Loading...
HomeMy WebLinkAboutTRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS PROJECT 2021TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS PROJECT 02-Jul-2021 Plans, Specs, proposal and contract, estimate of cost 06-Jul-2021 Res No. 21-191: Setting public hearing 12-Jul-2021 Notice of public hearing 23-July-2021 Revised specs, plans 27-Jul-2021 Res No. 21-219: Approving project manual and estimate of cost 28-Jul-2021 Notice to bidders 17-Aug-2021 Res No. 21-230: Awarding contract (Tricon General Construction Inc) 10-Sep-2021 Contract 12-Jan-2025 Engineer's report 21-Jan-2025 Res No. 25-19: Accepting the work 04-Jun-2025 Performance payment & maintenance bond 2 21 JUL -2 PPi 4* 2� CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS PROJECT IOWA CITY, IOWA July 2, 2021 0005 71 ,tt;t, -2 PM 4: 24 CERTIFICATIONS PAGE ' hereby certify that this engineering, document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer �4 r/ under the laws of the State of Iowa. �0. SHANE P. ���_7'� 2LOAI _ ZENZ Z _ Date UJ 21579 : m License Number: P21579 10 W P �'�My license renewal date is December 31, 2022 Pages or sheets covered by this seal: Entire Bound Document Transit Maintenance Facility Bus Charging Stations Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT nil ,JUL -2 PPS 4* 214 `!J i;' 't t' I T ` , I 0 �� A 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS SECTION 01 11 00 SUMMARY OF WORK SECTION 01 29 00 CONTRACT CONSIDERATIONS SECTION 01 31 00 COORDINATION, FIELD ENGINEERING, AND MEETINGS SECTION 01 33 00 SUBMITTALS SECTION 01 41 00 REGULATORY REQUIREMENTS SECTION 01 42 00 REFERENCE STANDARDS AND DEFINITIONS SECTION 01 45 00 QUALITY CONTROL SECTION 01 50 00 TEMPORARY FACILITIES SECTION 01 57 00 TEMPORARY CONTROLS SECTION 01 60 00 MATERIALS AND EQUIPMENT SECTION 01 73 29 CUTTING, PATCHING, AND ALTERATIONS SECTION 01 77 00 CONTRACT CLOSEOUT Transit Maintenance Facility Bus Charging Stations Project 0010 — Page 1 of 2 TECHNICAL SPECIFICATIONS (Continued) —. C SECTION 05 50 00 METAL FABRICATIONS SECTION 05 56 00 ANCHOR BOLTS AND POST INSTALLED ANLI40R50_ PM !0' 24- SECTION 26 05 00 GENERAL ELECTRICAL REQUIREMENTS SECTION 26 05 19 WIRE t { t, L SECTION 26 05 23 INSTRUMENT AND COMMUNICATION WIRE ANC SECTION 26 05 26 SECONDARY GROUNDING SECTION 26 05 29 SUPPORTING DEVICES SECTION 26 05 33 CONDUIT SECTION 26 05 35 BOXES SECTION 26 05 53 ELECTRICAL IDENTIFICATION SECTION 26 21 00 ELECTRICAL SERVICE SYSTEM SECTION 26 24 16 PANELBOARDS SECTION 26 28 00 OVERCURRENT PROTECTIVE DEVICES SECTION 26 28 16 DISCONNECT SWITCHES SECTION 26 43 13 SURGE PROTECTIVE DEVICES (SPD) PLANS Transit Maintenance Facility Bus Charging Stations Project 0010 — Page 2 of 2 0100 NOTICE TO BIDDERS JAIL 23 PH j2_ 43 TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS PROJECT:; ` ?'111 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on the 10th day of August, 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8 A.M. to 5 P.M. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held either at the Assembly Room at The Center, 28 S Linn Street, Iowa City, Iowa, or Harvat Hall at City Hall, 410 E. Washington St., Iowa City, Iowa at 6:00 P.M. on the 17th day of August, 2021, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icqov.org/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following: Providing a new utility service and associated distribution equipment at the Transit Maintenance Facility for supplying power to the Owner -furnished bus charging equipment. All work is to be done in strict compliance with the Project Manual prepared by Strand Associates, Inc.', of Madison, Wisconsin, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling(a-)_iowa-city.org. 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 security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall Transit Maintenance Facility Bus Charging Stations Project Page 1 of 2 0100 NOTICE TO BIDDERS 1071 JUL-2 Phi 4: 24 TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS PROJECT cIi Y,I0, Se ed proposals will be received by the City Clerk of the City of Iowa ty, Iowa, until 3 P.M. on the 1 day of August, 2021. If City Hall is closed to the public du to the health and safety concern from COVID-19, sealed bids may sti/jectPlan elivered in p rson on Mondays through Fridays 8 a. . to 5 P.M. The person delivering aled bid m come to the front lobby of City Hall, 410 ast Washington Street, Iowa Cityand upo arrival telephone the City Clerk at (319) 356-50 Sealed proposals will be opmedia ly thereafter. Bids submitted by fax machine shall t be deemed a "sealed bid" pose of this Project. Proposals received after this deadline wi a returned to the bidder ed. f the bid opening is not conducted in person due to the healt nd safety concerns froI 19, the bid opening will be an electronic meeting using the Zoom eetings. Informatio's meeting will be distributed by the City Engineering Division to pra ective bidders on tect Plan Holders List. For information on how to participate in the ele tronic meeting, pcontact the City Engineering Division at (319) 356-5140. Proposals will be acted upon by th City Co cil at a meeting to be held in the Assembly Room at The Center, 28 S. Linn Street at :04 M. on the 17th day of August, 2021, or at special meeting called for that purpose. If Cit uncil does not meet in person due to the health and safety concerns from COVID-19, the co it meeting will be an electronic meeting using the Zoom Meetings. For information on ow to participate in the electronic meeting, see www.icgov.org/councildocs or telep ne the ity Clerk at (319) 356-5043. The Project will involve the folio ng: Providin equipment at the Transit Main nance Facility charging equipment. new utility service and associated distribution ,Supplying power to the Owner -furnished bus All work is to be do a in strict compliance w\as Project Manual prepared by Strand Associates, Inc.°, of Madison, Wisconsin, whicretofore been approved by the City Council, and are file for public examination in tof the City Clerk. If City Hall is closed to the public a to the health and safety conceCOVID-19, copies are available by telephoning the ity Clerk at (319) 356-5043 or emafruehlin iowa-cit .or . Each proposal s II be completed on a form furnished by the Cit and must be submitted in a sealed envelo In addition, a separate sealed envelope shall a submitted containing a completed Bid r Status Form and a bid security executed by a corpora 'on authorized to contract as a surety i he State of Iowa, in the sum of 10% of the bid. The bi ecurity shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and s II be forfeited to the City of Iowa City in the event the successful bidder fails to enter int a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Transit Maintenance Facility Bus Charging Stations Project 0100 — Page 1 of 2 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 soQp f! h s' The successful bidder will be required to furnish a Performance Peq and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract prig n AA?e(fgrm shown in Section 0510, said bond to be issued by a responsible surety approvo by -.the City, and shall guarantee the prompt payment of all materials and labor, and aFso'prQt�9t and have harmless the City from all claims and damages of any kind caused directly or indirectly'bythe `operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: August 30, 2021 Substantial Completion Date: October 29, 2021 Final Completion Date: November 19, 2021 Liquidated Damages: $250 per day See Section 01 11 00—Summary of Work for details on Substantial and Final Completion. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions, located at 415 Highland Avenue, Suite 100, Iowa City. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling(a).iowa-city.orq. 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 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 list on the Contract its 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 Transit Maintenance Facility Bus Charging Stations Project Page 2 of 2 the successful bidder is determined or within thirty days, whichever is sooner. , The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equ to one hundred percent (100%) of the contract priQe-�Ond in tt►$ farm phoyyn in Section 0510, said and to be issued by a responsible surety approved 'by -the City, and shall guarantee the promp\afte ent of all materials and labor, and also protect and save harmless the City from all claims aages of any kind caused directly or indirectly by t operation of the contract, and shalluarantee the maintenance of the improvem t for a period of one (1) year from ants completion andformal acceptance by the C' Council. The following limitations shall ply to this Project: Specified Start Date:\te-. ugust 30, 2021 Substantial Completion ctober 29, 2021 Final Completion Date:ovember 19, 2021 Liquidated Damages:250 per day See Section 01 11 00—Sof Work for details n Substantial and Final Completion. The Project Manual may be examined at Xie office oft City Clerk. Copies thereof and blank forms may be secured at the office of Te\Ihngrap s, a division of Rapids Reproductions, located at 415 Highland Avenue, Suite 100Ci . If City Hall is closed to the public due to the health and safety concerns from COVIDop' s are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlin-cit .or . Prospective bidders are advised that the City lo\ and subcontractors on City projects. A listi g of r Iowa Department of Inspections and App als at Transportation Contracts Office at (515) 39-1422. i City desires to employ minority contractors nority contractors can be obtained from the �5) 281-5796 and the Iowa Department of Bidders shall list on the Proposal th names of person firms, companies or other parties with whom the bidder intends to subco ract. This list shall in Jude the type of work and approximate subcontract amount(s). The Contractor awarded the ontract shall list on the Contr ct its subcontractors, together with quantities, unit prices and tended dollar amounts. By virtue of statutory a thority, preference must be given to products and provisions grown and coal produced within re State of Iowa, and to Iowa domestic labo , to the extent lawfully required under Iowa Statutes The Iowa reciprocal resident bidder preferen law applies to this Project. The City reserves "the right to reject any or all proposals, and also rerves the right to waive technicalities and irregularities. \ Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Transit Maintenance Facility Bus Charging Stations Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARINQ�Zj JUL 23 PM I2: 44 CLEPK NOTICE OF PUBLIC HEARING ON PROJECTIMA,,1V"y AND ESTIMATED COST FOR THE TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS 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 that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Transit Maintenance Facility Bus Charging Stations project in said city at 6 P.M. on the 27th day of July, 2021, said meeting to be held in the Assembly Room at The Center, 28 S. Linn Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. This project includes providing a new utility service and associated distribution equipment at the Transit Maintenance Facility for supplying power to the Owner -furnished bus charging equipment. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling(oiowa-city.org. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual 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 K. Fruehling, City Clerk Transit Maintenance Facility Bus Charging Stations Project 0110 —Page 1 of 1 0110 NOTICE OF PUBLIC HEARING ?OZI JUL —2 PH 4: 21� v;i CLEFK NOTICE OF PUBLIC HEARING ON PROJECT MANUAL 'A CITY, I0V1A AND ESTIMATED COST FOR THE {TEMPLATE - INSERT PROJECT NAME) PROJECT IN THE CITY OF IOV�YA CITY, IOWA / TO ALL TAXPAYERS OF THE CITY OF IOWA ITY, IOWA, AND TO OTHER INTERESTED PERSONS Zblic notice is hereby given that the City Co ncil of the City Iowa City, Iowa, will conduct, public hearing on the Proje Manual, including the plans, specifics ' ns, contract, and es ated cost for the construction f the Transit Maintenan Facility Bus Charging Statio s project in said city at 6 P.M. n the 27th day of August, 21, said meeting to be held i the Assembly Roo at The Center, 28 S. Linn Street said city, or if said eeting is cancelled, at the next meeting f the City Cou it thereafter as posted by the City Clerk. If 'ty Council oes not meet in person due to the health and s ty con erns from COVID-19, the council meeting will be a el ctronic meeting using the Zoom Meetings. For informa ' n on how to participate in the electronic meeting, see w .ic ov.org/councildocs or telephone the City Clerk at 19) 6-5043. This project include providing a n utility service and associated distributi equipment t the Transit Maintenance Facili for supplying wer to the Owner -furnished bu charging equipment. Said Project anual and estimated cost are n on file in the office of e City Clerk in the City Hall in to City, Iowa, and ma be inspected by any interested perso . If City Hall is cl sed to the public due to the health and sa concerns f om COVID-19, copies are available b telephonin the City Clerk at (319) 356-5043 or emailing kellie-fruehling@iowa-city.orq. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual 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 K. Fruehling, City Clerk Transit Maintenance Facility Bus Charging Stations Project 0110 — Page 1 of 1 0200 1 I _ E INSTRUCTIONS TO� TRANSIT MAINTENANCDFG111� 12' 44 BUS CHARGING STATION S,,.PROJE� PTi Optional Pre -Bid Meeting: a. Time, Date, and Location: August 3, 2021 at 10 A.M. Transit Maintenance Facility, 1200 South Riverside Drive, Iowa City, Iowa. b. If the meeting is not conducted in person due to the health and safety concerns from COVID-19, this meeting will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. 2. Bid Submittals: a. Time, Date and Location: 3:00 P.M., August 10, 2021 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. d. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. 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.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. Transit Maintenance Facility Bus Charging Stations Project 0200 — Page 1 of 3 0200 INSTRUCTIONS TO BIDDERS NZI JUL -2 PH 4: 214 TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS PROJECT A C i T I C `,"')" MA Optional Pre -Bid Meeting: a. -,, Time, Date, and Location: August 3, 2021 at 10 A.M. Transit Maintenance Facility, 1204 South Riv rside Drive, Iowa City, Iowa. b. If th eeting is not conducted in person due tot health and safety concerns from C VID-19, this meeting will be an electr nic meeting using the Zoom Meetings. formation for this meeting will be di ributed by the City Engineering Division to pr ective bidders on the Project P n Holders List. For information on how to partici to in the electronic meeting, ease contact the City Engineering Division at (319) 3 -5140. 2. Bid Submittals: a. Time, Date and Location: Date and Time City Clerk's Office 410 East Washington Stree Iowa City, Iowa 52240 b. Submittals include two separate seal d velopes: Envelope 1: Bid Security a Bid r Status Form Envelope 2: Proposal C. See Section 1020, as may be su lemented, f complete descriptions of proposal requirements and conditions. d. If the bid opening is not condu ed in person due to a health and safety concerns from COVID-19, the bid op ing will be an electro 'c meeting using the Zoom Meetings. Information for t s meeting will be distribut d by the City Engineering Division to prospective bi ers on the Project Plan Hold s List. For information on how to participate in th electronic meeting, please conta t the City Engineering Division at (319) 356-5140. 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.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. Transit Maintenance Facility Bus Charging Stations Project 0200 — Page 1 of 3 5. Progress and Schedule: -. a. Contract Times: - e< Specified Start Date: August 30 2021 Substantial Completion Date: October 26; 4021 23 Final Completion Date: November 19, 2021 P�{2. fs Liquidated Damages: $250 per day. 4 I ('( CLEP See Section 01 11 00—Summary of Work i i e%ils,,bW; ,ubstantial and Final Completion. b. Work Restrictions: i. No work shall be done between 10 P.M. and 7 A.M. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. iii. No work shall be done on Saturday or Sunday without the approval of Owner. Weekend work will be reviewed by Owner on a case by case basis. C. Community Events: i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. Many events have been postponed or cancelled due to the COVID-19 Pandemic. The Contractor should make sure their activities are not impacting community events. 6. 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(s) 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. 7. 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. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. Transit Maintenance Facility Bus Charging Stations Project 0200 — Page 2 of 3 5. Progress and Schedule: a. Contract Times: Specified Start Date: August 30, 2021 Substantial Completion Date: October 29, 20 c#Z JUL Final Completion Date: November 19, 021 Ptl 4: 24 Liquidated Damages: $250 per da See Section 01 11 00—Summary of Work or details on I§ubsfafri aM iandj„ Final Completion. b. Work strictions: i. N ork shall be done between 10 P.M and 7 A.M. without the approval of the ineer, with the exception of sa cutting freshly poured concrete. ii. Notify t Engineer four days in adv ce of street closings so that a press release c be issued. No street ay be closed without the Engineer's approval an aid notification. iii. No work shall a done on Satu ay or Sunday without the approval of Owner. Week en ork will be re iewed by Owner on a case by case basis. C. Community Events: i. The Contractor shoul c conflicts with planned co ii. Many events have been Pandemic. The Contra impacting community eve k at ommunity calendars to determine potential str ction activities and schedule. stponed or cancelled due to the COVID-19 r should make sure their activities are not 6. Performance, Payment and Maintena ce Bond: a. The successful bidder will be equired to Tu\City d in an amount equal to one hundred percent (100%) of a contract prriod of one (1) year(s) after its completion and formal cceptance by thncil. b. Use the Performance, ayment, and e Bond Form included in .,Prtinn n51 n C. See Section 1070, Payf 3, as may be supplemented, complete description of the bonding requirerptnts. 7. Insurance Requirements a. The City of low City is to be listed on the required insuran a certificate, as an additional ins red on a primary and non-contributory basis. Review this requirement ith your insurance broker prior to bidding. b. See Sectio 1070, Part 3, as may be supplemented, for a complete description of the insur ce requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Sartinn nr;? l 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. Transit Maintenance Facility Bus Charging Stations Project 0200 — Page 2 of 3 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Transit Maintenance Facility Bus Charging Stations Project 0200 — Page 3 of 3 11. References: a. The successful bidder and all of its subcontractors are required to -s' mit at least four (4) days prior to award three (3) references involving similar p lects, including at least one municipal reference. Award of the bid ortlsie of sp fi$taticor�jractors may be denied if sufficient favorable references are not ver' ed or ba ed on past erience on projects with the City of Iowa City. �L�- rtf b. Re nces shall be addressed to the City Engineer an crud the'natfie address and ph a number of the contact person, for City ver ication. Transit Maintenance Facility Bus Charging Stations Project 0200 — Page 3 of 3 0400 y. f...... PROPOSAL TRANSIT MAINTENANCE FACILITY`�JZI JUL -z PH 4= 24 BUS CHARGING STATIONS PROJECT (."IfYCLEIRK CITY OF IOWA CITY 1E WA CITY, 10V!.,` Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda , and , and to do all work at the prices set forth herein. The undersigned bidder further proposes 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. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Total lump sum bid amount to complete all project items: Dollars $ (Words) (Numbers) Transit Maintenance Facility Bus Charging Stations Project 0400 — Page 1 of 3 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa City 17= Ca � �: cam—_ • . --i C N Transit Maintenance Facility Bus Charging Stations Project 0400 — Page 2 of 3 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number N �-: CD VE r NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Transit Maintenance Facility Bus Charging Stations Project 0400 — Page 3 of 3 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine ff your company is authorized, please review the Worksheet: Awhorization to Transact, Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request 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 non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/vyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: =' r-I 'o r 7,751 (mm/dd/yyyy) City, State, Zip Code: tv You may attach additional.sheet(s) if needed. F- 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 preference to bidders who are residents? ❑ Yes ❑ No 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 1 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. Firm Name: Signature: Date: Transit Maintenance Facility Bus Charging Stations Project 0405 - Page 1 of 2 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 filed 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. rJ NO Transit Maintenance Facility Bus Charging Stations Project 0405 — Page 2 of 2 0410 BID BOND FORM TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS PROJECT CITY OF IOWA CITY , 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 amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Transit Maintenance Facility Bus Charging Stations Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (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 security 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 security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security 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. of The Principal and the Surety hereto execute this bid security this day A.D., 20 , ;:� (Seal) Witness Principal , By: (Title) Surety L0 Witness (Attorney -in -fact) Attach Power-of-Attomey, if applicable Transit Maintenance Facility Bus Charging Stations Project 0410 — Page 1 of 1 0500 CONTRACT TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 2nd day of July, 2021, for the Transit Maintenance Facility Bus Charging Stations ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ , which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti -Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. w H N r- Transit Maintenance Facility Bus Charging Stations Project 0500 — Page 1 of 2 3. The names of those persons, firms, companies or other parties, acknowledged by the City, with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): DATED this day of 20 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official ATTEST: By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer Title of Contractor Offer ATTE$T: , By: (Company Official)•'• Transit Maintenance Facility Bus Charging Stations Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND TRANS MAINTENANCE FACILITY MAINTENANCE BOI�j JUL _� P�f t25 BUS CHARGING STATIONS PROJECT l t /r't� �'t f:f,{ CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal") and , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Provide new utility service, install and wire owner -furnished equipment, and provide equipment and devices associated with the bus charging system as indicated herein and shown on the drawings. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used Transit Maintenance Facility Bus Charging Stations Project 0510 — Page 1 of 4 by the Contractor or any subcontractor, wherein the same are not satisfied.' -out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable 105ajd: persor�s, ,, fi re , or corporations unless the claims of said claimants against said portion of the-conttabf 01ce shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of one year (1) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than one year (1) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. Transit Maintenance Facility Bus Charging Stations Project 0510 — Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any 41;airp,as to which the Contractor or Surety should have provided the defense, or in the '2 e4br76ement of the promises given by the Contractor in the Contract, Contract Documents, -or approved change orders, or in the enforcement of the promises given by the Contractor rand Surety in this Bond, the Contractor and Surety agree that they will make the lJurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. Transit Maintenance Facility Bus Charging Stations Project 0510 — Page 3 of 4 c: PRINCIPAL: - t SURETY:y �2" Printed Name of Contras# r{Officer Surety Company Name By „1 t � By Signature of Contractor Officer Signature of Attorney -in -Fact Officer Title of Contractor Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Transit Maintenance Facility Bus Charging Stations Project 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE 071 JUL -2 PM 4: 25 SECTION I - GENERAL POLICY STATEMENT,-R, It is the policy of the City of Iowa City to require equal employment opportuniily m 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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. 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: 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 0520 — Pages 2 and 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 "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code Section 2-3-1. Transit Maintenance Facility Bus Charging Stations Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE R�TUR,N �RC�E 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPART^M9Nf PRItiR iTO,%E EXECUTION OF THE CONTRACT. C11Y CLERK Ir V! r,} \/ Ir't,1 With respect to the performance of this contract, the contractor, consultant`df v�nd�r`;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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. 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 seq.) 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? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code Transit Maintenance Facility Bus Charging Stations Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work -site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. MI JUL -2 PM 4: 25 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 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date Transit Maintenance Facility Bus Charging Stations Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY 10?1 JUL -2 Pik 10 2 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 Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) 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 Transit Maintenance Facility Bus Charging Stations Project 0520 — Page 4 of 6 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;:,eleQtin%capdiJates for promotion, transfer and training are based upon a fair assessme'nti of ii employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage, all q'uotified employees to bid on them. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: https://codelibrary.amlegal.com/codes/iowacityia/latest/iowacity ia/0-0-0-631#JD 2-3-1. 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. Transit Maintenance Facility Bus Charging Stations Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY .�__L . To all employees of 1Q1! JUL -2 PM 4: 25 This Company and its employees shall not discriminate against any employees pi applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, national origin, 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 the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs of your company. Transit Maintenance Facility Bus Charging Stations Project 0520 — Page 6 of 6 0530`w . WAGE THEFT POLICY ill JUL,2 PH. ?` 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 proyidb-, disoretionary 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. 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 Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); Transit Maintenance Facility Bus Charging Stations Project 0530 — Page 1 of 3 C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; 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. r..., i N cn Transit Maintenance Facility Bus Charging Stations Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 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 c, C t~' l i rn b r' N rn Transit Maintenance Facility Bus Charging Stations Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https://iowasudas.org/archived-specifications/. C) t_, • -' f.� N Cn Transit Maintenance Facility Bus Charging Stations Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.org/supplemental-specifications/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. N CD N -< r— ^O 0-r Transit Maintenance Facility Bus Charging Stations Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2021 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa-city.org/weblink/0/edoc/1845668/CIC%2OSupplemental%2OSpecs.pdf or are available in the City Engineering Division Office. If City Hall is closed to the public due to the health and safety concerns from COVID-19, arrangements for public examination will need to be made with the City Engineering Division Office by telephone at (319) 356-5140. N ra O --1 C i N r " 7 3� a1 Transit Maintenance Facility Bus Charging Stations Project Page 1 of 1 The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.B, for details on preparing a computer -generated unit price attachment. This project includes several additional modifications to the SUDAS Standard Specifications beyond the Supplemental Specifications referenced earlier in this Project Manual. f"J t •:Ml C-7.1 C-) � N \ 1 y ' .Y fV CSC Transit Maintenance Facility Bus Charging Stations Project Page 1 of 1 TECHNICAL SPECIFICATIONS N C .� r-- '�Cii N rn Transit Maintenance Facility Bus Charging Stations Project Page 1 of 1 SECTION 01 11 00 SUMMARY OF WORK: f"`* PART 1—GENERAL Z6?1 JUL 23 PH 12: ,,,t 1.01 DIVISION ONE CITY tQ 'f� C1CLYEro�{rtlyt A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contract(s). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 PROJECT SCOPE A. CONTRACTOR shall provide all items, articles, materials, operations or methods mentioned or scheduled on the Drawings or herein specified: including all labor, supervision, equipment, incidentals, taxes, and permits necessary to complete the Work as described within the Contract Documents. CONTRACTOR shall install all items provided by OWNER as mentioned or scheduled on the Drawings or herein specified. 1.03 CONTRACT DOCUMENTS —INTENT AND USE A. Intent of Documents: 1. Singular notations and specifications shall be considered plural where application is reasonably inferred. 2. Mention or indication of extent of work under any division or Specification section is done only for convenience of CONTRACTOR and shall not be construed as describing all work required under that division or section. 3. Some individual sections may contain a list of related sections. The list of related sections in individual sections is provided for the convenience of CONTRACTOR and is not necessarily all-inclusive. CONTRACTOR may not rely upon this listing for determination of scope of work. Other sections of the Specifications not referenced in individual sections shall apply as required for proper performance of the Work. 4. Command type sentences may be used in the Contract Documents. These sentences refer to and are directed to CONTRACTOR. 5. Symbols for various elements and systems are shown on the Drawings. Should there be any doubt regarding the meaning or intent of the symbols used, a written interpretation shall be obtained from ENGINEER. B. Use of Documents: 1. CONTRACTOR shall examine all Specifications and Drawings for the Work, including those that may pertain to Work CONTRACTOR does not normally perform with its own forces. 2. CONTRACTOR shall use all of the Project Drawings and Specifications: a. For a complete understanding of the Project. b. To determine the type of construction and systems required. c. For coordination with other contractors. d. To determine what other work may be involved in various parts or phases. e. To anticipate and notify others when work by others will be required. f. And all other relevant matters related to the project. Section 01 11 00-1 3604.007 SECTION 01 11 00 SUMMARY OF WORK PART 1—GENERAL 1.01 DIVISION ONE A. The requirements of Division 01 and the 2021 SUDAS apply to all section of the Contract(s). Where there are cd?yflicting or duplicate requirements, the 2021 SUD specifications shall apply. 7 1.02 PROJECT SCOPE A. CONTRACTOR shall provide a items, articles, materials, ope tions or methods mentioned or scheduled on the Drawings or rein specified: including a labor, supervision, equipment, incidentals, taxes, and permits ne ssary to complete t Work as described within the Contract Documents. CONTRACTOX shall install all items provided by OWNER as mentioned or scheduled on the DrawingNor herein 1.03 CONTRACT DOCUMENTS —INTENT AND USE A. Intent of Documents: 1. Singular notations and specifications sha be onsidered plural where application is reasonably inferred. 2. Mention or indication of extent of wor under any ivision or Specification section is done only for convenience of CONT ACTOR and sh II not be construed as describing all work required under that divisio or section. 3. Some individual sections may ntain a list of related ections. The list of related sections in individual sections i rovided for the convenien of CONTRACTOR and is not necessarily all-inclusive CONTRACTOR may not r upon this listing for determination of scope of w rk. Other sections of the Specific ions not referenced in individual sections shall ap ly as required for proper performance f the Work. 4. Command type sentence may be used in the Contract Document These sentences refer to and are directed to CONTRACTOR. 5. Symbols for various elements and systems are shown on the Drawing Should there be any doubt regarding the meaning or intent of the symbols us , a written interpretation shall be obtained from ENGINEER. B. Use of Documents: 1. CONTRACTOR shall examine all Specifications and Drawings for the W6rk, including those that may pertain to Work CONTRACTOR does not normally perform with its own forces. 2. CONTRACTOR shall use all of the Project Drawings and Specificatignsr,,a a. For a complete understanding of the Project. r7 b. To determine the type of construction and systems required. w = c. For coordination with other contractors. d. To determine what other work may be involved in various parts or phases. e. To anticipate and notify others when work by others will be required. } f. And all other relevant matters related to the project. Section 01 11 00-1 3604.007 3. CONTRACTOR is also bound by all requirements of the Contract Documents which are applicable to, pertain to, or affect its Work as may be shown or inferred by the entire set of Project Drawings and Specifications. j 1.04 CONSTRUCTION REQUIREMENTS It'll JUL 23 Ppp�� ((??,, A. In general, the following contract completion Milestones shall be fol=ec'-: �ee Agreement for specific dates. Substantial Completion: CONTRACTQPUS aij(by4 ,at date, have all bus chargers and associated equipment substantially comp'I - CITY, B. General Information and Requirements: 1. It shall be the responsibility of CONTRACTOR to not in any way impair the normal operation of the transit maintenance facility, regardless of the Work underway. CONTRACTOR shall provide all temporary electrical required to complete the Work. 2. Operation of the transit maintenance facility will be the responsibility of OWNER. CONTRACTOR shall cooperate with the transit maintenance facility operation staff at all times, and installation of the new equipment shall be coordinated by CONTRACTOR with OWNER and ENGINEER. 3. CONTRACTOR shall maintain site roadways open at all times to meet OWNER's requirements. Access by roadway for the transit buses shall be maintained, except as approved by OWNER. CONTRACTOR shall be responsible for maintaining roadways in drivable conditions. 1.05 CONTRACTOR USE OF SITE A. General: 1. The "area of the site" referred to in these Specifications shall be as shown on the Drawings. If the "area of the site" is not shown, OWNER's property lines, the Project right-of-way and/or any easements obtained for the Project shall be considered the "area of the site." 2. Construction activities shall be confined within the "area of the site" limits. 3. From the start of work to completion CONTRACTOR is responsible for the care of the site and the premises which are affected by operations of Work of this Contract. 