Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PARKING GARAGE MAINTENANCE & REPAIR PROJECT - MECHANICAL 2023
2023 PARKING GARAGE MAINTENANCE AND REPAIR PROJECT MECHANICAL 14-Aug-2023 Plans & Specs— MECHANICAL & ELECTRICAL 15-Aug-2023 Res No. 23-230: Setting a public hearing on 9/5/23 21-Aug-2023 Notice of Public Hearing 05-Sept-2023 Res No. 23-250: Approving Project Manual & Estimate of Cost 07-Sept-2023 Notice to Bidders 03-Oct-2023 Res No. 23-271: Awarding Contract 25-Oct-2023 Agreement 14-Jan-2025 Engineer's report 21-Jan-2025 Res No. 25-22: Accepting the work 29-Jan-2025 Performance, payment & maintenance bond r� • iones b�f •� CITY OF O` CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL IOWA CITY, IOWA City of Iowa City Project No. T3004 August 11, 2023 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical Shive-Hattery - 1207932 0001 05 CERTIFICATIONS PAGE xo+ jiIi I IRlt/////fir' I hereby certify that this engineering document was prepared by me or licensed 0�551Q/U�C//,��// under my direct personal supervision and that I am a duly , • �� ��� Professional Engineer under the laws of the State of Iowa. �Q , ' �o'r ��rrjns «uf Signature: Date: August 11, 2023 = V EDWARD (TED) rn KRAUSMAN = Name: Edward (Ted) Krausman, P.E. Iowa License Number: P2442522 = P2442522 _= • '.• �� ., My license renewal date is December 31, 2023 Pages Sheets, or Divisions covered by this seal: Division 23 iz//i •*i'* Owp ``0\11111Ijtlt///f I hereby certify that this engineering document was prepared by me or `\ ```��OQ�QFESSIQ/V�������i.• Profess onalEngi eer under my rect ounder tthe laws oft enal supervision and tState of Iowahat I am a uly licensed may:'• 2 Signature: O`�k��e`� Date: August 11, 2023 V JAKE HENKLE r = Name: Jake J. Henkle, P.E. • 12668 Iowa License Number: 12668 i My license renewal date is December 31, 2024 i��/'' • • • .• �����` Pages Sheets or Divisions covered by this seal: Division 26 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical Shive-Hattery - 1207932 00 0110 TABLE OF CONTENTS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 0001 05 Certifications Page 0001 10 Table of Contents 0011 60 Notice to Bidders 0011 70 Notice of Public Hearing 0021 10 Instructions to Bidders 0042 10 Proposal 00 43 05 Bidder Status Form 0043 10 Bid Bond Form 00 45 10 Contract Compliance 00 45 20 Wage Theft Policy 00 52 10 Agreement 0061 10 Performance, Payment, and Maintenance Bond 00 72 00 General Conditions 00 73 00 Supplementary Conditions DIVISION 23 HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) 23 05 00 Common Work Results for HVAC 23 05 29 Hangers and Supports for HVAC Piping and Equipment 23 05 48 Vibration and Seismic Controls for HVAC Piping and Equipment 23 05 93 Testing, Adjusting, and Balancing for HVAC 23 0900 Instrumentation and Control for HVAC 2331 13 Metal Ducts 23 33 00 Air Duct Accessories 23 34 23 HVAC Exhaust Ventilators DIVISION 26 ELECTRICAL 2601 00 Basic Electrical Materials and Methods 26 05 19 Conductors and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 33 Conduit and Raceway 26 28 13 Fuses 26 28 16 Disconnect Switches 26 29 13 Enclosed Controllers 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 11 60 — Page 1 of 3 0011 60 NOTICE TO BIDDERS 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on September 26, 2023. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in Emma J. Harvat Hall at 6:00 P.M. on the 3rd day of October 2023, or at special meeting called for that purpose. The Project will involve the following: Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery, Inc. of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file or public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid 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 00 61 10) 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 00 61 10) 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 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 00 61 10, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Start Date November 6, 2023 Substantial Completion: May 24, 2024 Final Completion: June 7, 2024 Liquidated Damages: $250.00 per day after either completion date 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 11 60 — Page 2 of 3 All of the bid items listed in Section 00 42 10 — Proposal shall be completed by the Substantial Completion Date. 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 Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354-8973, Toll -Free: (800) 779- 0093. 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 reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 11 60 — Page 3 of 3 0011 70 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT — MECHANICAL AND ELECTRICAL 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 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical in said city at 6:00 p.m. on the 3rd day of October, 2023, said meeting to be held in the Emma J. Harvat Hall in City Hall, 410 East Washington 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. This project includes: Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. 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. 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 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 0011 70 — Page 1 oil 0021 10 INSTRUCTIONS TO BIDDERS__ 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to, and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications, or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid. G. A sub -bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2 — BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 21 10 — Page 1 of 6 ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. 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 Tech nig raphics, a.division.of,Rapids Reproductions located at 415 Highland Ave, Suite 100 Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. C. Interpretations, corrections, and changes of the bidding documents will be made by addendum. Interpretations, corrections, and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance, and quality to be met by any proposed substitution. Substitutions must be submitted to the Owner and Architect in writing. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 21 10 — Page 2 of 6 C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids A. A separate copy of the bid form is contained with this document. B. Fill in all blanks on the bid form in ink. The Bidder may submit computer -generated unit price table. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations, or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation, or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10%) of the total bid, including all added alternates (do not deduct the amount of deducted alternates), and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. B. Surety bond shall be written on enclosed Bid Bond Form (Section 00 43 10) bound within the project manual and the attorney -in -fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. 2023 Parking Garages Maintenance & Repair Project - Mechanical and Electrical 00 21 10 - Page 3 of 6 C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Bidder.. Status Form A. Bidder Status Form (Section 00 43 05) shall be submitted with the bid, in a separate envelope. 4.4 Submission of Bids A. See Section 00 43 05 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. B. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. C. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal D. