x Teague x Taylor x Thomas x Throgmorton P®rbeadia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0003639455 6/25/19 06/25/19 $33.11 Copy of Advertisement Exhibit "A" Subscribed and seorn to before me by said affiant this 25th day of June 2019 N& Public 5i5a3 Commission expires [:NANCY HEYRMAN #of Affidavits: Notary Public State of Wisconsin .. to of a on Lereatter as os, form of imated cost office � of 'the all in Iowa be, inspected may appear City Council of :malting comments plans or the cost ant. order of the Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 35&5044 Resolution No. 19-175 Resolution approving plans, specifications, form of contract, and estimate of cost for the construction of the City Hall Boiler and BAS Improvements Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above- named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in account # R4129 Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: The project manual 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 post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 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 30th day of July, 2019. At that time, the bids will be 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 6" day of August, 2019, or at a special meeting called for that purpose. Passed and approved this 2nd day of July , 2019. Ma or Attest: City f3lerk City Attorney's Office N Pw Resolution No. 19-175 Page 2 It was moved by Cole adopted, and upon roll call there were: Ayes: x x and seconded by Teague the Resolution be Nays: Absent: Cole Mims x Salih Taylor Teague Thomas Throgmorton A,O�fl IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - City Hall Boiler and BAS Improvements Classified ID: 118550 A printed copy of which is attached and made part of this certificate, provided on 07/03/2019 to be posted on the Iowa League of Cities' internet site on the following date: July 5 , 2019 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 7/5/2019 C10,. w.� Alan Kemp, Executive Director _LT fS tiC�3 AI3171Ai9 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 p.m. on the 30th day of July, 2019. Sealed proposals will be opened immediately thereafter. 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 6th day of August, 2019, or at a special meeting called for that purpose. A public hearing will be held during this meeting. There is a recommended pre-bid meeting to be held at 2:30 p.m. on July 16, 2019 in the Engineering Conference Room at City Hall The Project will involve the following: The replacement of the two hot water boilers and associated pumps and accessories at City Hall. Also included will be Building Automation Systems upgrades throughout the building. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery Inc., of Iowa City, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 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 completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Division 1 - Specified Start Date: August 12, 2019 Substantial completion date is September 30, 2019 and shall be defined as having a fully operating hot water heating plant (two boilers, two pumps and associated equipment) under BAS control as specified in the construction documents. In the event that substantial completion is not achieved as defined above, the contractor shall provide temporary, portable heaters to all occupied spaces of the building at no cost to owner. City Hall Boiler & BAS Improvements NTB-1 Division 2 — BAS components — Specified Start Date: August 12, 2019 Final Completion: February 28, 2020 Liquidated Damages: $500. 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 the 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. A $40.00 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, by bona fide bidders. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 Inspections and Appeals at (515) 281-5796 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. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK City Hall Boiler 8 BAS Improvements NTB-2 Chris Olney From: Kelsey Hutchison <khutchison@mbi.build> Sent: Tuesday, July 09, 2019 2:45 PM To: Chris Olney Subject: Certificate for Notice to Bidders Attachments: 7.9.19 notice to bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network') is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS City Hall Boiler & BAS Improvements in Iowa City A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): July 9, 2019 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. July 9, 2019 Date President/CEO of The Construction Update Plan Room Network Kelsey Hutchison Master Builders of Iowa • Administrative Assistant & Project Information Specialist 221 Park Street • PO Box 695 • Des Moines • Iowa • 50306 [d] 515.657.4381 • [ol 515.288.8904 [e] khutchisonnambi.build • [w] www.mbi.build [Plan Room] www.iowaconstrudionuodate.com Stay Connected " I"ni RECEIVED JUL 0 8 2019 I:L•i111C014"77111117#Ic;9 CITY HALL BOILER & BAS IMPROVEMENTS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 p.m. on the 30th day of July, 2019. Sealed proposals will be opened immediately thereafter. 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. Hanrat Hall at 7:00 p.m. on the 6th day of August, 2019, or at a special meeting called for that purpose. A public hearing will be held during this meeting. There is a recommended pre-bid meeting to be held at 2:30 p.m. on July 16, 2019 in the Engineering Conference Room at City Hall The Project will involve the following: The replacement of the two hot water boilers and associated pumps and accessories at City Hall. Also Included will be Building Automation Systems upgrades throughout the building. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery Inc., of Iowa City, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 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 completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Division 1 - Specified Start Date: August 12, 2019 Substantial completion date is September 30, 2019 and shall be defined as having a fully operating hot water heating plant (two boilers, two pumps and associated equipment) under BAS control as specked in the construction documents. In the event that substantial completion is not achieved as defined above, the contractor shall provide temporary, portable heaters to all occupied spaces of the building at no cost to owner. City Hall Boiler & BAS Improvements NTB-1 Division 2 — BAS components — Specified Start Date: August 12, 2019 Final Completion: February 28, 2020 Liquidated Damages: $500. 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 the Office of Technigraphics, a division of Rapids Reproductions located at 416 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319.354-5960, Fax: 319-354-8973, Toll -Free: 800-779-0093, by bona fide bidders. A $40.00 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, by bona fide bidders. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firs, 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 For 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. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK City Hall Boller & BAS Improvements NTB-2 M, Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240,(319)356-5044 Resolution No. 19-203 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the City Hall Boiler and BAS Improvements Project. Whereas, RMB Co., Inc. of Iowa City, Iowa has submitted the lowest responsible bid of $525,067.00 for construction of the above-named project; and Whereas, funds for this project are available in account # R4129; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: The contract for the construction of the above-named project is hereby awarded to RMB Co., 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. Passed and approved this 6th day of August 2019 MAYor p rove by Attest: City Clerk City Attorney's Office It was moved by Cole and seconded by Teague the Resolution be adopted, and upon roll call there were: Ayes: X X Nays: Absent: Cole Mims Salih Resolution No. 19-203 Page 2 x Taylor x Teague x Thomas x Throgmorton FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Role ("Contractor"). o WHEREAS, the City has prepared certain Plans, Specifications, Proposal dated the 3rd of July, 2019, for CITY HALL BOILER & BAS IMPROVEMENTS ("Project'), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 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 incor- porated herein by reference: a. Addenda Numbers I attached hereto; b. "General Conditions of the Contract for Construction" AIA DOC A201- 2017, as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached here M. 71 g. Contractor's Completed Assurance of Contract Compliance!nrdgra% r .�n (Anti-Discrimination Requirements), attached hereto; =<m s m o, � h. Completed Form of Proposal; and D� i. This Instrument. N 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. City Hall Boller & BAS Improvements AG4 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows in "Attachment A" Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: N rtwun7�i.C't 6'1 X!k and no/100 Dollars ($ 5-24 06-2 .00 . 