4. Except for permanent site improvements provided under the Contract, CONTRACTOR shall restore property disturbed during the Work, to the conditions which previously existed. 5. Work in occupied spaces shall be restricted to specified Work and essential activities, such as making necessary connections and extending services or constructing temporary access ways. Such work shall be scheduled in advance with OWNER. B. Parking and Deliveries: 1. CONTRACTOR is responsible for control of traffic by vehicles and persons within the limits of its operations. 2. Parking for employees, subcontractors, and agents of CONTRACTOR shall be in areas subject to approval of OWNER. 3. Access to the site for delivery of construction material or equipment shall be subject to approval of OWNER. Section 01 11 00-2 3604.007 CONTRACTOR is also bound by all requirements of the Contract Documents which are applicable to, pertain to, or affect its Work as may be shown or inferred by the entire set Sf Project Drawings and Specifications. 1.04 CONSTRUCNON REQUIREMENTS A. General Inf mation and Requirements: 1. It shall b the responsibility of CONTRACTOR to not in any way mpair the normal operation the transit maintenance facility, regardless of t Work underway. CONTRACT R shall provide all temporary electrical required to mplete the Work. 2. Operation of t e transit maintenance facility will be the res nsibility of OWNER. CONTRACTOR all cooperate with the transit maintenance cility operation staff at all times, and insta tion of the new equipment shall be coord' ated by CONTRACTOR with OWNER and E INEER. 3. CONTRACTOR shall aintain site roadways open at a times to meet OWNER's requirements. Access by oadway for the transit busses s all be maintained, except as approved by OWNER. C TRACTOR shall be respon ble for maintaining roadways in drivable conditions. 1.05 CONTRACTOR USE OF SITE A. General: 1. The "area of the site" referred to in tF Drawings. If the "area of the site" is n right-of-way and/or any easements ob "area of the site." 2. Construction activities shall be confined 3. From the start of work to completion C( site and the premises which are affectec 4. Except for permanent site improvemen shall restore property disturbed duri existed. se Spg6ifications shall be as shown on the show , OWNER's property lines, the Project fined or the Project shall be considered the wit ip the "area of the site" limits. R CTOR is responsible for the care of the y op ations of Work of this Contract. provide under the Contract, CONTRACTOR the Work, to the conditions which previously 5. Work in occupied spaces shall be stricted to specNed Work and essential activities, such as making necessary co nections and exte ding services or constructing temporary access ways. Such w rk shall be scheduled ' advance with OWNER. B. Parking and Deliveries: 1. CONTRACTOR is responsi a for control of traffic by vehi es and persons within the limits of its operations. 2. Parking for employees, s contractors, and agents of CONTR CTOR shall be in areas subject to approval of NER. 3. Access to the site for elivery of construction material or equip nt shall be subject to approval of OWNER. 1.06 EXISTING SERVICES, OVERHEAD UTILITIES, AND UNDERGROUND FACILITIES INCLUDING STRUCTURES A. Interruption of existing services and systems including heating, ventilating, ait-=donditioning, water, sanitary, lighting and power, signal and security will not be perjaitted unless specifically indicated otherwise. Provide temporary facilities to maintain,servises. t r r Section 01 11 00-2 ry 3604.007 M 1.06 EXISTING SERVICES, OVERHEAD UTILITIES, AND UNDERGROUND FACILITIES INCLUDING STRUCTURES A. Interruption of existing services and systems including heating, ventilating, air conditioning, water, sanitary, lighting and power, signal and security will not be permitted unless specifically indicated otherwise. Provide temporary facilities to maintain services. B. If deemed necessary by OWNER, such work shall be accomplished after OWNER's normal office hours. C. Work shall not commence until all labor, materials, and equipment are available so Work can continue without interruption or delay. D. Should uncharted or incorrectly charted services or Underground Facilities be encountered during installation, notify OWNER and consult with utility owner immediately. E. Cooperate with OWNER and utility companies in keeping respective services and Underground Facilities in operation and repair any damage. F. CONTRACTOR shall not interrupt existing services and Underground Facilities occupied and used by OWNER or others, except when permitted in writing by OWNER. G. Any accidental interruption of services and Underground Facilities shall be repaired immediately, including provision of temporary facilities until permanent repairs can be made. H. Iowa Law (Chapter 480, Iowa Code) requires, among other provisions, that before excavation or demolition begins, reasonable advance notice (not less than 48.hours prior to 4 ,:1 the start of the excavation or demolition) of the intent to excavate or demolis# be provided to the owners of the Underground Facilities in and near the construction=area vl,�—Ose facifities may be affected by the excavation or demolition. As part of this not&46onl requir"ement, CONTRACTOR shall contact Iowa One Call (811 or 1-800-292-8989). CQNTR`$tTOR Pall be aware that not all owners participate in the Iowa One Call program. X-d-Edl to this agency shall not absolve CONTRACTOR of the requirements of this statute. Cd14TR OR,' all comply with all others provisions of the statute though not enumerated hereyn. , I. Locations and elevations of services and Underground Facilities as shown on theF-Drawings are approximate. It shall be CONTRACTOR's responsibility to determine their exact location when in their vicinity. To this end, CONTRACTOR shall proceed with caution in the excavation and preparation of the Site so the exact location of services and Underground Facilities can be determined. CONTRACTOR shall include in the Contract Price any costs for temporary or permanent relocations of such services and Underground Facilities required to complete the Work unless specifically indicated otherwise in the Specifications. Where potential grade conflicts might occur with existing services and Underground Facilities, CONTRACTOR shall uncover such services and Underground Facilities sufficiently in advance of construction so that elevations may be determined to allow any necessary adjustments to be made. K. CONTRACTOR shall coordinate with overhead utility companies prior to the Work. CONTRACTOR shall provide all necessary temporary and permanent support relocation or temporary and permanent restraint to maintain overhead utilities in service. Section 01 11 00-3 3604.007 B. If deemed necessary by OWNER, such work shall be accomplished after OWNER's normal office hours. C. Work shall not commence until all labor, materials, and equipment are available so Work can c*tinue without interruption or delay. D. Shou uncharted or incorrectly charted services or Underground Fa ities be encountered during i stallation, notify OWNER and consult with utility owner im diately. E. Cooperate with OWNER and utility companies in keepin respective services and Undergroun acilities in operation and repair any damage. F. CONTRACTOR all not interrupt existing services and nderground Facilities occupied and used by OWN or others, except when permitted i writing by OWNER. G. Any accidental interr tion of services and Unde round Facilities shall be repaired immediately, including pr vision of temporary faciliti until permanent repairs can be made. H. Iowa Law (Chapter 480, I wa Code) requir s, among other provisions, that before excavation or demolition begin reasonable vance notice (not less than 48 hours prior to the start of the excavation or de olition) of a intent to excavate or demolish be provided to the owners of the Underground cilitie n and near the construction area whose facilities may be affected by the excavation r molition. As part of this notification requirement, CONTRACTOR shall contact Iowa On Call (811 or 1-800-292-8989). CONTRACTOR shall be aware that not all owners particip to ' the Iowa One Call program. A call to this agency shall not absolve CONTRACTOR the r uirements of this statute. CONTRACTOR shall comply with all others provisions f the stat a though not enumerated herein. I. Locations and elevations of sjVrvices and Unde round Facilities as shown on the Drawings are appro/ea . It shall be ONTRACTOR's res nsibility to determine their exact location when in icinity. T this end, CONTRAC R shall proceed with caution in the excavatioprepara 'on of the Site so the exact ocation of services and Underground Facilities deter fined. CONTRACTOR shall in ude in the Contract Price any costs for tempoper anent relocations of such services d Underground Facilities required to complek unless specifically indicated otherwi a in the Specifications. J. Where pgrade conflicts might occur with existin services and Underground Facilities,TRACTOR shall uncover such services d Underground Facilities sufficientivance of construction so that elevations may determined to allow any necessartments to be made. K. CONTRACTOR shall coordinate with overhead utility companies prior to the Work. CONTRACTOR shall provide all necessary temporary and permanent support relocation or temporary and permanent restraint to maintain overhead utilities in service. L. CONTRACTOR shall keep an accurate and complete record of all such services and Underground Facilities encountered and shall provide OWNER a copy of this _record. The record shall include a description of the item encountered, opinion as to co6ditions, and adequate measurements and depths so that the item can be located in the futum. M. CONTRACTOR shall inspect all services and Underground Facilities 4for conditiori "and soundness. Unsound conditions shall be reported to OWNER immediately afWr exposing. Section 01 11 00-3 >> 3604.007 L. CONTRACTOR shall keep an accurate and complete record of all such services and Underground Facilities encountered and shall provide OWNER a copy of this record. The record shall include a description of the item encountered, opinion as to conditions, and adequate measurements and depths so that the item can be located in the future. M. CONTRACTOR shall inspect all services and Underground Facilities for condition and soundness. Unsound conditions shall be reported to OWNER immediately after exposing. CONTRACTOR shall not proceed with the Work until the service or facility owner has been notified. Service or facility owner shall then be given time to inspect and correct, if required, the service or Underground Facility. CONTRACTOR may make claim under the provisions of Section 1040 of the 2021 SUDAS should CONTRACTOR feel a price or time adjustment is justified. N. Any additional costs incurred because of failure of CONTRACTOR to report the condition of any and all existing services and Underground Facility encountered shall be paid for by CONTRACTOR. O. Whenever ENGINEER feels it is necessary to explore and excavate to Mtermine the location of existing services and Underground Facilities, CONTR)�,PTOB shag_,make explorations and excavations for such purposes. If CONTRACTOR i . requi* to perform additional Work in making the explorations and excavations, extra eQrRpensation; will be allowed as provided for in the Section 1040 of the 2021 SUDAS. r3 w 1.07 PROTECTION OF WORK AND IMPROVEMENTS c' rya A. CONTRACTOR shall protect the property of OWNER, existing improvements, Bnd the Work installed by CONTRACTOR and others from abuse, damage, dust, debris, and other objectionable materials resulting from construction activities. B. CONTRACTOR shall provide suitable covers, partitions, or other dust and fume containment devices to suit construction operations. C. CONTRACTOR shall keep property, existing improvements, and the Work including structures, mains, fittings, and accessories free from dirt and foreign matter at all times. D. CONTRACTOR shall provide temporary plugging of openings, holes, and pipe ends that are existing or that CONTRACTOR has installed. E. Property, improvements, and Work damaged by CONTRACTOR shall be repaired or replaced by CONTRACTOR to the satisfaction of OWNER. F. CONTRACTOR is cautioned that existing public and private streets, alleyways, and roads may not hold up to typical construction traffic or activities. CONTRACTOR shall repair or replace all streets, alleyways, roads, and shoulders damaged by its construction activities to their original condition at CONTRACTOR's expense. 1.08 OWNER -FURNISHED PRODUCTS A. OWNER is responsible for the following items when supplying material or equipment to CONTRACTOR for installation. 1. Arrange for delivery of shop drawings, product data, samples, manufacturer's instructions, and certificates to CONTRACTOR. Section 01 11 00-4 3604.007 CONTRACTOR shall not proceed with the Work until the service or facility owner has been notified. Service or facility owner shall then be given time to inspect and correct, if required, the service or Underground Facility. CONTRACTOR may make claim under the provisions of Section 1040 of the 2021 SUDAS should CONTRACTOR feel a price or time adjustment is justified. N. Any additional costs incurred because of failure of CONTRACTOR to report the condition of any and all existing services and Underground Facility encounter shall be paid for by CONTRACTOR. O. VV enever ENGINEER feels it is necessary to explore and excavate to determine the loca ' n of existing services and Underground Facilities, CONTRACTOR shall make explora ' ns and excavations for such purposes. If CONT ACTOR is required to perform additional ork in making the explorations and excavat' ns, extra compensation will be allowed as r) vided for in the Section 1040 of the 2021 DAS. 1.07 PROTECTION OF WOR4C AND IMPROVEMENTS A. CONTRACTOR shall prbtect the property of OWN , existing improvements, and the Work installed by CONTRACTN and others from apuse, damage, dust, debris, and other objectionable materials resul from constructigIn activities. B. CONTRACTOR shall provide suitacovers,,artitions, or other dust and fume containment devices to suit construction operatio . / C. CONTRACTOR shall keep property, a isting improvements, and the Work including structures, mains, fittings, and accessor s ee from dirt and foreign matter at all times. D. CONTRACTOR shall provide tempor ry pluggin of openings, holes, and pipe ends that are existing or that CONTRACTOR has nstalled. E. Property, improvements, and ork damaged by NTRACTOR shall be repaired or replaced by CONTRACTOR to a satisfaction of OWN R. F. CONTRACTOR is cautione that existing public and priva streets, alleyways, and roads may not hold up to typic construction traffic or activities. ONTRACTOR shall repair or replace all streets, alle ys, roads, and shoulders damaged b its construction activities to their original condition CONTRACTOR's expense. 1.08 OWNER -FURNISHED PlIODUCTS A. OWNER is responsible for the following items when supplying material or equipment to CONTRACTOR for installation. 1. Arrange for delivery of shop drawings, product data, samples, manufacturer's instructions, and certificates to CONTRACTOR. 2. Deliver supplier's bill of material to CONTRACTOR.; 3. Arrange and pay for delivery to site. 4. Inspect deliveries jointly with CONTRACTOR. `' F_ 5. Submit claims for transportation damage and arrange for repfacemelA of damaged, defective, or missing items. j Y cr, Section 01 11 00-4 3604.007 2. Deliver supplier's bill of material to CONTRACTOR. 3. Arrange and pay for delivery to site. 4. Inspect deliveries jointly with CONTRACTOR. 5. Submit claims for transportation damage and arrange for replacement of damaged, defective, or missing items. B. CONTRACTOR's responsibilities for OWNER -furnished products are: 1. Receive and unload products at the site. 2. Inspect deliveries jointly with OWNER and record shortage and damaged or defective items. Any materials and equipment furnished by OWNER and found to be defective shall be clearly marked and set aside to be removed by OWNER. Any materials and equipment furnished by OWNER and installed by CONTRACTOR without discovery of such defects will be replaced with sound materials and equipment by OWNER. CONTRACTOR, however, shall at its own expense furnish all equipment, labor, and facilities necessary to remove the defective materials and equipment and install the sound materials and equipment. 3. Handle products at the site, including uncrating and storage. 4. Protect products from damage and from exposure to the elements. 5. Assemble, install, correct, adjust, and finish products in accordance with the appropriate technical section of these specifications. 6. Repair or replace items damaged by CONTRACTOR at no additional cost to OWNER. 7. CONTRACTOR's responsibility for materials and equipment furnished by OWNER shall begin at the point of delivery to CONTRACTOR. Materials and equipment already on the site shall become CONTRACTOR's responsibility on date of Notice to Proceed with Contract. C OWNER -Purchased Equipment and Materials: OWNER has purchased materials and equipment and has an agreement with some manufacturers and suppliers. It is the intent of the Contract Documents for the CONTRACTOR to use the provided materials as part of the construction, install the provided equipment, and accept reassignment of the agreement that OWNER has with the manufacturers and suppliers when indicated in the Contract Documents. The materials, equipment, and agreement provided by OWNER are referred to throughout the Contract Documents. CONTRACTOR shall also furnish and install any additional equipment required to provide a complete working system as shown on the Drawings and as specified in this Contract Document. To identify the scope of the OWNER -provided material, equipment supplier, and agreements, the language in the Specification has been typed in an italic font and framed as shown in the example below: c� OWNER -supplied equipment and material to be installed by CONTRACTOR and agreement to be assumed by CONTRACTOR as part of this Contract have been typed in this text font and framed in this format and inserted in the appropriate Specification sections. 1.09 AVAILABILITY OF LANDS c r N W A. Easements were not obtained for this Project. CONTRACTOR shall confine its operations, equipment and storage areas to the lands and rights -of -way in which the Project is to be Section 01 11 00-5 3604.007 B. CONTRACTOR's responsibilities for OWNER -furnished products are: 1. Receive and unload products at the site. 2. Inspect deliveries jointly with OWNER and record shortage and d maged or defective items. Any materials and equipment furnished by OWNER and and to be defective all be clearly marked and set aside to be removed by OWN R. Any materials and eq ipmie nt furnished by OWNER and installed by CONTRACT R without discovery of such defects will be replaced with sound materials and quipment by OWNER. CONT CTOR, however, shall at its own expense furnish II equipment, labor, and facilities cessary to remove the defective materials an equipment and install the sound mate ' Is and equipment. 3. Handle produc at the site, including uncrating and stor ge. 4. Protect products m damage and from exposure to t elements. 5. Assemble, install, c ect, adjust, and finish products * accordance with the appropriate technical section of th a specifications. 6. Repair or replace items maged by CONTRACT R at no additional cost to OWNER. 7. CONTRACTOR's responsi ' ity for materials an equipment furnished by OWNER shall begin at the point of delivery CONTRACT . Materials and equipment already on the site shall become CONTRA TOR's resp nsibility on date of Notice to Proceed with Contract. C. OWNER -Purchased Equipment and Mat ' Is: OWNER has purchased materials and equipment and has an agreement with so anufacturers and suppliers. It is the intent of the Contract Documents for the CONTR TO to use the provided materials as part of the construction, install the provided equip nt, an ccept reassignment of the agreement that OWNER has with the manufacture and su liers when indicated in the Contract Documents. The materials, equipme and agreem t provided by OWNER are referred to throughout the Contract Docume s. CONTRACTO shall also furnish and install any additional equipment required t provide a complete orking system as shown on the Drawings and as specified i this Contract Docume To identify the scope of the OWNER -provided material, quipment supplier, and ag ements, the language in the Specification has been type in an italic font and framed as own in the example below: OW R-supplied equipment and ma rial to be installed by ZssCKNTRACTOR and agreement to be umed by CONTRACTOR as part of this Contract have been typed in this text font and framed in this format and inserted in the appropriate Specification sections. 1.09 AVAILABILITY OF LANDS A. Easements were not obtained for this Project. CONTRACTOR shall confine Fitt operations, equipment and storage areas to the lands and rights -of -way in which the PFaject is to be located. CONTRACTOR may enter into written agreements with property owners for use of other lands during construction. Copies of such agreements shall be provided to OWNER. --- C" rU r�- QD C7't Section 01 11 00-5 3604.007 located. CONTRACTOR may enter into written agreements with property owners for use of other lands during construction. Copies of such agreements shall be provided to OWNER. PART 2—PRODUCTS 2.01 OWNER -FURNISHED PRODUCTS A. The following is a reference list of the OWNER -furnished equipment, materials, and agreements with reference to sections of the Contract Documents for detailed information. List of OWNER -Furnished Equipment: 1. Panelboards: Section 26 24 16. 2. Overcurrent Protective Devices: Section 26 28 00. 3. Surge Protective Devices (SPD): Section 26 43 13. 4. Meter Socket. 5. CT Cabinet. 6. Bus Chargers (quantity=3). 7. Dispensers (quantity=4). PART 3—EXECUTION NOT APPLICABLE END OF SECTION c.� c-: rn n s- Section 01 11 00-6 3604.007 PART 2—PRODUCTS 2.01 OWNER -FURNISHED PRODUCTS A. The fo wing is a reference list of the OWNER -furnished equip ent, materials, and agreeme with reference to sections of the Contract Documents r detailed information. List of OW R-Furnished Equipment: 1. Panelboa s: Section 26 24 16. 2. Overcurrent otective Devices: Section 26 28 00. 3. Surge Protecti Devices (SPD): Section 26 43 13. 4. Meter Socket. 5. CT Cabinet. 6. Bus Chargers (quantity ). 7. Dispensers (quantity=4). PART 3—EXECUTION NOT APPLICABLE END OF S TION a CD r I° J .— cry Section 01 11 00-6 3604.007 SECTION 01 29 00 CONTRACT CONSIDERATIONS PART 1—GENERAL 1.01 DIVISION ONE Z �"`�11 �Y ' d 7011 JUL -2 PM 4: 26 CL ERK 10 x;. CITY, to y A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contract(s). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 SUMMARY A. Work Included: Measurement and Payment —Lump Sum. 1.03 MEASUREMENT AND PAYMENT —LUMP SUM A. Payment for Lump Sum projects will be based on the accepted schedule of values for the project. B. An acceptable schedule of values will include the following features: 1. Schedule shall list the installed value of the component parts of the work in sufficient detail to serve as a basis for computing values for progress payments during construction. Schedule shall be subdivided as necessary by specification section and work area. 2. Identify each line item with the number and title of the respective Specification Section. 3. For each major line item list sub -values of major products or operations under the item. 4. For the various portions of the work: a. Each item shall include a directly proportional amount of CONTRACTOR's overhead and profit. b. For items on which progress payments will be requested for stored materials, break down the value into: (1) The cost of the materials, delivered and unloaded, with taxes paid. Paid invoices are required for materials upon request by ENGINEER. (2) The total installed value. 5. The sum of all values listed in the schedule shall equal the total Contract Sum. 6. Schedule shall include a separate listing of general items such as bonds, insurance, mobilization, demobilization, field supervision, and record documents. C. Once a schedule of values is accepted, it shall not be revised, except for changes associated with subsequently executed change orders. D. No separate measurement for payment will be performed for Lump Sum Work. E. CONTRACTOR shall estimate percentage of Work completed. ENGINEER will review CONTRACTOR's estimate of quantity of Work completed. F. Payment will be made based on the percentage of the Contract completed less retainage and/or liquidated damages. Section 01 29 00-1 3604.007 G. Unless noted otherwise, all Work described in the Specifications and/or shown on the Drawings shall be included in the Lump Sum Bid. H. Some technical specification sections may include payment provisions.: These provisions are in addition to the provisions of this section which apply to all of the Work. ART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION 7171 JUL -2 PM 4: 26 G I Pi, 10`h'A CITY,10V Section 01 29 00-2 3604.007 SECTION 01 31 00 COORDINATION, FIELD ENGINEERING, AND MEETll't PART 1—GENERAL 1.01 DIVISION ONE 202I JUL -2 Pli 4: 26 A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contract(s). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 SUMMARY A. Work Included: 1. Coordination. 2. Field engineering. 3. Progress meetings. 1.03 COORDINATION A. CONTRACTOR shall coordinate scheduling, submittals, and work of the various sections of the work to provide an efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. CONTRACTOR shall verify utility requirements and characteristics of operating equipment are compatible with building utilities and coordinate Work of various sections having interdependent responsibilities for installing, connecting to, and placing in service such equipment. C. CONTRACTOR shall coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on the Drawings and shall follow routing shown for pipes, ducts, and conduit as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. CONTRACTOR shall coordinate completion and cleanup of Work of separate sections in preparation for substantial completion and for portions of Work designated for OWNER's occupancy. E. After equipment is installed and operational, CONTRACTOR shall coordinate access to Site for correction of defective Work and Work not in accordance with Contract Documents to minimize disruption of OWNER's activities. 1.04 FIELD ENGINEERING A. CONTRACTOR shall locate and protect property stakes, legal survey monuments, benchmarks, and survey control and reference points. CONTRACTOR shall pay for replacement of disturbed property stakes and legal survey monuments by a Registered Land Surveyor acceptable to OWNER and for replacement of benchmarks and survey control and reference points provided by ENGINEER. Section 01 31 00-1 3604.007 B. CONTRACTOR shall provide field engineering services as required to establish elevations, lines, and levels utilizing recognized engineering survey practices C. CONTRACTOR shall furnish all required plummets and graduated noleSV-heck all Work. 7171 � � - 2 Pill �� as D. If stakes and boards have to be reset because of negligence of CONTRACTOR, CONTRACTOR shall bear the cost of such work.tN E. If laser beam is used, CONTRACTOR shall check its Work against intermediate grade stakes provided between manholes. Prior to initial use of the laser, CONTRACTOR shall set up laser on ground surface and check line and gradient controls. Lasers not functioning properly shall be immediately removed. F. If existing property stakes not within the limits of the trench are removed or damaged by CONTRACTOR, CONTRACTOR shall bear the cost of replacement. Replacement shall be made by a legal survey performed by a licensed Land Surveyor hired by OWNER. Cost for survey shall be deducted from the Contract Price. G. CONTRACTOR shall be responsible for all lines, elevations, and measurements of buildings, structures, piping, utilities, and other work executed by CONTRACTOR under the Contract. CONTRACTOR must exercise proper precaution to verify figures before laying out the Work and will be held responsible for any error resulting from its failure to exercise such precaution. 1.05 PROGRESS MEETINGS A. Progress meetings will be held throughout progress of the Work at intervals agreed to by OWNER, ENGINEER, and CONTRACTOR. Interval will generally be monthly. B. CONTRACTOR's project manager, job superintendent, major subcontractors, and suppliers shall attend as appropriate to address agenda topics for each meeting. CONTRACTOR's representatives shall have authority to bind CONTRACTOR to decisions at the meetings. C. The project schedule shall be updated monthly and shall be reviewed at each progress meeting. D. CONTRACTOR shall also provide the following information in written form at each meeting. 1. Construction progress, including: a. Activities completed this reporting period. b. Activities in progress this reporting period. c. Activities scheduled to commence this reporting period. 2. Description of problem areas. 3. Current and anticipated delays. a. Cause of the delay. b. Corrective action and schedule adjustments to correct the delay. c. Impact of the delay on other activities, on milestones, and on completion dates. 4. Changes in construction sequence. E. ENGINEER will prepare and distribute minutes to all attending parties. Section 01 31 00-2 3604.007 PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION 7�11 -2 PH G' 26 -11-Y CLERK l0` A C11 y; EO NA Section 01 31 00-3 3604,007 SECTION 01 33 00 SUBMITTALS PART 1—GENERAL 1.01 DIVISION ONE MI JUL -2 N-1 [ : 9� C1I CLERK l 0 `{`iVA Cif I ,10101s . A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contracts). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 SUMMARY A. Work Included: 1. Whenever possible throughout the Contract Documents, the minimum acceptable quality of workmanship and materials has been defined either by manufacturer's name and catalog number or by reference to recognized industry standards. 2. To facilitate CONTRACTOR's understanding of the design intent, procedures have been established for advance submittal of design data and for its review or rejection by ENGINEER. 3. The type of submittal requirements specified in this section include construction progress schedule, submittal schedule, shop drawings, product data, samples, maintenance manuals, and other miscellaneous work -related submittals. B. Related work described elsewhere: More detailed requirements for submittals are described in other sections of these specifications for some materials and equipment. They are to be considered additional requirements to supplement the requirements specified in this section. Submittals shall conform to Section 1050 of the 2021 SUDAS. C. Definitions: "Electronic Submittal" is defined as any submittal transmitted electronically to ENGINEER for review. 1.03 IDENTIFICATION OF SUBMITTALS A. CONTRACTOR shall completely identify each submittal and resubmittal by showing at least the following information: 1. Name and address of submitter, plus name and telephone number of the individual who may be contacted for further information. 2. Name and location of project and identification number. 3. Drawing number and specifications section number to which the submittal applies_ 4. Include the date of each submittal or resubmittal. 1.04 GROUPING OF SUBMITTALS A. Unless otherwise specifically permitted by ENGINEER, CONTRACTOR shall make all submittals in groups containing all associated items so that information is available for checking each item when it is received. B. Partial submittals may be rejected as not complying with the provisions of the Contract Documents. Section 01 33 00-1 3604.007 1.05 TIMING OF SUBMITTALS A. CONTRACTOR shall make all submittals far enough in advance of scheduled dates of installation to provide required time for reviews, for securing necessary approval, for possible revision and resubmittal, and for placing orders and securing delivery. B. The review period for submittals that are received after 3 P.M. shall commence on the following business day. 1.06 CONSTRUCTION PROGRESS AND SUBMITTAL SCHEDULES A. Submit preliminary schedules within 10 days of the effective date of the Agreement. B. Revise schedules incorporating any comments provided at the schedule review conference required in GC.2.05 and resubmit. C. As a minimum, the construction progress schedule shall consist of a horizontal bar chart with a separate line for each major portion of Work or operation, identifying first workday of each week. D. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration for each activity. Identify activities that are on the critical path. E. Include line items for milestones (if any), Substantial, and Final Completion. F. Submit updated schedules with each Application for Payment, identifying changes since previous version. G. Indicate estimated percentage of completion for each item of Work at each submission. H. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.07 SHOP DRAWINGS A. Shop drawings shall include specially prepared technical data for this project including drawings, diagrams, performance curves, data sheets, schedules, templates, patterns, reports, calculations, instructions, measurements, and similar information not in standard printed form for general application to a range of similar projects. Shop drawings shall be submitted for all manufactured or fabricated items. See individual technical sections for special requirements. B. CONTRACTOR shall make all shop drawings accurately to scale and sufficiently large to show all pertinent aspects of the item and its method of connection to the work. C. Shop drawings shall be checked, approved, and stamped by CONTRACTOR i 1 accordance with the 2021 SUDAS before transmittal to ENGINEER for review and -approval. w; Section 01 33 00-2 N' 3604.007 D. Complete shop drawings and descriptive data shall be submitted on all manufactured or fabricated items prior to 50% completion of the Work. Applications for payment beyond 50% of the Contract amount will not be recommended for payment until all shop drawings are submitted, including the required hard copies, or a revised schedule for any remaining submittals is agreed to by OWNER and ENGINEER. E. CONTRACTOR shall submit shop drawings following the electronic submittal procedure described below. If electronic submittal is impossible, CONTRACTOR may request ENGINEER to review hard copy submittals on a limited basis. ENGINEER may request to review hard copy submittals on a limited basis for submittals that are over 100 pages in length. If ENGINEER agrees to or requests hard copy submittal review, CONTRACTOR shall submit six color copies of shop drawings and descriptive data to ENGINEER for approval. Three copies of these will be returned to CONTRACTOR if approved. If shop drawings are not approved or if they are stamped "Approved as Noted -Resubmit," two corrected copies will be returned to CONTRACTOR for use in resubmittal. If CONTRACTOR desires more than three approved copies, submitted quantity shall be increased accordingly. F. Shop drawings submitted to ENGINEER will be reviewed and stamped "Approved," "Approved as Noted," "Approved as Noted -Resubmit," or "Not Approved." CONTRACTOR shall resubmit the above number of corrected shop drawings for all shop drawings stamped "Approved as Noted -Resubmit" and "Not Approved" and will continue this process until shop drawings are stamped "Approved" or "Approved as Noted." If drawings are stamped "Approved as Noted -Resubmit," fabrication may proceed in accordance with the marked -up shop drawings. Installation shall not proceed until shop drawings have been resubmitted and stamped "Approved" or "Approved as Noted." G. If shop drawings are stamped "Approved as Noted" or "Approved as Noted -Resubmit" and CONTRACTOR does not agree with revisions or cannot conform with revisions, fabrication shall not proceed and shop drawings shall be resubmitted with explanation of CONTRACTOR's position. H. All shop drawings used for construction site activities shall bear the "Approved" or "Approved as Noted" stamp of ENGINEER. Arrangements may be made between CONTRACTOR and ENGINEER to provide additional copies of "Approved" shop drawings for field activity purposes. PDF Submittal Procedures: 1. Summary: a. Shop drawing and product data submittals shall be transmitted to ENGINEER in electronic (PDF) format. b. The intent of PDF submittals is to expedite the construction process by reducing paperwork, improving information flow, and decreasing turnaround time. c. The PDF submittal process is not intended for color samples, 6951or charts, or physical material samples. 