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. Sealed bids may be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. 1. Location: Office of City Clerk, City Hall 410 East Washington Street Iowa City, Iowa 52240 2. Time and Date BEFORE: 3:00 P.M. on September 26, 2023 D. Bids received after the time and date for receipt of bids will be returned unopened. E. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. F. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn, or cancelled by the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting its bid. 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 21 10 — Page 4 of 6 B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies, or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 21 10 — Page 5 of 6 D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 1. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. E. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance, Payment and Maintenance Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney -in -fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE -BID CONFERENCE 8.1 Conference A. There is a recommended pre -bid meeting on September 14, 2023, at 2:00 p.m. at City Hall, located at 410 East Washington Street, Iowa City. 8.2 Parking A. Parking available in Chauncey Swan Parking Ramp. v_... 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 21 10 — Page 6 of 6 00 42 10 PROPOSAL 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL CITY OF IOWA CITY BIDDERS PLEASE NOTE: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITH THIS DOCUMENT. 2. 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: BIDS RECEIVED BEFORE: 3:00 P.M. local time on September 26, 2023. TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical strict accordance with the Project Manual and the Drawings dated August 11, 2023 including Addenda numbered and inclusive, prepared by Shive- Hattery, Inc. and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID: Dollars ($ ) 2023 Parking Garages Maintenance & Repair Project - Mechanical and Electrical 00 42 10 - Page 1 of 4 BID ITEM DESCRIPTION UNITS ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1. Mechanical LS 1 2. Electrical LS 1 3. Mobilization LS 1 TOTAL EXTENDED AMOUNT (Base Bid) _ $ The Bidder may submit computer -generated unit price table. 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 42 10 — Page 2 of 4 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: NAME OF SUBCONTRACTORS I TYPE OF WORK I APPROXIMATE COSTS NOTE: All subcontractors are subject to approval by City of Iowa City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. 2023 Parking Garages Maintenance & Repair Project - Mechanical and Electrical 00 42 10 - Page 3 of 4 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 Inip City, State, Zip Code. Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2023 Parking Garages Maintenance & Repair Project - Mechanical and Electrical 00 42 10 - Page 4 of 4 00 43 05 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 if your company is authorized, please review the Worksheet: Authorization 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/yyyy) City, State, Zip Code: Dates: to Address: (mm/ddlyyyy) City, State, Zip Code: Dates: to Address: (mm/ddlyyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. 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 I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 43 05 — 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. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 43 05 — Page 2 of 2 00 43 10 BID BOND FORM 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL 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 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical. 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. The Principal and the Surety hereto execute this bid security this , A.D., 2023. Witness Witness (8eal) Principal By: (Title) (Seal) Surety (Attorney -in -fact) Attach Power -of -Attorney, if applicable day of 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 43 10 — Page 1 of 1 004510 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them, and their employees are treated equally without regard to 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 00 45 10 — 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. IQ ,z 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 45 10 — 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 RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their 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. 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 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 45 10 — Page 2 of b 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. 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 Phone Number Signature Title Print Name Date 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 45 l o - Page 's oT n SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 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 cab 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 ensure that only job -related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job -related tests which do not adversely affect any particular group of people. g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 45 10 — Page 4 of 6 h) Improve hiring and selection procedures and use non -biased promotion, transfer, and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: https://codelibrary.amlegal.com/codes/iowacityia/Iatest/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. 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 4510 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, 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. X- o f r� 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 45 10 — Page 6 of 6 00 45 20 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services, or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage 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); 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. 2023 Parking Garages Maintenance and Repair Project 00 45 20 — Page i of 2 WAGE THEFT AFFIDAVIT certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. 1 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 2023 Parking Garages Maintenance and Repair Project 00 45 20 — Page 2 of 2 005210 AGREEMENT 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL CITY OF IOWA CITY THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Contract Documents dated the 11th day of August 2023, for the 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical ("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 agreement 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 Agreement consists of the Contract Documents, as defined in the Section 00 72 00 General Conditions, 1.1.1, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; pursuant to Section 00 43 05 attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti -Discrimination Requirements) Assurance, if applicable, pursuant to Section 00 45 10, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 00 45 20, attached hereto. a The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. �tl 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 52 00 — 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 SUBCONTRACTORS I TYPE OF WORK I APPROXIMATE COSTS DATED this day of 2023 ( The City of Iowa City will date this Contract after all signatures are obtained city Contractor 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 Officer ATTEST: (Company Official) a ) .... .