5. No Alternates included as part of this agreement. B. Substantial Completion date is September 30, 2019 and Final Completion date is February 28, 2020. CCit t Contractor James A. i l,rzgmor-7lbn &Xa (Signature) J (Signature) (Printed name) yor ATTEST: i4e r (gee. 9 �rueh li VCG{ (Printed name) City Clerk e a46 (Printed name Pwjmf (Company Official Title ATTEST: e (Printed name) a/a InanaaeAJ (Cog"ny Official Title) ry a O :a a D y cC� �m n. m 1�® City Attorney's Offi ry v City Hall Boiler & BAS Improvements AG4 SUBCONTRACTOR LIST PRIME CONTRACTOR: RMB Co., Inc. FEDERAL ID #: 26-2228671 IOWA CONTRACTOR REGISTRATION #: C130314 STREET ADDRESS: 2804 Industrial Park Rd CITY, STATE, ZIP: Iowa City, IA, 52240 OFFICE PHONE #: (319)885-3500 FAX #: (319)665-3515 EMAIL ADDRESS: bgroffCnnbcolnc.com PROJECT MANAGER NAME AND #: Brad Groff (319)631-3666 SAFETY OFFICER NAME AND #: Dave Alatalo (319)6663500 PRIMARY EMERGENCY NAME AND #: Dave Alatalo or oncall 318 8863500 Answered 24hrs SUBCONTRACTOR: Systems Mane amen & Balancing SECTION & DESCRIPTION: System Belancin STREET ADDRESS: CITY STATE ZIP: 2873 104th St Das Moines IA OFFICE PHONE #: 515-987-2825 FAX #: EMAIL ADDRESS: 515-987-5036 teshat hvactab.com OFFICE CONTACT AND #: Tesha Thrallklll SUBCONTRACTOR: Gerard Electric, Inc. SECTION & DESCRIPTION: 28 Electrical STREET ADDRESS: 1807 Stevens Drive CITY STATE ZIP: Iowa City, IA 52240 OFFICE TELEPHONE: (319)337-6434 FAX NUMBER: (319)337-2122 EMAIL ADDRESS: davidgerard@gerardelect6c.com OFFICE CONTACT AND #: David R. Gerard (319)631-1811 SUBCONTRACTOR: SECTION & DESCRIPTION: Salow Mechanical Insulation, Inc. Div. 22 & 23 Insulation STREET ADDRESS: 103 W Margaret St. en CITY STATE ZIP: Eadville IA 52401 f n C OFFICE TELEPHONE: 583923-4485 c7 -C fV FAX NUMBER: (583)923-2200 �r EMAILADDRESS: - rn Ian slow a chin .co ora s. OFFICE CONTACT AND #: Marti Petion - (583)923-4486 J SUBCONTRACTOR: e a Baker Group SECTION & DESCRIPTION: BAS and Controls STREET ADDRESS: = 1800 SE Corporate Woods Dr CITY STATE ZIP: _ Ankeny, IA 50021 OFFICE TELEPHONE: ry (515)262-4000 FAX NUMBER: EMAIL ADDRESS: 615 288-1025 hualsenbeckb TheBakerGrou .com OFFICE CONTACT AND M Brian Huelsenbeck - (515)262-4000 SUBCONTRACTOR: e a Vrban Fire Protection Systems SECTION & DESCRIPTION: Fire Suppression STREET ADDRESS: = 1714 61h St Suite i CITY STATE ZIP: _ CoraMlle IA OFFICE TELEPHONE: FAX NUMBER: EMAIL ADDRESS: ry (319)338-7343 (319)338-7874 tonvCtvrban.com OFFICE CONTACT AND M Tony Holkan or Mark Evans — (319)338-7343 -71 O �n e a m �rn = m o� n� _ 0 ry PERFORMANCE AND PAYMENT BOND 2804 Industrial Park Road, Iowa City, IA 52240 (insert the name and address or Bond No. GRIA43145A title of the Contractor) Principal, hereinafter called the Contractor and Granite Re, Inc. (insert the legal title of the Surety) as 14001 Quailbrook Drive, Oklahoma City, OK 73134 , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as oblige, hereinafter called the Owner, in the amount of Five Hundred Twenty Five Thousand Sixty Seven and 00/100 Dollars (g 525,057.00 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of August 15, 2019 entered into a written Agreement (date) with Owner for the CITY HALL BOILER & BAS IMPROVEMENTS PROJECT; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Shive-Hattery, Inc., 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 Aggeement, 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 determination by;Ownei and Surety of the lowest responsible bidder, arrange for a contract between such bidder and'bwner, 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. *410 East Washington Street, Iowa City, IA 52240 / **Iowa City, Iowa City Hall Boiler & BAS Improvements PB•1 C. 7 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. 