2. Procedures: s` a. CONTRACTOR shall review and apply a stamp certifying that -the slnittal complies with the requirements of the Contract Documents including verification of manufacturer/product, dimensions and coordination of information-nrith other parts of the work. b. CONTRACTOR shall transmit each cover letter and submittal to ENGINEER as an e-mail attachment. _.1 Section 01 33 00-3 3604.007 c. ENGINEER will return the reviewed shop drawing via e-mail with a transmittal letter, after review, indicating the status of the shop drawing review. d. Distribution of reviewed submittals to subcontractors and suppliers is the responsibility of CONTRACTOR. e. Electronically submitted shop drawings shall follow the following format: (1) All files shall be delivered in PDF format with a minimum resolution of 300 dpi unless otherwise requested by ENGINEER. Scanned in material shall be scanned in color and any markings by CONTRACTOR shall be made in red. Pages shall be rotated to the appropriate position for easy reading on a computer monitor such that the majority of text is vertical. (2) Files shall be delivered without security features activated. (3) Shop Drawings shall be uploaded as individual files. Files combined into a zip drive are not acceptable. All pages of one submittal should be contained in one file. (4) The file shall open to a cover page containing, at a minimum, the following information: (a) CONTRACTOR's stamp. (b) Name, e-mail, and telephone number of the individual who may be contacted for further information. (c) Project number. (d) Submittal number. (e) Submission date, if resubmittal, all previous submission dates. (f) Index detailing contents and the total number of pages in the submittal. f. Once a shop drawing has been "Approved" or "Approved as Noted," CONTRACTOR shall provide three hard color copies of the"Approved" or "Approved as Noted," shop drawings to ENGINEER. CONTRACTOR is responsible for the hard copy color replication of ENGINEER's "Approved" or "Approved as Noted," shop drawings for use by CONTRACTOR. Hard copy shop drawings shall be submitted in 3-ring binders or 3-tab report covers. K. Shop drawings shall include verification that the item meets applicable codes and standards. 1.08 PRODUCT DATA A. CONTRACTOR shall provide product data as required to supplement shop drawings. B. Product data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams, and other information furnished by CONTRACTOR to illustrate a material, product, or system for some portion of the work. C. CONTRACTOR shall collect required product data into one submittal for eao unit of work or system. r `' D. CONTRACTOR shall include manufacturer's standard printed recomnh6ndations for application and use, compliance with standards, performance characferist4, wiring' and piping diagrams and controls, component parts, finishes, dimensions,. required clearances, and other special coordination requirements. E. CONTRACTOR shall mark each copy of standard printed data to identify perOoent products, models, options, and other data. _J Section 01 33 00-4 3604,007 F. CONTRACTOR shall supplement manufacturer's standard data to provide information unique to the work. 1.09 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by ENGINEER. B. Shop Drawings and Product Data: 1. Revise initial drawings or data and resubmit as specified for initial submittal. 2. Itemize in a cover letter any changes which have been made other than those requested by ENGINEER. 1.10 MANUFACTURER'S DIRECTIONS A. Manufactured articles, materials, and equipment shall be stored, commissioned, operated, applied, installed, connected, erected, used, cleaned, and conditioned as directed by the manufacturer, unless specified to the contrary. B. Wherever specifications call for work to be performed or materials to be installed in accordance with the manufacturer's printed instructions or directions, CONTRACTOR shall furnish copies as required for shop drawings of those instructions or directions to ENGINEER before installing the material or performing the work. 1.11 MAINTENANCE MANUAL A. Prior to 75% completion of the Contract or at a minimum of 45 days prior to the scheduled start-up date of any individual item of equipment, whichever is earlier, CONTRACTOR shall furnish to ENGINEER four complete copies of a maintenance manual for all equipment furnished. Applications for payment beyond 75% of the contract amount will not be recommended for payment until all maintenance manuals are submitted or a revised schedule for remaining maintenance manuals is agreed to by OWNER and ENGINEER. B. The manuals shall include manufacturer's instructions for maintenance and operation for each item of mechanical and electrical equipment. Manuals shall be specific for the equipment as installed; provide project specific inserts as required. Manuals shall contain: operation instructions, lubrication schedules, types and quantities, preventative maintenance program, spare parts list, parts lists, I.D. No. and exploded views, assembly instructions, parts supplier location, trouble shooting and startup procedures and, where applicable, test data and curves. C. All sheets shall have reduced dimensions as described for shop drawings and shall be furnished in 3-ring binders or 3-tab report covers. D. CONTRACTOR is responsible for producing an electronic version of -floe Equipment Operations and Maintenance (O&M) Manuals Manual. The Electronic Eipment O&M Manual shall be delivered in Portable Document Format (PDF). The entire "anual may be converted to PDF via scanning or other method of conversion. Drawings or"Othergraphics must be converted to PDF format and made part of the PDF documei ''. the,4PNTRACTOR shall provide all Equipment O&M Manuals in the electronic format astidefined below. E. The filename for the Equipment O&M Manual submittal will be provided''Wit�he request for final Equipment O&M Manuals. Filenames use the "eight dot thw" convention (XX XX XX_YY.PDF) where XX XX XX is the specification section number` and YY is an Section 01 33 00-5 3604.007 ID number. No one file shall be larger than 10 MB. If technical problems require that the submittal be divided into more than one file, a letter extension shall be added to the end of each filename. F. The number of files shall be kept to a minimum. Equipment O&M Manuals that span more than one file shall have the final Bookmark "Return to Table of Contents" which shall take the User to the first file on the Equipment O&M Manual. G. All text (word processed), spreadsheets, and electronic graphics shall be delivered in portable document format (*.PDF). The resolution of all scanned images shall be a minimum of 300 dpi unless otherwise requested by ENGINEER. Scanned images shall be processed with the "original image with hidden text" option (Adobe Acrobat 6 or higher). This results in a clear image and provides for optical character recognition (OCR) and word search functionality. Graphical files shall be fully searchable. All submittals must be indexed with the Adobe Catalog feature. Placement and structure of index files shall be in accordance with Adobe's recommendations to minimize problems when transferring files. Successful searches for words or strings in the PDF document shall demonstrate proof of OCR. H. Rotate pages viewed in landscape to the appropriate position for easy reading on a computer monitor. Bookmarks shall be created in the navigation frame for each entry in the Table of Contents. Three levels deep is usually enough (i.e., "Chapter", "Section", "Subsection"); however, complex submittals like instrumentation and electrical may be required at the discretion of ENGINEER. When setting bookmarks for Chapter level heading, the page shall be displayed at Full Page. Section and Subsection level heading pages shall be displayed as a magnified view. Bookmarks shall be displayed as subordinate (to other bookmarks in their hierarchy set so that only the Chapter level headings are displayed. J. Thumbnails shall be generated and embedded in each PDF file. K. Files shall be delivered without Security features activated. Password protected files will be unacceptable. L. The opening view for PDF files shall be set as follows: 1. Initial View: Bookmarks and Page 2: Magnification: Fit In Window 3. Page Layout: Single Page M. The file shall open to the cover page of the Equipment O&M Manual with bookmarks to the left. The first bookmark shall be the name of Equipment O&M Manual,. N. The submittal shall be delivered on CD after all Equipment O&M--Manuats have :been received and reviewed. Each CD shall be labeled, at a minimum, as fQlfowsT°J 1. O&M title spelled out in complete words.= 2. Project and OWNER name. 3. Month and date.' 4. Specification section number and title. .J 5. Manufacturer name, point of contact, telephone number, and a-maif` address as appropriate. O. CONTRACTOR shall reprocess any portion of the document that does not view or print to OWNER's satisfaction. Section 01 33 00-6 3604,007 P. CONTRACTOR is fully responsible for obtaining any and all copyright permissions associated with conversion of this information to electronic format. PART 2-PRODUCTS NOT APPLICABLE PART 3-EXECUTION NOT APPLICABLE END OF SECTION c: �-= +xe+ Y , v __j Section 01 33 00-7 3604.007 SECTION 0141 00 REGULATORY REQUIREMENTS PART 1—GENERAL 1.01 DIVISION ONE A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contract(s). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 SUMMARY A. Work Included: 1. OSHA requirements. 2. Roadway limits. 3. Permits. 4. Wage rates. 1.03 OSHA REQUIREMENTS A. All work including site safety, equipment, materials, and fabricated items provided under the Contract shall comply with the provisions of the "Occupational Safety and Health Act." 1.04 ROADWAY LIMITS A. CONTRACTOR shall comply with roadway weight restrictions including seasonal weight restrictions. 1.05 PERMITS A. No permits were obtained by OWNER for this Project. CONTRACTOR shall obtain required permits. Where the requirements of any permit are more restrictive than the Drawings or the Specifications, the permit requirements shall govern. B. A building permit will not be required from OWNER. C. Any permits required for dewatering operations shall be obtained and paid for by CONTRACTOR. D. CONTRACTOR shall obtain Site Disturbance/Erosion Control Permits as necessary to accommodate CONTRACTOR's specific means and methods for completing the Work. CONTRACTOR shall comply with all requirements of the Stormwater Pollution Prevention Plan (SWPPP) which will be provided electronically to CONTRACTOR. 1.06 WAGE RATES C— A. A wage rate determination is not a requirement of this Project. --� c-) Section 01 41 00-1 >, ,10 3604.007 v PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION N J Section 0141 00-2 3604.007 SECTION 0142 00 REFERENCE STANDARDS AND DEFINITIONS PART 1—GENERAL 1.01 DIVISION ONE A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contract(s). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 SUMMARY A. Work Included: 1. Reference Standards: a. Throughout the Contract Documents, reference is made to codes and standards which establish qualities and types of workmanship and materials, and which establish methods for workmanship and materials, and which establish methods for testing and reporting on the pertinent characteristics. b. Where materials or workmanship are required by these Contract Documents to meet or exceed the specifically named code or standard, it is CONTRACTOR's responsibility to provide materials and workmanship which meet or exceed that specifically named code or standard. c. It is also CONTRACTOR's responsibility, when so required by the Contract Documents, to deliver to ENGINEER all required proof that the material or workmanship, or both, meet or exceed the requirements of the specifically named code or standard. 2. Definitions: a. A substantial amount of specification language constitutes definitions for terms found in other Contract Documents, including the Drawings which must be recognized as diagrammatic in nature and not completely descriptive of requirements indicated thereon. b. Certain terms used in the Contract Documents are defined generally in this section to supplement definitions of the Agreement, General Conditions, .Supplementary Conditions, and other general contract documents. c. Definitions and explanations of this section are not necess*"�y_either complete or exclusive, but are general for the Work. B. Related Work Described Elsewhere: The specific naming of codes or standards occurs on the Drawings and in other sections of these Specifications. 1.03 QUALITY ASSURANCE y �" N A. Familiarity with Pertinent Codes and Standards: 1. It is CONTRACTOR's responsibility to verify the requirements of the specifically named codes and standards and to verify that the items procured for use in this Work meet or exceed the specified requirements. 2. When required by individual sections of these specifications, CONTRACTOR shall obtain a copy of each pertinent code or standard and maintain the copies at the job site during submittals, planning, and progress of the Work until Substantial Completion of the Work is attained. Section 01 42 00-1 3604.007 B. Overlapping or Conflicting Requirements: 1. Where compliance with two or more industry standards or sets of requirements are specified, and the overlapping of those standards or requirements establishes different or conflicting minimums or levels of quality, the most stringent requirement (which is generally recognized to be also most costly) is intended and will be enforced, unless more detailed language written directly into Contract Documents clearly indicates that a less stringent requirement is acceptable. 2. Refer all uncertainties to ENGINEER for decision before proceeding. 1.04 REFERENCE STANDARDS A. Applicable standards of the construction industry are made a part of the Contract Documents by reference as if copied directly into the Contract Documents, or as if published copies were bound herewith. B. Standards referenced directly in the Contract Documents or by governing regulation, have precedence over nonreferenced standards which are recognized in industry for applicability to the Work. C. Nonreference standards are hereby defined to have no particular applicability to the Work except as a general measurement of whether the Work complies with standards recognized in the construction industry. D. Reference standards and codes listed in these specifications may include, but are not necessarily limited to, standards or codes published by the following agencies and organizations: 1. AA Aluminum Association 1525 Wilson Boulevard, Arlington, VA 22209 2. AAMA American Architectural Manufacturer's Association 1827 Walden Office Square Suite 550, Schaumberg, IL 60173-4268 3. AASHTO American Association of State Highway & Transportation Officials 444 North Capitol Street NW Suite 249, Washington, DC 20001 4. ACI American Concrete Institute 38800 Country Club Drive, Farmington Hills, MI 48331-3439 5. Al Asphalt Institute 2696 Research Park Drive, Lexington, KY 40511-8480 I y 6. AISC American Institute of Steel Construction One East Wacker Drive Suite 700, Chicago, IL 6o601-f $02 ry 7. AISI American Iron and Steel Institute 25 Massachusetts Avenue NW Suite 800, Washingtdn,=f3C 20Q01 ru Section 0142 00-2 3604.007 8. ANSI American National Standards Institute 25 West 43rd Street, New York, NY 10036 9. APA American Plywood Association 7011 South 19th, Tacoma, WA 98466-5333 10. API American Petroleum Institute 1220 L Street NW, Washington, DC 20005-4070 11. ARI Air -Conditioning & Refrigeration Institute 4100 North Fairfax Drive Suite 200, Arlington, VA 22203 12. ASHRAE American Society of Heating, Refrigerating, and Air Conditioning Engineers 1791 Tullie Circle NE, Atlanta, GA 30329 13. ASME American Society of Mechanical Engineers Two Park Avenue, New York, NY 10016-5990 14. ASSE American Society of Sanitary Engineering 901 Canterbury Suite A, Westlake, OH 44145 15. ASTM ASTM International 100 Barr Harbor Drive, West Conshohoken, PA 19428-2959 16. AWI Architectural Woodwork Institute 46179 Westlake Drive Suite 120, Potomac Falls, VA 20165-5874 17. AWPA American Wood Protection Association P.O. Box 361784, Birmingham, AL 35236-1784 18. AWS American Welding Society 8669 Doral Boulevard Suite 130, Doral, FL 33166 19. AWWA American Water Works Association 6666 West Quincy Avenue, Denver, CO 80235 20. BHMA Builder's Hardware Manufacturers Association 355 Lexington Avenue 15th floor, New York, NY 10017 21. BIA Brick Industry Association 1850 Centennial Park Drive Suite 301, Reston, VA 20191 ry c -- 22. CRSI Concrete Reinforcing Steel Institute `' 3 9333 North Plum Grove Road, Schaumburg, IL 6017�, --i c-) N 9 23. DOT U.S. Department of Transportation :<rr"T -o 1200 New Jersey Avenue, SE, Washington, DC 205� N Section 01 42 00-3 3604.007 24. EJMA Expansion Joint Manufacturers Association 25 North Broadway, Tarrytown, NY 10591 25. FM FM Global FM Global Corporate Offices, 270 Central Avenue, Johnston, RI 02919 26. FTI Facing Tile Institute Box 8880, Canton, OH 44711 27. GA Gypsum Association 6525 Belcrest Road Suite 480, Hyattsville, MD 20782 28. GANA Glass Association of North America 800 SW Jackson Street Suite 1500, Topeka, KS 66612-1200 29. ICC International Code Council 500 New Jersey Avenue NW 6th Floor, Washington, DC 20001 30. IES Illuminating Engineering Society 120 Wall Street, Floor 17, New York, NY 10005-4001 31. MIL Military Specifications Naval Publications and Forms Center 5801 Tabor Avenue, Philadelphia, PA 19120 32. NAAMM National Association of Architectural Metal Manufacturers 800 Roosevelt Road Building C Suite 312, Glen Ellyn, IL 60137 33. NCMA National Concrete Masonry Association 13750 Sunrise Valley Drive, Herndon, VA 20171-4662 34. NECA NECA National Electrical Contractors Association 3 Bethesda Metro Center Suite 1100, Bethesda, MD 20814 35. NEMA National Electrical Manufacturers Association 1300 North 17th Street Suite 1752, Rosslyn, VA 22209 36. NFPA National Fire Protection Association C- 1 Batterymarch Park, Quincy, MA 02169-7471 G, 37. NIST National Institute of Standards and Technology (U.S. Department of Commerce), 100 Bureau Drive, Stop 1 „. Gaithersburg, MD 20899-1070 ;u 38. NRCA National Roofing Contractors Association 10255 West Higgins Road Suite 600, Rosemont, IL 60018-5607 39. NSF National Sanitation Foundation International P.O. Box 130140, 789 North Dixboro Road, Ann Arbor, MI 48113-0140 Section 01 42 00-4 3604.007 40. OSHA Occupational Safety & Health Administration 200 Constitution Avenue NW, Washington, DC 20210 41. PCA Portland Cement Association 5420 Old Orchard Road, Skokie, IL 60077 42. PCI Prestressed Concrete Institute 200 West Adams Street Suite 2100, Chicago, IL 60606 43. SAE Society of Automotive Engineers SAE World Headquarters 400 Commonwealth Drive, Warrendale, PA 15096-0001 44. SDI Steel Deck Institute P.O. Box 25, Fox River Grove, IL 60021 45. SDI Steel Door Institute 30200 Detroit Road, Westlake, OH 44145-1987 46. SIGMA Sealed Insulating Glass Manufacturers Assoc. 401 North Michigan Avenue Suite 2400, Chicago, IL 60611 47. SJI Steel Joist Institute 234 Cheves Street, Florence, SC 29501 48. SMACNA Sheet Metal and Air Conditioning Contractor's National Association 4201 Lafayette Center Drive, Chantilly, VA 20151-1219 49. SSPC Society for Protective Coatings 40 24th Street 6th Floor, Pittsburgh, PA 15222-4656 50. TCA Tile Council of America 100 Clemson Research Boulevard, Anderson, SC 29625 51. UL Underwriters Laboratories 333 Pfingston Road; Northbrook, IL 60062 ti 1.05 SUBMITTALS? A. For OWNER's records, CONTRACTOR shall submit copies of -p rmita licdf ses, certifications, inspection reports, and similar documents, correspond6nce and records established in conjunction with compliance with standards and regulations b-wring uppn performance of the Work. 1.06 DEFINITIONS N, A. Indicated: 1. The term "indicated" is a cross-reference to details, notes, or schedules on the drawings, to other paragraphs or schedules in the specifications and to similar means of recording requirements in the Contract Documents. Section 01 42 00-5 3604.007 2. Where terms such as "shown," "noted," "scheduled," and "specified" are used in lieu of "indicated", it is for the purpose of helping the reader locate cross-reference, and no limitation is intended except as specifically noted. B. Approve (or Words of Similar Nature).- 1 . Where used in conjunction with ENGINEER's response to submittals, requests, applications, inquiries, reports, and claims by CONTRACTOR, the meaning of the term "approve" will be held to the limitation of ENGINEER's responsibilities. 2. In no case will "approval" by ENGINEER be interpreted as a release of CONTRACTOR from responsibility to fulfill requirements of the Contract Documents. C. Minimum Requirements: 1. Indicated requirements are for a specific minimum acceptable level of quality or quantity, as recognized in the industry. 2. Actual work must comply with (or within specified tolerances) or exceed minimums. 3. CONTRACTOR shall refer uncertainties to ENGINEER before proceeding. D. Abbreviations: Abbreviations, where not defined in the Contract Documents, will be interpreted to mean the normal construction industry terminology. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION N t`^v N i N Section 01 42 00-6 3604.007 SECTION 0145 00 QUALITY CONTROL PART 1—GENERAL 1.01 DIVISION ONE A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contract(s). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 SUMMARY A. Work Includes: 1. Quality Assurance —Control of Installation. 2. Tolerances. 3. Manufacturers' Field Services and Reports. 1.03 QUALITY ASSURANCE —CONTROL OF INSTALLATION A. CONTRACTOR shall monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship to produce Work of specified quality. B. CONTRACTOR shall comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, CONTRACTOR shall request clarification from ENGINEER before proceeding. D. CONTRACTOR shall comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Work shall be performed by persons qualified to produce workmanship of specified quality- F. CONTRACTOR shall secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1.04 TOLERANCES A. CONTRACTOR shall monitor tolerance control of installed products to goduce acceptable work and shall not permit tolerances to accumulate. CD C_ B. CONTRACTOR shall comply with manufacturers' tolerances Sho`u1d manufacturers' tolerances conflict with Contract Documents, CONTRACTOR shall requpfit clarification from ENGINEER before proceeding. _a C. CONTRACTOR shall adjust products to appropriate dimensions;:!position before securing products in place. r ___a Section 01 45 00-1 3604.007 1.05 MANUFACTURERS' FIELD SERVICES AND REPORTS A. When specified in individual specification sections or when requested by ENGINEER, CONTRACTOR shall require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, and quality of workmanship. B. CONTRACTOR shall submit qualifications of observer to ENGINEER 30 days in advance of required observations. C. CONTRACTOR shall report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. D. CONTRACTOR shall submit report in duplicate within 30 days of observation to ENGINEER for information. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION o N `I Section 01 45 00-2 3604.007 SECTION 01 50 00 TEMPORARY FACILITIES PART 1—GENERAL 1.01 DIVISION ONE A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contract(s). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 SUMMARY A. Work Included: 1. Temporary utilities. 2. Temporary stairs and access. 3. Temporary support facilities. 4. Removal of temporary facilities. B. CONTRACTOR shall arrange for and provide temporary facilities as required for proper and expeditious prosecution of the Work. C. CONTRACTOR shall pay all costs, except as otherwise specified, until final acceptance of the Work unless OWNER makes arrangements for use of completed portions of the Work after substantial completion in accordance with the provisions of the 2021 SUDAS. D. CONTRACTOR shall make all temporary connections to utilities and services in locations acceptable to OWNER and local authorities having appropriate jurisdiction. 1. Furnish all necessary labor and materials. 2. Make all installations in a manner subject to the acceptance of such authorities and OWNER. 3. Maintain such connections. 4. Remove temporary installation and connection when no longer required. 5. Restore services and sources of supply to proper operating conditions. 1.03 TEMPORARY UTILITIES A. Temporary Toilets: CONTRACTOR shall provide and maintain sanitary temporary chemical toilets located where approved by OWNER and in sufficient number required for the work force employed by CONTRACTOR. B. Temporary Electrical Services: =' 1. CONTRACTOR shall make all necessary arrangements, furnish,linstalL.,and maintain necessary temporary electrical services at the Site. CONTRACTOR shell remove all temporary services when Project is complete. •yam �Y N) J Section 01 50 00-1 3604.007 2. No permanent electrical equipment or wiring shall be used without express written permission of OWNER. Such approval, if given, shall not affect guarantee period. If OWNER authorizes use of permanent service facilities, CONTRACTOR shall pay all metering costs until acceptance or occupancy (whichever occurs first) of building by OWNER. C. Weather Protection and Temporary Heat: CONTRACTOR shall provide weather protection to protect the Work from damage because of freezing, rain, snow, and other inclement weather. D. Temporary Fire Protection: CONTRACTOR and Subcontractor(s) who maintain or provide an enclosed shed or trailer shall provide and maintain in operating order in each shed or trailer a minimum of one fire extinguisher. More extinguishers shall be provided as necessary. Fire extinguishers shall be minimum dry chemical, nonfreezing -type, UL rating 2A-30BC, with 10-pound capacity for Class A, B, and C fires. E. CONTRACTOR's and Subcontractor(s)' personnel shall refrain from smoking during excavation, laying pipe, backfilling, and other work at the Site which may involve potential contact with explosive vapors or gasoline products. 1.04 TEMPORARY STAIRS AND ACCESS A. CONTRACTOR shall provide and maintain all equipment such as temporary stairs, ladders, ramps, runways, chutes, and so on as required for proper execution of the Work. CONTRACTOR shall be responsible for providing its own scaffolds, hoists, etc. B. All such apparatus, equipment, and construction shall meet all requirements of OSHA, the labor laws, and other applicable State and local laws. Provide stairs with handrails. As soon as possible and where applicable, permanent stairs shall be installed. C. As soon as permanent stairs are created, provide temporary protective treads, handrails, and shaft protection. D. Provide barricades at hazardous locations, complete with signs, temporary general lighting, warning lights, and similar devices as required. 1.05 TEMPORARY SUPPORT FACILITIES A. CONTRACTOR shall provide whatever facilities and services which may be needed to properly support primary construction process and meet compliance requirements and governing regulations. B. CONTRACTOR shall not use permanent facilities except as othervSte ind�cated,-unless authorized by OWNER. 1.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary materials, equipment, services, and construction 's ysoon_,as prackable but no later than just prior to substantial completion inspection. ry B. Clean and repair damage caused by installation or use of temporary facilities and restore existing facilities used during construction to specified, or to original, condition. Section 01 50 00-2 3604.007 C. Minor temporary facilities which interfere with OWNER's operations shall be removed at the end of each Work period. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION -i r t = Z'' N Section 01 50 00-3 3604.007 SECTION 01 57 00 TEMPORARY CONTROLS PART 1—GENERAL 1.01 DIVISION ONE A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contract(s). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 SUMMARY A. Work Included: 1. Dust Control. 2. Water, Erosion, and Sediment Control. 3. Noise Control. 4. Traffic Control. 5. Site Security. 6. Daily Cleanup. ti o .. rm, PART 2—PRODUCTS --I C7 tV NOT APPLICABLE PART 3—EXECUTION 3.01 DUST CONTROL A. CONTRACTOR shall execute the Work by methods to minimize raising dust from construction operations. B. CONTRACTOR shall provide positive means to prevent airborne dust from dispersing into atmosphere. C. CONTRACTOR shall provide partitions, enclosures, etc., within buildings as necessary to confine dust and protect adjacent areas. 3.02 WATER, EROSION, AND SEDIMENT CONTROL A. CONTRACTOR shall grade site to drain and shall maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. CONTRACTOR shall protect Site from puddling or running water. C. CONTRACTOR shall provide erosion control measures as necessary to control discharge of sediment laden water to surface waters and wetlands. Section 01 57 00-1 3604.007 D. Except as provided for in the document, overland discharge of water from dewatering operations shall not be allowed. Depending on water quality, such water shall either be piped directly to the surface water or shall be directed to sedimentation basins or other such structures or features prior to discharge to surface waters so as not to cause damage to existing ground and improvements, erosion, or deposition in the discharge area. E. CONTRACTOR shall use jute or synthetic netting, silt fences, straw bales, dikes, channels, and other applicable measures to prevent erosion of soils disturbed by its construction operation. F. Restoration of the Site shall proceed concurrently with the construction operation. See Drawings and Specifications for erosion control measures in addition to that which may be required above. G. Erosion control measures shall comply with BMP and Iowa DNR Construction State Erosion Manual. 3.03 NOISE CONTROL A. Provide methods, means, and facilities to minimize noise produced by construction operations. 3.04 TRAFFIC CONTROL A. CONTRACTOR shall be responsible for providing all signs, barricades, flagmen, and other traffic control devices in the construction zone. B. All traffic control measures shall meet the requirements of the current edition of the Manual on Uniform Traffic Control Devices, except for exceptions noted in Iowa Admin.760-130.1. N C� C. Do not close or obstruct roadways without approval of OWNER. Q D. Conduct operations with minimum interference to roadways. e' E. Maintain one-way traffic on streets at all times. N 3.05 SITE SECURITY µ ,) A. CONTRACTOR shall have the sole responsibility of safeguarding the Site' perimeter to prevent unauthorized entry to the Site throughout the duration of the Project. CONTRACTOR shall at all times provide such permanent and temporary fencing or barricades or other measures as may be necessary to restrict unauthorized entry to its construction area including construction in public rights -of -way or easements. Site security measures shall include safeguards against attractive nuisance hazards as a result of construction activity. B. CONTRACTOR shall at all times be responsible for the security of the Work including materials and equipment. OWNER will not take any responsibility for missing or damaged equipment, tools, or personal belongings. CONTRACTOR shall have the sole responsibility of safeguarding the Work and the Site throughout the duration of the Project. Section 01 57 00-2 3604, 007 3.06 DAILY CLEANUP A. CONTRACTOR shall clean up the Site and remove all rubbish on a daily basis. B. CONTRACTOR shall clean up public streets and highways and remove any dirt, mud, or other materials due to project traffic on daily basis and shall comply with all local and state ordinances and permit requirements. END OF SECTION Q ;TJ -:N-, > N) Section 01 57 00-3 3604,007 SECTION 01 60 00 MATERIALS AND EQUIPMENT PART 1—GENERAL 1.01 DIVISION ONE 1-11I ,IUL -2 PIS 14:28 p( M1 0t€t'i Vt r y jij A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contract(s). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 SUMMARY A. Work Included: CONTRACTOR shall be responsible for the delivery, handling, storage and protection of all material and equipment required to complete the Work as specified herein. B. Related Sections and Divisions: Specific requirements for the handling and storage of material and equipment are described in other sections of these Specifications. 1.03 PRODUCTS A. Components required to be supplied in quantity within a Specification section shall be the same, and shall be interchangeable. B. CONTRACTOR shall not use materials and equipment removed from existing construction, except as specifically required, or allowed, by the Contract Documents. C. When any construction deviations from the Drawings and/or Specifications necessary to accommodate equipment supplied by CONTRACTOR, result in additional costs to CONTRACTOR or other contractors, such additional costs shall be borne by CONTRACTOR. CONTRACTOR shall also pay any additional costs necessary for revisions of Drawings and/or Specifications by ENGINEER. D. Each major component of equipment shall bear a nameplate giving the name and address of the manufacturer and the catalogue number or designation. 1.04 TRANSPORTATION AND HANDLING A. Materials, products and equipment shall be properly containerized, packaged, boxed, and protected to prevent damage during transportation and handling. B. CONTRACTOR shall not overload any portion of the structure in the transporting or storage of materials. C. CONTRACTOR shall not damage other construction by careless transportation, handling, spillage, staining or impact of materials. D. CONTRACTOR shall provide equipment and personnel to handle products, including those provided by OWNER, by methods to prevent soiling and damage. Section 01 60 00-1 3604.007 E. CONTRACTOR shall provide additional protection during hand ling:10 prevent marring and otherwise damaging products, packaging, and surrounding surfaces. 1 : i3 F. CONTRACTOR shall handle product by methods to7�i 4,i b&Ain�gt or'o erstressing. Lift large and heavy components only at designated lift points. Cl-["f CLERK 1.05 DELIVERY AND RECEIVING 10WA CITY,10"N�\ A. CONTRACTOR shall arrange deliveries of products in accordance with the Progress Schedule, allowing time for observation prior to installation. B. CONTRACTOR shall coordinate deliveries to avoid conflict with the Work and conditions at the Site; work activities of other contractors or OWNER; limitations on storage space; availability of personnel and handling equipment and OWNER's use of premises. C. CONTRACTOR shall deliver products in undamaged, dry condition, in original unopened containers or packaging with identifying labels intact and legible. D. CONTRACTOR shall clearly mark partial deliveries of component parts of equipment to identify equipment and contents to permit easy accumulation of parts and to facilitate assembly. E. Immediately on delivery, CONTRACTOR shall inspect shipment to review that: 1. Product complies with requirements of Contract Documents and reviewed submittals. 2. Quantities are correct. 3. Accessories and installation hardware are correct. 4. Containers and packages are intact and labels legible. 5. Products are protected and undamaged. 1.06 STORAGE AND PROTECTION A. General: 1. CONTRACTOR shall store products, immediately on delivery, in accordance with manufacturer's instructions, with all seals and labels intact and legible. 2. Any additional off -site space required shall be arranged by CONTRACTOR. 3. CONTRACTOR shall allocate the available storage areas and coordinate their use by the trades on the job. 4. CONTRACTOR shall arrange storage in a manner to provide access for maintenance of stored items and for observation. B. In enclosed storage, CONTRACTOR shall: 1. Provide suitable temporary weather tight storage facilities as may be required for materials that will be damaged by storage in the open. 2. Maintain temperature and humidity within ranges stated in manufacturer's instructions. 3. Provide ventilation for sensitive products as required by manufacturer's instructions. 4. Store unpacked and loose products on shelves, in bins, or in neat groups of like items. 5. Store solid materials such as insulation, tile, mechanical and electrical equipment, fittings, and fixtures under shelter, in original packages, away from dampness and other hazards. 6. Store liquid materials away from fire or intense heat and protect from freezing. Section 01 60 00-2 3604.007 C. At exterior storage, CONTRACTOR shall: 1. Store unit materials such as concrete block, brick, steel, pipe, conduit, doorframes, and lumber off ground, out of reach of dirt, water, mud and splashing. 2. Store tools or equipment that carry dirt outside. 7,071 JUL-2 PH 4= 26 3. Store large equipment so as not to damage the Work or present a fire hazard. 4. Cover products subject to discoloration or deterioration from exposure to the il"ents, with impervious sheet material and provide ventilation to avoid cor derisatidn.% " 5. Completely cover and protect any equipment or material which is prime coated or finish painted with secured plastic or cloth tarps. Store out of reach of dirt, water, mud and splashing. 6. Store loose granular materials on clean, solid surfaces such as pavement, or on rigid sheet materials, to prevent mixing with foreign matter. 7. Provide surface drainage to prevent erosion and ponding of water. 