�... -..v a !,l~i 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 52 00 — Page 2 of 2 0061 10 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL 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 Oblige (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: Structural repair and protection improvements at the Dubuque Street and Tower Place parking ramps. Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. 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 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 to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price 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. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — Page 1 of 4 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(s) (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(s) (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. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — 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. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — Page 3 of 4 PRINCIPAL: Printed Name of Contractor Officer Im Signature of Contractor Officer Title of Contractor Officer SURETY: Surety Company Name Signature of Attorney -in -Fact 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 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — Page 4 of 4 00 72 00 GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. --A y c.J crr 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 1 of 1 00 73 00 SUPPLEMENTARY CONDITIONS PART 1 - GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as strike out and additions to the AIA A201 are indicated as "bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 - GENERAL PROVISIONS A. Change Paragraph 1.1.3 to read as follows: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials required by any part of the Contract Documents. B. Add the following Paragraph 1.1.9 Project Manual to read as follows: 1.1.9 Project Manual The bound documentary information prepared for bidding and constructing the Work. The list of the contents of the Project Manual, which may bound in one or more volumes, is contained in the table(s) of contents. The Project Manual is the basis for developing the Contract and Contract Documents. C. Add the following Paragraph 1.2.4: 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 1 of 21 1.3 ARTICLE 2 - OWNER A. Change Paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after Fese+pt 0 written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. In such case a-P appFelpriate Change QFdeF shall be issued deduGt44g the Owner may deduct from payments then or thereafter due the Contractor the reasonable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. SuGh tiers If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 - CONTRACTOR A. Change Paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Architect may require. It is recognized that the contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner or Architect for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized such error, inconsistency or omission and knowingly failed to report it to the Architect. If the Contractor performs any construction activity keeWiag it iRVelves involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume appreciate responsibility for such performance and shall bear aR appropdate aFROURI ef the attributable all costs for correction. The Contractor shall Perform no portion of the Work at any time without Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 72 00 - Page 2 of 21 B. Change Paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub -subcontractors, vendors, material providers and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change Paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. E. Add the following Paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 0160 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor: .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and include$ all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and a 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 3 of 21 .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule. F. Change Paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects, eXGept for these 'nheFGRt on the quality permit.E)f the Work the GORtraGt DeGUmeRtS require or Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change Paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submission. H. Change Paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall GGMply perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. Change Paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full aepreer+ate responsibility for such Work and shall bear the costs attributable to the GsrreGt+er} and expepses of correcting or replacing such Work.'; 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 4 of 21 J. Change Paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day "� after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. if either party disputes the ArGhiteGV6 K. Change Paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders, and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and ene ssPe# all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. Change Paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the Project and Work are located may be occupied and in use by the Owner during the execution of the Work. The Contractor shall perform and coordinate its work in such a manner that the portions of the property occupied and in use will not be encumbered or the use interfered with or interrupted. M. Change Paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 -Page 5 of 21 of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. N. Change Paragraphs 3.18.1 to read as follows: 3.18 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, , damage, less 9F expense is Gaused OR part by a paFty *RdeMR'f'E?d heFeUR Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. O. Change Paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4 - ARCHITECT A. Change Paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owners and Architect. Consent shall not be unreasonably withheld. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 72 00 - Page 6 of 21 C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change Paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and se44y recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. E. Change Paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. FepFeseRtatives shall be as set forth !R an exhibit to be inGeFperated iR the GORtraGt n�.eRtS 4.2.11 The Architect will interpret and make recommendations to the Owner regardingdeGidematters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgmegt of the Architect for review. ' 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 72 00 - Page 7 of 21 4.2.12 Interpretations and recommendations de618+9R6 of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations deeisiees, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations desisieRs rendered in good faith. 1.6 ARTICLE 5 - SUBCONTRACTORS A. Delete Paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change Paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 72 00 -)Page 8 of 21 c. r. . 