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 subcontractors, 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 15th DAY OF August , 2019. IN THE PRESENCE OF: City Hall Boller & BAS Improvements Granite Re, Inc. (Sure ) Zachary Pate, Attorney-in-Fact(Title) 14001 Quailbrook Drive (Street) Oklahoma City, OK 73134 (City, State, Zip) (405) 752-2600 a ;r (p� C 1 i 3;;, U7 M ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of County of ) On this day of I in the year before me personalty oome(s) to me known and known to me to be the person(s) who (is) (are) described in and exerted the foregoing instrument and acknowledge(s) to me that he/she executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) County of ) On this day of in the year before me personally come(s) a member of the co -partnership of to me known and known to me to be the person who is described In and executed the foregoing instrument and adcnowledgess to me that he/she executed the same as for the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of I O W4 ) Countyof of]j�� s ) On Y 15. i e�^r day Of G G7 rte^ in the year 20/ before .me personally come(s) to me known, who, being duty swom, deposes and says that he/she is the YfPSr'�ltitr of the lq6 L , /n P• n the corporation described in and which executed the foregoing instrument; that he/she knows the seal of the said corporation; the seal affixed to the said instrument is Rich corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. n �R�^t y, DENISE BOXWELL ACKNOWLEDGMENT OF SURETY i9 CammissionNumber225397 My Co is on ; II i Expires State of Minnesota) County of Dakota ) On this 15th day of August in the year 219, before me personally come(s) Zachary Pate, Attorney(s)-in-Fact of Granite Re, Inc. with whom I am personally acquainted, and who, being by me duty swom, says that Wshe is (are) the Attomey(s Fact of Granite Re. Inc. company described in and which executed the within instrument that he/she know(s) the corporate seal of =parry- and that seal affixed to the w' n Instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that she signed said instrument as (s) -in - Fact of the said company by like order. Notary Public GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Mat by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: JONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR; JENNIFER BOYLES; ZACHARY PATE; TROY STAPLES; NICHOLAS HOCHBAN its true and lawful Attorney-in-Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: JONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR; JENNIFER BOYLES; ZACHARY PATE; TROY STAPLES; NICHOLAS HOCHBAN may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer, this 14's day of June, 2017. Kenneth D. Whittin on, President STATE OF OKLAHOMA ) SS: -" COUNTY OF OKLAHOMA ) Kyl . McDonald, Treasurer On this 141b day of June, 2017, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary/rreasurer of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/rrewurer, respectively, of the Company. My Commission Expires: .�,,.".. August 8, 2021 Notak Public Commission #: 01013257 GRANITE RE, INC. Certificate c� THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this 15th dayof August , 2019. ,a 3 E A 1. �,,,,. Kyle P. McDonald, Secretary/Treasurer GRO800-1 ENGINEER'S REPORT July 20, 2021 City Clerk Iowa City, Iowa RE: City Hall Boiler and BAS Improvements Project Dear City Clerk: I hereby certify that the construction of City Hall Boiler and BAS completed by RMB Co., Inc., of Iowa City, Iowa in substantial specifications prepared by Shive-Hattery, Inc. of Iowa City, Iowa. Ir CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org Improvements Project has been accordance with the plans and The project was bid as a unit price contract and the final contract price is $562,419.74. There was a total of three (3) change or extra work orders for the project as described below: 01 Replace control valves and missing duct work $12,628.27 02 Replace solid state pump starters, sensors, valves $22,768.17 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, P.E. City Engineer r� Prepared by: Ben Clark, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 358-5438 Resolution No. 21-209 Resolution accepting the work for the City Hall Boiler and BAS Improvements Project Whereas, the Engineering Division has recommended that the work for construction of the City Hall Boiler and BAS Improvements Project, as included in a contract between the City of Iowa City and RMB Co., Inc., of Iowa City, Iowa, dated August 21, 2019, be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the City Hall account # R4129; and Whereas, the final contract price is $562,419.74. 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 27th day of July 2021 Mayw Attest: X City Jerk It was moved by 'Taylor and seconded by adopted, and upon roll call there were: Ayes: Nays: Approved by City Attorneys office - 07/22/2021 salih the Resolution be Absent: Bergus Mims Salih Taylor Teague Thomas Weiner