8. Prevent mixing of refuse or chemically injurious materials or liquids. 9. Cover aggregates such as sand and gravel in cold wet weather. 10. Remove all traces of piled bulk materials at completion of work and return site to original or indicated condition. 1.07 MAINTENANCE OF STORAGE A. CONTRACTOR shall periodically inspect stored products on a scheduled basis. B. CONTRACTOR shall verify that storage facilities comply with manufacturer's product storage requirements, and verify that manufacturer required environmental conditions are maintained continually. C. CONTRACTOR shall verify that surfaces of products exposed to the elements are not adversely affected and that any weathering of finishes is acceptable under requirements of Contract Documents. D. CONTRACTOR shall perform scheduled maintenance of equipment in storage as recommended by the manufacturer. A record of the maintenance shall be kept and turned over to ENGINEER when the equipment is installed. 1.08 INSTALLATION REQUIREMENTS A. Manufactured articles, materials, and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned as directed by the respective manufacturers, unless otherwise specified. B. After installation, CONTRACTOR shall protect all materials and equipment against weather, dust, moisture, and mechanical damage. C. CONTRACTOR shall be responsible for all damages that occur in connection with the care and protection of all materials and equipment until completion and final acceptance of the Work by OWNER. Damaged material and equipment shall be immediately removed from the Site. Section 01 60 00-3 3604.007 1.09 EQUIPMENT WARRANTIES A. Warranties shall be nonprorated, include all parts and labor, and be in written form. Warranties shall specifically exclude buyer's indemnification IT Wjaryr�ty�;la.9guage shall not eliminate manufacturer's responsibility for sizing of the 61 uiprMent. During ranty period, manufacturer shall be responsible for any travel expenses, outside porttractor fees, and rental equipment fees associated with providing warranty se�viee.IManyfacturer shall pay expenses incurred for repairs and parts replacement not made by manufacturer if manufacturer's response is not within 72 hours of notification by OWNER. Warranty language shall be provided with the shop drawings. 1.10 CONCRETE EQUIPMENT BASE A. Cast -in -place concrete equipment bases shall be provided for all new equipment including electrical panelboards, bus charging equipment, etc. Concrete equipment bases shall be provided by CONTRACTOR except where specifically noted to be provided by others. Bases shall be 3 1/2-inch minimum height and shall be a minimum of 3 inches larger than equipment being supported. Grouting of equipment bases shall be as recommended by equipment manufacturer. B. Concrete and grout shall meet applicable sections of the specifications. C. Provide all anchor bolts, metal shapes and templates to be cast in concrete or used to form concrete for support of equipment. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION Section 01 60 00-4 3604.007 SECTION 01 73 29 CUTTING, PATCHING, AND ALTERATIONS PART 1—GENERAL 1.01 DIVISION ONE 2021 JUL -2 PM 4: 28 CITY CLERK 10YVA CITY, 10W,� A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contract(s). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 SUMMARY A. Work Included: CONTRACTOR shall be responsible for all cutting, fitting, patching, and other alterations required to complete the Work as specified herein or to: 1. Make its several parts fit together properly. 2. Uncover portions of the Work to install improperly sequenced Work. 3. Remove and replace defective Work. 4. Remove and replace Work not conforming to requirements of the Contract Documents. 5. Remove samples of installed Work as specified for testing. 6. Provide penetrations of surfaces for installation of piping and electrical conduit. 7. Rehabilitate or renovate existing spaces. 1.03 REFERENCES A. ANSI All Safety Requirements for Construction and Demolition. 1.04 QUALITY ASSURANCE A. CONTRACTOR shall perform all cutting, patching, and alterations in strict accordance with pertinent requirements of these Specifications. B. Except as modified by governing codes, CONTRACTOR shall comply with the applicable provision and recommendations of ANSI A10. 1.05 SUBMITTALS A. CONTRACTOR shall submit a written request to OWNER well in advance of executing any cutting or alteration which affects the following: 1. Work of OWNER or any separate contractor. 2. Structural value or integrity of any element of the Project. 3. Integrity or effectiveness of weather -exposed or moisture -resistant elements or systems. 4. Efficiency, operational life, maintenance, or safety of operational elements. 5. Visual qualities of sight -exposed elements. B. The request shall include: 1. Description of affected work. 2. The necessity for cutting, patching, or alteration. 3. Effect on work of OWNER, any separate contractor, or on the structural or weather-proof integrity of the Project. Section 01 73 29-1 3604.007 4. Description of proposed work to include: a. Scope of cutting, patching, or alteration. _ . b. Trades who will execute the Work. c. Products proposed to be used. d. Extent of refinishing to be done. 7Ii2� JUL _ ��) t�; �c 5. Alternatives to cutting and patching. 6. Written permission of any separate contractor whose work will be affected;'; C. Submit written notice to OWNER designating the date and the time the Work will be uncovered or executed. 1.06 SCHEDULING AND COORDINATION A. All work under this section shall be coordinated with OWNER's work forces and those of other contractors and shall be accomplished at times acceptable to OWNER. B. Before starting any work relating to existing utilities (electrical, sewer, water, heat, gas, fire lines, etc.) that will temporarily discontinue or disrupt service to the existing building, notify ENGINEER and OWNER 72 hours in advance and obtain OWNER's approval before proceeding with this phase of the Work. Temporary facilities, if required, shall be in place prior to disruption of service. PART 2—PRODUCTS 2.01 NEW MATERIALS A. For replacement of work removed, CONTRACTOR shall use materials which comply with the pertinent sections of these Specifications. B. All new materials for patching and extending work shall match existing products and work. C. CONTRACTOR shall determine type and quality of existing products by inspection and any necessary testing and workmanship by use of existing as the standard. PART 3—EXECUTION 3.01 INSPECTION A. CONTRACTOR shall inspect existing conditions including elements subject to movement or damage during cutting, patching, and other alterations. B. After uncovering the Work, CONTRACTOR shall inspect conditions affecting installation of new products or performance of new work. C. CONTRACTOR shall report unsatisfactory or questionable conditions to ENGINEER in writing. D. CONTRACTOR shall not proceed with work until unsatisfactory or questionable conditions are resolved. Section 01 73 29-2 3604.007 E. Beginning of cutting, patching, and alterations work means acceptance of existing conditions by CONTRACTOR. 3.02 PREPARATION AND PROTECTION A. CONTRACTOR shall provide temporary bracing, shoring, needling, and support of the structure during alterations work as necessary to prevent collapse, settling, or deflection and to protect persons and property from injury or damage. B. Temporary supports must adequately carry all existing and imposed load. C. CONTRACTOR shall provide and maintain temporary protection of surface finishes, equipment, and adjacent work designated to remain where demolition, removal, and new work is being done, connections are being made, materials are being handled, or equipment is being removed. D. CONTRACTOR shall provide temporary partitions or barriers to contain all dust, dirt, and debris from entering into finished areas or areas where OWNER is operating, storing, or manufacturing products. E. CONTRACTOR shall provide adequate fire protection in accordance with local Fire Department requirements. F. CONTRACTOR shall provide waterproofing, weather protection, heat, and other facilities for that portion of the Work which may be exposed by cutting and patching, demolition, or other alterations. G. CONTRACTOR shall cut, move, or remove items as necessary for access to alterations and renovations work and replace and restore at completion of the Work. H. CONTRACTOR shall prepare surfaces and remove surface finishes to provide for proper installation of new work and new finishes. CONTRACTOR shall be responsible for any damage to the existing structure or its contents directly or indirectly by its crews or those of its subcontractors. 3.03 PERFORMANCE A. CONTRACTOR shall accomplish all work of cutting, removal, demolition, patching, or other alterations using only persons skilled in the appropriate trade. B. CONTRACTOR shall execute the Work in a careful and orderly manner with the least possible disturbance to the public and to the occupants of the building. C. CONTRACTOR shall execute cutting and demolition by methods which will prevent damage to other work and will provide proper surfaces to receive installation of repairs., D. CONTRACTOR shall execute fitting and adjustment of products kA p'rovide a finished installation to comply with specified products, functions, tolerances, and'finisH. -3 E. CONTRACTOR shall fit work airtight to pipes, sleeves, ducts, canduhf, and- other penetrations through surfaces. v Section 01 73 29-3 3604.007 F. CONTRACTOR shall thoroughly clean and prepare all surfaces to receive new finish or covering to completely remove all dirt, dust, grease, oil, paint, loose materials, and soil. G. CONTRACTOR shall refinish entire surface as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to nearest intersection. 2. For an assembly, refinish entire unit. 3.04 DEMOLITION, CUTTING, AND REMOVAL A. Cutting and removal of construction shall be performed by CONTRACTOR so as not to cut or remove more than is necessary and so as not to damage adjacent work. B. CONTRACTOR shall cut out embedded anchorages and attachment items as required to properly provide for patching and repair of the respective finishes. C. CONTRACTOR shall not cut structural work in a manner resulting in a reduction of load -carrying capacity or load/deflection ratio. D. CONTRACTOR shall not cut operational elements and safety components in a manner resulting in decreased performance, shortened useful life, or increased maintenance. E. CONTRACTOR shall not cut work exposed to view (exterior or interior) in a manner resulting in noticeable reduction of visual qualities as determined by OWNER. F. Construction that is to remain which is loosened, cracked, or otherwise damaged or defaced as a result of careless cutting or demolition and is unsuitable for use intended shall be removed and replaced at no additional cost to OWNER. G. CONTRACTOR shall clean demolished areas and remove debris, waste, and rubbish from the building at the conclusion of each day's work. H. CONTRACTOR shall not let piled waste material endanger the structure. 3.05 PATCHING, EXTENDING, AND MATCHING A. Patching work shall conform to the standards of the Specifications where applicable, and where not specified, work shall conform to the highest standards of the applicable trade. B. CONTRACTOR shall patch construction to match adjacent work unless noted otherwise. C. Patching or restoration shall be carried to natural breaks (e.g., corners) wherever possible. D. CONTRACTOR shall provide adequate support to substrate for patchbi_g finis4s END OF SECTION'-�"""' N tz� Section 01 73 29-4 3604,007 SECTION 01 77 00 CONTRACT CLOSEOUT PART 1-GENERAL 1.01 DIVISION ONE A. The requirements of Division 01 and the 2021 SUDAS apply to all sections of the Contract(s). Where there are conflicting or duplicate requirements, the 2021 SUDAS specifications shall apply. 1.02 SUMMARY A. Work Included: 1. Closeout procedures. 2. Final cleaning. 3. Adjusting. 4. Project record documents. 5. Warranties. 1.03 CLOSEOUT PROCEDURES A. CONTRACTOR shall provide submittals to ENGINEER that are required by governing or other authorities. B. CONTRACTOR shall comply with 2021 SUDAS and Supplementary Conditions and complete the following before requesting ENGINEER's observation of the Work or designated portion thereof for substantial completion. 1. Submit executed warranties, workmanship bonds, maintenance agreements, inspection certificates, and similar required documentation for specific units of Work, enabling OWNER's unrestricted occupancy and use. 2. Submit record documentation, maintenance manuals, tools, spare parts, keys, and similar operational items. 3. Submit consent of surety (if surety required in Contract). 4. Complete final cleaning, touch-up work of marred surfaces, and remove temporary facilities and tools. 1.04 FINAL CLEANING A. It is CONTRACTOR's responsibility to completely clean up the inside and outside of all buildings and the construction site at the completion of the Work. B. CONTRACTOR shall clean areas of the building in which painting and finishing work is to be performed just prior to the start of this work and maintain these;;^-6reas an satisfactory condition for painting and finishing. This cleaning includes:. 1. Removal of trash and rubbish from these areas. c->; 2. Broom cleaning of floors. 3. Removal of any plaster, mortar, dust, and other extraneous Tn6teri�#_q from: finish surfaces, including but not limited to exposed structural steel, miscellaneous7etal, masonry, concrete, mechanical equipment, piping, and electrical equipment. Section 01 77 00-1 3604.007 C. In addition to the cleaning specified above and the more specific cleaning that may be required in various technical sections of the Specifications, CONTRACTOR shall prepare the Project for occupancy by a thorough cleaning throughout, which shall include the following: 1. Clean interior and exterior glass surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. 2. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. 3. Replace filters of operating equipment. 4. Clean debris from roofs, gutters, downspouts, and drainage systems. 5. Clean site; sweep paved areas, rake clean landscaped surfaces. 6. Remove waste and surplus materials, rubbish, and construction facilities from the Site. 1.05 ADJUSTING A. CONTRACTOR shall adjust operating products and equipment to provide smooth and unhindered operation. 1.06 PROJECT RECORD DOCUMENTS A. CONTRACTOR shall maintain on Site one set of the following record documents to record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. CONTRACTOR shall make entries that are complete and accurate, enabling future reference by OWNER. C. CONTRACTOR shall store record documents separate from documents used for construction. D. CONTRACTOR shall record information concurrent with construction progress. E. Specifications: CONTRACTOR shall legibly mark and record at each Product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized- 3. Changes made by addenda and modifications. F. Record Drawings: CONTRACTOR shall legibly mark each item to record actuatsonstkuction including: 1. Measured depths of foundations in relation to finish floor datum. r� 2. Measured horizontal and vertical locations of underground utilities and apBurtenances referenced to permanent surface improvements. - 3. Measured locations of internal utilities and appurtenances concealed in -...Construction referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. Section 01 77 00-2 3604.007 5. Details not on original Contract drawings. 1.07 WARRANTIES A. CONTRACTOR shall provide warranties beyond project one-year warranty as required by technical sections and as follows. B. Submit warranty information as follows: 1. Provide notarized copies. 2. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and manufacturers, and provide Table of Contents and assemble in three-ring binder with durable cover. 3. Submit with request for certificate of Substantial Completion. 4. For items of work delayed beyond date of Substantial Completion, provide updated submittal within 10 days after acceptance listing date of acceptance as start of warranty period. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION r.i c_=0 Q N co Section 01 77 00-3 3604.007 SECTION 05 50 00 METAL FABRICATIONS PART 1—GENERAL 1.01 SUMMARY A. Work Included: Shop -fabricated carbon steel. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern work in this section. 1.02 REFERENCES A. ASTM A36—Carbon Structural Steel. B. ASTM A53—Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless. C. ASTM A123—Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. D. ASTM A143—Practice for Safeguarding Against Embrittlement of Hot -Dipped Galvanized Structural Steel Products and Procedure for Detecting Embrittlement. E. ASTM A153—Zinc Coating (Hot -Dip) on Iron and Steel Hardware. F. ASTM A307—Carbon Steel Bolts, Studs, and Threaded Rod 60,000 psi Tensile Strength. G. ASTM A384—Practice for Safeguarding Against Warpage and Distortion During Hot -Dip Galvanizing of Steel Assemblies. H. ASTM A385—Practice for Providing High -Quality Zinc Coatings (Hot -Dip). ASTM A500—Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. J. ASTM A780—Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings. K. ASTM A992—Structural Steel Shapes. L. ASTM A1008—Standard Specification for Steel, Sheet, Cold -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with Improved Formability, Solution Hardened, and Bake Hardenable. M. ASTM A1011—Standard Specification for Steel, Sheet and Strip, Hoj4tolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with[ proved Formability, and Ultra -High Strength. N. AWS A2.0—Standard Symbols for Welding, Brazing, and Nondestructive L"Aamination. M `v O. AWS D1. 1 —Structural Welding Code —Steel J_ ry Section 05 50 00-1 3604.007 1.03 DESIGN REQUIREMENTS A. All fabrications shall meet applicable code requirements including OSHA. 1.04 SUBMITTALS FOR REVIEW A. Comply with pertinent provisions of Section 01 33 00—Submittals. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, sections, elevations, and details where applicable. C. Mill Test Reports: Submit indicating structural strength and composition. D. Indicate welded connections using standard AWS A2.0 welding symbols. Indicate net weld lengths. 1.05 QUALITY ASSURANCE A. Fabricate steel members in accordance with AISC Code of Standard Practice. B. Welders Certificates: Certify welders employed on the work, verifying AWS qualification within the previous 12 months. 1.06 QUALIFICATIONS A. Qualify welding processes and welding operators in accordance with AWS Standard Qualifications Procedures. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver all materials to job site properly marked to identify the structure for which it is intended and at such intervals to allow uninterrupted progress of the work. Marking shall correspond to markings indicated on the shop drawings. B. Store all members off the ground using pallets, platforms, or other supports. C. Do not store materials on the structure in a manner that might cause distortion or damage to the members of the supporting structures. D. In the event of damage, immediately make all repairs and replacements necessary at no additional cost to OWNER. ti PART 2—PRODUCTS rc ~ 2.01 MATERIALS —CARBON STEEL ,~< -v A. Steel Sections: - .C.. 1. ASTM A36 (channels, angles, plates). N) 2. ASTM A992 (wide flange sections). Co 3. Pipe: ASTM A53, Grade B. Section 05 50 00-2 3604.007 4. Tubes: ASTM A500, Grade B. 5. Silicon content of steel members to be hot -dipped galvanized shall be in the range of 0 to 0.04%. Submit mill test reports confirming compliance. B. Sheet Steel: ASTM A1011. C. Plain Washers: Round carbon steel complying with FS FF-W-92. D. Bolts and Nuts: ASTM A307 Grade A, or galvanized to ASTM A153 for galvanized components for exterior use and where built into exterior walls. E. Lock Washers: Helical spring -type carbon steel complying with FS FF-W-84. F. Welding Electrodes: Comply with AWS D1.1. E70XX electrodes for carbon steel. For ASTM A992 steel and any other steel with 50 ksi or greater yield strength, use only E7018 or other E70XX electrodes specifically permitted by AWS D1.1. G. Select fasteners for the type, grade, and class required. 2.02 FABRICATION A. Fabrication and Assembly: 1. Fabricate items of structural steel in accordance with AISC Specifications and as indicated on the approved shop drawings. 2. Properly mark and match -mark materials for field assembly and for identification as to structure and site for which intended. 3. Fabricate for delivery sequence which will expedite erection and minimize field handling of materials. 4. Where finishing is required, complete the assembly, including welding of units, before start of finishing operation. 5. Provide finish surfaces of members exposed in the final structure free of markings, burrs, and other defects. B. Connections: 1. Bolts and washers of all types and sizes shall be provided for completion of all field erection. 2. Comply with AWS Code for procedures, appearance, and quality of welds used in correcting welded work. 3. Assemble and weld built-up sections to produce true alignment of axes without warp. 4. Welding shall be done by the shielded arc process. 5. All welds shall be chipped, ground smooth, and primed immediately after fabrication. C. Workmanship: 1. Use materials of size and thickness shown or, if not shown, of size andihickness to produce strength and durability in the finished product. 2. Work to dimensions shown or accepted on the Shop drawings using-praven details of fabrication and support. 3. Form exposed work true to line and level, with accurate angles adq sijrfa'ces, and with straight sharp edges. 4. Form bent metal corners to smallest radius possible without causing ,grain -separation or otherwise impairing works. . 5. Cap all open ends of pipe and structural tubing. N) c> Section 05 50 00-3 3604.007 6. Weld corners and seams continuously, complying with AWS recommendations. At exposed connections, grind exposed welds smooth and flush; match and blend with adjoining surfaces. 7. Provide for anchorage of the type shown. Coordinate with supporting structures. Fabricate and space the anchoring devices to provide adequate support for intended use. 8. Cut, reinforce, drill, and tap miscellaneous metal work as indicated to receive hardware and similar items. 2.03 FINISHES A. Do not prime surfaces where galvanizing or field welding is required. B. Structural Steel Members: Galvanize after fabrication to the requirements in this section and ASTM A123. C. Galvanizing: 1. All items, except piping designated to be galvanized, shall be hot -dipped galvanized in accordance with ASTM Specification A123 and A153. Piping shall be hot -dipped galvanized in accordance with ASTM A53. Furnish a Certificate of Compliance stating that the galvanizing complies with ASTM Specifications and Standards and all other applicable requirements specified herein. 2. Fabrication of items to be galvanized shall be in accordance with ASTM A143, A384, and A385. Structural steel shall be fabricated generally in accordance with Class 1 guidelines as shown in Recommended Details for Galvanized Structures as published by the American Hot Dip Galvanizer's Association, Inc. 3. Galvanized items shall be handled, transported, and stored to prevent damage or staining to the coating. Maintain adequate ventilation and continuous drainage. 4. Silicon content for steel to be hot -dipped galvanized shall be in the range of 0 to 0.04%. 5. Steel work shall be precleaned utilizing a caustic bath, acid pickle and flux, or shall be blast cleaned and fluxed. In either case, all surface contaminants and coatings shall be removed. 6. All welding shall be performed in accordance with the American Welding Society publication D19.0-72, Welding Zinc Coated Steel. All uncoated weld areas shall be touched up. D. Aluminum shall have a mill finish unless otherwise specified. Any aluminum in contact with concrete or dissimilar metal shall be coated with multiple coats of bituminous paint, minimum 10 mils dry. PART 3—EXECUTION 0 3.01 EXAMINATION r; C C A. Correct conditions detrimental to the proper and timely completion of the.woVE -tiC, N B. Do not proceed until unsatisfactory conditions have been corrected. -<r— co Section 05 50 00-4 3604.007 3.02 PREPARATION A. Furnish setting drawings, diagrams, templates, instructions, and directions for installation of anchorages such as concrete inserts, anchor bolts, and miscellaneous items having integral anchors which are to be embedded in concrete construction. B. Coordinate delivery of such items to project. C. Clean and strip primed steel items to bare metal where site welding is required. 3.03 INSTALLATION A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications to in -place construction including threaded fasteners for concrete inserts, toggle bolts, through bolts, lag bolts, wood screws, and other connectors. B. Cutting, Fitting, and Placement: 1. Perform cutting, drilling, and fitting for installation of miscellaneous metal fabrications. 2. Set work accurately in location, alignment, and elevation and make plumb, level, true, and free from rack measured from established lines and levels. 3. Fit exposed connections accurately together to form tight hairline joints. 4. Weld connections that are not to be left as exposed joints, grind joints smooth, and touchup shop paint coat or galvanizing repair. 3.04 FIELD WELDING A. Comply with AWS Code for procedures of manual shielded metal arc welding (steel, stainless steel) and gas metal arc welding (aluminum), appearance and quality of weld made, and methods in correcting welding work. 3.05 TOUCH-UP PAINTING A. Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting in accordance with Section 09 91 00—Painting. 3.06 GALVANIZING REPAIR A. Areas damaged by welding, flame -cutting, or during handling, transport, or erection shall be repaired by one of the following methods whenever damage exceeds 3/16 inch in width. 1. Cold Galvanizing Compound- a. Surfaces to be reconditioned with zinc -rich paint shall be clean, dry, and free of oil, grease, and corrosion products. b. Areas to be repaired shall be power disc -sanded to bright metal. So t6t a smooth reconditioned coating can be effected, surface preparation shall, extend into the undamaged galvanized coating. �= c. Touch-up paint shall be an organic cold -galvanized compound having a minimum of 94% zinc dust in the dry film. d. The paint shall be spray- or brush -applied in multiple coats until a dryfftm thickness of 8 mils minimum has been achieved. A finish coat of alum tn4m ipint shall be applied to provide a color blend with the surrounding galvanizing. v r� Section 05 50 00-5 3604.007 e. Coating thickness shall be verified by measurements with a magnetic or electromagnetic gauge. 2. Zinc -Based Solder: a. Surfaces to be reconditioned with zinc -based solder shall be clean, dry, and free of oil, grease, and corrosion products. b. Areas to be repaired shall be wire -brushed. c. Heat shall be applied slowly and broadly close to but not directly onto the area to be repaired. The zinc -based solder rod shall be rubbed onto the heated metal until the rod begins to melt. A flexible blade or wire brush shall be used to spread the melt over the area to be covered. The zinc -based solder shall be applied in a minimum thickness of 2 mils. d. Coating thickness shall be verified by measurements with a magnetic or electromagnetic gauge. END OF SECTION CD �-i n N r- (V co Section 05 50 00-6 3604.007 SECTION 05 56 00 ANCHOR BOLTS AND POST -INSTALLED ANCHORS PART 1—GENERAL 1.01 SUMMARY A. Work Included: Anchor bolts, expansion bolts, adhesive anchors, and screw anchors. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern work in this section. 1.02 REFERENCES A. ASTM A36/A36M—Standard Specification for Carbon Structural Steel. B. ASTM F1554—Anchor Bolts, Steel, 36, 55, and 105-ksi yield strength. C. ICC-ES International Code Council —Evaluation Service. D. AC 193—Acceptance Criteria for Mechanical Anchors in Concrete Elements. E. AC 308—Acceptance Criteria for Post -Installed Adhesive Anchors in Concrete. F. ACI 355.2—Qualification of Post -Installed Mechanical Anchors in Concrete an4ommentary. D c_ G. ACI 355.4—Qualification of Post -Installed Adhesive Anchors in Concrete. and Gbmmentary. PART 2—PRODUCTS 2.01 GENERAL A. Unless indicated otherwise on the drawings or specified, use the following bolt material for the various installation situations: 1. Stainless Steel: For all submerged locations, below final grade, and in contact with aluminum appurtenances and other items not to be painted. Also for anchoring equipment, unless otherwise specified. 2. Steel: In other locations in contact with items to be painted or encased in concrete. 2.02 ANCHOR BOLTS A. Anchor bolts complete with washers and nuts shall be fabricated as shown or as specified by the equipment manufacturer and unless otherwise indicated shall be hot -dip galvanized carbon steel or 316 stainless steel. Anchor bolts shall, as a minimum, conform to the requirements of ASTM F1554-Grade 36. B. Stainless steel anchor bolts shall be used in all submerged locations, below final grade, and in contact with aluminum and other items not to be painted. Galvanized anchor bolts shall be used elsewhere. Section 05 56 00-1 3604.007 2.03 EXPANSION BOLTS A. Expansion bolts shall be KWIK Bolt TZ by Hilti, Inc., Power -Stud+ SD2, SD4, or SD6 by DeWalt, Strong -Bolt or Strong -Bolt 2 by Simpson Strong -Tie Anchor Systems, or approved equal. B. All expansion bolts shall comply with the 2018 International Building Code, AC 193, and ACI 355.2. They shall be ICC-ES approved for use in cracked and uncracked concrete. C. Expansion bolts will not be permitted as substitutes for embedded anchor bolts except with the prior written acceptance of ENGINEER or where otherwise specifically called for. 2.04 ADHESIVE ANCHORS A. Adhesive anchors shall be HIT HY 200 by Hilti, Inc., Red Head C6+ or Red Head A7+ by ITW, Pure 110+ or AC200+ by DeWalt, Set-XP by Simpson Strong -Tie Anchor Systems, or approved equal. B. All adhesive anchors shall comply with the 2018 International Building Code, AC 308, and ACI 355.4. They shall be ICC-ES approved for use in cracked and uncracked concrete. 2.05 SCREW ANCHORS A. Screw anchors shall be KWIK HUS-EZ by Hilti, Inc., Screw -Bolt by DeWalt, Titen-HD by Simpson Strong -Tie Anchor Systems, or approved equal. B. All screw anchors shall comply with the 2018 International Building Code. They shall be ICC-ES approved for use in cracked and uncracked concrete. PART 3—EXECUTION 3.01 ANCHOR BOLTS A. Anchor bolts for structural members shall be located as shown and specified. B. Anchor bolts for mechanical equipment shall have embedment length, edge distances, and spacing as required by the equipment manufacturer. C. All dirt or foreign materials shall be removed prior to embedding into concrete. After anchor bolts have been embedded, their threads shall be protected by grease and by installing the nuts or by other means until the time of installation of the equipment or metal work. 3.02 EXPANSION BOLTS A. Unless otherwise noted on the drawings, expansion bolt edge distance^an,d spacing shall be in accordance with manufacturer's printed installation instructions.= t B. Bolt embedment shall at least equal 6-bolt diameters. ►v °- (r . 0 C. Installation procedures shall be in accordance with the manufacture,6 pririfed installation instructions. ry Co Section 05 56 00-2 3604.007 D. Where location of bolts is adjustable, reinforcing steel shall be located prior to drilling holes and bolts shall be located to clear reinforcing steel. 3.03 ADHESIVE ANCHORS A. At locations shown on the drawings, reinforcing bars or threaded rod shall be provided in existing concrete by drilling holes, injecting epoxy adhesive, and inserting the reinforcing bar. B. All existing surfaces to receive adhesive anchors, including the entire area in contact with the new concrete, shall be cleaned and roughened to amplitude of 1/4 inch. C. Installation procedures shall be in accordance with the manufacturer's printed installation instructions. D. Where location of anchors is adjustable, reinforcing steel shall be located prior to drilling holes and anchors shall be located to clear reinforcing steel. E. CONTRACTOR shall arrange an anchor manufacturer's representative to provide on -site installation training for installation of their adhesive anchor system products. Submit documentation that all CONTRACTOR's personnel or subcontractors who install adhesive anchors have been trained prior to the announcement of anchor installation. F. Adhesive anchors in horizontal and upwardly inclined orientations to resist sustained tension loads are subject to the following requirements: 1. They shall be installed by personnel certified by an applicable certification program. Certification shall include written and performance tests in accordance with the ACl/CRSI Adhesive Anchor Installer Certification program, or equivalent, as approved by ENGINEER. 2. They require continuous special inspection during installation. CONTRACTOR shall notify ENGINEER and Special Inspector of the schedule for these anchor installations to permit coordination of inspections. 3.04 SCREW ANCHORS A. Unless otherwise noted on the drawings, screw anchor edge distance and spacing shall be in accordance with manufacturer's recommendations. B. Anchor embedment shall at least equal 6-bolt diameters. C. Installation procedures shall be in accordance with the manufacturer's printed installation instructions. D. Where location of anchors is adjustable, reinforcing steel shall be located prior to drilling holes and anchors shall be located to clear reinforcing steel. END OF SECTION r�- fT 7 1 'D .L� A ` 4 Section 05 56 00-3 co 3604.007 SECTION 26 05 00 GENERAL ELECTRICAL REQUIREMENTS PART 1—GENERAL 1.01 SUMMARY A. Work includes general requirements for all electrical work. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern Work in this section. 1.02 REFERENCES A. ANSI/NFPA 70—National Electrical Code (NEC). B. ANSI/IEEE C2—National Electrical Safety Code. 1.03 CONTRACT DOCUMENTS A. Any equipment roughed in improperly and/or not positioned on implied centerlines or as dictated by good practice shall be repositioned at no cost to OWNER. B. The Drawings are generally diagrammatic, and CONTRACTOR shall coordinate the Work so that interferences are avoided. Provide all offsets in conduit, fittings, etc., necessary to properly install the work. All offsets, fittings, etc., shall be provided without additional expense to OWNER. 1.04 REGULATORY REQUIREMENTS A. Conform to ANSI/NFPA 70. B. Conform to ANSI/IEEE C2. C. The rules and regulations of the federal, state, local, and civil authorities and utility companies in force at the time of execution of the Contract shall become a part of this specification. D. Obtain electrical permits and inspections from authority having jurisdiction. Costs for permits and inspections shall be by CONTRACTOR. �a ZD 1.05 CODES AND ORDINANCES = C— A. CONTRACTOR is expected to know or to ascertain, in geneQ--'and.l in detail, the requirements of all codes and ordinances applicable to the construction and operation of systems covered by this Contract. CONTRACTOR shall know or ascertairrte rulings and interpretations of code requirements being made by all authorities :ha -ring furisdic�CO'n over the work to be performed by them. v Section 26 05 00-1 3604.007 B. In preparing a Bid, CONTRACTOR shall include the cost of all items and procedures necessary to satisfy the requirements of all applicable codes, ordinances, and authorities, whether or not these are specifically covered by the Drawings and Specifications. All cases of apparent conflicts between the Drawings, Specifications, and codes shall be brought to ENGINEER's attention, as herein before specified. CONTRACTOR shall carry out work and complete construction as required by applicable codes and ordinances and in such a manner as to obtain approval of all authorities whose approval is required. C. When requested by ENGINEER, CONTRACTOR shall provide written calculations to show compliance with applicable codes or the Contract Documents. This shall include, but not be limited to, conduit and wire sizing, junction and pull box fill and sizing, conductor derating, and voltage drop. CONTRACTOR shall indicate calculation method used as well as compliance with applicable code, drawing, or specification. 1.06 EQUIPMENT PROVIDED BY OWNER A. Included in this Contract are electrical connections to equipment provided by OWNER. CONTRACTOR shall refer to final shop drawings for equipment being furnished by OWNER, for exact location of electrical equipment, and the various connections required. 1.07 ELECTRICAL DISTRIBUTION SYSTEM A. Provide a complete electrical distribution system consisting of components indicated on the Drawings or specified herein including, but not limited to: 1. All miscellaneous equipment coordination and related appurtenances required by power company. 2. 480-volt, three-phase, 4-wire service entrance conductors. 