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete Paragraph 6.1.4 in its entirety. B. Change Paragraph 6.2.4 to read as follows: r 6.2.4 The Contractor shall promptly remedy damage the Contractor wrongfully causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add Paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by Subcontractor, ten percent (10%) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub -subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (1591o) of the cost. .4 For each Subcontractor, for Work performed by the Sub - subcontractors, five percent (5%) of the amount due the Sub -subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 - TIME A. Change Paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 9 of 21 �,. Add Paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary C- at times during construction for the Owner to accelerate the work, each a Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer its workers to such points and execute such portion of its work as may be required to enable others to c properly engage in and carry on their work. Change Paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, uRusual delay OR deliverie6, unavoidable casualties or other causes beyond the Contractor's control, delay, then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete Paragraph 8.3.3 in its entirety. E. Add Paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: 1. Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 10 of 21 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. c 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 -PAYMENTS AND COMPLETION X - Add the following Paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change Paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this effect. C. Add Paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change Paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 11 of 21 :a:: Ca .' Change Paragraph 9.8.4 to read as follows: e When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. Warranties Fequired by the C;ontraGt designated pertieR thereef��s otherwise pFevided in the Sertifieate--of Substantial Gompleten-. F. Add Paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add Paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 -PROTECTION OF PERSONS AND PROPERTY A. Add Paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. B. Change Paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add Paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 12 of 21 C 1.12 ;ARTICLE 11 -INSURANCE AND BONDS A. Change Paragraph 11.1.1.5 to read as follows: r .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to x: underground utilities and loss of use resulting therefrom; B. Change Paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence e�aims-+made basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change Paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. D. Delete Paragraph 11.1.4 in its entirety and add the following Paragraphs 11.1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Tvve of Coveraae Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage` $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Employer's Liability Each Accident $500,000 Each Employee $500,000 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 72 00 - Page 13 of 21 G Type of Coverage Policy Limit $500,000 Professional Liability (if applicable) $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. f Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: The Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. [See attached]. 11.1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self -insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self -insured retention. 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 72 00 - Page 14 of 21 C_ 11.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the I ; Owner (City of Iowa City, including its employees, agents and assigns) as " additional insured on all policies, except worker's compensation and -�- professional liability. Such additional insured endorsement(s) shall make the c Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with respect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. 11.1.10 The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: A. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. B. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. D. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self -insured retention than the insurance which it replaces 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder or declare a default and seek specific performance or termination, as the case may be. 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 15 of 21 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or c modified, or in the event that Contractor incurs liability losses, either due to cactivities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's. operations or activities G^ under this Contract, or terminate this Contract, and withhold payment for M work performed on the Contract. ,a 11" 1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete Paragraphs 11.3 in its entirety and add Paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any insured property; .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .6 include testing and startup; and 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 16 of 21 .7 be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences. 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under Paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. F. Delete section 11.4 in its entirety and add Paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. 1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VII or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 17 of 21 .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS A. Change Paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa of the place where the Project is located except that, if the parties have selected arbitration as the method of binding dispute resolution, the Federal Arbitration Act shall govern Section 15.4. B. Change Paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered at sr sent by registered or certified mail to the last business address known to the party giving notice. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 72 00 - Page 18 of 21 c G: Change Paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, ' codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Ownertimely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete Paragraphs 13.7. E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability, or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. F. Add the following Section 13.9: 13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) forall contracts of$25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 19 of 21 1.14 ARTICLE 14 -TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following Paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change Paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 ARTICLE 15- CLAIMS AND DISPUTES A. Change Paragraphs 15.1.1 through 15.1.3 to read as follows: 15.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration terms of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing in this Article is intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. wniess submitted in a timely manner 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders agd issue Certificates for Payment in accordance with the decisions of the Initial _gecision Maker. 