3. Feeders, branch wiring, and electrical distribution equipment. 4. All control wiring. 5. Access panels and access doors for access to equipment installed by Division 26. 6. Wiring between system components if equipment is not prewired. 7. Support system design and supports for electrical raceways. 8. Code -required disconnects. B. CONTRACTOR shall connect all equipment furnished by OWNER consisting of components indicated on the Drawings or specified herein. C. Provide balancing and adjusting of electrical loads. D. CONTRACTOR shall instruct OWNER's representative in the operation and maintenance of all equipment. The instruction shall include a complete operating cycle on all apparatus. E. Provide miscellaneous items for a complete and functioning system as indicated on the Drawings and specified herein. F. A partial list of work not included in Division 26 is as follows: Painting: (exc�t as otherwise specified herein). N co Section 26 05 00-2 3604.007 1.08 NOISE A. Eliminate any abnormal noises that are not considered by ENGINEER to be an inherent part of the systems as designed. Abnormal buzzing in equipment components will not be acceptable. 1.09 DRAWINGS A. The Drawings indicate approximate locations of the various items of the electrical systems. These items are shown approximately to scale and attempt to show how these items should be integrated with construction. Locate all the various items by on-the-job measurements in conformance with Contract Documents and cooperation with other trades. B. Prior to locating equipment, confer with ENGINEER as to desired location in the various areas. In no case should equipment locations be determined by scaling drawings. Relocate equipment and bear cost of redoing work or other trades' work necessitated by failure to comply with this requirement. C. In certain instances, other electrical devices and equipment, etc., may be relocated. Where relocation is within 10 feet of location shown on the Drawings, and when CONTRACTOR is informed of necessary relocation before work is begun on this portion of the job, the relocation shall be at CONTRACTOR's expense. D. The Drawings are schematic in nature and are not intended to show exact locations of conduit, but rather to indicate distribution, circuitry, and control. 1.10 EXISTING UNDERGROUND UTILITIES A. Record drawings of existing underground utilities are not available for this facility. CONTRACTOR shall excavate and verify the location of all underground utilities prior to installing new electrical equipment and prior to making modifications to existing electrical. This shall include, but not be limited to, feeders to structures and equipment, branch circuit wiring, phone and communication cabling, instrument wiring, and control wiring. CONTRACTOR shall temporarily relocate existing underground utilities to keep the existing facility in operation and for any new construction, and all costs for relocating existing electrical shall be included in the Bid. 1.11 SUBMITTALS A. CONTRACTOR shall submit to ENGINEER for approval prior to beginning work, shop drawings on the equipment and materials proposed to be furnished and installed. See Section 01 33 00—Submittals for requirements. B. CONTRACTOR shall, in addition, submit drawings and/or diagrams for reviewaand for job coordination in all cases where deviation from the Contract drawings3 are 60htemplated because of job conditions, interference or substitution of equipment, or when,' requested by ENGINEER for purposes of clarification of CONTRACTOR's intent. GDNTRACTOR shall also submit detailed drawings, rough -in sheets, etc., for all special or storrt-wilt items or equipment. Drawings and details under this section shall include, but -nc .j be limited -to, the following, where applicable to this project: 1. Major feeder routing in plan and elevation, including service entrance •raceways and cable. w co Section 26 05 00-3 3604,007 2. Equipment room layouts showing exact locations and arrangements of equipment, conduit, wiring, etc., and clearances. C. These drawings and diagrams shall show applicable electrical switch and breaker sizes as well as the manufacturer's name and catalog number for each piece of equipment used. D. Equipment and material submittals must show sufficient data to indicate complete compliance with Contract Documents as follows: 1. Proper sizes and capacities. 2. That the item will fit in the available space in the manner that will allow proper service. 3. Construction materials and finishes. E. When the manufacturer's reference numbers are different from those specified, provide correct cross-reference number for each item. The shop drawings shall be clearly marked and noted accordingly. F. When equipment and items specified include accessories, parts, and additional items under one designation, shop drawings shall be complete and include all components. G. See additional requirements of shop drawings under Division 01—General Requirements. PART 2—PRODUCTS 2.01 STANDARD PRODUCTS A. All equipment and products shall be of new manufacture per applicable specifications. B. All equipment shall be UL and NEMA approved. C. Unless specified otherwise, major distribution equipment such as panelboards, SPD, etc., shall each be by the same manufacturer. D. All equipment and wiring shall be selected and installed for conditions in which it will perform (e.g., general purpose, weatherproof, raintight, dustproof, or any other special type). 2.02 SUBSTITUTION OF MATERIALS AND EQUIPMENT A. While it is not the intention of OWNER to discriminate against any manufacturer of equipment which may be equivalent to specified equipment, a strict interpretation of such equivalency will be exercised in considering any equipment offered as a substitute for specified equipment. CONTRACTOR shall submit with each request for approval of substitute material or equipment sufficient data to show conclusively that it is equivalent to that specified in the following respects: 1. Performance: a. Capacity at conditions and operating speeds scheduled shatt,be egUbl to or greater than that of the specified equipment. b. Energy consumption at the point of rating shall not exceed chat' pf they specified equipment. N) c. Vibration and noise production at the point of rating shalk nbt exceed rho of the specified equipment. c 2. Materials of construction. c� Section 26 05 00-4 3604.007 3. Gauges, weights, and sizes of all portions and component parts. 4. Design arrangements, methods of construction, and workmanship. 5. Coatings, finishes, and durability of wearing parts. 6. National reputation of the manufacturer as a producer of first quality equipment of the type under consideration. 7. Availability of prompt, reliable, and efficient service facilities franchised by or affiliated with the equipment manufacturer. This shall include the maintenance of local stocks of critical replacement parts equal to those maintained for the specified equipment. B. Requests for substitution shall include CONTRACTOR's reason for the request. C. If ENGINEER does not consider the items equivalent to those specified, CONTRACTOR shall provide those specified. D. See General Conditions for additional requirements. PART 3—EXECUTION 3.01 UTILITY SERVICES A. Utility connection requirements shall be determined. All costs for coordinating utility service shall be included in the price bid as described in Section 26 21 00—Electrical Service System of these specifications. B. All costs for temporary service, temporary routing of piping, or any other requirements of a temporary nature associated with the utility service shall be included in the Base Bid. C. It is the intent that in the latter stages of construction, the permanent electrical service will be used and the temporary construction service discontinued. The following requirements shall govern the use of the permanent services: 1. Only permanently connected and protected circuits and outlets shall be available. 2. Temporary wiring shall not be connected to permanent distribution equipment. 3. Under the above conditions, the use of permanent service equipment shall in no way affect the Contract conditions of the guarantee. D. It shall be CONTRACTOR's responsibility to police this situation and protect its equipment. 3.02 CONTINUITY OF SERVICE A. CONTRACTOR shall provide and maintain continuous services (power, controls, alarms, etc.) during the entire construction period. B. No service shall be interrupted or changed without permission from OWNER. Written permission shall be obtained before any work is started. C. When interruption of service is required, all persons concerned 6hall :a be,. notified and a prearranged time agreed upon. Notice shall be a minimum of -7.2, .hoLA prior to the interruption. �S —i C--, tV f" av Section 26 05 00-5 3604,007 3.03 CLEANUP AND REMOVAL OF RUBBISH A. All panelboards and disconnect switch enclosures, junction boxes, and pullboxes shall be cleaned of debris and wires neatly arranged with surplus length cut off before installation of covers. B. Equipment shall be thoroughly cleaned of all stains, paint spots, dirt, and dust. All temporary labels not used for instruction or operation shall be removed. 3.04 CONCRETE WORK A. All cast -in -place concrete for new electrical equipment bases shown on the Drawings shall be provided by CONTRACTOR, except where specifically noted to be provided by others. All new equipment shall be set on 3 1/2-inch minimum leveling slabs. B. Concrete shall comply with 2021 SUDAS Specifications. 3.05 PAINTING A. All painting of electrical equipment shall be done by CONTRACTOR unless equipment is specified to be furnished with factory -applied finish coats. B. All electrical equipment shall be provided with factory -applied prime finish, unless otherwise specified. C. If the factory finish on any equipment furnished by CONTRACTOR is damaged in shipment or during construction, the equipment shall be refinished by CONTRACTOR. D. One can of touch-up paint shall be provided for each different color factory finish which is to be the final finished surface of the product. 3.06 CAULKING A. Caulk with a caulking sealant where indicated on the electrical drawings or hereinafter specified. B. Caulking sealant shall be silicone construction sealant as manufactured by General Electric or two-part polysulfide conforming to the requirements and bearing the seal of the Thiokol Chemical Corporation. C. Caulking sealant shall contain no acid or ingredients that will stain stone, corrode metal, or have injurious effect on painting. It shall be colored to match adjacent surroundings. N 3.07 BUILDING ACCESS CD. A. CONTRACTOR shall arrange for the necessary openings in theto allovu for admittance of all apparatus. 70 B. When the installation requires openings and access through existing "construction and the openings are not provided, CONTRACTOR shall provide the necessary openings. J Section 26 05 00-6 3604.007 3.08 COORDINATION A. Provide wiring for all electrically powered or electrically controlled equipment. B. All disconnects, wire, conduit, and other devices for the power and control of electrical equipment shall be provided by CONTRACTOR except as specifically noted elsewhere in these specifications or on the Drawings. C. Where devices are provided by others, they shall be connected and wired by CONTRACTOR. D. CONTRACTOR shall provide all line voltage power and control wiring. CONTRACTOR shall provide raceways for all wiring. E. CONTRACTOR shall connect and wire all apparatus according to approved wiring diagrams furnished by the various trades. 3.09 EXCAVATION AND BACKFILL A. Backfill of exterior trenches shall be compacted granular fill, unless otherwise noted. Compaction shall meet the requirements of 2021 SUDAS Specifications. Refer to Section 26 05 33—Conduit for additional requirements associated with PVC conduit installed in earth. B. Lines passing under foundation walls shall have a minimum of 1 1/2-inch clearance. C. Care shall be taken so that there is no disturbance of bearing soil under foundations. 3.10 EQUIPMENT ACCESS AND LOCATION A. CONTRACTOR shall coordinate work of this division with that of other divisions so that all systems, equipment, and other components will be installed at the proper time, will fit the available space, and will allow proper service access to those items requiring maintenance. This means adequate access to all equipment not just that installed under this division. Any components for the electrical systems that are installed without regard to the above shall be removed and relocated as required to provide adequate access at CONTRACTOR's expense. B. Where various items of equipment and materials are specified and scheduled, the purpose is to define the general type and quality level. Provide materials that will fit properly the types of finishes actually installed. C. All equipment, junction and pull boxes, and accessories shall be installed to permit access to equipment for maintenance. Any relocation of conduits, equipment, or accessories to provide maintenance access shall be accomplished by CONTRACTOR at no additional cost. D. Electrical equipment, devices, instruments, hardware, etc., shall be, _installed with ample space allowed for removal, repair, calibration or changes to the 'equipment. Ready accessibility to equipment and wiring shall be provided without moving other J.EDipment that is to be installed or that is already in place. E. Locate electrical equipment to fit the details, panels, decorating, or fihisb of thm space.'; _ r Section 26 05 00-7 h " 3604.007 3.11 WORKMANSHIP A. All work shall be performed in compliance with the NEC. B. Install work using procedures defined in NECA Standard of Installation. C. Location of process equipment as shown on the Drawings is approximate. D. Utilization equipment and control devices required under these specifications shall be mounted in a code -approved manner. E. Locations of utilization equipment and control devices as shown on the Drawings are within 10 feet of actual positions. Any mounting of this equipment within this 10-foot distance shall be performed at no additional cost to OWNER. F. Unless otherwise noted, conduit shall be fastened to building structure or equipment framework and not placed on the floor. G. Where materials, equipment apparatus, or other products are specified by manufacturer, brand name, and type or catalog number, such designation is to establish standards of desired quality and style and shall be the basis of the Bid. H. Materials and equipment of the types for which there are National Board of Fire Underwriters Laboratories (UL) listings shall be so labeled and shall be used by CONTRACTOR. 3.12 AREA CLASSIFICATION A. As noted on the Drawings. B. Where referenced herein, damp and wet locations shall include, but not be limited to, areas below grade and exterior locations. 3.13 MODIFICATIONS TO EXISTING CONSTRUCTION A. Alterations: 1. Alter, extend, and reconnect conduits as necessary. 2. Reconnect existing conduits that were reused, cut, or exposed because of construction as quickly as possible. 3. Where wiring is involved, new wires shall be "pulled in" between the nearest available accessible reused outlets to the extent allowed by the governing code. 4. Provide new conduits for wires if they cannot be "pulled in" to existing conduits. 5. All new conduits, wiring, and electrical items shall be connected to the existing systems so as to function as a complete unit. 6. Where existing electrical equipment, devices, fixtures, electrically operated items, etc., interfere with any remodeling work, they shall be removed and reinstalled in another location to avoid such interferences. All existing and relocated equipment shall be left in good operating condition. C= >...:.,.� 1 END OF SECTION __ i Section 26 05 00-8 N 3604.007 lD SECTION 26 05 19 �� PART 1—GENERAL 1.01 SUMMARY A. Work Included: 1. Wire. 2. Terminal blocks and accessories. 3. Wiring connections and terminations. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern work in this section. 1.02 QUALITY ASSURANCE A. Manufacturers of Wire: Firms regularly engaged in the manufacture of electrical wire products of the types and ratings needed whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: A firm with at least 5 years of successful installation experience on projects with electrical wiring installation work similar to that in this project. C. Code Compliance: Comply with National Electrical Code (NFPA 70) and any and all local codes as applicable to construction and installation of electrical wiring devices, material, and equipment herein specified. D. UL Labels: Provide electrical material, which has been listed and labeled by Underwriters Laboratories. E. NECA Standard: Comply with applicable portions of National Electrical Contractor's Association's "Standard of Installation." 1.03 SUBMITTALS A. Submit shop drawings and product data under the provisions of Section 01 33 00—Submittals. B. Submit shop drawings for wiring system including layout of distribution devices, branch circuit conduit and cables, and circuiting arrangement. �a C. Submit manufacturer's instructions. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING'` A. Provide factory -wrapped, waterproof, flexible -barrier material for covering Wye on ` 'ood reels, where applicable, and weather -resistant fiberboard containers foractpFy-packaging of wire, connectors, boxes, etc., to protect against physical damage in transit4o not install damaged wire or other material; remove from project site. `0 Section 26 05 19-1 3604.007 B. Store wire and other material in factory -installed coverings in a clean, dry, indoor space which provides protection against the weather. PART 2—PRODUCTS 2.01 WIRE A. All wire for permanent installation shall be new stranded copper delivered to project in unopened cartons or reels, except where specifically noted and be UL listed for the use intended. No wire smaller than 12 AWG shall be used unless specifically noted. The use of multiconductor cable is not allowed. B. Wiring shall be XHHW-2. Wiring shall be rated for 600 volts and 1,000 volts for AC and DC systems. C. Refer to Section 26 05 53—Electrical Identification for required wire insulation color coding and conductor labeling requirements. Initial phase color shall be used throughout the run, even for switch legs. Colors must meet code requirements for each class voltage. Do not duplicate colors, including neutral, on different voltages. D. Circuits 150 feet or over shall be sized for a maximum 2% voltage drop. 2.02 LOW -VOLTAGE WIRING (LESS THAN 100 VOLTS) A. Low -voltage wiring specified in this section shall be applicable to all systems installed that utilize low -voltage wiring where such wiring is not specified in other technical sections. B. All wiring shall have copper conductors with 300-volt insulation rating and meet the requirements of NEC Article 725. C. All conductors must be suitable for the application intended. Conductors 16 AWG and larger shall be stranded. Conductors 18 AWG and smaller may be solid or stranded. D. Control Cable for Class 1 Remote Control and Signal Circuits: Individual conductors twisted together, shielded, and covered with an overall PVC jacket. Cable shall be UL listed, temperature rated, and plenum or nonplenum rated for the application as required in the National Electrical Code. E. Control Cable for Class 2 or Class 3 Remote Control and Signal Circuits shall be constructed, UL listed, temperature rated, and plenum or nonplenum rated for the application as required in the NEC Article 725. 2.03 WIRING CONNECTIONS AND TERMINATIONS A. Provide crimp type UL or ETL listed terminations for 6 AWG and smaller stranded,' conductor connections to electrical devices and equipment such as switches, and terminal ips. Crimp devices shall be Sta-kon, or equal. t"�"'"i fV Section 26 05 19-2 "' 3604.007 B. Provide insulated, silicone -filled spring wire connectors with plastic caps for 8 AWG conductors and smaller. Connectors shall be King Silicone -Filled Safety Connectors, or equal. Spring wire connectors shall only be allowed in junction, outlet, or switch boxes. C. No splices will be allowed unless reviewed by ENGINEER. 2.04 TERMINAL BLOCKS AND ACCESSORIES A. Terminal Blocks: ANSI/NEMA ICS 4: UL listed or UL recognized under UL 467, UL 486E, UL1059, and UL 1953 (power terminals only). B. Power Terminal Blocks: Unit construction type, closed -back type, tin-plated copper, with tubular pressure screw connectors, rated 600 volts as manufactured by Allen-Bradley 1492-PDL, or equal. C. Signal and Control Terminal Blocks: 1. General -Purpose Terminal Blocks: a. Terminal blocks shall be rated up to 600 volts AC/DC. b. Terminal blocks shall accept center -mounted jumper bars without increasing the installed space. c. Terminal blocks shall be Allen-Bradley Bulletin 1492-J, or equal. d. Terminal block color shall be gray. 2. Grounding Terminal Blocks: a. Terminal blocks shall be Allen-Bradley Bulletin 1492--JG, or equal. b. Terminal block color shall be green/yellow. 3. Disconnect -type Terminal Blocks (300-Volt Class): a. Terminal blocks shall be feed -through type with a knife -blade disconnect. b. Terminal blocks shall be Allen-Bradley Bulletin 1492-JKD, or equal, depending on the application. c. Terminal block color shall be gray. 4. Fuse -type Terminal Blocks with Indicator (300-Volt Class): a. Terminal blocks for applications from 100 to 300 volts AC shall be Allen-Bradley Bulletin 1492-H4, or equal, with neon blown -fuse indicator. b. Terminal blocks for applications from 10 to 50 volts AC/DC shall be Allen-Bradley Bulletin 1492-1-115, or equal, with LED blown -fuse indicator. c. Terminal block color shall be black. 5. Terminal blocks shall have self-locking screw compression clamps rated for the size of conductors being terminated and upstream overcurrent protection for each application. 6. The same manufacturer and style of terminal block shall be used throughout the entire project for all applications. 7. Terminal blocks shall have tin-plated copper current bars and tin-plated steel screws. Terminal housings shall be completely finger safe from all live circuits and be constructed of self -extinguishing material with minimum UL 94-VO flammability rating. 8. Terminal blocks shall accept pre-printed, snap -in labeling cards on both sides without increasing the installed space. Provide terminal block manufacturer's end barriers and screw -type retainers for all terminal block groupings. 9. Terminal blocks shall mount on standard DIN rail and shall b6'able° be removed without removing adjacent terminal blocks. _ 10. Multi -level terminal blocks and stacked, single -level terminal block -installations are not acceptable. Z74r-) rJ F _. r-- _� r-r) -v 8 D. Refer to Section 26 05 53—Electrical Identification for terminal block,f;3661inr_'Tequifements. Section 26 05 19-3 3604.007 PART 3—EXECUTION 3.01 GENERAL WIRING METHODS A. Install electrical wire and connectors in accordance with the manufacturer's written instructions, applicable requirements of the NEC, the National Electrical Contractors Association's "Standard of Installation," and in accordance with recognized industry practices so that products serve the intended functions. Use appropriate wiring methods and materials for the equipment or environment. B. Stranded conductors shall be terminated using crimp -type devices specified herein. Conductors may not be wrapped around a terminal screw. C. Place an equal number of conductors for each phase of a circuit in the same raceway. D. Torque conductor connections and terminations with calibrated torque wrench to manufacturer's recommended values. Provide permanent marking on lug, bolt, nut, or connection for conductors larger than 4 AWG. E. Splice only in junction or outlet boxes. Splicing is not allowed in disconnects, panelboards, control panels, equipment, etc. Avoid splices between terminals of interconnecting power and control wiring. F. Spring wire connectors shall only be used in junction, outlet, or switch boxes. Equipment wireways (e.g., panelboards, disconnects, etc.), and control panels shall not have any spring -wire connectors installed; all terminations shall be on terminal strips. G. Neatly train, lace, and tie wrap all wiring inside boxes, equipment, and panelboards. H. Make conductor lengths for parallel circuits equal. I. The same color shall be used for each numbered wire throughout its entire length. J. Terminate all wiring at equipment on terminal blocks. This shall include all spare or unused wires. K. Provide a dedicated neutral for each branch circuit or feeder requiring a neutral. Ampacity of neutral conductor shall match that of the branch circuit or feeder. L. Do not use a pulling means that can damage the raceway. M. Signal wiring (below 100 volts) must be in a conduit separate from power and/or control wiring (over 100 volts). Signal wire shall include, but not be limited to, data communications and communication wiring. N. Provide junction or pull boxes to facilitate the "pulling in" of wires ar"to m.1ke necessary connections. All raceways and apparatus shall be thoroughly blown out ai cleaned of foreign matter prior to pulling in wires. 7 O. Thoroughly clean wires before installing lugs and connectors. r- -v a N Section 26 05 19-4 3604.007 P. Make splices, taps, and terminations to carry full capacity of conductors without perceptible temperature rise. Q. Terminate spare conductors within equipment on terminal strips and label as "SPARE." Spare wiring in pull or junction boxes may be terminated with electrical tape and labeled as "SPARE." All spare conductor labels shall indicate where the conductors terminate. Refer to Section 26 05 53—Electrical Identification, for additional requirements. 3.02 GENERAL LOW -VOLTAGE WIRING METHODS (LESS THAN 100 VOLTS) A. Low -voltage wiring installation requirements specified herein shall be applicable to all systems installed that utilize low -voltage wiring where such wiring installation is not specified in other technical sections. B. Low -voltage wiring shall be installed in conduit. C. Do not use wire smaller than 14 AWG for control wiring greater than 60 volts, or 18 AWG for voltages less than 60 volts. All sizes subject to NEC 725 requirements. 3.03 WIRING INSTALLATION IN RACEWAYS A. Pull all conductors into a raceway at the same time. Use UL-listed wire -pulling lubricant for pulling 4 AWG and larger wires. Wax -based pulling lubricant is not allowed unless it includes a Teflon additive. B. Install wire in raceway after all mechanical work likely to injure conductors has been completed. C. Completely and thoroughly swab raceway system before installing conductors. D. Conductors No. 6 AWG and larger shall be pulled into conduits by hand or by utilizing a tugger with built-in tension meter. Other motorized machines of any type are not allowed for any wire pulling. CONTRACTOR shall provide a report to ENGINEER for each pull indicating maximum tension reached during the pull along with manufacturer's maximum pulling tension. E. Conductors shall be installed in conduit system in such a manner that insulation is not damaged, conductors are not overstressed in pulling, and walls are not damaged. No splices are permitted except in junction boxes or outlet boxes. F. CONTRACTOR shall observe code limitation on the number and size of wires in an outlet box. CONTRACTOR shall either lay out work so that the wires do not exceed the particular box limitation or provide larger boxes approved for additional capacity. G. Panel riser feeder conductors shall be identified with colored tape at panel IugThe same phase relation shall be maintained throughout. ' c7i — H. Circuiting is indicated diagrammatically on the Drawings. Section 26 05 19-5 3604.007 3.04 TERMINAL BLOCK INSTALLATION A. A maximum of one conductor shall be installed on the field -wired side of each terminal block. If rated to accept more than one conductor, a maximum of two conductors shall be installed on the enclosure -wired side of each terminal block. Provide additional terminal blocks and shorting jumpers as required. B. Provide ten percent spare terminal blocks for each type of connected terminal block, minimum five spare terminal blocks total. For each grouping of terminal blocks, provide 25% spare DIN rail space. C. Maintain a minimum of 1 1/2 inches between terminal blocks and adjacent devices and enclosure wireways. 3.05 FIELD QUALITY CONTROL A. Inspect wire for physical damage and proper connection. B. Prior to energizing, check conduit, raceways, outlet boxes, and wire for continuity of circuitry and for short circuits. Correct malfunction when detected. C. Subsequent to wire hookups, energize circuitry and demonstrate functionality in accordance with these specifications. D. Perform continuity test on all power and equipment branch circuit conductors. Verify proper phasing connections. E. Perform field inspection and testing according to provisions of this section. 3.06 ACCEPTANCE TESTS A. CONTRACTOR shall furnish all materials, labor, and equipment necessary for the acceptance tests specified herein. Acceptance tests shall be performed in the presence of OWNER or OWNER's representative and must be passed before final acceptance of the work. B. CONTRACTOR shall be responsible for powered tests of each field -installed device unless specifically noted otherwise. CONTRACTOR shall be responsible for device operation as powered from its power source. C. Operation Test: By operational testing, OWNER will give final acceptance of the wiring system when all of the wiring is considered a complete system. All equipment shall function and operate in the proper manner as indicated in the details of the specifications and on the Drawings. D. At the request of OWNER's representative, demonstrate by test the compnce of the installation with these specifications and Drawings, the National Electrical Cade, and the accepted standards of good workmanship. These tests shall include operation; equipment, continuity of the conduit system, grounding resistance and insulation (esistange. ry Section 26 05 19-6 3604.007 E. A written record of performance tests on electrical and control and instrumentation systems and equipment shall be supplied to OWNER. Such tests shall show compliance with governing codes. 3.07 WIRE INSTALLATION SCHEDULE A. Install all wiring in raceways except as otherwise noted. This includes all low -voltage wiring such as instruments, network, fiber optic, etc. END OF SECTION Y' 1 V +_0 Section 26 05 19-7 3604,007 SECTION 26 05 23 INSTRUMENT AND COMMUNICATION WIRE AND CABLE PART 1—GENERAL 1.01 SUMMARY A. Work Included: This specification contains the requirements for instrument wire and cable as opposed to electrical power wire and cable. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern work in this section. 1.02 QUALITY ASSURANCE A. Standards: Comply with standards specified in this section as listed in Division 01 and 2021 SUDAS. B. Qualifications of Installers: Workers who are thoroughly trained and experienced in the necessary crafts, and who are completely familiar with the specified requirements and the methods needed for proper performance of the work. 1.03 PRODUCT HANDLING A. Instrument cable shall be furnished in lengths as necessary. B. Reels, coils, or package rolls of instrument cable shall be identified with the project name and other tagging identification as called for. 1.04 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01 33 00—Submittals. B. Submit an electronic copy of the fiber optic cable testing report. C. Furnish three hard copies and one electronic copy of the final approved fiber optic cable test report to OWNER. 1.05 QUALIFICATIONS A. CONTRACTOR shall have at least 10 years of experience in the installation of similar systems. CONTRACTOR shall provide documentation upon request to certify that all assigned staff have attended training courses corresponding to the type of cabling and equipment specified herein. , B. CONTRACTOR shall currently be licensed to install low voltage electronic{.cabling systems in the state of the project. %) Section 26 05 23-1 " 3604.007 t�7 C. CONTRACTOR shall currently meet all manufacturer's requirements for the provision and installation of all equipment specified herein. D. CONTRACTOR shall utilize and have technicians trained in the utilization of fiber optic cable certification equipment. PART 2—PRODUCTS 2.01 FIBER OPTIC PATCH CABLES A. Fiber optic patch cables shall be multimode 50/125 microns and shall meet UL 1666 (OFNR) flame ratings for standard compliant safety as required by the installation environment. All fiber patch cables shall be pre -terminated and tested for insertion loss. Cable performance shall meet or exceed requirements of the TIA/EIA-568.3-D standard for OM3 fiber optic cables. Factory certification test information shall be provided with each cable. B. Fiber patch cable insulation color shall be aqua for OM3 cables. C. Fiber connectors shall be ST-type, FOCIS compliant or compatible, and shall exceed the requirements of TIA/EIA-455-21A for 500 mating cycles. Field -coordinate connector types for cables interfacing with existing equipment and existing patch panels. The insertion loss for each connector shall not exceed 0.35 dB for multimode cables. D. Fiber connector and strain -relief color shall be aqua for OM3 cables per the TIA/EIA-568.3-D standard. Strain -relief color shall match connector color. E. Fiber optic patch cables shall be provided in sufficient length to connect associated equipment to any port on the network equipment. 2.02 FIBER OPTIC CABLE A. Multimode Cables: 1. Provide indoor/outdoor fiber optic cables with fiber counts in each cable as shown on the Drawings. Cable shall be type OFNR and shall be suitable for use inside building and outside plant applications, including duct and conduit installation in accordance with ICEA S-104-696. Installation in building risers shall be in accordance with NEC 770. Cable shall be DX -Series Distribution Riser as manufactured by Optical Cable Corporation, FREEDM One Tight -Buffered Cable Riser as manufactured by Corning, or equal. 2. Individual fibers shall be multimode, 50/125 microns, meeting TIA/EIA 492AAAC and ISO/IEC 11801 type OM3 standards for laser optimized fibers. Primary fiber coating diameter shall be 250 um ±15 and the secondary tight buffer coating diameter shall be 900 microns (nominal). All coatings shall be mechanically strippable without damaging the optical fiber. Optical performance shall meet the following requirements: Wavelength 850 nm ' ._ 1310 nm Gigabit Ethernet Distance 1000 m = ; 6 Urn 10-Gigabit Ethernet Distance 300 m 300 m Maximum Attenuation 3.0 dB/km . - r..; -v > N lD Section 26 05 23-2 3604.007 3. Cable shall be all dielectric, tight -buffered, dry water blocking, gel -free, and shall meet UL 1666 and RoHS compliance. The PVC outer sheath shall be flame-retardant and marked with the manufacture's name, date of manufacture, fiber type, flame rating, and sequential length information. Outer jacket shall be black. 4. Connectors shall be provided on all fibers of each fiber optic cable. 5. All cables shall be installed in continuous lengths from endpoint to endpoint. Splices in fiber optic cables shall be allowed only where shown on the Drawings. 2.03 FIBER OPTIC CABLE CONNECTORS A. Fiber connectors shall be ST-type, FOCIS compliant or compatible, and shall exceed the requirements of TIA/EIA-455-21A for 500 mating cycles. Field -coordinate connector types for cables interfacing with existing equipment and existing patch panels. The insertion loss for each connector shall not exceed 0.35 dB for multimode cables. B. Fiber connector and strain -relief color shall be aqua for OM3 cables per the TIA/EIA-568.3-D standard. Strain -relief color shall match connector color. PART 3—EXECUTION 3.01 INSTALLATION REQUIREMENTS AND SPECIAL CONSIDERATIONS A. Fiber optic cabling specified in this section shall be installed in conduit and may not be run free -air or in nonmetallic tubing such as innerduct. 3.02 FIBER OPTIC CABLE INSTALLATION A. Use cable tie tool to install cable ties to manage cable slack. Cable tie tool shall apply appropriate pressure to the cable bundles to prevent damaging cables and provide a smooth cut of excess cable tie. Cable ties shall be able to be turned freely around the bundle of cable. Cable bundles shall be limited to a 3-inch diameter. B. Use Velcro bands to secure cable bundles within interior pull boxes and fiber patch panels. C. Avoid excessive and sharp bends. Manufacturer's recommended bend radius and pulling tensions shall not be exceeded. D. Fittings or connections are allowed only at the input and output of devices. Splicing is not acceptable in any cable. The entire cable run shall be replaced in all such instances. E. All cables shall be installed in conduit. Underground installations shall include a 10 AWG, insulated -copper tracer wire. Wire insulation shall be orange and shall be XHHW-2_ Wire shall terminate in junction boxes. F. A minimum of 15 feet of cable slack shall be provided at end of each fiber optic cable. This slack shall be exclusive of the length of fiber required to accommodate tminations and is intended to provide for cable repair and/or equipment relocation: The gable slack shall be stored to prevent damage and secure cable in the patch panel °dr; a p4parate'enclosure designated for this purpose. Multiple cables may share a comrndn enclpsure:-Exact cable termination locations shall be field verified with OWNER and EN.jp'[KEEFV C:) }a Section 26 05 23-3 Nv 3604.007 G. Fiber optic cables shall be pulled into conduits utilizing a tugger with built-in tension meter. CONTRACTOR shall provide a report to ENGINEER for each pull indicating maximum tension reached during the pull along with manufacturer's maximum pulling tension. Motorized machines of any type are not allowed for any fiber optic cable pulling. H. All spare fibers shall be terminated on spare fiber patch panel ports with protective plugs. 3.03 FIBER OPTIC TESTING A. Prior to installation, CONTRACTOR shall perform tests deemed necessary by CONTRACTOR to demonstrate integrity of all fiber optic cables. Tests may range from a simple "flashlight test" to an OTDR test of each optical fiber of each cable reel prior to installation. B. Upon completion of cable installation and termination, the fiber optic cabling shall be tested to include: 1. Optical Attenuation ("Insertion Loss" Method). 2. Verification of Link Integrity (OTDR). C. Optical Attenuation shall be measured on all terminated optical fibers in both directions of transmission using the "Insertion Loss" method. Measurement shall be inclusive of the optical connectors and couplings installed at the system endpoints. Access jumpers shall be used at both the transmit and receive ends so that an accurate measurement of connector losses is made. Fibers shall be tested in accordance with the IEC 61280-4-1 standard, utilizing 1, 2, or 3 reference cables, as needed. D. Attenuation of optical fibers shall not exceed the values calculated as follows: Attenuation (max.) = 2*C+L*F+S dB, where C is the maximum allowable connector loss (in dB), L is the length of the run (in kilometers), and F is the maximum allowable fiber loss (in dB/km). S is the total splice loss (number of splices" max. attenuation per splice). E. All fiber optic cables shall be tested for Verification of Link Integrity (OTDR). All fibers, even those that are left unterminated, shall be documented in one direction of transmission using an Optical Time Domain Reflectometer. Multimode fibers shall be tested at 850 nm (nominal). The OTDR tests shall incorporate high -resolution optics optimized for viewing of short cable sections. Access jumpers of adequate length to allow viewing of the entire length of the cable, including the connectors at the launch and receive ends shall be used. F. OTDR traces revealing a point discontinuity greater than 0.2 dB in a multimode fiber, at any of the tested wavelengths, or any discontinuity showing a reflection at that point shall be a valid basis for rejection of that fiber by OWNER. The installation of that cable shall be reviewed in an effort to remove any external stress that may be causing the fault. If such efforts do not remove the fault, that cable and the associated terminations shall be replaced at CONTRACTOR's expense. G. Upon completion of the installation, CONTRACTOR shall provide donfipleth,�-#est reports to ENGINEER for review. Documentation shall include the following itgr 1. Test results submitted in the format specified forte, submissions under Section 0133 00—Submittals. Where documentation provided in-611 �ctro4 form -,requires unique software for viewing test results, CONTRACTOR shall provide 61-4 liceia�e'd copy of the software along with the above documentation. s N Section 26 05 23-4 3604.007 2. Insertion loss test data, including a record of test wavelengths, cable type, fiber and cable (or Outlet) I.D., measurement direction, test equipment type, model and serial number, date, reference setup, and crew member name(s). 3. OTDR traces including individual optical fiber "signatures" obtained as specified above. Trace files shall be named to identify each individual fiber by its location in the cable system and fiber number or color. For OTDR traces, the vertical and horizontal scales shall be set so as to maximize the detail in each backscatter trace. The portion of the trace which depicts the fiber under test shall extend a minimum of 50% of the display area. END OF SECTION N V 4...% N tb Section 26 05 23-5 3604.007 SECTION 26 05 26 SECONDARY GROUNDING PART 1—GENERAL 1.01 SUMMARY A. Work Included: 1. Power system grounding. 2. Electrical equipment and raceway grounding and bonding. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern work in this section. 1.02 SUBMITTALS A. Indicate location of system grounding electrode connections and routing of grounding electrode conductor. B. Submit shop drawings and product data in accordance with provisions of Section 01 33 00—Submittals. PART 2—PRODUCTS 2.01 MATERIALS A. Ground Rods: Copper -bonded, 5/8-inch diameter; minimum length 10 feet. B. Ground Connections Below Grade: Exothermic type by Cadweld, compression type by ABB (Thomas & Betts), or equal. Compression connectors shall be prefilled with an oxide inhibitor. C. Ground Fittings: O-Z/Gedney, Type ABG, CG, TG, GBL, or equal. PART 3—EXECUTION `C> c _. 3.01 INSTALLATION „rt' c . C=: .y. A. Compression -type connectors shall be installed with the manufacturer Tncomrfi`ended tools. Compression dies shall emboss index on the connector when installed Gorre�ctl)r?An ind% ter crimp shall be made on ground rods prior to connection of grounding cc3 , ' ' toy B. Provide a separate insulated equipment grounding conductor for each",feederind branch circuit. Terminate each end on a grounding lug, bus, or bushing. C. Bond together system neutrals, service equipment enclosures, exposed noncurrent carrying metal parts of electrical equipment, metal raceway systems, and grounding conductor in raceways and cables. Section 26 05 26-1 3604.007 D. Connect grounding electrode conductors to structural reinforcing bars using suitable ground clamps. E. Ground system, transformer neutrals, and equipment as required by code and local ordinances. F. All feeder neutrals shall be connected to neutral at only one point in the panelboard. G. All bare copper conductors installed outdoors shall be buried a minimum of 2 feet below grade. H. A minimum of three ground rods at 15-foot separations near service entrance shall be provided. These shall be connected to ground bus by conductors sized to code requirements. The above are minimum requirements. All grounding electrode conductors shall be installed in PVC conduit. All conduit bends shall be made using sweep elbows. Conduit bodies and 90-degree bends are not allowed. Include ground for grounded equipment items shown on the drawings. K. Flexible connections do not qualify for ground. All flexible connections must have separate green ground wire from equipment frame to conduit system. L. Provide a separate grounding conductor system for the grounding of all devices installed in the same conduit as the branch circuit conductors. Ground conductors shall be individually connected at each device. M. All equipment that are fed from circuits in PVC conduit shall be provided with a separate green ground wire that is terminated at the metallic conduit system and the equipment. N. Refer to Section 26 05 23—Instrument and Communication Wire and Cafe for additional grounding requirements. c " 3.02 TESTING A. Inspect grounding and bonding system conductors and connection sfo'FtighMmss aand£proper installation. B. Provide ground system resistance test report for each ground grid. Tei�'_, reports shall document ground system resistance following the three-point "Fall -of -Potential" test. The test results shall include a graph of the results plus a diagram of the testing layout. The remote current probe (C2) shall be placed a minimum of 100 feet from the ground system potential/current probe (P1/C1) or as required to provide sufficient spacing to demonstrate a resistance plateau on the graph. The ground resistance shall be tested with the potential probe (P2) between the P1/C1 probe and the C2 probe at 10% intervals starting at 0% and ending at 100% of the distance between P1/C1 and C2, 11 points total. A single point of measurement is not acceptable, and the two -point method of ground system testing shall only be used where there is no or insufficient "open earth" area to use the three-point Fall -of -Potential method. Resistance at any point in the grounding system shall not exceed 5 ohms. All ground system tests shall be witnessed by ENGINEER or OWNER. ENGINEER shall be notified a minimum of 72 hours in advance of all ground system testing. Section 26 05 26-2 3604.D07 C. The test meter shall be Associated Research Vibroground test set with null balance, or equal. All ground system tests shall be performed in accordance with the procedures outlined in the instruction manuals of the ground system test equipment. D. Ground resistance testing shall be performed with all rods connected and shall be isolated from all metallic connections, such as from the ground rod to other grounded structures and electrical system neutrals. E. Multiple ground rod grids shall be isolated from all metallic connections such as from grid under test to other grounded structures and electrical system neutrals. F. Provide test report using the attached Form 26 05 26. Each ground grid, including service entrance transformers, switchgear, etc., shall have a form submitted. END OF SECTION o+a n Y w„ v Section 26 05 26-3 3604.007 1 2 3 4 5 6 7 FORM 26 05 26 GROUND ROD RESISTANCE TO EARTH TEST RECORD DATE PROJECT NAME LOCATION OF TEST GROUND ROD TYPE DIAMETER TEST METHOD INSTRUMENT TYPE SERIAL NO. REQUIRED MAXIMUM RESISTANCE TO EARTH MEASURED RESISTANCE TO EARTH GROUND ROD SYSTEM LENGTH Ground System Resistance Test 16 15 14 13 12 11 10 cn 9 E 8 r.s O s 5 N 3 2 » 0 10 20 30 40 50 60 70 80 90 ,100 r"310 120 Feet Q0 TEST PERFORMED BY: TEST WITNESSED BY: Signature Signature Section 26 05 26-4 3604.007 SECTION 26 05 29 SUPPORTING DEVICES PART 1—GENERAL 1.01 SUMMARY A. Work Included: 1. Conduit and equipment support members. 2. Fastening hardware. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern work in this section. 1.02 QUALITY ASSURANCE A. Support systems shall be adequate for weight of equipment and conduit, including wiring, which they carry. 1.03 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01 33 00—Submittals. PART 2—PRODUCTS 2.01 MATERIAL,, A. Support Members:c ? 1. 316 stainless steel in exterior locations.? 2. Hot -dipped galvanized steel in all other areas. B. Hardware: yr 1. Stainless steel in exterior locations. 2. Hot -dipped galvanized steel in all other areas. PART 3—EXECUTION 3.01 INSTALLATION A. All supporting devices and support structures shall be constructed such that the structure adequately supports the load of the equipment installed on it including any wind and/or snow loads. Provide additional support members to those shown on the Drawings to adequately support load. B. Fasten hanger rods, conduit clamps, and outlet and junction boxes to structure using expansion anchors or support members. Do not use spring steel clips and clamps. Provide standoffs as specified in other technical sections. Section 26 05 29-1 3604.007 C. Use toggle bolts or hollow wall fasteners in hollow masonry walls; expansion anchors or preset inserts in solid masonry walls; self -drilling anchors or expansion anchors on concrete surfaces. D. The ends of all support members shall be ground smooth. E. Do not fasten supports to piping, ductwork, mechanical equipment, or conduit. F. Do not use powder -actuated anchors. G. Do not drill structural steel members. H. Fabricate supports with welded end caps and all welds and surfaces ground smooth for neat appearance. Use hexagon head bolts with steel spring -lock washers under all nuts. I. In wet locations, anchor all equipment to adjacent walls with standoffs and caulk. J. Install surface -mounted cabinets with a minimum of four anchors. K. Do not use chain, wire rope, or perforated strap hangers. L. All welds shall be continuous and ground smooth. END OF SECTION r� CD Section 26 05 29-2 3604.007 SECTION 26 05 33 CONDUIT PART1—GENERAL 1.01 SUMMARY 1011 JUL -2 PH 4: 30 CITY CLERK IOVVA CITY. IC WA A. Work Included: 1. Rigid metal conduit and fittings. 2. PVC externally and internally coated galvanized rigid metal conduit and fittings. 3. Polyvinyl chloride conduit and fittings. 4. Liquidtight flexible metal conduit and fittings. 5. Conduit seals and special fittings. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern work in this section. 1.02 REFERENCES A. ANSI C80. 1 —Electrical Rigid Steel Conduit (ERSC). B. ANSI/NEMA FB 1—Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable. C. NEMA RN 1—Polyvinyl-Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal. 1.03 QUALITY ASSURANCE A. Manufacturers of Raceways: Firms regularly engaged in the manufacture of electrical raceways of the types and capacities required whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: A firm with at least 5 years of successful installation experience on projects with electrical wiring installation work similar to that for the project. C. Code Compliance: Comply with National Electrical Code (NFPA 70) and any and all local codes as applicable to construction and installation of electrical wiring devices, material, and equipment herein specified. D. UL Labels: Provide electrical materials, which have been listed and labeled by Underwriters Laboratories. E. Prior to shipment to the site, all conduit provided shall be new, unused material, and shall not have been stored outdoors or exposed to weather. F. NECA Standard: Comply with applicable portions of National Electrical Contractor's Association's "Standard of Installation." Section 26 05 33-1 3604.007 1.04 SUBMITTALS A. Submit shop drawings and product data in Section 01 33 00—Submittals. accordance with provisions of 20tl JUL -2 PM 4.* 31) 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Provide color -coded thread protectors on the exposed treads �df'threaded rigid metal conduit. B. Handle conduit carefully to prevent end damage and to avoid scoring the finish. C. Store conduit inside and protect from weather. When necessary to store outdoors, elevate well above grade and enclose with durable, waterproof wrapping. PART 2—PRODUCTS 2.01 RIGID METAL CONDUIT AND FITTINGS A. Rigid Steel Conduit: ANSI C80.1 and UL6. Heavy wall seamless tubing with hot -dipped galvanized coating. B. Conduit bodies for rigid steel conduit shall be as manufactured by Appleton, Form 35, or equal, and be constructed of stamped steel for sizes 2 inches and under, and cast malleable iron for sizes over 2 inches. Conduit bodies shall have domed gasketed covers and stainless steel screws. Conduit bodies sizes 1 1/4-inch and larger shall have built-in pulling rollers. Covers for conduit bodies must have bolts that thread into the conduit body. Snaptight and wedgenut covers are not allowed. CONTRACTOR shall select body style and size according to application. C. PVC -coated conduit and fittings shall be internally and externally hot dipped galvanized rigid metal conduit with hot dipped galvanized threads and PVC coating. PVC coating shall be UL listed with rigid metal conduit as the primary means of corrosion protection for the conduit, and PVC coating shall have an external 40 mil thickness with an internal 2 mil urethane coating. Acceptable manufacturers shall be Plasti-bond RedH2OT by Robroy Industries, Ocal-Blue byABB (Thomas & Betts), or equal. All installers shall be field -certified from the factory for installation and shall provide proof of certification. PVC -coated conduit and fittings shall meet the following listings and manufacturing standards, without exception: 1. ANSI C80.1. 2. UL6. 3. NEMA RN1. D. Conduit bodies for PVC -coated rigid conduit shall be as manufactured by Plasti-bond RedH2OT by Robroy Industries, Ocal-Blue by ABB (Thomas & Betts), or equal, and have a 40 mil PVC exterior coating and 2 mil red urethane interior coating. Conduit bodies shall be Form 8 style or pulling elbow and include domed, gasketed covers and stainless steel screws. Covers for conduit bodies must have bolts that thread into the conduit body. Snaptight and wedgenut covers are not allowed. CONTRACTOR shall select body style and size according to application. Section 26 05 33-2 3604.007 E. Fittings and Conduit Bodies: ANSIINEMA FB 1 and UL 5146; threaded -type material to match conduit. Split couplings are not allowed. F. Supports: One -hole straps with conduit clamps and backspacers shall be used for surface -mounted conduit. Where standoffs are required,? A o i0e_rn0kAitt,clsrpps and supporting devices as specified in Section 26 05 29—Supportevic s. 2.02 POLYVINYL CHLORIDE CONDUIT (PVC)AND FITTINGSj j/�+C (�{i#?, I0VVA CITY.10VVA A. Conduit: Heavy wall rigid, Schedule 40, Schedule 80 where noted, UL listed for underground, encased, and aboveground applications. PVC conduit installed in exterior locations shall be UV resistant. B. Conduit bodies for PVC conduit shall be as manufactured by Carlon, or equal, and be suitable for use with Schedule 40 or Schedule 80 PVC conduit. Conduit bodies shall have smooth hubs, textured lids, and foam -in -place gaskets. CONTRACTOR shall select body style and size per application. C. Supports: Two -hole nonmetallic clamps shall be used for surface -mounted conduit. Where standoffs are required, provide pipe straps and supporting devices as specified in Section 26 05 29—Supporting Devices. Support material shall match that of the conduit type being provided. 2.03 LIQUIDTIGHT FLEXIBLE CONDUIT AND FITTINGS A. Liquidtight Flexible Metal Conduit: 1. Conduit: Spiral -wound, electrogalvanized, single -strip steel with integral grounding conductor continuously enclosed within the entire length of the convolutions. The flexible PVC jacket shall be sunlight -resistant, flame-retardant, and resistant to damage from mild acids. Conduit shall be UL Listed. Conduit shall be Liquatite Type LA, or equal. 2. Fittings: UL listed with thermoplastic elastomer sealing gasket. a. Provide stainless -steel fittings outdoors, unless noted otherwise. b. Provide electro-zinc plated steel fittings in all other areas, unless noted otherwise. 2.04 CONDUIT SEALS AND SPECIAL FITTINGS A. Conduit Seals: Duct sealing compound, OZ Gedney Type DUX, or equal. B. Expansion Fittings: Crouse Hinds or Robroy Type XJG, or equal, for rigid, or PVC -coated rigid conduit, Carlon E945 Series or equal for PVC conduit. C. Expansion Deflection Fittings: O-Z type "DX," Crouse Hinds, type XD (PVC conduit only), or Appleton. D. Ground Bushings: Crouse Hinds Model GILL, or equal. E. Watertight Hubs: Diecast, insulated and gasketed, rated for wet or dry locations indoors or outdoors. Watertight hubs shall be Appleton HUBXXXDN, Crouse -Hinds Myers Hubs, or equal. F. Conduit Plugs: Kwik N Sure pipe plug as manufactured by Cherne Industries, or equal. Plug shall include natural rubber O-ring with galvanized wing nut and hex nut. Section 26 05 33-3 3604.007 PART 3—EXECUTION 3.01 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT A. Size conduits for branch circuit conductors, control wires, and instrumentation-, le o as to have not less than 25% spare capacity after installation; 3/4 i�Ui r��#�ix Ui n i fMi mum size for liquidtight flexible metal conduit is 1/2 inch. CITY CLERK B. Maintain at least 1 inch of separation between conduit sizes to Y2 Inches and 2'inches between conduits 1 1/2 inches or larger. Maintain 1 foot of separation between signal conduits (below 100 volts) and power conduits (100 volts and above). C. All conduit shall be supported in accordance with the NEC and as specified herein. This shall apply to all conduit types, including flexible conduit. D. Provide for the proper application, installation, and location of inserts, supports, and anchor bolts for a satisfactory raceway system. Where any component of the raceway system is damaged, replace or provide new raceway system. E. Run conduits to permit drainage, and to avoid all materials and equipment of other trades. Maintain a minimum clearance of 6 inches from all hot water pipes, flues, or any high -temperature piping or ductwork. F. Conduits shall be attached to building surfaces and not suspended. Clevis hangers are not allowed. G. Independently support or attach the raceway system to structural parts of construction in accordance with good industry practice. H. Conduit attached to building surfaces that may be damp or wet shall be spaced out to avoid rust and/or corrosion using fittings approved for the use. Use back straps on all conduit in damp and wet locations, or mount conduit with Unistrut straps, or equal. Watertight hubs shall be used in all damp and wet locations. I. Conduits shall be securely fastened to building structure at intervals not exceeding 8 feet or closer, if necessary. 3.02 GENERAL CONDUIT INSTALLATION REQUIREMENTS A. Run exposed conduit grouped and parallel or perpendicular to construction. Do not route exposed conduits over high -temperature machinery nor in contact with such equipment. B. All conduit installed below grade shall be buried a minimum of 2 feet 0 inches. C. PVC and PVC -coated, galvanized rigid steel conduit installed in earth (interior and exterior) shall be bedded in compacted sand with a minimum of 6-inch cover on all sides. D. In all PVC conduit runs below grade 200 feet and longer, PVC coated rigid steel conduit shall be used for all 90 degree bends. Section 26 05 33-4 3604.007 E. Ream conduit smooth at ends, cap upon installation, rigidly attach to structural parts of the building, and securely fasten to all outlet boxes, panel cabinets, junction boxes, pull boxes, splicing chambers, disconnect switches, and all other components of the raceway system. F. Provide conduit raceway for exposed cables that are not UV resistant. G. Conduit seals shall be provided where conduits pass from the interior to exterior of the building and any conduit entering a wet location. H. Liquidtight flexible conduit shall be installed in such a manner that liquids tend to run off the surfaces and not drain toward the fittings. All runs of flexible conduit and flexible conduit couplings to equipment and devices shall be as short as practicable, of the same size as the conduit it extends, and with enough slack to reduce the effects of vibration to a minimum. Provide conduit expansion -deflection fittings as specified herein in all conduit runs where movement perpendicular to axis of conduit may be encountered. K. The PVC -coated rigid conduit manufacturer's touch-up compound shall be used on all conduit interior and exterior bare steel exposed because of nicks, cuts, abrasions, thread cutting, and reaming; minimum six coats. L. Where below -grade PVC conduit is connected to rigid metal conduit, the length of PVC conduit shall be a minimum of 10 feet. For short, below -grade conduit runs where required lengths of rigid metal conduit limit the length of PVC conduit to less than 10 feet, rigid metal conduit shall be used for the entire run. M. Routing of conduits on exterior of buildings shall be reviewed with ENGINEER prior to installation. 3.03 CONDUIT PENETRATIONS AND TERMINATIONS A. Where fittings are brought into an enclosure with a knockout, a gasket assembly consisting of an O-ring and retainer shall be installed on the outside. Fittings shall be insulated throat type. B. Conduit penetrations for control panels or enclosures containing electronic equipment shall utilize watertight hubs and enter the sides or bottom of the enclosure. Conduits shall not penetrate the top of the enclosure. C. Conduit penetrations for all exterior enclosures (e.g., disconnects, junction boxes, control panels) shall utilize watertight hubs and enter the sides or bottom of the enclosure. Conduits shall not penetrate the top of the enclosure. D. Provide conduit expansion fittings as specified herein in all conduit run�that cross a structural expansion joint and for conduits protruding from earth.= E. All conduits that protrude from poured concrete shall be PVC-coated;figid dQnduit. Conduit shall extend continuously (i.e., no joints) a minimum of 4 feet beyo6d- Ahe purred c'o'ncrete (both sides). Where an underground conduit joint or coupling is locatod,witt}p 4 feet of the face of the penetration, the conduit shall be provided with reinforced concrete encasement doweled into the structure wall and continuing a minimum of 1 foot past thetbnnection. The c� Section 26 05 33-5 ~~ 3604,007 encasement construction shall conform with the encasements indicated for duct banks. PVC -coated rigid conduit 4-foot minimum projection requirement shall begin at, and extend from, the end of the encasement. The intent of this paragraph is to permit CONTRACTOR to use couplings at the inside face of the formwork. F. Conduits passing through masonry, concrete, or similar construction shall be cast in place using PVC -coated rigid conduit extending completely through the construction. G. Where above -grade conduits pass through cores in existing structures or through masonry walls, grout openings between conduit and walls with sand cement mortar. H. All spare conduits shall be plugged with conduit plugs as specified herein. 3.04 CONDUIT INSTALLATION SCHEDULE A. The following schedule lists specific conduit types allowed in designated areas. Those areas not listed under a specific conduit type shall not have that type of conduit installed: 1. Rigid steel: a. All interior locations. b. Exterior locations and locations exposed to weather. 2. PVC -coated rigid steel: a. Conduits protruding from concrete. b. Exterior locations requiring mechanical protection. c. Earth. d. Exterior locations and locations exposed to weather. e. Within 4 feet of building or structure footing, or wall. 3. PVC: a. Earth, except within 4 feet of a building or structure footing or wall. PVC conduit under pavement or roadways shall be Schedule 80. b. Service entrance ground conductors. c. Buried below slabs on grade. 4. Liquidtight flexible metal conduit not over 3 feet in length for final connections to: a. Equipment in wet locations. b. Equipment with sliding bases or flexible positioning. c. Equipment with vibration isolation mounting. d. Equipment housing ferromagnetic cores or with integral moving components capable of generating noise or vibrations. END OF SECTION CD E c- C U �4 Section 26 05 33-6 3604,007 SECTION 26 05 35 BOXES PART 1—GENERAL 1.01 SUMMARY A. Work Included: 1. Small junction boxes. 2. Pull and junction boxes. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern Work in this section. 1.02 REFERENCES A. ANSI/NEMA OS 1—Sheet-Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. B. ANSI/NEMA OS 2—Nonmetallic Outlet Boxes, Device Boxes, Covers, and Box Supports. C. NEMA 250—Enclosures for Electrical Equipment (1000 Volts Maximum). 1.03 QUALITY ASSURANCE A. Manufacturers of switches, outlets, boxes, lamps, fuses, lugs, etc.: Firms regularly engaged in the manufacture of these products, of the types and ratings required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: A firm with at least 5 years of successful installation experience on projects with electrical wiring installation Work similar to that in this project. C. Code Compliance: Comply with National Electrical Code (NFPA 70) and any and all local codes as applicable to construction and installation of electrical wiring devices, material, and equipment herein specified. D. UL Labels: Provide electrical cable, boxes, raceways, wire, connectors, outlets, switches, etc. that have been listed and labeled by Underwriters Laboratories. E. NECA Standard: Comply with applicable portions of National Electrical Contractor's Association's "Standard of Installation." 1.04 SUBMITTALS A. Submit shop drawings and product data in Section 01 33 00—Submittals. accordance:-iikh r-'provisions of E;,a -�`- 0 Section 26 05 35-1 3604.007 PART 2—PRODUCTS 2.01 SMALL JUNCTION BOXES A. Cast Boxes: Aluminum or cast feraloy, deep -type, gasketed cover, threaded hubs, Eaton FD Series, or equal. B. PVC -Coated Cast Boxes: Boxes shall be deep type and be by the same manufacturer as the conduit. C. NEMA 4X Boxes: 316 stainless steel, Eaton FD Series, or equal, where specified herein. 2.02 PULL AND JUNCTION BOXES A. Cast Boxes: NEMA250; Type 4, surface -mounted junction box, UL-listed as watertight. Cast aluminum or feraloy box and cover with ground flange, neoprene gasket, and stainless steel cover screws, Crouse -Hinds WCB Series, or equal. Boxes larger than 12 inches in any dimension shall have hinged cover. B. PVC -Coated Cast Boxes: Provide PVC -coated cast boxes in areas where PVC -coated conduit is used. Boxes shall be by the same manufacturer as the conduit. Boxes larger than 12 inches in any dimension shall have hinged cover. C. NEMA 4X Boxes: 316 stainless steel with hinged cover, recessed quarter -turn latches, and gasket, Saginaw Control and Engineering Enviroline Series, or equal, where specified herein. D. NEMA 12 Boxes: Painted steel with hinged cover, recessed quarter -turn latches, and gasket. Boxes shall be Hoffman Bulletin CW1, or equal. E. Where terminal blocks or other devices are mounted in a pull or junction box, provide a 14-gauge steel back panel with a white enamel finish for mounting. F. Boxes specified in this section are not allowed to have knockouts and are not allowed to be used as enclosures for control panels. PART 3—EXECUTION 3.01 COORDINATION OF BOX LOCATIONS A. Provide electrical boxes as necessary for splices, taps, wire pulling, cable bending radii, equipment connections, and code compliance. _, B. Where dedicated raceways are provided for different voltage systerrii),or, wiring, separate boxes shall also be provided unless acceptable to ENGINEER. Where acceptable to ENGINEER, combined boxes shall be physically divided to separate the wirino,) " C. Locate and install boxes to allow access. Where installation is inacc s ibl cootdin locations and sizes of access doors." D. Locate and install to maintain headroom and to present a neat appearance. Section 26 05 35-2 3604.007 E. All boxes attached to building surfaces that may be damp or wet shall be spaced to avoid rust and/or corrosion. All boxes in damp and wet locations shall be on 1/2-inch standoffs. 3.02 SMALL JUNCTION BOX INSTALLATION A. Provide knockout closures for unused openings. B. Support boxes independently of conduit. C. Use multiple gang boxes where more than one device is mounted together; do not use sectional boxes. Provide barriers to separate wiring of different voltage systems. D. Boxes provided for branch circuits and feeders shall not contain control wiring. Control wiring shall have dedicated pull and junction boxes provided. Wiring for different voltage systems (e.g., 24 V, 120 V, 480 V) shall have dedicated pull and junction boxes for each voltage. E. Align wall -mounted outlet boxes for switches and similar devices. F. All interior exposed wall and ceiling outlet boxes shall be cast boxes, unless otherwise noted. G. Knockout punches or saws shall be used for holes; boxes with prepunched holes are not acceptable. H. Boxes shall be of a depth to accommodate wires and splices. Conduit will not be considered as adequate supports. Cast boxes with 3/4-inch hubs and aluminum fittings and enclosures may be used with all conduit types. J. Provide PVC -coated cast boxes in all areas where PVC -coated conduit is used. Boxes shall be by the same manufacturer as the PVC -coated conduit. 3.03 PULLAND JUNCTION BOX INSTALLATION A. Support pull and junction boxes independent of conduit. B. Knockout punches or saws shall be used for holes; boxes with prepunched holes are not acceptable. C. Refer to Section 26 05 53—Electrical Identification for junction box labeling requirements. D. All interior exposed junction and pull boxes shall be NEMA 12, unless noted otherwise E. All exterior junction and pull boxes shall be NEMA4X. 71 a END OF SECTION r� Section 26 05 35-3 3604.007 SECTION 26 05 53 ELECTRICAL IDENTIFICATION PART 1—GENERAL 1.01 SUMMARY A. Work Included: 1. Nameplates. 2. Wire markers. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern work in this section. 1.02 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01 33 00—Submittals. B. Provide schedule for nameplates and labeling tags with shop drawings. Reference drawings for type used. PART 2—PRODUCTS 2.01 NAMEPLATES A. Type "A": 1. Use: a. Each separately mounted disconnect switch. b. Each device in main distribution panels. c. SPD. d. Cabinets, enclosures, pull, and junction boxes. 2. Size: 2-inch by 3-inch. 3. Material: 2-layer laminated Micarta. 4. Background Color: Black. 5. Character Color: White. 6. Character Size: 1/2-inch. 7. Engraving: See one -line for labels, or as requested by ENGINEER. Label shall include equipment number and description. 8. Mounting Location: Front exterior. B. Type "Cn c'r-Y C 1. Use: w r-- a. Main distribution panels. ry r b. Chargers. c. Dispensers. -'a IN 2. Size: 4-inch by 4-inch. 3. Material: 2-layer laminated Micarta. w 4. Background Color: Black. 5. Character Color: White. Section 26 05 53-1 3604.007 6. Character Size: 2 1/4-inch. 7. Engraving: Label shall include equipment number and description. 8. Mounting Location: Equipment: Top wire way. 2.02 WIRE AND CABLE MARKERS A. Wire and cable markers shall be permanently -attached, heat -shrink type labels. 1. Sleeve: Permanent, PVC, white, with legible machine -printed black markings. 2. Acceptable Manufacturers: Raychem Model D-SCE or ZH-SCE, Brady Model 3PS, or equal. 3. Grounding Conductor: Provide green wire marker, minimum 2 inches wide. B. Wire or cable numbering preprinted on the conductor or cable insulation, flag -type labels, and individual wraparound numbers (such as Brady preprinted markers) are not acceptable. All wire markers shall be the same throughout the project. PART 3—EXECUTION 3.01 INSTALLATION A. Degrease and clean surfaces to receive nameplates. B. Install nameplates parallel to equipment lines. C. Affix nameplates with weatherproof, UV -resistant adhesive in outdoor locations and sticky back adhesive in indoor locations. D. Prepare and install neatly -typed circuit directories and schedules in all panels, including, but not limited to, panelboards and existing panels where Work is done under this Contract. 3.02 WIRE IDENTIFICATION A. Provide wire markers on each conductor, including neutral and spare conductors, in panelboard gutters, pull boxes, outlet and junction boxes, and at load connection. Neutral conductor labels shall include the associated branch circuit number. Identify with branch circuit or feeder number for power and lighting circuits, and with control wire number as indicated on schematic and interconnection diagrams for control wiring. Spare conductors shall have control wire number or shall indicate termination point of wire. B. Conductors in pull boxes, cabinets, and panelboards shall be grouped as to circuits and arranged in a neat manner. All conductors of a feeder or branch circuit shall be grouped, bound together with nylon ties, and identified. Phase identification shall be consistent throughout the system. All wiring labels shall be able to be read without removing wire management (i.e., wiring trough covers, spiral windings, etc.) or twisting the wire/cable. C. Power Conductor Insulation Color Code: -- 1. 6 AWG and Larger: Provide general-purpose, flame-retardant, permarf6nt tape at each termination and at accessible locations such as junction and ll aj(.bo , panelboards, etc. Apply tape with at least six full, overlapping wraps; minimdia 2 inches wide., 2. 8 AWG and Smaller: Provide conductors with color -coded instOOn. i 3. Colors: Section 26 05 53-2 3604.007 System Conductor Color All Systems Equipment Grounding Green 277/480 Volts Grounded Neutral White* Three -Phase, Four Wire Phase A Brown Phase B Orange Phase C Yellow 1,000 Volts Positive Red Direct Current, Two Wire Negative Black Note: Phase A, B, C implies direction of positive phase rotation. * When installed as part of a 277-volt branch circuit, provide a color -coded stripe on the white neutral conductor insulation matching the branch circuit insulation. D. Control Panel and Field -Installed Control Conductor Insulation Color Code: 1. All conductors shall have color -coded insulation. 2. Colors: System Conductor Color Supply Voltage Ungrounded Circuit Conductors Black Neutral White 120-volt AC Input/Output Control Circuit Conductor Red Neutral White 12/24-volt DC Input/Output Control Circuit Conductor Blue Common White with Blue Stripe Conductors energized Control Circuit Conductor Orange when the main disconnect AC Neutral White is in the "off' position (e.g. DC Common White with Blue Stripe foreign supply voltages) Ground Green E. Circuit Identification: 1. Identify power, instrumentation, and control conductors at each termination and at accessible locations such as junction and pull boxes, panelboards, etc. 2. Conductors for panelboard circuits shall identify circuit matching the circuit directory designations, including the neutral conductor. 3. Control conductor identification shall match the associated terminal block label. 