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 20 of 21 B. Change Paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim or indicating the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. The approval or rejeGtOGR Claim by the initial deGiSian shall be fiRal and b'Rd'Rg on the paFties but C. Delete Paragraphs 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. F. Add the following Paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. "Z .•E a� 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical 00 72 00 — Page 21 of 21 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC Mechanical / Electrical PART 1 GENERAL 1.1 SECTION INCLUDES A. The work shall include the furnishings of systems, equipment and materials specified in this Division and as called for on the Mechanical Drawings to include supervision, quality control, operation, methods and labor for the fabrication, installation, start-up and tests for the complete mechanical installation. The work shall also include the furnishing of necessary hoisting facilities to set materials and equipment in place and the furnishing of any scaffolding and transportation associated with this work. B. Examine the project site and become familiar with existing conditions which will affect the work. Review the drawings and specifications of other trades and take note of conditions to be created which will affect the work. All conditions shall be considered in the preparation of bids; no additional compensation will be made on the behalf of this Contractor. C. Provide labor necessary to demolish the existing mechanical system as shown on the drawings, as described in Part 3, Existing Conditions, or as required. D. Where noted on the drawings or where called for in other sections of the specification, the Contractor for this division shall install equipment furnished by others, and shall make required service connections. Verify with the supplier of the equipment the requirements for the installation. This contractor shall be responsible for the removal and installation of railings, piping, ductwork, louvers, etc. as required to install new equipment. Coordinate shipping splits for all equipment provided by this contractor. 1.2 DAMAGE A. The Contractor shall be responsible for damage to the work of other trades, or to the building and it contents, caused by equipment installation. 1.3 PERMITS AND INSPECTIONS A. Obtain and furnish necessary permits and inspection certificates for material and labor furnished. Permits and certificates shall be obtained from the proper inspection authorities. The cost of permits, certificates and fees required in connection with the installation shall be borne by the Contractor, unless otherwise noted in the detailed contractual description preceding these specifications. Where applications are required for the procuring of utility services to the building, see that such application is properly filed with the utility, and that information required for such an application is presented to the extent and in the form required by the utility company. 1.4 CODES AND STANDARDS A. Applicable provisions of the following codes and standards are hereby imposed on a general basis for the mechanical work (in addition to specific applications specified by individual work sections of these specifications): 1. ANSI/ASHRAE/IESNA 90.1-2013 Energy Standard for Buildings a 2. ANSI/ASHRAE 62.1-2013 Ventilation for Acceptable Indoor Air Quality 3. AWWA Standards 4. AWS Standards for Welding 5. Occupational Safety and Health Act (OSHA) 6. 2018 International Building Code rn 2023 Parking Garages Maintenance and Repair Project - REBID COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-1 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC Mechanical / Electrical 7. 2012 Uniform Plumbing Code 8. 2015 International Mechanical Code 9. 2015 International Fuel Gas Code 10. 2012 International Energy Conservation Code 11. 2015 International Fire Code 12. 2014 National Electric Code 13. City amendments to Plumbing, Mechanical and Building Codes 14. NFPA Standards and Pamphlets B. If any work indicated on the drawings or specified herein conflicts in any way with any of the rules and regulations of the above authorities, the Contractor shall notify the Architect/Engineer in writing 72 hours before bids are opened. In the event the Contractor fails to notify the Architect/Engineer and changes are required by said conflicts, the Contractor shall make such changes as are required without additional cost to this Owner. C. Installations must be safe in every respect and must not create a condition which will be harmful to building occupants; to operating, installing, or testing personnel; to workmen; or to the public. The contractor for each installation shall be solely responsible for providing installations which will meet these conditions. If the Contractor believes that the installation will not be safe for all parties, report these beliefs in writing to the Architect/Engineer before any equipment is purchased or work is installed, giving recommendations. The Architect/Engineer will work out required changes and adjustments in contract price where adjustments are warranted. 1.5 DRAWINGS A. A complete set of drawings shall be on the site at all times. Prior to installing any of the work, check the drawings for dimensions and see that the work does not interfere with clearance required for ceilings, beams, foundations, finished columns, pilasters, partitions, and electrical equipment as shown on the drawings and details. After work is installed and it develops interferences which have not been called to the Architect/Engineer's attention before the installation, the Contractor shall, at his own expense, make such changes in his work as directed by the Architect/Engineer. B. The contract drawings for mechanical work are in part diagrammatic, intended to convey the scope of work and indicate general arrangement and approximate sizes and locations of equipment and materials. Where job conditions require reasonable changes in indicated locations and arrangement, the Contractor shall make such changes as directed by the Architect/Engineer, without additional cost to the Owner. C. Because of the scale of the drawings, certain basic items such as pipe fittings, access panels, and sleeves may not be shown; but where such items are required by other sections of these specifications or where they are required by the nature of the work, they shall be furbished and installed. Rough -in dimensions and locations shall be verified with the supplier of equipment furnished by other trades, or by the Owner, prior to the time of roughing -in. D. Equipment specification may not deal individually with minute items required such As components, parts, controls, and devices which may be required to produce the equipment performance specified, or as required to meet the equipment warranties. Where such items are required, they shall be included by the supplier of the equipment, whether or not specifically called for. '.7 2023 Parking Garages Maintenance and Repair Project - REBID COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-2 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC Mechanical / Electrical E. The drawings and the specifications are cooperative and supplementary. It is the intent of both said drawings and specifications to cover all mechanical requirements in their entirety as nearly as possible. The Contractor shall closely check the drawings and specifications for any obvious errors or omissions and bring any such condition to the attention of the Architect/Engineer prior to the receipt of bids, in order to permit clarification by means of a mailed Addendum. If there is no question prior to the bid proposal date, the Architect/Engineer shall assume that the drawings and specifications are complete and correct and will expect the intent of said documents to be complied with, and the installation to be complete in all respects, according to said intent. F. Locate equipment which must be serviced, operated, or maintained in fully accessible positions. Minor deviations from the contract drawings may be made to allow for better accessibility, but changes of magnitude, or which involve extra cost, shall not be made without prior approval. Ample space shall be allowed for removal of parts that may require replacement or service in the future. G. All valves, fire dampers, automatic dampers, smoke dampers, damper operators, reheat coils, etc. shall be accessible for maintenance purposes. Locate items carefully and coordinate with other trades so that each piece of equipment is accessible and functional. Items located above a non - accessible ceiling, chase, or soffit shall be accessible through an access door. Coordinate location of access doors with the general contractor. 