4. Circuits Not Listed in Circuit Directories: a. Assign circuit name based on unique device or equipment at load end of circuit. b. Where unique device or equipment names are not available or apparent, add a unique number or letter modifier to each otherwise identical circuit name. 3.03 DATA CABLE AND COMMUNICATION EQUIPMENT IDENTIFICATION A. Refer to Section 26 05 23—Instrument and Communication Wire and Cable. 3.04 JUNCTION BOX IDENTIFICATION A. All junction boxes shall be labeled with permanent nameplates. Nameplates shall indicate circuit or load served, as well as the power source and highest voltage pfinent ion yany conductor. Section 26 05 53-3 3604,007 3.05 CONDUIT FITTINGS IDENTIFICATION A. All conduit fittings that contain splices of any kind shall be labeled with permanent nameplates indicating "splice within." Nameplates shall be clearly visible at location installed. Nameplates shall be fastened to each conduit fitting with heavy duty, UV -resistant, cold weather cable ties. 3.06 TERMINAL BLOCK IDENTIFICATION A. Terminal blocks shall be labeled on both sides of each terminal block. Terminal block numbering shall match the numbers shown on the project -specific wiring diagrams. B. Fused terminal block labels shall be located on top of the terminal blocks and include the fuse voltage and ampere rating. 3.07 COMPONENT IDENTIFICATION A. All components (e.g., relays, timers, power supplies, transformers, etc.) within enclosures shall be identified with sticky -back adhesive, self -laminating, machine -printed marking labels. Labels shall be installed on the enclosure back panel and not on the device itself, wireway covers, or any other removable devices. Labels shall be included on the as -built drawings. 3.08 LABELING FONT REQUIREMENTS A. The font for all conductor, cable, and device labels shall be Arial with black characters on white background, and minimum font size 12. B. The text for all conductor, cable, and device labels shall be machine printed. Handwritten labels are not acceptable. END OF SECTION rt .• :3:: Section 26 05 53-4 3604.007 SECTION 26 21 00 ELECTRICAL SERVICE SYSTEM PART 1—GENERAL 1.01 SUMMARY A. Work Included: 1. Utility company. 2. Secondary service characteristics. 3. Definitions. 4. Underground electrical service. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern work in this section. C. See Division 01 and 2021 SUDAS for temporary service requirements. This section applies to permanent services only. 1.02 UTILITY COMPANY A. The Utility Company is MidAmerican Energy. 1.03 SECONDARY SERVICE CHARACTERISTICS A. The secondary service will be 277/480-volt, 4-wire, three-phase for power. 1.04 DEFINITIONS A. Service: As defined in the NEC, Article 100. B. Secondary Voltage: 600 volts and below. 1.05 UNDERGROUND ELECTRICAL SERVICE A. Provide complete underground electrical service except for items provided the Utility Company. r— N B. Provide electrical service system, except the Utility Company will provide. D 1. Transformer (pad by CONTRACTOR). - 2. Metering (CT cabinet and meter base furnished by OWNER aridin�alled' by CONTRACTOR). 3. Cable from terminal pole to transformer. ` 4. New terminal pole and associated overhead lines. C. Coordinate the new electrical service with the Utility. Charges associated with the work provided by the Utility will be paid for by OWNER. All other costs for the electrical service shall be included in the Lump sum Bid. Section 26 21 00-1 3604.007 PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION w� x Section 26 21 00-2 3604.007 SECTION 26 24 16 PANELBOARDS PART 1—GENERAL 1.01 SUMMARY A. Work Included: Power distribution panelboards. 1.02 QUALITYASSURANCE A. Manufacturers: Firms regularly engaged in the manufacture of electrical equipment, cable, and wire products of the types and ratings necessary, whose products have been in satisfactory use in similar service for not less than 5 years. B. installer. A firm with at least 5 years of successful installation experience on projects with electrical equipment installation work similar to that in this project. C. Code Compliance: Comply with National Electrical Code (NFPA 70) as applicable to construction and installation of electrical equipment, cable, wire, and connectors. D. UL Labels: All electrical equipment and material shall be listed and labeled by Underwriters Laboratories, except where UL does not include the equipment in their listing procedures. E. NEMA/ANS! Compliance: Comply with National Electrical Man ufacturers-'Association, American National Standards Institute, and other standards per aininq-4o material, construction, and testing, where applicable. w 1.03 SHOP DRAWING SUBMITTALS --+ A. Supplier steall completely identify each submittal and re -submittal by showing.ai least the following information: 1. Name and address of submitter, plus name and telephone number of th6:7ndividual who may be contacted for further information. 2. Name and location of project and identification number. 3. Drawing number and specifications section number to which the submittal applies. 4. Include the date of each submittal or re -submittal. B. Supplier shall make all submittals far enough in advance of scheduled dates of installation to provide required time for reviews, for securing necessary approval, for possible revision and re -submittal, and for placing orders and securing delivery. C. Shop drawings shall be submitted for all manufactured or fabricated items. Shop drawings shall include specially -prepared technical data for this project, including: 1. Detailed descriptions and cutsheets of equipment to be furnished, including all deviations from these specifications. 2. Detailed layouts of all equipment and ancillary items. Layouts shall include scaled drawings of the panelboard. 3. The manufacturer shall furnish project specific wiring diagrams. Section 26 24 16-1 3604.007 D. Supplier shall make all shop drawings accurately to scale and sufficiently large to show all pertinent aspects of the item and its method of connection to the Work. E. Complete shop drawings and descriptive data shall be submitted on all manufactured or fabricated items prior to 25% completion of the Work. Except as noted, three copies of shop drawings and descriptive data shall be submitted to ENGINEER for approval. One copy of these will be returned to Supplier if approved. If shop drawings are not approved or if they are stamped 'Approved as Noted -Resubmit, "one corrected copy will be returned to Supplier for use in resubmittal. If Supplier desires more than one approved copy, submitted quantity shall be increased accordingly. F. Shop drawings submitted to ENGINEER will be reviewed and stamped 'Approved," "Approved as Noted," `Approved as Noted -Resubmit," or "Not Approved." Supplier shall resubmit the above number of corrected shop drawings for all shop drawings stamped "Approved as Noted -Resubmit" and "Not Approved" and will continue this process until shop drawings are stamped 'Approved" or "Approved as Noted. " If drawings are stamped "Approved as Noted -Resubmit," fabrication may proceed in accordance with the marked up shop drawings. Installation shall not proceed until shop drawings have been resubmitted and stamped 'Approved" or "Approved as Noted." G. if shop drawings are stamped `Approved as Noted" or "Approved as Noted -Resubmit" and Supplier does not agree with revisions or cannot conform to revisions, fabrication shall not proceed and shop drawings shall be resubmitted with explanation of Supplier's position. H. All shop drawings used for construction site activities shall bear the "Approved" or "Approved as Noted" stamp of ENGINEER. I. Arrangements may be made between Supplier and ENGINEER to provide additional copies of "Approved" shop drawings for field activity purposes. J. Supplier shall mark each copy of standard printed data to identify pertiA6nt products, models, options, and other data being provided. ;.., 1.04 MAINTENANCE MANUAL A. At a minimum of 30 days prior to the scheduled startup date of any, iradiAval item of equipment, Supplier shall furnish to ENGINEER three complete copiesO a rn; ntenance manual for all equipment furnished. Applications for payment beyond 5.6% of ibe contract amount will not be recommended for payment until all maintenance magi uals are submitted or a revised schedule for remaining maintenance manuals is agreed to by OWNER and ENGINEER. B. The manuals shall include manufacturer's instructions for maintenance and operation for each item of electrical equipment. Manuals shall be specific for the equipment installed, provide project specific inserts as required. Manuals shall contain: operation instructions, preventative maintenance program, spare parts list, parts lists, I.D. No. and exploded views, assembly instructions, parts supplier location, troubleshooting and startup procedures and, where applicable, test data and curves. C. All sheets have reduced dimensions as described for shop drawings, and shall be furnished in 3-ring binders. Section 26 24 16-2 3604.007 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. All electrical equipment and material shall be received and stored with the factory tamperproof wrapping intact. Provide factory -wrapped waterproof flexible barrier material for factory packaging of equipment and material to protect against physical damage in transit. Do not install damaged equipment or material; remove from project site. Store equipment in factory coverings in a clean, dry, indoor space that provides protection against weather. PART 2—PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Square D, Eaton, or equal. B. The drawings and specifications were prepared based on Eaton. CONTRACTOR shall include in the Bid and shall be responsible for the cost of any changes to accommodate other equipment including but not limited to structural, mechanical, and electrical work. CONTRACTOR shall also pay additional costs necessary for revisions of dram#ngs and/or specifications by ENGINEER. cac... y 2.02 PANELBOARDS; r-- A. Power distribution panelboards shall be provided as indicated on th6Mdrawin s and=as scheduled. Pane/boards shall be factory -assembled and constructed ih`ao'co> ance with latest NEMA, UL, and NEC requirements and shall bear the UL labpt Panelboard cabinets, including boxes and fronts, shall be code gauge galvanized heel. enclosure rating shall be as indicated on the drawings. All fronts shall be complete with cylfri'der-type lock and catch, and all cylinders shall be keyed alike. Provide two keys per panelboard to OWNER. B. Gutter and wiring space shall be provided according to NEMA and UL standards. CONTRACTOR shall instruct manufacturer as to where additional wiring space is needed, i.e., top, bottom, right, left, or combination. Where oversized cabinets are necessary for one section of a panelboard, all sections of the panelboard shall be the same size. C. Panelboards shall have full ampacity bussing throughout (full length of panel) and shall be full-size in regard to number of possible pole spaces. Power distribution panels shall have number of poles as scheduled or shown on the drawings. Panelboards shall be identified with phases reading left to right and circuits alternately numbered left to right, odd numbers on the left, even numbers on the right. D. Panelboards shall have copper bussing. Provide copper ground bus in all panelboards. E. Lugs for incoming feeders shall be UL listed for use with copper conductors. Lugs shall be sized by CONTRACTOR in accordance with feeder sizes shown. Main lugs or main breakers shall be top- or bottom -mounted to coordinate with incoming feeder entrance location. Location shall be selected by CONTRACTOR. Section 26 24 16-3 3604.007 F. All breakers shall be of the same manufacturer as the panelboard and provided at ampere capacity as shown on the drawings. G. Main and feeder circuit breakers less than 400 amperes shall be thermal magnetic trip type. Main and feeder circuit breakers 400 amperes and larger shall have adjustable trip breakers as specified in Section 26 28 00—Overcurrent Protective Devices. H. Panelboards shall be provided as follows (types listed are Eaton): Type Maximum Voltage Maximum Bus Amps Maximum Brk. Amps Minimum 1. C. Pow R-Line 4B 600 1,200 1,200 65,000 PART 3—EXECUTION 3.01 INSTALLATION A. Panelboards shall be provided as indicated. Final locations, sizes, and mounting of panelboards shall be reviewed with ENGINEER prior to installation. B. Each panelboard shall have a typewritten circuit schedule provided on the inside cover. This schedule shall be covered with clear plastic in a metal frame and shall include area or item served by each branch circuit. C. Prior to final inspection, clean all panelboard interiors, adjust trims, covers, hinges and locks, and refinish covers to original condition. D. Balance load on all panelboards so phases are balanced to 15% of each other. Reconnect or redistribute circuits and/or circuit breakers to achieve balanced condition. Submit ammeter readings for all panelboard feeders indicating normal operating load and phase balance. END OF SECTION ti ti o ,< r ` r-ri v W Section 26 24 16-4 3604.007 SECTION 26 28 00 OVERCURRENT PROTECTIVE DEVICES PART 1—GENERAL 1.01 SUMMARY A. Work included: Provide overcurrent protective devices as shown on the Drawings, as specified herein, and as needed for a complete and proper installation. 1.02 SUBMITTALS A. Submit shop Drawings and product data as specified herein, including electrical ratings, physical size, interrupt ratings, trip curves, 12t curves, and manufacturer's detailed specifications. 1.03 QUALITY ASSURANCE A. Comply with the following requirements: 1. NFPA 70 National Electrical Code (NEC). 2. Local codes and ordinances. 3. Provide overcurrent protective devices by same manufacturer for each type of device. 1.04 DELIVERY, STORAGE, AND HANDLING A. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris, and traffic. N PART 2—PRODUCTS C) c`___ _r 2.01 CIRCUIT BREAKERSFM A. General: 1. Comply with UL 489 requirements.' 2. Provide thermal and magnetic protection unless noted otherwisE_'__ w r B. Feeder Breakers: 1. Circuit breakers shall have a short-circuit interrupting rating as indicated on the Drawings. 2. Solid-state Circuit Breakers: Circuit breakers with frame sizes 400 amperes and larger shall be provided with an electronic sensing, timing, and tripping circuits for adjustable current settings. Provide adjustable long-time pickup, long-time delay, short -time pickup, short -time delay, and instantaneous pickup settings. 3. Field -Adjustable Thermal -Magnetic Trip Circuit Breaker.- NEMA AB1. Provide circuit breakers with frame sizes less than 400 amperes with mechanism for adjusting instantaneous pickup setting for automatic operation. Range of adjustment shall be three to ten times the trip rating. Section 26 28 00-1 3604.007 4. Circuit breakers shall be UL listed for 100% continuous current where indicated on the Drawings. C. All lugs shall be rated to accept copper conductors. 2.02 ENCLOSURES A. Circuit breakers shall be installed within panelboard, etc. as shown on the Drawings. 2.03 ACCESSORIES A. Provide accessories as scheduled as listed below: 1. Handle lock: Include provisions for padlocking. 2. Provide mechanical trip device. PART 3—EXECUTION 3.01 INSTALLATION A. Install overcurrent protective devices in accordance with manufacturer's recommendations. 3.02 ADJUSTMENT A. Set and record adjustable settings on circuit breakers to provide selective coordination and proper operation. END OF SECTION o `~ Section 26 28 00-2 3604.007 SECTION 26 28 16 DISCONNECT SWITCHES PART 1—GENERAL 1.01 SUMMARY A. Work Included: Disconnect switches. B. Related Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall govern work in this section. 1.02 REFERENCES A. NEMA KS 1—Enclosed Switches. 1.03 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01 33 00—Submittals. B. Include outline drawings with dimensions and equipment ratings for voltage, capacity, horsepower, and short-circuit. PART 2—PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Manual Motor Switches: Square D Class 2510 Type K or Eaton 13330 C= a B. Substitutions: Under provisions of the General Conditions. ry r-- 2.02 DISCONNECT SWITCHES _� E`2 wnn x A. Manual Motor Switches: Where noted on the drawings, manual motor swItc-hes shall be provided for circuit rating of 30 amps, or less. Manual motor switches shag -have toggle operator without overload protection or indicator light. Provide cover plate for all switches to meet the finish or classification of the space. Cover plate shall have provisions for locking the switch in the "On" or "Off' position. 2.03 ENCLOSURES A. Provide disconnect switch enclosures as listed below, unless noted otherwise on the drawings: Indoor dry locations: NEMA 12, steel. Section 26 28 16-1 3604.007 SECTION 26 28 16 DISCONNECT SWITCHES PART 1—GENERAL 1.01 SUMMARY A. Work Included: Disconnect switches. B. elated Sections and Divisions: Applicable provisions of Division 01 and 2021 SUDAS shall Qo rn work in this section. 1.02 REFERE A. NEMA KS 11,Enclosed Switches. 1.03 SUBMITTALS A. Submit shop dra ings and product data in accorda ce with provisions of Section 01 33 00—Sub ittals. B. Include outline drawings ith dimensions and equipme ratings for voltage, capacity, horsepower, and short-circu . PART 2—PRODUCTS 2.01 ACCEPTABLE MANUFACTURERSy ca z>.; A. Disconnect Switches: Square DType DH. —+r' M ry B. Manual Motor Switches: Square or Eaton B33C. Substitutions: Under provisions ions. — 2.02 DISCONNECT SWITCHES A. Fusible Disconnect Switches. N A KS 1; hea duty; quick -make, quick -break, load interrupter enclosed knife switch with externally-ope ble handle interlocked to prevent opening front cover with switch i " On" position. A defea r shall be provided to bypass this interlock. Handle shall be to able in "Off position. Rrovide fuse clips designed to accommodate Eaton NH SerLds fuses. B. Nonfusible Disconnect S tches: NEMA KS 1; heavy-duty, qui make, quick -break, load interrupter enclosed k ' e switch with externally -operable hand) interlocked to prevent opening front cover w' switch in "On" position. A defeater shall be provided to bypass this interlock. Handle to able in "Off' position. C. Manual Motor Switches: Where noted on the drawings, manual motor switches shall be provided for circuit rating of 30 amps, or less. Manual motor switches shall have toggle Section 26 28 16-1 3604.007 PART 3—EXECUTION 3.01 INSTALLATION A. Provide disconnect switches where indicated on the drawings. B. Wiring within disconnects shall only be for loads or equipment served by that disconnect. Foreign wiring within disconnect enclosures is not allowed. All wiring within disconnect enclosures shall be landed on lugs or terminals provided by the disconnect manufacturer, or on dedicated terminal strips for instrumentation equipment or field devices. Splices and spring wire connectors are not allowed within disconnect enclosures. END OF SECTION f+.) N W Section 26 28 16-2 3604.007 operator without overload protection or indicator light. Provide cover plate for all switches to meet the finish or classification of the space. Cover plate shall have provisions for locking the switch in the "On" or "Off' position. 2.03 ENCLOSURES A. Provide disconnect switch enclosures as listed below, unless noted otherwise on the drawings: 1. Indoor dry locations: NEMA 12, steel. 2. Outdoor: NEMA 4X, stainless steel. 2.04 FUSES A. General purpo fuses for protection of feeders —Use Eaton, NH Sbries fuses, or equal: 1. Fuses to fit ountings specified. 2. 0 to 400 amp a rating. 3. 50,000 ampere terrupting capacity. 4. 1,000-volt direct c rent rating. PART 3—EXECUTION 3.01 INSTALLATION A. Provide disconnect switches where\�ndicated on the drawings. B. Wiring within disconnects shall only b for loads r equipment served by that disconnect. Foreign wiring within disconnect enclo ures is of allowed. All wiring within disconnect enclosures shall be landed on lugs or ter 'nals rovided by the disconnect manufacturer, or on dedicated terminal strips for instrume ati n equipment or field devices. Splices and spring wire connectors are not allowed withi isconnect enclosures. END OF SECTIO r_., N M = Section 26 28 16-2 3604.007 SECTION 26 43 13 SURGE PROTECTIVE DEVICES (SPD) PART 1—GENERAL 1.01 SUMMARY A. Work Included: Service entrance devices. 1.02 REFERENCES A. ANSI/IEEE C62.41 and C62.45. B. NFPA 70, and 75. C. UL 1449, most recent issue. 1.03 QUALITYASSURANCE A. Manufacturers of surge protective devices. Firms regularly engaged in the manufacture of these products of the types and ratings whose products have been in satisfactory use in similar service for not less than 5 years. B. installer: A firm with at least 5 years of successful installation experience on projects with electrical wiring installation work similar to that in this project. C. Code Compliance: Comply with National Electrical Code (NFPA 70) and any and all local codes as applicable to construction and installation of electrical wiring devices, material, and equipment herein specified. D. UL Labels: Provide surge protective devices which have been listed antlabeled by Underwriters Laboratories. CD E. NECA Standard: Comply with applicable portions of National Electrical r�ontraftvr's Association's "Standard of Installation. " r.) --�-4 1.04 SHOP DRAWING SUBMITTALS. A. Supplier shall completely identify each submittal and re -submittal by sh6winglo! least the following information: 1. Name and address of submitter, plus name and telephone number of the individual who may be contacted for further information. 2. Name and location of project and identification number. 3. Drawing number and specifications section number to which the submittal applies. 4. Include the date of each submittal or re -submittal. B. Supplier shall make all submittals far enough in advance of scheduled dates of installation to provide required time for reviews, for securing necessary approval, forpossible revision and re -submittal, and for placing orders and securing delivery. Section 26 43 13-1 3604.007 C. Shop drawings shall be submitted for all manufactured or fabricated items. Shop drawings shall include specially -prepared technical data for this project, including: 1. Detailed descriptions and cutsheets of equipment to be furnished, including all deviations from these specifications. 2. Detailed layouts of all equipment and ancillary items. Layouts shall include scaled drawings of surge protective device. 3. The manufacturer shall furnish project specific wiring diagrams for the surge protective device. D. Supplier shall make all shop drawings accurately to scale and sufficiently large to show all pertinent aspects of the item and its method of connection to the Work. E. Complete shop drawings and descriptive data shall be submitted on all manufactured or fabricated items prior to 25% completion of the Work. Except as noted, three copies of shop drawings and descriptive data shall be submitted to ENGINEER for approval. One copy of these will be returned to Supplier if approved. If shop drawings are not approved or if they are stamped `Approved as Noted -Resubmit, "one corrected copy will be returned to Supplier for use in resubmittal. If Supplier desires more than one approved copy, submitted quantity shall be increased accordingly. F. Shop drawings submitted to ENGINEER will be reviewed and stamped `Approved," "Approved as Noted," `Approved as Noted -Resubmit, " or "Not Approved. " Supplier shall resubmit the above number of corrected shop drawings for all shop drawings stamped "Approved as Noted -Resubmit" and "Not Approved" and will continue this process until shop drawings are stamped `Approved" or "Approved as Noted. "If drawings are stamped "Approved as Noted -Resubmit," fabrication may proceed in accordance with the marked up shop drawings. installation shall not proceed until shop drawings have been resubmitted and stamped "Approved" or "Approved as Noted." G. If shop drawings are stamped `Approved as Noted" or `Approved as Noted -Resubmit" and Supplier does not agree with revisions or cannot conform to revisions, fabrication shall not proceed and shop drawings shall be resubmitted with explanation of Supplier's position. H. All shop drawings used for construction site activities shall bear the "Approved" or "Approved as Noted" stamp of ENGINEER. I. Arrangements may be made between Supplier and ENGINEER to provide, additignal copies of "Approved" shop drawings for field activity purposes. = -- J. Supplier shall mark each copy of standard printed data to identify pertined products, models, options, and other data being provided.' K. Shop Drawings for Equipment Panels: Include wiring schematic diagram, wiriq� diagram, outline drawing, and construction diagram as described in ANSI/NEMA ICS 1. Test reports certified by the manufacturer shall be provided to ENGINEER upon request for each model submitted. Section 26 43 13-2 3604,007 1.05 MAINTENANCE MANUAL A. At a minimum of 30 days prior to the scheduled startup date of any individual item of equipment, Supplier shall furnish to ENGINEER three complete copies of a maintenance manual for all equipment furnished. Applications for payment beyond 50% of the contract amount will not be recommended for payment until all maintenance manuals are submitted or a revised schedule for remaining maintenance manuals is agreed to by OWNER and ENGINEER. B. The manuals shall include manufacturer's instructions for maintenance and operation for each item of electrical equipment. Manuals shall be specific for the equipment installed, provide project specific inserts as required. Manuals shall contain: operation instructions, preventative maintenance program, spare parts list, parts lists, I.D. No. and exploded views, assembly instructions, parts supplier location, troubleshooting and startup procedures and, where applicable, test data and curves. C. All sheets have reduced dimensions as described for shop drawings, and shall be furnished in 3-ring binders. 1.06 WARRANTIES A. Manufacturer shall provide a minimum 20-year warranty from the date of substantial completion to cover repair or replacement of the device. This warranty shall include the field replaceable plug-in modules and coordinated fuses. PART 2—PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. The drawings and specifications were prepared based on MCG. CONTRACTOR shall include in the Bid and shall be responsible for the cost of any changes to accommodate other equipment including, but not limited to, upsizing overcurrent protective devices to meet manufacturer recommendations. CONTRACTOR shall also pay additional costs necessary for revisions of drawings and/or specifications by ENGINEER. 2.02 GENERAL A. These specifications describe the electrical and mechanical requirements for high energy transient voltage surge suppressors. The specified surge protective device shall provide effective energy surge diversion for application in ANS1/IEEE C62.41-2002 location Category C3. Testing shall be per ANSi11EEE C62.45-2.002 using ANSI/IEEE C62.41 Category C3 waveforms and amplitudes. B. The system individual units shall be UL listed under UL 1449, latest; edition,,. Standard for Surge Protective Devices (SPD). Surge ratings shall be permanently alixed, to the -SPD. C. Operating Temperature: Operating temperature range shall be 46-1p -tf!5°C (40 to 131 °F). D. Storage Temperature: Storage temperature range shall be -40 to +85 °C. Section 26 43 13-3 3604.007 E. Relative Humidity: Operation shall be reliable in an environment with 0% to 95% noncondensing relative humidity. F. Operating Altitude. The system shall be capable of operation up to an altitude of 13,000 feet above sea level. G. Design Life: >15 years. H. Operating Voltage: Maximum continuous operating voltage shall be no less than 115% of the nominal rated line voltage. Power Frequency. SPD power frequency shall be rated for use on 50 and 60 Hertz power systems. All SPDs shall be MOV type. Noise filtering capabilities shall be provided as an option for the devices specified herein. K. SPD shall be suitable for use in Type 1 locations. L. Unit shall provide maximum ANSI/UL 1449 VPRs for 480Y/277-volt systems. 1. L-N = 1500 V. 2. L-G = 1500 V. 3. N-G = 1200 V. 4. L-L = 2500 V. 2.03 SERVICE ENTRANCE DEVICES A. The maximum surge current capacity of the specified system, based on the standard IEEE 8120 microsecond waveform, shall be at least 160 kA perphase. The surge life (8120) shall be at least 6 kA for 10,000 occurrences or 10 kA at 20 kV for 16,000 occurrences. The transient suppression capability shall be bidirectional and suppress both positive and negative impulses. SPD shall have a nominal discharge rating (1„) of 10 kA. B. The SPD shall have a minimum Short Circuit Rating (SCCR) of 100 KAIC. The interrupt capability must be confirmed and documented by a recognized independent testing laboratory. C. The suppressor shall be designed so as to minimize the internal surge path impedance. Direct point-to-point internal wiring is inherently inductive and not acceptable. Connection to the power service shall be constructed as shown in the manufacturer's installation notes for best performance- D. The system shall be constructed using field replaceable plug-in modules, _The module shall consist of multiple fuse protected metal oxide varistors. The status ofLl�ach module shall be locally monitored with a red LED that will illuminate if the 'rt'ioduler,protectF,on is reduced. Protector shall provide redundant protection within each: p' h6se� 'module_ with multiple surge rated fuses per module or one fuse per MOV. 74 E. Red and green solid-state LED indicators shall be provided on the hing(ed k&t c6V to indicate protection status. An illuminated green LED indicates powers pre6ent`at°°'the protector on all phases, and an illuminated red LED shall indicate that one 06nore of the modules have reduced protection. Both front panel and internal LEDs are -required to Section 26 43 13-4 3604.007 provide power and fault indications. Relay operation shall be in a failsafe operating mode, i.e., continuously energized so that power failure, reduced protection, or a break in the remote monitoring line will cause a fault indication at the remote monitor. Neon indicators are not permitted. F. Relay alarm contacts shall be provided for remote alarm monitoring capability of unit status. Surge protected normally open and normally closed contacts shall be provided. G. The system shall be equipped with an audible alarm which shall be activated when any one or more of the modules has a reduced protection condition. A mute switch shall be provided for the audible alarm. H. A 14 gauge, NEMA Type 4, steel enclosure, with corrosion -resistant hardware shall be provided for the unit. Service entrance devices shall be as manufactured by MCG, 160M Series, Liebert 560 Series, or equal. PART 3—EXECUTION 3.01 INSTALLATION A. The installation and testing of the system shall be in full accordance with the manufacturer's installation and maintenance instructions and all national and local codes. B. Each installed device shall be fed by an appropriately sized circuit breaker, per the manufacturer's installation notes, in the protected panel. No SPD shall be installed without an upstream overcurrent device. C. Units shall be installed as close as practical to the electrical panel. Low impedance cabling furnished by the manufacturer shall be utilized for installations with lead lengths greater than, or equal to, 5 feet. Low impedance cabling furnished by the manufacturer or appropriately -sized standard cable, if acceptable to ENGINEER, may be utilized for installations with lead lengths less than 5 feet. SPD leads shall be as short as possible. D. Manufacturer shall provide protection modules and coordinated fuses under a no -cost lifetime replacement warranty. END OF SECTION w ti 1--- . C 7 :i -� � 8 iy C.a Section 26 43 13-5 3604.007 PLANS ro Transit Maintenance Facility Bus Charging Stations Project Page 1 of 1 ENGINEER'S ESTIMATE July 2, 2021 City Clerk City of Iowa City, Iowa � r ww®j�Q CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org Re: Transit Maintenance Facility Bus Charging Stations Project Dear City Clerk: The engineer's estimate of probable construction cost for the Transit Maintenance Facility Bus Charging Stations Project is $210,000. Sincerely, Scott Sovers, P.E. Assistant City Engineer �J N N 910 West Wingra Drive Madison, WI 53715 608-251-4843 608-251-8655 fax www.strand.com TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS FOR THE CITY OF IOWA CITY IOWA CITY, IOWA 7071 JUL -2 PH 4: 23 RK 1011M CITY, I0 �A ;a, 3 � W Pah F4 E: ia;� RIG -...1 ey 14SJ � 4 � GrrtM1 � f lNP FaA � 1Yi,rv., rv� � a ,4r � 3c Z. :a •��� NnYe"0. _ �•R *. � Q' L`'._5 Y} S q£ 0ars� � 5� 7 � _# � � ww, Yhrp Me..`%R • ff��C MrM '� - �' tit In w: sr{ 4 . - aW"•0 'a .0 «Yn/A,IMqn r W s. -I. CM v i e , C-1 a z 5» a»0 a a � � � i• ..2 2— Y. B `9 { ,,ymrv,oe n RN a+aY'`"a _ aN a _ 05 LIST OF DRAWINGS 04 t ? H„ = H ,.1 • w E s 14 p� i . a �. i v SHEET STRUCTURE •ta*wa.,wa z1 gig, & sssa'�G �, w�,..pg NO. NO. TITLE 1 G0.1 TITLE SHEET, LOCATION MAP, AND LIST OF DRAWINGS 2 G02 SYMBOLS AND ABBREVIATIONS 3 E1.1 ELECTRICAL PLAN x 4 E5.1 DETAILS 6 ES.1 ONE -LINE DIAGRAM AND NETWORK RISER DIAGRAM ix Ipht�y- �Y G Z usi # z f P at`<n'A p„r h � ?3 • 0— m SYa tA taa :a 4:'aba. Na SG Chxa,Ie i• Sk A`11111111ff lffi1l11 SHANER .� �? ZENZ z c� 21579 fffial11//11111,`, I HERESY CERTIFY THAT THIS PLAN, SPECIFICATION, OR REPORT WAS PREPARED BY ME OR UNDER MY OIRECT PERSONAL SUPERVISION AND I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF IOWA.. SIGNED: DATE: ill anal �=A 2ENL P.LICEIfSE NO.: P211111 - MY LICENSE RENEWAL DATE IS 12/31/2021 PAGE OR SHEETS COVERED BY THIS SEAL: ALL TRANSIT MAINTENANCE FACILITY 1200 SOUTH RIVERSIDE DRIVE IOWA CITY, IOWA CITY IV IOWA CrrY EWUEERING DIVISION 21 CM ENGINEER DATE STRAND ASSOCIATES' F FCTRCIU AR=RFOATIONS R F' RCAI ARRRPJIaTICVS F7 FC'T_R_rA S'Y_ 1_I__BO S A ANI1 ER= YCB WAN CIF.WIT BREAKER A- AM'LR=FHAVt ':CC3 4rK) Ui;ASt::I1d,UlIBHEAKER O ANALM ELEMENT A=F A=G A30JF FINIS-IFD=LOOR A30JE FHLSaED GRADE l'CM VCP _MAANDCIRCU.ARMI. S WUTUR CFTCU 7 PROTECTORt N AJIAL.YSIS INDICATING TRM6NRTfJt, w .Ai.. A,.IFiUNII' H4V NG JliiSLNC IICN ':LN' WAN UIS R 3U IIO`I f'ANELEOA'iL:- = • (1 A-INIDOC.ATES Ft MOM TYPIE O• OO yED Qyym vv%.mAmwTY 1'SS=TOTAL SLWEHOED SODS, GD.W DETEC M A-10 AIR NAPTA NO JNIT - VISC WLlrF I A%FUIR Z-M CATES CI tt'M• HMM Ok-OUME AIMLYWir OP-OxYGIN puRrTYr AG ANI1 ERE NTERfWTIVG CA=AWY CLO WAN LUGS ONLY 0-00CA70 SWRCIMND LEL-LOWEI! Lxf•609'AF Uwy, PR-PROXWOTY. .A_ A_l;fd VJM SO WUIUN CT't:QAItU Ftu'{ w SOLID IJROLE ��«� ALYIM'� ON �La � CONTROL 57I A- AM-FR= TRIP VTL • • ' l')O_RJTCD loll AS A-TOM.ATIC TRANSFER. SWITCH VTC WOJNTING � SMMACJC OR Le�T I G � TYPE � AWC ANI=RICAN VVIRF GAUGF VV WADUM 1•'OLT;;C2,.'4VIFC�J 1� --+. (''1_ �~I� 1 1, i F h yx uau.t. uar+im ® or>KsnY ELCMIENr B21G C B-ILDING MN XI VW M1 MICROWAVE OR VEGA'IWATT i[� l.' � CITY . 4 0 �� �'• N=UTrd1_ IOW F•-•O-� 1Kl SURFACE OR KNOW IIOI IJM I@D DOOM IDKATING TRANSMITTER CAT CATA 0C. NA NO"APPIIrARIr Lo" O PLOW ELEMENT CA'tV P_+IB = L-'L TEISKJ I r1C fJ_1PMALLY QC'SE �� 17CS StNll'ADE OM PEHHaM1T M011ifiD CS OHGUIl 3NtA<EH RAC NO-IFCATICH APP_IA I—_0P. J-PAU6L I FLOM QDICATTNG 71I- OCC.OSED OCTr CIRCUR TLLCJISgh. CIRCUIT NEC 0.1Q I.ATOIJALC_=:TT OL1DE Kt3'-N MNTF.A:`.T � Lmm W" MOLMIEO O T MAI C M-MI6NETIC. Pa THLoII.Y1L MASS � p U-mipAsoloc CEH"A INt HL kl(NITLGN- 0-0 a:iUJC HM NOIIMETA—.0 ® 1X4 RECESSED LDEAR O• FLOW SW 1 �: P.PADOLE, T=11•E11AML. COL. axuMv no rcx:M�lTvorrr. CrWAC ANCE. A-4Mt FLOW OPP CJP'ER PA -CH PANE_ AS I,ETNORK H 3.V-C a 2X2 RDU35U LINEAR O iIAI �TT.iH .. C.RRENT`Z.N5-ORNCF H3F NA I CH•IAL SANIIAF!Y POUVDA IIUN ~ S SWITCH 0'E CJ CC>N',E',T TO EX3T VG COP'E? M1T3 GCE f 7' TO i.^AlF OLCIPMITERZAKER OO 2Y4 RECC5= LINEAR OO�LO PONF%t ELEMENT 0JH G.BN'=r LNRIIE:AT=R O_ OVE-SI.CPU `� • MAR) U LtU::AItU O- OVFRTFM' O � � CAN UI: L1HbU Cdi&4=NI 11K PA R EXIT, SLIPPAGE, PENOIWT O (YIRREHi SNITCH DEC DISC_-tN T F KXE: OR I Q POMFR INOICATNC iRAMSYIITER COO rRA'A'11KI FR P,AI. 140k WALL EXIT. E al ERCENCY a P1ASE O TTME �'""' ' EtiTDP CM72GCNcYST7P FNL PANtLBCA�J a FC F FC-PICM CC'JTFA�-OR FRI PR IJAZY O LEVEL MEMENT E-_H E_ECS'IC DUCT AiZATER FT P0'E4TNL TRANSFORMER E- EIO AJST FAN FTZ PAN. "+L" nON Gx.AI_K.% O LEVEL ND CA7TXi TTWfSIITTTEK FMT E.FC-PICAI WF-Al;.f-RAINS FVC POLYVN"LCiLORIDI '% WSUBMIUWALC. V-VLTW40IIC, It -A AR. �$11HOLEPOLE TL-11 f IENCL/RM rME EOL E\DOF -WE DEVICE FWR POWER ♦ EM E_EC'kK: VATS<CXMI-EH PS'C RKADGALVANIEDSTE_CNDLIT f 2 TWO POLE ® LEVEL SWITCH. FX FXEAL REDUCE N t C-CONDUCTANt� f-6V.L PL.OAT. V-MOAMNO 1RFWK B-BLILD►!D FLOODING FAAP FFE ALARV 0.r1HLNCUTOR PANEL R F.VNR VOLTAGE F2=Dl1GED VOLTAGE M1OM1 REVERSING s3 THREE NAY FAC,l FHt ALA.