1.6 RESPONSIBILITY A. The Contractor's responsibility shall not end with the installation and connecting of the various apparatus. It shall include the services of an experienced superintendent, who shall be constantly in charge of the work, together with the qualified journeymen, helpers and laborers required to properly unload, install, connect, adjust, start, operate, and test the work involved, including equipment and materials furnished by other trades or by the Owner, until such time as the entire mechanical installation functions properly in every detail. 1.7 COORDINATION A. Coordinate the work with other trades prior to installation. B. No piping, ducts, or equipment foreign to the electrical equipment or architectural appurtenances shall be run over the top of any electrical panels or electrical equipment, in accordance with NEC 110-16 and 384-4. This does not prohibit sprinkler protection for the installation. C. The determination of quantities of material and equipment required shall be made from the drawings. Schedules on the drawings and in the specifications are completed as an aid, but where discrepancies arise, it shall be the Contractor's responsibility to provide the required quantity. D. Where the specifications state that equipment shall be furnished, installed, or provided, it shall be understood to mean this Contractor shall furnish and install completely, unless it is specifically stated that the equipment is to be furnished and installed by others. E. The Architect/Engineer reserves the right to determine space priority of the contractors in the event of interference between the piping and equipment of the various contractors. Conflicts between the drawings and specifications, or between requirements set forth for the various trades, shall be called to the attention of the Architect/Engineer. If clarification is not asked for prior to the taking of bids, it will be assumed that none is required, and that the Contractor has submitted his bfd•,1n conformance with plans and specifications as issued and that no interference exists. - F. No piping, ducts, or equipment foreign to an elevator hoist way and machine room„Shall be run inside the hoist way and machine room in accordance with NEC 620-37 and ASM-E A17.1, 102.2.' 2023 Parking Garages Maintenance and Repair Project - REBID COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-3 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC Mechanical / Electrical G. With reference to 1.5F above, when setting suspended equipment in place, the contractor shall obtain the owner's approval of equipment location to ensure adequate clearance for maintenance access is provided — the owner's review and approval of each location is necessary prior to routing and connection of any services: piping, ductwork, controls and/or electrical. Access deemed necessary by the owner may differ from the manufacturer's recommendation. Failure to obtain owner's approval will result in relocation of the unit at the contractor's cost. 1.8 GUARANTEE AND MAINTENANCE A. Materials and equipment shall be guaranteed to be free from defects and to be new equipment; no secondhand, used, or salvaged equipment will be allowed. The Owner's existing equipment which is to be relocated or reinstalled under this contract shall be refurbished, cleaned, and repaired, and made subject to the guarantee and maintenance as herein specified, unless specifically noted otherwise. B. Keep the entire portion of the work in repair, without additional cost to the Owner, so far as defects in workmanship, apparatus, material, or construction are concerned for one (1) year from the date of final acceptance, except as otherwise specified herein. C. Equipment, which fails to meet performance ratings as specified and shown on the drawings, shall be removed, and replaced by new equipment that meets the specified requirements, without additional cost to the Owner. D. Materials and workmanship shall be subject to the review of the Architect/Engineer, in whose presence various tests shall be made as required by these specifications. PART2PRODUCTS 2.1 SUBMITTALS A. Contractor to provide an equipment schedule to include Equipment Tag, Room Location, Model #, Serial #, Voltage/Ph, Location of respective electric panel, filter size and quantity. B. Submit shop drawings and catalog data for equipment of this Division as called for in the individual sections and in Division 01. C. Submittal data for mechanical equipment shall consist of shop drawings and/or catalog cuts showing technical data necessary to evaluate the material or equipment to include dimensions, wiring diagrams, performance curves, rating, control sequence, and other descriptive data necessary to describe fully the item proposed and its operating characteristics. Shop drawings shall be submitted on equipment and materials as required by the specifications. D. Approval of materials, including alternate or substitute items, shall be obtained in writing from the Architect/Engineer, verbal approval will not be considered binding. E. Shop drawings shall be submitted and shall have been signed, checked, approved, and initialed by the Contractor prior to submittal to the Architect/Engineer. The Architect/Engineer will review shop drawings to aid in interpreting the plans and specifications and will in so doing assume that the shop drawings conform to specified requirements set forth in this specification. The approval of the shop drawing by the Architect/Engineer does not relieve the Contractor of the responsibitty of complying with elements of the specification. The name of the job, Architect/Engineer, location; and specification section shall appear on all pages of shop drawings. Equipment marks (such as EF-)1, RTU-1) shall be indicated for each item. F. At the completion of the job, prepare closeout documents to include parts lists, shop drawings, operating and maintenance instructions. See Division 01 for format and submittal requirements. r:) 2023 Parking Garages Maintenance and Repair Project - REBID COMMON WORK"RESULTS FOR HVAC Project No. 1207932 23 05 00-4 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC Mechanical / Electrical G. At the completion of the project, prepare and submit to the Owner record drawings showing the location of piping, ductwork, and accessories. Drawing shall give accurate dimensions of such equipment for future use by the Owner. This drawing shall be submitted as soon as work is completed and before authorization of final payment. See Division 01 for format and submittal requirements. 2.2 SUBCONTRACTORS AND MATERIALS A. Submit to the Architect/Engineer for review, when requested, a list of subcontractors, materials and equipment proposed to be used. The list must be reviewed by the Architect/Engineer before this Contractor may enter into any sub contractual agreement. Equipment, materials, and devices, etc. shall be subject to the review of the Arch itecUEngineer, whether or not said items are herein specified. 2.3 STANDARDS OF MATERIALS AND WORKMANSHIP A. Materials shall be new, complete with manufacturer's guarantee or warranty, and shall be as listed by Underwriters Laboratories (UL), Inc., Air Movement and Control Association (AMCA), American Gas Association (AGA), Air Conditioning and Refrigeration Institute (ARI), etc., if a standard has been established by that agency for the type of material. B. Materials shall also comply with applicable standards of the National Electrical Manufacturer's Association, National Board of Fire Underwriters, National Fire Protection Association, National Safety Council, National Bureau of Standards, the National Electrical Code and the Williams -Steiger Occupational Safety and Health Act of 1970. Such standards are hereby made a part of these specifications. C. Work shall be performed by workmen skilled in the particular craft, shall be executed in a workmanlike manner, and shall present a neat mechanical appearance when completed. Align, level, and adjust equipment for satisfactory operation, and install so that connecting and disconnecting of piping and accessories can be made readily and so that parts are easily accessible for inspection, operation, and maintenance. Methods and techniques of installation shall be subject to the review of the Architect/Engineer. D. Materials shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product. Materials of the same type of class shall be the products of one manufacturer. For example, fans shall be from the same manufacturer and pumps from the same manufacturer. E. Materials shall be protected from damage and stored indoors or protected from the weather at all times, unless other storage arrangements are approved by the Arch itectEngineer. F. Bearing lubrication fittings shall be as recommended by the manufacturer and shall be extended, where necessary, to an accessible location. G. Material and equipment shall be installed in strict accordance with the manufacturer's recommendations. 2.4 MATERIAL SUBSTITUTIONS ' A. Proposals as submitted shall be based on the products specifically named in the specificatidn or on the drawings. Material or equipment by manufacturers other than those specified may be used only by permission of the ArchitecUEngineer. Such permission for substitution must be requested, in writing, in accordance with Division 01. B. The Architect/Engineer reserves the sole right for the approval of proposed - mate ri,aUor equipment, and the phrase, "or approved equivalent", used in these specifications, or on the ¢wings, shall be interpreted to mean an equivalent approved by the Arch itectEngineer. 2023 Parking Garages Maintenance and Repair Project - REBID COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-5 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC Mechanical / Electrical C. Changes required by alternate equipment shall be made at no additional cost to the Owner; and costs incurred by other trades, public utilities or the Owner, as a result of the use of such equipment, shall be the responsibility of the Contractor. D. Furnish to the Arch itect/Engineer, when requested, samples of proposed material or equipment substitutions. These samples shall remain with the Architect/Engineer as long as needed. E. Identify the differences in alternate material or equipment as compared to that specified and indicate the benefits to the project as a result of selecting the alternative. F. The Architect/Engineer reserves the right to refuse approval of equipment which does not meet the specification, in their opinion, or of equipment for which no local experience of satisfactory service is available. The Architect/Engineer further reserves the right to reject equipment for which maintenance service and the availability of replacement parts is questionable. 2.5 GROUT A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic -cement grout. Characteristics: Post -hardening, volume -adjusting, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications. Design Mix: 5000-psi (34.5-MPa), 28-day compressive strength. Packaging: Premixed and factory packaged. PART 3 EXECUTION 3.1 OPENINGS, CUTTING, AND PATCHING A. The General Contractor shall coordinate the placing of openings in the new structure, as required for the installation of the mechanical work. B. Furnish to the General Contractor the accurate locations and sizes for required openings. This shall not relieve this Contractor of the responsibility of checking to assure that proper size openings are provided. When additional patching is required due to this Contractor's failure to inspect this work, this Contractor shall make arrangements for the patching required to properly close the opening, to include patch painting. This Contractor shall pay any additional cost incurred in this respect. C. When cutting and patching of the structure is made necessary due to this Contractor's failure to install piping, ducts, sleeves, or equipment on schedule, or due to this Contractor's failure to furnish, on schedule, the information required for the leaving of openings, it shall be this Contractor's responsibility to make arrangements for this cutting and patching. This Contractor shall pay any additional cost incurred in this respect. D. Provide cutting and patching and patch painting in the existing structure, as required for the installation of the work. Furnish lintels and supports as required for openings. Cutting of structural support members will not be permitted without prior approval of the Architect/Engineer. Extent of cutting shall be minimized. Use core drills, power saws or other machines which will provide neat, minimum openings. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. w 2023 Parking Garages Maintenance and Repair Project - REBID COMMON WOFM RESULTS FOR HVAC Project No. 1207932 23 05 00-6 N w SECTION 23 05 00 -» COMMON WORK RESULTS FOR HVAC Mechanical / Electricals 3.2 CONCRETE AND MASONRY WORK A. Concrete bases and pads for mechanical equipment will be furnished by General Contr.d,ctor. This Contractor shall coordinate size. Size bases to extend minimum of 4" beyond equipme' base in any direction, and 4" above finished floor elevation. Construct of reinforced concrete, roughen floor slab beneath base for bond, and provide steel rod anchors between floor and base. Locate anchor bolts using equipment manufacturer's templates. Chamfer top and edge corners. B. Furnish equipment anchor bolts and be responsible for their proper installation and accurate location. 3.3 ROOF OPENINGS A. Roof openings required by this Contractor that are not shown on the Structural or Architectural Drawings shall be cut and (if necessary) reinforced by an experienced roofing contractor. B. Roof penetrations for duct and piping shall be through curbed roof openings. Equipment supports shall be by curbed and flashed runners meeting current National Roofing Contractor Association (NRCA) standards and details. Pitch pockets, pitch pans, and wood blocking are not acceptable. C. All roof work shall be completed such that it does not void any existing roof warranty. 