-W=41ROLPA.NEL FVSS FZEDUCED VOLTAGE SOLID STATE $4 FOZJR WAY NTY�I M JlK NOICATIq FCU FAN CC II. UNIT EC S- K:ZT CIYJJIT TRAMSM nVR FLA UPI, FJLL LOAD AMPERES FH-H I'.A ICH IAM- SCADA ECC SJPFPV SCR -CAJSUt AND GA -A AC-4UIRITCN SJPEP•,' SCR' =ONSOL CENTER sr KEYED O PRESSM ELEMENT FPC- FR=FLMP^CVTROIPA'JFI SE S=FrVICCCNJTRANCL SO CIMINO FR FR=RF-ARrA\IT SFC S=aONrARR SM MWAAL MOTOR OWTCH (3 PHASE) OPRERSLRE00ftIM TRANERIIJITTER FI F6BI AN S-1=1 r1Fr1 $WP FDA FOO') ANC DPW ADM AISTPATM eS S-'A.VLtSSSTEEL WEATHER PROOF O PRESS SYRGi FVKR FJLL VOLTAGE NON REVERSING STP SHTJ :=1 FD Tti4TgDAI- P Sp SWITCH WITH PLOT IJCFR FYR C FJLL VOLTAC:E REV'EFEINO CMUND SV SW 9OLE4C D V+4VE SWI10- LC UGFBMl6 OCl11RCL S171TION O SPED SWTCH 0G RN CENEE:RLL �\�/1GTCR &'hr3D SV 9TC-A')ARD PHOTOCELL O TEMPEMTURE CONTROLLER 041 azOUNJTALLT NT--lW&PI"_H TEL -E_=r'-O'•.E A E TEMPERATURE IDAN'1T 3PP MCU1.0 FAJLT-R6-CrION (_Q- VCIn tS2W V" C:r1U "'NO ,VIHLllW ' � R Im T-TLIpD0tem 3FCI G@OUNJPAULT:,(rMTEiR'-pTER TIP -Y=CAI Pam SYIMK)LS O TEMZTER1L7m Nbcam TRANSumm C14U CMUNJ LG 11VDERGP.OU40 GR5 CAL'.+AN[ZrD :-D 5T-CL LH L.141 rF-A tP. I AI= (T'IFCAL) nix �PEM7TMLE CULI7Fta. STATION HAUL H=A 01" PNL AN LUrL: IUMN6 hi ILU LP3 L.V VTERP.JFTIELE PCOIER SUPPLY MQ $tit PANEL pv.-%wjON H' HJRSE-aNER LTP L43HIELDED rWI3TED PAIR �..^ Z ! �(�'y�p"'�)• WUPIINDICAM O TEMPERATURE SWITCH H'•/ HICiIVOLIAvL V YOLTQ t3= L 1 1ES W MOLT. WP EATHOWFW HVA.0 HJ1-INIG.VE'JT _ATIV ,, &A.IRC�)rDI-ONN: VF= YAMABLCr r(PJCNC-D-,IVC O TEMPERATURE 1R,*45MrrTER HZ H_RZ VJ W r OP WA'T -- OVPUM 120 MII7IRE MOLT. AMC FUR IG J"sC:ATOD GZC.SJD V:I1 1 1011 _r1rWnlr _ WAS I :.CWr. O VdRATIONI ELEmom IM'C NTERhEDIATE':ELILCCNCJ- VJL WETU7G4TION DOUBLE PIJPLDf. 123 VOLT. AMC vato ON eamm TEA swTTER J6 JUVCTICN 309 w r WCAnI_R''r?OOr FURNIITURE O KONIL ONE T•IC..SA\: CIRCULAR ill-S WA' W ML=SZ AOCCES PONT so, Domr: "Lm 125 VGLT © WDGHT EMINENT KC K\O;JCOU' JN-hI? HA.NSF JHMER K'O KLO^Xt-A 4PAPE2ES ' El"1_OSICV PROOF F} ��C SINGE COMyENIEMICE, 125 MOLT NIMW NWA*4 TRANSMITTER K'VAR KLO/CLT 4,NPE2=S FCA.""T1VE fOR L7.ECfit� MWCR COOLd! Kw KI ONA— E7tP OSION-PROOF•. ABOVE FLOWU iE ® TORQUE 9WI1C11 LD LG-IT VG PANEL EXPLO51ON-44W O RA WEIGHT 7HSNTTER (SCALE) L7G LG�fT VG TV LOVV VC. TACK Mo VE-AL :LAD O FOXED CCU IPMENT CONNECTION OTS PRESENCE/ABSENCE DETECTOR M;X: VU IJH CX-V IWX CNTER POSITION SWfTOL ® � VOLTAGE O� D-DOOR, L=LNIr. P-PRMMRYLE O•rp SOLENOID, VALVE D AIlrOMATC TRUSTER SWITCH (OFE-LM'E WMGAAMI r 1/1 GAS O vEL'T10N SYSTEM HORN; WALL MOUNT p O CRCUR NM41U (ONE -LINE DYYWUN) Lu��yVTv H GAS OEf97rgN SYSTEM ST110X: WAIL MOl1Nr METER (UK -LINE WOV* t� PANELe W EMPYENT AND MfRiri GROUND ROD CMAIECrION (ONE-UNE TkN�FORMER �"'�"`I("�"+ I �,,,,••,,- &.cm Xlr 6wixK d.NZKNION-R1$ED ®r MOTOR STARTER MACINEW ® cot;$" DREAM ODYBfNTON STARTER m 4UNC110N BDX ® LME VOLTAGE THERMOSEAT LIE VOLTAGE TfERMOMT W/RF]IDTE BULB P-01-01 48WV LCIIA FEFER TO MCC/PWEL SCFEWULE FOR WJPIEM KWER ® %V%N LE FltWVENGY DUNE SIM MR= E VNIDEROFAMO CltC1W OH O11ME04D ELLCTRIC C CABLE TELEVISION SERVICE 1 TELEPHONE SERMCE fo FIBER OPTIC CABLE tk UTILITY POLE TECHNOLOCY SYMBOLS DATA JACK Qh) PLAGUE mo( POm NoLoa PHONE ANO DATA oca MALL MOUNT Mil Roe JACK agw W fiF MALL MOUNT POTS ANALIC PHONE .HACK 84' AFF QQ `T! LK:10A 14ETWOW JOCK ® 2-POST DATA FLACK O COAX CAM AKK ® POW" POLE H PA SYSM HORN: 10'-0' Aff S PA SYSTEM SPEAKER OK m PAD ® CLASS BREAK DETECTOR MSMS MOTION 300M PUSH OUTTON O ELECTRIC SrM © IZAGNEM LOCK I DIS wromm STATION DOOR SWTCH OOCW►AWGY SENIOR µme —SEE SCFEDULE FOR SENSOR TYPE O CARD READ" A FLOXY E VOUNE OONTRqL, RA SOCAN3744 COLMLC MOLIJT A • SPEAKER TYPE FDlO SWUVTY CAMERA PMl W. ZOOM SECLIRITY cAr m 0 z O 3604.00, PROJECT MGR. SHANE ZENZ ,911 STRAND ASS0CIATEs SHEET 2 GO.2 lal JUL 23 p 112 CITY CLERK L• 0 0 E 0 0 NEW OVERHEAD, LINES (BY UTILITY CO iiW1O1 GRAVEL DRIVEWAY OWNER FURNISHED DISPENSER /1 AND ASSOCIATED CONTRACTOR PROVIDED CORD REEL (ON CEILING) 2 1/2-C. (10OWDC POWER) 3/4-C. (277VAC AUXILIARY POWER) 3/4-C. (FIBER) WINDOW 1-1'C. (480VAC POWER) DISPENSERS f2 & 4 CORD REELS - DSPEMSERS /1 & 3 CORD REELS 1 DISPENSER 1011 DISPENSER V11 DISPENSER DISPENSER ;1 10 11 Im M OWNER PROVIDED DISPENSER 13 AND ASSOCIATED CONTRACTOR CORD REEL (ON CEIIJNG 7 O 10 11, STORAGE 120 s.ENERel`NOTEs: 1. SEE 2021 SUDAS STANDARD SPECIFICATIONS FOR REQUIREMENTS ASSOCIATED WITH CONCRETE. EXCAVATION. FILL, BACKFILL. GRADING, AND SITE RESTORATION FOR THIS PROJECT. BUS 2 1'C (FIBER) SUS 3, 3, ROOM PULL BOX L ITS x (ON ml me 2 1/2-C. (t000VDC POWER) 03/4-C. (277VAC AUXILIARY POWER) 3/4'C. (FIBER) 4-2 1/2-C. (1000VDC POWER) 02-1-C. (277VAC AUXILIARY POWER) i-1'C. (FIBER) 1-1'C. 480VAC POWER) OWNER FURNISHED DISPENSER /4 ANI ASSOCIATED CONTRACTOR PROVIDED (ON CEIJNG) C7XI G 2 AND ASSOCIATED PROVIDED CORD REEL (ON CEUNG) @@@a 2-C. (1000VDC POWER) :. (277VAC AUXLIARY POWER) (2 (FIBER) s,- I 4-2 1/2-C. (1000VDC POWER) I 5 O7 2-1-C. (277VAC AUXILIARY POWER, 2 FEEDERS PER CONDUM ASPHALT DRIVEWAY 1-1'C. (FIBER) 1-1'C. 480VAC POWER) BUS CHARGER /2 4 7 8 1-2 1/2'C. AND 2-1-C. (SPARES)12 �-1-2 1/2-C. AND 2-1-C. (SPARS)1© BLS CHARGER /1 4 7 3 UTILITY PAD -MOUNTED TRANSFORMER CONCRETE PAD (PAD BY CONTRACTOR�j 2 —E E E E E E E E NEW UTILITY TERMINAL POLE (BY UTILITY MANY) 1O ELECTRICAL PLAN MOUNTING STRUCTURE 0 5, 10' 20' 1-1-C. (SPARE)1 —BLS CHARGING MDP 4 8 —VDG@ UITLITY METER SOCKET AND CTCABINET1 4 B KEY O1 NOTES, COORDINATE NEW ELECTRICAL SERVICE WITH THE UTILITY COMPANY. REFER TO SPECIFICATION SECTION 26 21 18 - ELECTRICAI. SERVICE SYSTEM FOR EQUIPMENT BEING FURNISHED BY THE UTILITY COMPANY. O2 PROVIDE TRANSFORMER PAD PER UTILITY COMPANY REQUIREMENTS. O3 CONTRACTOR SHALL PROVIDE CONDOR FOR UTILITY PROVIDED PRIMARY CONDUCTORS AS SHOWN ON THE ONE-UNE DIAGRAM. CONDUIT SNWl BE INSTALLED ABOVE GRADE AT THE BASE OF THE TERMINAL POLE PER THE UTILITY REQUIREMENTS. O4 EQUIPMENT FURNISHED BY THE OWNER AND INSTALLED AND WIRED BY THE CONTRACTOR. OWNER ANTICIPATES EQUIPMENT TO BE DELIVERED BY OCTOBER B, 2021. OS SAWCUT AND REMOVE ASPHALT MINIMUM 3 FEET BEYOND BOTH SKIES OF THE TRENCH ON NEAT PARALLEL LINES AS REQUIRED FOR INSTALLATION OF CONDUITS TRENCH LOCATED BELOW THE ASPHALT SWILL BE BACKFN.LED WITH CLASS A ROADSTONE AREA SHALL BE PATCHED WITH ASPHALT MATERIAL AND THICKNESS TO WATCH EXISTING. © BUS CHARGING MOP, UTILITY METER SOCKET. CT CABINET AND SPD SHALL BE INSTALLED ON THE MOUNTING STRUC LURE O7 PROVIDE 2 14 AND J14 GROUND FROM BUS CHARGER TO EACH ASSOCIATED DISPENSER FOR 277VAC AUXILIARY POWER. CHARGER /1 SHALL SUPPLY 277VAC AUXILIARY POWER TO DISPENSERS t1 AND 02. O PROVIDE CONDUIT AND WIRING FROM BUS CHARGERS TO EXISTING ITS ROOM RACK AS SHOWN ON THE BUS CHARGING NETWORK RISER DIAGRAM. COORDINATE WIRING TERMINATIONS AT THE EXISTING RACK WITH THE OWNER Og EQUIPMENT SHALL BE MOUNTED TO SUPPORT STRUCTURE AT THE CEUNG AS SHOWN IN DETAIL PROVIDE SUPPORTS AND MOUNTING HARDWARE AS REQUIRED BY THE MANUFACTURER FOR INSTALLATION OF THE DISPENSER AND CORD REEL ON THE SUPPORT STRUCTURE 10 CORD REEL SHALL BE MANUFACTURED BY STEMMANN-TECHNIK, MODEL NO. DCCCSIUL-D.SR-20041000V, OR EQUAL WITH 480VAC MOTOR OPERATION, OPEN -STOP -CLOSE CONTROL STATION AND CCS1 PLUG. COORDINATE CABLE RATING WITH BUS CHARGER MANUFACTURER SUCH THAT THE CHARGER OUTPUT DOES NOT EXCEED THE CABLE RATING. PROVIDE CONDUIT AND WIRING BETWEEN DISPENSER AND CORD REEL AS REQUIRED. COORDINATE CORD REEL CABLE DISTANCE SUCH THAT THE MAXIMUM WIRING/CABLE COMBINATION DISTANCE ON THE DISPENSER OUTPUT DOES NOT EXCEED 32 FEET. 11 PROVIDE "14 IN 3/4-C FROM DISPENSER TO ASSOCIATED CONTROL STATION. 1© SPARE CONDUITS SHALL EXTEND 2'-O' PAST THE CONCRETE PAD AND CAPPED ON EACH END. 1© PROVIDE UNISIRUT SUPPORTS SPANNING FROM BOTTOM OF WINDOW TO TOP OF WINDOW FOR SUPPORT OF VERTICAL CONDUITS. UNISTRUT SHALL BE LOCATED NEXT TO WINDOW TO ALLOW CONDUITS TO PENETRATE THE WOOD SOFFIT AT THE TOP OF THE WINDOW. COORDINATE CONDUIT LOCATIONS TO AVOID THE SOFFIT VENTS. ITS ROOM B GROUND GRID® 6 KENO � N z 2 N W Z Q J a J Q rJ F. 0 W J W I JOB NO. I 3604.007 SHANE ZENZ 4 A &Ll STRAND ASSOCIATES° 3 E1. k !� tilt 23 ���{ \O t N t p" oot" FURROW DI9Pcae %1 AND ASSOCP= CONTRACTOR PROVIDED CORD REEL (ON CELINO) 2 1/211C. (1000rOC POWER) p 3/4"-' 277VAC AUXLNRY FOWER)O 3/4'1r. OWO p 2 1/2t (1000VOC F01YER} 03/4'C. (Z77VAG AUXMjARY POWER) DISPENSERS J2 k 4 OORD REELS - OMPE]NSERS #I & 3 COfaD REELS DISPENSER 101 osrcNscR 10 1 DISPENSED 10 t DISPENSER +1 /0 1 T 0 TD 1T3 ROOM (SEE KEY PL,:D li.. (RBER) CENMeL Nam, 1. SIX 2021 3UCM3 STANDARD 3MpFICAT13N3 FOR REQUIREMENTS ASSOCIAIM IM CONCRETE, EXrAVAT101{ ALL. BACKMLL, MOM AND STE RIEMRArM MR THIS PROJECT, 2 1/2T. (tOODOC POWER 3/4'C. (277VAC AUa AW POWER) 7O DIIDNSER /1 DSPENSER +1 AUX POWER 019PENSER i2 Ot3PEP/ ER f2 mu POWER MS WC ER p OISP06ER y3 AU X POWER 1w AUX. M RA �— 0 R1RNERE6 DISPENSER D ASSCCNTIO CORD REEL (ON C011dfi) 7 9 IO 11 2 /Z�C. (I %XW c POW") 3/4"C. (Z77WG ANA(I.NRY FOYI[390 3/4 C. (FIBER) PULL 80It ISz3OdATEO 00NiRs4 MO CORD ION COUND 7 0 10 1 OWNER FVRIMSRED p OIX MER f4 /N� I 7 p u 17 2 1 (100NOC POWE7 7OV4 (277VAC AUXLWN 3/4"C. (fam) ?C2 1/2% (lomm POWER) 1-0. (17TOZ AUXLWV POWER) I -I'V- (FI ER) 1 -1'C. (4woc FOYVER) (ON 0 4N2 T/2'C. (10DOVDC PO►" 07 2«11r. (277VAC AUXI.NFOI FOWER. 2 FEMERS PER ODHOUT) N ORIIEWAY /^-lt ) 1^11C. 4B0V/IC POWER) 1»2 1/2'1-2 AN0 2«1"C. (SPARES) I NEW 94ERHVQ LIES (BY UTIJTT com;w)oi W GUARD POSE BUS N?M1R:EIT %1 4 7 E N 3 UfLJfV PAD-WOV NIED TRM SFOR MER OONCRETE (PAD BY OONTIWICTOR) 1 2 a6 Ic ---E E c c HE* mUnLffy N TERMINAL POLF LY Umurf «MPAMQ ELECTRICAL PLAN MOU~ sv%xru:F °•�u- 2" p p 3 GKVV R /2 4 7 6 1-2 1/21C. AND 2-1'G (SPARES)© /-- QUARD POSTE • QV. XEY O RNO1TSe COORDINTE HER eurnoc& 3ERNCE WITH THE UTL11Y OC~. REFER M SPEMPIrATION SECTIOM 26 21 16 — ELICTRIOAL SMICE SYSTEM FOR EDUIP ENT BENNG FURNNSI M BY THE NY. UIRJTY COMPANY V FIRCOM AD PER IfTiL1TY COMPANY ®ODNTRAZW SFiAtl PW CONOI loRS� AS 5"OVMON Of C-LWK DIAGRAM. COIDtWT BE OVALM ADM GRADE BASE OF THE TERMINAL POLE 1ME UTLTTY ITDOLIIEAIENTS. O FURMSHED 6Y THE OWNER AND HlSD11Ae0 AND WILED BY THE COKRM!TOR. OWNER MWICIPATE5 E1DRNnENT TO BE DELIVERED BY OCTOBER NL M. O SAIWW AND REMOVE ASPHALT MRIMUM 3 FEET BEAONO wTN TIDES of THE TRENCH DU MEAT PARALLEL UNES AS REQUM FOR 161ALIA11ON DF O"JI TS. PATCH MA WITH CRASS A ROADSIONE AND ASPHALT TO WATCH EXISTING. © BINS CIwmm MOP, am METER SONET. CT CABINET AND SPO SHML BE I smm ON TIRE M"ITRNG STRUCIURE. O RE AND #14 ONDU40 FROM Cf4 TO EACH ASSOCIOM O19PENS7R FOR 277VAC AUXKAARY POWER. CtIMRI n 11 SHALL SUPPLY 27NAC AU URY POWER TO OMPOWS fl AM P. O FRQVNX CCHOUfT AC WVVNG FROM BUS CHARGERS TO EXIS, N6 ITS ROCM RACK AS SHOWN ON 1HE BUS CHARGING NETrORN RISER OLAGRAM. OODRRDIWL VARINO TERMOW 0 6 AT THE EXISTING RACK WITH THE OWNER. OELZ<MhENT SI-ML BE MOUNTED TO SUPPORT STRUCTURE AT THE COUNG AS SHOWN IN OETALf� PROAM 3UPPORR3 AND MOUNTING HARDWARE AS REMM BY THE MANUFA31URfR FOR MSTALIATIDY OF THE OISPE114" NNO WARD REEL ON 1NE SUPPORT STIIUCnm ® CORD REEL SHALL BE MANUFACTURED BY S awm-rcaimK MODEL NO, OCCCSIUL-D.fR-2COA1000V. OR EOUAL Wn /AWAC MOTOR OPER70K OPEN-STOP-0.01 CONTROL SHIM ANNO CCSI PLUG. COOROIUTE CAEtiE RATING WITH BUS CRMRLER MANUFACTLMIR SUCH THAT THE CHARGER OUTPUT DOES NOT 00CEM THE CABLE RATING. PwlOE CONDUIT AM YYR m BETWEEN 06PDI5ER AND OORD REEL. AS iEDUItE COOROWIATE CORD REEL CASE DLSIANCE SUCH TWAT THE W04WIM WIRM/CABLE COMBINATION OMTIWCE ON THE DISPENSER DVIPUT DOES HOT FXCM 32 FEET. 1Q PRCVIOE B�i14 M 3 4'C FROM OEf ERt9ER 0A CONTROL 3TAJIOH, 1© SPARE CONWIS SHALL TOM NO 4'-r PAST 1HE CONCRETE PAD AND CAPPED ON EACH END. /® PRWIOE UNSTRUT SUPPORTS SPANNING FROM BOTTOM OF WINDOW TO TOP OF "COW FOR SUPPORT OF VBRTX CONDUITS. UNN1SIRUT SHALL BE LOCATED NEXT TO WNDOW TO ALLOW COMOUITB TO PENETRATE THE WOOD SOFTTT AT 1HE TDP OF THE WIDOW. COORDRUM CONDUIT LOOKro 6 TO AVOID THE GOFF1T VENM ITS 6 KEY PLAN, NO SCALE ` 2 a a J d u F- C� W J W I JOB NO. ' 3604.00' SHANE ZENZ STAND ASSOCIATES 3 E1.1 314• CHAP (TYP. ALL I To � r ` /O RARE STR*A Eo AND REHW OovPEa V-al BELOW GRADE � 1 5 ("74 NELDWO (T t/4;t!' COPPER COPPER GROUND GROUND SM fm mp' OF 4/0 BARE STRANDED COP" 21-4• BEL" Gum OW) LOCAL PAWL -\GRQUND GRID t/4' ALJJIOrPWEM1Y I , STAINLM W/AITACHEO DOLTS i I •I : GAL. AM � ", M CONS I If f ai a o tUN67RUr (TfP) sw POST SLU N ATUIpfD W 4V6/d CONCRETE o CONCRETE VOLTS `"r.) C LUJ F� F CSTRUCTURE NO SCALE D FID SCALE r DWffM 4"IS JClSr. GY3MRACT031 TO YOM 90TWU ODD WITH AW iHriOWSS (NP,) 4-UNDAPTCR TYPE et/2'ke'�MIDTH OF�FOI`Ag� FM JOST E��DRD t 3• R Z -� // \1` O 3 4" tI11W�ETi dJ OORNERQ R 1 2•�SelIDTN DP 4imom IER rtrt (tom•) JOIST CORO +3" i �� AFM FASTEIIERS t (tYt• } cm O z R1/2':4•> UIH Of JOIST GIORD+J rc i/2• CM CALV. BOLTS z -- — I VT74 NUTS AND WASHERS (TYP.) F e _ — — — (rip.) •,4 xa/B" (fvP.) R a/a. r+,><a. NM _c a is _ D�,reNscR R 3/8•>Q4•.e• c W v 0 V SECTION A —A noTE: ROT DIP oKVAmE AS�LY ,�+ � r p A FABRICATION PER AM ass a v z j!j)QlRPFNSER MOUNTING PLAT r z_ O SCALE Q z t r JOB NO, 3604.00' PROJECT MGR. SHANE LEN2 411,1 STRAND ASSOCIATES' 4 E5.1 1 Af L al. 2ni OWNER FURNISHED METER SOCKET AND CT CABINET INSTALLED BY DNWON 28 PER UTILITY COMPANY REQUIREMENTS UTILITY PROVIDED PAD -MOUNTED TRANSFORMER LT1T� OIN 4i2 (PVC) )71:JULt1 BOOAT8DOAF/ BOOR SERVICE ENTRANCE RATED 1 RATED UflLRY SERUCE 40OAF/ 40OAF/ 40OAF/ 20 3 / TERI@NL POLE ( - 100% RATED loos RATED 10OX RATED 2••BooMCM/PHlWCLE NEUTRAL 300MCM NEUTRAL 300YCY NEUTRAL 3-/12 3-/12 2-GOOMCM NEUTRAL j4 GND /4 GND 14 OND %12 GND /12 OND 2M4'C. A 3'C 3'C. 31C. 1'C. 1'C BUS CHARM 1 BUS CHARGER #2 BUS MWOER FURNISH D) FURNISHED) FURN SHHEED) SPD /80kW 180k11 180kIM WITH NENA 4X ENCLOSURE (OWNER FURNISHED) 2"300MC11 2-300MCM 2-300MCM 241/22� (1ooOVDC) 241/2�-C. (10004DC) /+ OND 2 1/2-C. (IOOOVDC) (REGURED PER DISPENSER mm) STORAGE DISPENSERS 1 DISPEL 2 120 8t 3 CORD R 4 CORD DISCONNECT 4BOV, 3-POLE, DISDONEST 48OV. 3-POLE. 20A. 1OkAIC 20A 1dtA1C BUS E BLS 3-i12 3-412 3^i12 3-#12 DISPENSER DISPENSER DISPENSER #12 a►v #12 GND /12 GND #12 GNo #IMER #3 (OWN %4 3/4'C. 3/4'C. 3/eC. 3/4'C. -� FURNISHED) )ER DISPENSER n (OWNER CORDMaio CORD OJRD�RE FURNISHED) sommomms 1 0 THREE (3) 2-STRAND FIBER CABLES IN CONDUIT AS SHOWN ON ELEV m ► _ , fa 1 ► . • •7'T 20/3 FAR ON PLAN JOB NO. 36G4.007 PROJECT MGR. SHANE ZENZ 6: Atal STRAND ASSOCIATES' SHEET 5 E6.1 OWNER PURNISlED MUM SOOKET AND CT OASINET *SOLID BY OMSON 225 PER MUM RECUBOft COMPANY i UflUTY PROVIDED TTRANSrOM ER -z7lsigyi -------------------------- CONDUCTORS SOOAF/ BOOA1 4 IN SeimDffwmC[IbY1C[ mm U1><1TYfC£ q [ .. l 40pAF/ 40W�F/ 100AF/ TERYRUd ' ' so/s X W I low JOM 40/3 70/3 o g T0w 07t RATER DOOT RA1fD 100% RATED 8 t� 3«3WMr.M 3w3OCMCM 2- NBJTRAL f3 010 Joamcm p sifo 3HDD4c4 Nlwmm. D300mc I NEUFRAL �3qu 2 s2ND 3� 3t. (CAYNEA �)vp naaW ) O SPD 1lOkW tapVll 1lOkN �+ W UH No" a ENCxDddm (OWNER PAURSHED) 2,2300MCN 2 1/m (t000VOC) 2 1/m (1000VDC) it � ONO (�000roc)ovam 9 ulsPaNSL� � d _ �y z STORhCE*,(Rmuw DISPENSER }2 pSpENSER 3 DISP@JS£R l>tSPt>rSERS DISPENSM •3 D19CONIB,T 0 3 Om & 4 CORD 1 OBCONNECT 019OOI mwr 018Ca� IS 40M 60" 400A. 400W. 3-FOIE 4BW. 3-POLE C 20k 10�MC 20A. 10d11C 2« I 4 1 OOOWC) ONO 2 1 I eus PER gOg Lnq "12 3-412 3412 3-412 Q z #I (OWN" DISPENSER osFElEtIt f� 1Ci <awllet 2" (OMNER 3/4 OND VVC4$120D 3/4 3/4"t 0 a R11M49NEt>) FUR M4E ) 1/2"G {1000VOC) ) oFi W Bus H z 12 j Ca(OVN CORD OORO caaD OORD QC O Imo) Y = � 3 ONE —LIVE DIAGRAMZ o 0 G 4 O % Q lua o _ Q� "- Oe: z W TNRIE [[3�� 2-STRAND FM CARO 2 LN CONCIJiT AS SN " ON FIECTRCN PIMI Q a W w Z = CSIAlig6t W j1 /t rm ROOM z n aIART�eT LF tt JOB NO. 3604.001 PROJECT MGR. SHANE LEN2 ♦-STRAND WAMOXX FWER FJ► INCOPOIlT AS 210'NN ON PUN BUS CHARGING NETWORK RISER DIAGRAM i9lial STRAND ASSOC!ATES` 5 E6.7 Prepared by: Scott Sovers, Asst. City Engineer, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5142 Vb Resolution No. 21-191 Resolution setting a public hearing on July 27, 2021 on project manual and estimate of cost for the construction of the Transit Maintenance Facility Bus Charging Stations Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Transit Replacement Reserves - Buses account # 71810280 Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. A public hearing on the project manual and estimate of cost for the construction of the above -mentioned project is to be held on the 271h day of July, 2021, at 6:00 p.m. in the Assembly Room at The Center, 28 S Linn Street, 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. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. 3. 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. 4. A copy of the project manual and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 6th day of JU1V 2021 y0r Approve ' Attest: ))v L �?4-�AC, City Clerk City At rney's Office (Sara Greenwood Hektoen - 07/01/2021) It was moved by Taylor and seconded by adopted, and upon roll call there were: Ayes: x Nays: Weiner the Resolution be Absent: Bergus Mims Salih Taylor Teague Thomas Weiner P V1 0n U ` Ck-x' 1I -1 C6 %6 0—k i an e d 'ia PRESS-CITIZA MEDIA PART -OF THE USA TODAY NETWORK CITY CLERK CITY OF IOWA CITY - ICPD 410 E WASHINGTON ST This is not an invoice IOWA CITY IA 522401825 # of Affidavits 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 tha 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: 0004812936 7/12/21 07/12/2021 $50.66 Copy of Advertisement Exhibit "A" iuft Subscribed and sworn to before me by said affiant this 12 day of July, 2021 ///&Z/; � � k, Notary Public S� Commission expires KATHLEEN ALLEN Notary Public State of Wisconsin 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS 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 that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Bus Charging Stations in said city at 6 P.M. on day of July, 2021, said - to- -be—held.—in-- - the ---- - - y Room at The Center, in Street in said city, or if eting is cancelled, at the eting of the City Council ?r as posted by the City If City Council does not Person due to the health meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356 5043. This project includes providing a new utility service and associated distribution equipment at the Transit Maintenance Facility for supplying power to the Owner -furnished bus charging equipment. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. If City Hall is closed to the public due to the health and safety concerns from COVID 19, copies are available by telephoning the City Clerk at (319) 356 5043 or emajling kellie fruehling®jowa city.org. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual 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. Kettle K. Fruehling, City Clerk )S Prepared by: Scott Sovers, Asst. City Engineer, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5142 Resolution No. 21-219 Resolution approving project manual and estimate of cost for the construction of the Transit Maintenance Facility Bus Charging Stations 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 the Transit Replacement Reserves - Buses account # 71810280. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. 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 3:00 p.m. on the 10"' day of August, 2021. 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 either at the Assembly Room at The Center, 28 S Linn Street, Iowa City, Iowa, or Harvat Hall at City Hall, 410 E. Washington St., Iowa City, Iowa at 6:00 p.m. on the 17th day of August, 2021, or at a special meeting called for that purpose. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 E. Washington St., Iowa City, Iowa, and upon arrival telephone the City Clerk at 319/356-5043. 5. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. Resolution No. 21-219 Page 2 Passed and approved this 27th day of July 2021. Ltac.�_ Mayo ti Attest: City Jerk Approved/b G City At rney's Office (Sue Dulek — 07/20/2021) It was moved by Taylor and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: P Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner Q 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 Transit Maintenance Facility Bus Charging Station Project Classified ID: 133659 A printed copy of which is attached and made part of this certificate, provided on 07/27/2021 to be posted on the Iowa League of Cities' internet site on the following date: July 28, 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 7/27/2021 CL�. W.-41r Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on the 10th day of August, 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8 A.M. to 5 P.M. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held either at the Assembly Room at The Center, 28 S Linn Street, Iowa City, Iowa, or Harvat Hall at City Hall, 410 E. Washington St., Iowa City, Iowa at 6:00 P.M. on the 17th day of August, 2021, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will bean electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see ***.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following: Providing a new utility service and associated distribution equipment at the Transit Maintenance Facility for supplying power to the Owner -furnished bus charging equipment. All work is to be done in strict compliance with the Project Manual prepared by Strand Associates, Inc.®, of Madison, Wisconsin, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling (c_iowa-city.org. 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 security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall Transit Maintenance Facility Bus Charging Stations Project Page 1 of 2 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, 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 from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: August 30, 2021 Substantial Completion Date: October 29, 2021 Final Completion Date: November 19, 2021 Liquidated Damages: $250 per day See Section 01 11 00—Summary of Work for details on Substantial and Final Completion. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions, located at 415 Highland Avenue, Suite 100, Iowa City. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling(a-)-iowa-city.orq. 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 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 list on the Contract its 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 Transit Maintenance Facility Bus Charging Stations Project Page 2 of 2 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Wednesday, July 28, 2021 8:38 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 07.28.21 Notice To Bidders.pdf A RISK Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files. 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 Iowa City —Transit Maintenance Facility Bus Charging Stations Project 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 28, 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. fqw, July 28, 2021 Date President/CEO of The Construction Update Plan Room Network Cindy Adams— Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street — Des Moines, Iowa 50309 (D) 515.402-9858 (0) 515-288-7339 (e) cuhelp@MBI.Build (w) https://MBl.Build (w) https://IowaConstructionUpdate.com (w) www.iowabiddate.com construction CLI update Iowa's Nit and only (cxt"ehemm! ConstrucU4►t txti Cary catendarI DAILY NOTICE construction update 0100 NOTICE TO BIDDERS TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3 P.M. on the 10th day of August, 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8 A.M. to 5 P.M. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held either at the Assembly Room at The Center, 28 S Linn Street, Iowa City, Iowa, or Harvat Hall at City Hall, 410 E. Washington St., Iowa City, Iowa at 6:00 P.M. on the 17th day of August, 2021, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following: Providing a new utility service and associated distribution equipment at the Transit Maintenance Facility for supplying power to the Owner -furnished bus charging equipment. All work is to be done in strict compliance with the Project Manual prepared by Strand Associates, Inc.°, of Madison, Wisconsin, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling(aD_iowa-city.org. 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 security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall Transit Maintenance Facility Bus Charging Stations Project Page 1 of 2 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, 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 from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: August 30, 2021 Substantial Completion Date: October 29, 2021 Final Completion Date: November 19, 2021 Liquidated Damages: $250 per day See Section 01 11 00—Summary of Work for details on Substantial and Final Completion. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions, located at 415 Highland Avenue, Suite 100, Iowa City. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling(aD_iowa-city.orq. 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 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 list on the Contract its 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 Transit Maintenance Facility Bus Charging Stations Project Page 2 of 2 Cs, } Prepared by: Scott Sovers, Asst. City Engineer, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5142 Resolution No. 21-230 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Transit Maintenance Facility Bus Charging Stations Project Whereas, Tricon General Construction, Inc. of Cedar Rapids, Iowa, has submitted the lowest responsible bid of $167,000.00 for construction of the above -named project; and Whereas, funds for this project are available in the Transit Replacement Reserves - Buses account # 71810280; 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 City Council of the City of Iowa City, Iowa, that: The contract for the construction of the above -named project is hereby awarded to Tricon General Construction, 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 21st day of August , 2021 Attest : y f t City Clerk M or Ap/pro d by G . City Att ey's Office (Sara Greenwood Hektoen - 08/11/2021) It was moved by salih and seconded by adopted, and upon roll call there were: Ayes: Nays: Taylor Absent: Bergus Mims Salih Taylor Teague Thomas Weiner the Resolution be 0500 L 0 4 CONTRACT TRANSIT MAINTENANCE FACILITY., l� BUS CHARGING STATIONS PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Tricon General Construction, Inc. ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 2nd day of July, 2021, for the Transit Maintenance Facility Bus Charging Stations ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ 167,000 which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti -Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. Transit Maintenance Facility Bus Charging Stations Project 0500 — Page 1 of 2 3. The names of those persons, firms, companies or other parties, acknowledged by the City, with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): NAME OF I APPROXIMATE SUBCONTRACTORS TYPE OF WORK COSTS ILL Pelling Co HMA Patching $3,475 c� C) Trey Electric Electrical $107,000 .j DATED this (0}ts day of S e-P emu— 20 21 (The City of Iowa City will date this Contract after all signatures are obtained Citv B � .Rrf�t.. Signature of City Offici �t'�,i C 1 QCIcAIa'e Printed Name of City Official ATTEST: B City Clerk (for Form-1 Projects only) —) APPROVED BY: o tractor B: Signatu& of Contractor Officer Ron Richard Printed Name of Contractor Officer Owner Title of Contractor Officer ATTEST: B . r LLL�n- (Company Official) A16A- -!o o2f City Atton y's Office, Transit Maintenance Facility Bus arging Stations Project 0500 — Page 2 of 2 I r i #' =- q- CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 East Washington Street ENGINEER'S REPORT - Iowa City, Iowa 52240-1826 319-356-5000 1 www.icgov.org January 12, 2025 City Clerk Iowa City, Iowa Re: Transit Maintenance Facility Bus Charging Stations Project Dear City Clerk: I hereby certify that the construction of the Transit Maintenance Facility Bus Charging Stations Project has been completed by Tricon General Construction, Inc. of Cedar Rapids, Iowa in substantial accordance with the plans and specifications prepared by Strand Associates, Inc. The project was bid as a unit price contract and the final contract price is $ 221,206.93. There were two (2) change or extra work orders for the project as described below: Change Order Description Net Contract Change. 1. Installation of electrical disconnects $ 48,725.02 2. Replacement of communication fiber connections $5,481.91 TOTAL $ 64,206.93 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, P.E. City Engineer 5 Prepared by: Scott Sovers, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142 Resolution No. 25-19 Resolution accepting the work for the Transit Maintenance Facility Bus Charging Stations Project Whereas, the Engineering Division has recommended that the work for construction of the Transit Maintenance Facility Bus Charging Stations Project, as included in a contract between the City of Iowa City and Tricon General Construction, Inc. of Cedar Rapids, Iowa, dated September 10, 2021, 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 Transit Replacement Reserves - Buses account # 71810280; and Whereas, the final contract price is $ 221,206.93. 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 21st day of January 120 25 Ma or Attest: i " Cl/ c e-, City dlerk It was moved by Moe and seconded by adopted, and upon roll call there were: Ayes: x x Nays: Approved by City Attorn 's Office (Eric Bigley - 01/1612025) salih the Resolution be Absent: Alter Bergus Vacant Harmsen Moe Salih Teague nn JUN -4 Fri 4: 50 0510 i' n PERFORMANCE, PAYMENT, AND MAINTENANC 40 ,E,l,,V. 11 TRANSIT MAINTENANCE FACILITY BUS CHARGING STATIONS PROJECT CITY OF IOWA CITY Bond No. 2323158 KNOW ALL BY THESE PRESENTS: That we, Trlcon General Construction, Inc. as Principal (hereinafter the "Contractor" or "Principal") and North American Specialty Insurance company as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of One Hundred Sixty -Seven Thousand and 001100--- dollars ($ 167,000.00 ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the 18th day of August 2021 , (hereinafter the "Contract"} wherein said Contractor undertakes and agrees to construct the following described improvements, Provide new utility service, install and wire owner -furnished equipment, and provide equipment and devices associated with the bus charging system as indicated herein and shown on the drawings. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of (allure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used Transit Maintenance Facility Bus Charging Stations Project 0 110 — —Pagel of 4 y tl�e rtractorar any subcontractor, wherein the same are not satisfied out of the 7975 r,' f ith� �9r act price the Jurisdiction Is required to retain until completion of the improveMpnt,, but the Contractor and Surety shall not be liable to said persons, firills, ❑r corpardtibrigiOnless the claims of said claimants against said portion of the contract price 10'1 shAlkav`e'been established as provided by faw. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of one year (1) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of mariitaring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense Incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than one year (1) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses Incurred by the Jurisdiction Including Interest, benefits, and overhead where applicable, Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense; all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. Transit Maintenance Facility Bus Charging Stations Project 0510 — Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined In any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain In full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. ilk Transit Maintenance Facility Bus Charging Stations Project 0510 — Page 3 of 4 PRINCIPAL: Tricon General Construction, Inc. Printed Name,6f OW-ractor Officer By Signature`oliContractor Officer aj !V ek, Title of Contractor Officer NOTE: SURETY: North American Specialty Insurance Company Surety Company Name i �tur - ttorney-in-Fact Officer Thomas O. Chambers Printed Name of Attorney -in -Fact Officer Shorewest Suretv Services, Inc. Company Name of Attorney-in-Fac4 2626 49th Drive Company Address of Attorney -in -Fact Franksville, WI 53126 City, State, Zip Code of Attorney -in -Fact 262 835-9576 Telephone Number of Attorney -in -Fact 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. .gym t Transit Maintenance Facility Bus Charging Stations Project 0510 — Page 4 of 4 SWISS RE CORPORATE SOLUTIONS OM AMERICAN SPECIALTY INSURANCE COMPANY 1Q7a jui,y — {1 NPTON INTERNATIONAL INSURANCE COMPANY GENERAL POWEk OF ATTORNEY ICNO*ALL MSN BY THESE PRFWNTS, THAT North American Specialty Insurance Company, a eorporatioa duly organized and existing under laws of she State of Now Hampshire, and having its principal office in the City of Overland Park, Kansas, nod Washington International Insurance Company, a corporation organized mid existing under the laws of tlto State of New Hampshire and having its principal office hr llto City of Overland Park, Kansas, each doss hereby make, cons I[lute and appoint: THOMAS 0. CHAMBERS, TODD SCHAAP and KIMBBRLY S, RASCH JOINTLY OR s,PVERALLY Its true and lawful Attoracy(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory fit the nature of a bond on behalf of each of said Companes, As surety, on contracts ofsuretyahip as nro or may bo squired or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship ratacuted under this authority shall exceed the amount of? FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attomey is granted and is signed by faasimile under and by the authority of the fol lowing Resolutions adopted by the Boards of Diroctors of both North Amerionn Specialty insurance Company end Washington International Insurance Company at meetings duly called and hold on the 90' of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senlor Vloc Presltlan1, any Vice President, any Assistant Vice President, tho Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to oxcouto a Powcr of Attorney quall fying the attorney named in the given Poiver of Attorney to execute on behalf of ilia Company bonds, undertakings and all contrasts of surety, and that cash or any of (horn hereby is authorized to attest to ilia execution of any such Power of Attorney and to attach IhoMit the seal of the Company; and it is FURTHER RESOLVED, that the signature of such oMcars and the not of the Company may be affixed to any such Power of Allomcy or to any certificate. relating thareto by facsimile, and any such Power afA(torney orcart lftonto boaring such foosinnilosignaturesor faoshnIle seal shall be binding upon the Company who it so affixed and In the %tore with regard to any bond, undertaking, or contract of surety to which it is attached" '���»imrrfaNryU yF' Ity NirbCk� s ZEALv � Skrre&ScnprrVladrrsdldmlofNonhAmerricen$p�rcti/WinluroneeCompi yn`ac`�'peny � SERI �1 1 �yAiI�IIl116r115 k^•. El Michael A. no, orn I or Vie& Fai ., . w r rt ru .erne lan1 ftsitraaga ,npeny .etc • � & Scdlor Vke rretldent of Norlh AmeNean $pednity rnsurnnea Cyonipnoy IN WITNI:SS Wr1FREOF, North American Specialty Insurance Company and Washington International Insurance Company have emsed their official seals to be liereunto affixed, and theso presents to be Signed by (hair authorized officers this 1'Ith day of. April , 2018 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook as: On this I lth dny of April 2018 . before me, a Notary Public personally appeared Steven r_ An Iderson , Senior Vice President of Washington Intentallonal Insurance Company and Senior Vice Presidcat of North Anted cart Specialty Insurance Company and Mictiae] A. Ito _ Senior Vice President of Washington In ternntional Insurance Company and Senier Vice President of North American Specialty Insurance Company, personally known to ma, who being by me duly sworn, acknowledged that they signed the above Pawor of Attomey as officors of and acknowledged said instrument to be ilia voluntary act and deed of thuh-ropeotive companies. arflCtAl. SEAL V-MERRY � f(IM614l-;a1eal WIM-14 yCoG!'he't M. Kenny, Notney Publla I, ,fojfroy Ooldborg _ !ho duly elected Assistant Secretary 0 Norilt American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above, and fbrogoing is a true and correct copy of a Power of Attorney given by said North Amerlcon Specialty Insurance Company and Washington International insurance Company, whiclt Is still in full forco and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 19th day of August , 2021 lolnoy4oldaerg, Vim Pse,ldeat &AzMwnt Seemlary of wdshin@lan Iracmdldoder Intwmea Compdny&iknh Amndwn Sptclolly iniuranea Campoay 2025 JUN - 4 PM 4: 5 I YC LERH CITY, irwq,:-; STATE OF WISCONSIN ) COUNTY OF Racine ) ON THIS 19th day of August , 2021 , before me, a notary public, within and for said County and State, personally appeared Thomas O. Chambers to me personally known, who being duly sworn, upon oath did say that he is the Attorney -in -Fact of and for the North American Specialty Insurance Company , a corporation of New Hampshire . created, organized and existing under and by virtue of the laws of the State of New Hampshire ; that the corporate seal affixed to the foregoing within instrument is the seal of the said Company; that the seal was affixed and the said instrument was executed by authority of its Board of Directors; and the said Thomas O. Chambers did acknowledge that he/she executed the said instrument as the free act and deed of said Company. Jac a Sheldon Notary Public, Racine County, Wisconsin My Commission )xp,ires 2/13/2023