3.4 PAINTING A. The finish of any item that has been marred, scratched, or damaged in any way by this Contractor shall be repainted at the expense of this Contractor, and to the satisfaction of the Architect/Engineer and the Owner. B. Painting and finishing of exposed mechanical systems (including but not limited to piping, ducting and supports) shall be provided. Finishes shall be as defined in Division 09 - Finishes. Exposed shall be defined as where accessible or visible to occupants of the building and/or the public. 3.5 CLEANING A. Keep the premises clean of all debris, caused by the work as described in Division 01. B. Keep the premises clean of all debris caused by the work at all times, and keep materials stored, in areas designated by the Owner, in such a manner as not to interfere with the progress of the work of other Contractors or with the operation of existing facilities. C. At the conclusion of the construction, the site shall be thoroughly cleaned of all rubble, debris and unused material and shall be left in good order. Closed off spaces shall be cleaned of waste such as material, cartons, and wood frame members used in the construction. 3.6 WIRING FOR MECHANICAL EQUIPMENT A. The electrical contractor will provide power to and connection of motors and equipment furnished by this Contractor. Where disconnect switches are not specified to be furnished with the equipment, the electrical Contractor will furnish disconnect switches for equipment furnished by this Contractor. B. Provide integral wiring, alarm wiring, control wiring, temperature control wiring and interlock wiring for equipment furnished, whether or not such wiring is furnished by the equipment vendor. C. Except where other Sections call for starters to be furnished by manufacturers as part of their equipment, the electrical contractor will furnish motor starters for motors furnished by this Contractor. D. Furnish to the electrical contractor, shop drawings and a schedule for motors and other mechanical equipment furnished, which require electrical services. The schedule shall include the locations for rough -ins, electrical loads, size, and electrical characteristics for services required. 2023 Parking Garages Maintenance and Repair Project - REBID COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-7 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC Mechanical / Electrical 7 E. Additional costs incurred, where motors or equipment furnished by this Contractor reg0re larger services or services of different electrical characteristics than those called for on the Electrical Drawings, due to the Contractor furnishing substitute equipment, shall be paid, for by this Contractor. F. Review the Electrical Drawings and call to the attention of the Architect/Engineer, prior o bidding, omissions of electrical services required for equipment. G. Mechanical equipment which requires fuse protection, to maintain UL listing, shall be coordinated with the electrical contractor to provide such protection. 3.7 MOTORS A. TEFC and ODP motors for equipment supplied by this contractor,'/2 HP and larger, shall meet NEMA PremiumTm efficiencies as specified within NEMA Standards Publication MG 1-2016. B. All motors that are indicated to be used with Variable Frequency Drives (VFD's) shall be inverter duty rated. Coordinate all motor requirements with the electrical contractor. C. Provide motor shaft grounding kit for all VFD motors. 3.8 PROTECTION A. Special care shall be taken for the protection of equipment furnished by this Contractor. Equipment and material shall be protected from elements such as weather, painting and plastering until the project is completed. Damage from rust, paint or scratches shall be repaired as required to restore equipment to original condition. B. Protection of equipment during the plastering and painting of the building shall be the responsibility of the contractor performing that work, but this shall not relieve this Contractor of the responsibility of checking to assure that adequate protection is being provided. C. Where the installation or connection of equipment requires this Contractor to work in areas previously finished by other contractors, this Contractor shall be responsible that such areas are protected and are not marred, soiled, or otherwise damaged during the course of such work. This Contractor shall arrange with the other contractors for repairing and refinishing of such areas which may be damaged. D. When heavy materials must be placed upon or transported over the roof deck, sheeting shall be placed to distribute the weight and support such materials. Any damage shall be immediately corrected at no cost to the Owner. 3.9 NOISE AND VIBRATION A. Be responsible for the installation of all equipment in such a manner as to control the transmission of noise and vibration from any installed equipment or system, so that the sound level does not exceed NC35 in any occupied space. Be responsible for the correction of any objectionable noise in any occupied area due to improperly installed equipment. 3.10 MANUFACTURER'S START-UP A. Where indicated, manufacturer shall provide a factory authorized service representative or factory engineer as specified, for unit start up. Startup procedure and respective documentation shall be submitted as part of shop drawing review process. Completed start-up documentation shall be submitted directly to the owner/engineer by the manufacturer. B. Start-up shall be scheduled only once electrical, mechanical, sheet metal and temperature controls contractors are confirmed complete, AND the owner approves proceeding with start-up; confirmation by each shall be made to the GC in writing. 2023 Parking Garages Maintenance and Repair Project - REBID COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-8 SECTION 23 05 00 COMMON WORK RESULTS FOR HVAC Mechanical / Electrical C. Contractor's confirmation of complete installation prior to scheduling the start-up shall include: 1. All aspects of equipment installation shall be completely installed in permanent condition, to include but not limited to sheet metal, piping, final heat transfer fluids installed, controls and associated programming, insulation and electrical. 2. The owner/engineer shall confirm all aspects complete, prior to start-up being scheduled. The owner's signature on the manufacturer's satisfactorily completed prestart-up checklist will allow the manufacturer to then confirm start-up availability and schedule. D. Both the equipment start-up and temperature controls contractor start-up personnel -*all be onsite together to assist each other as required for start-up. E. No portion of onsite test and balance shall proceed until start-up of all equipment has been satisfactorily documented by the manufacturer and confirmed by the owner. 3.11 TEST AND BALANCE A. No portion of onsite test and balance shall proceed until satisfactory start-up of all equipment has been satisfactorily documented by the manufacturer and confirmed by the owner. 3.12 TESTS AND DEMONSTRATIONS A. Systems shall be tested and placed in proper working order prior to demonstrating systems to the Owner. B. Prior to acceptance of the mechanical installation, demonstrate to the Owner or his designated representative's essential features and functions of all systems installed, and instruct the Owner in the proper operation and maintenance of such systems. C. Furnish the necessary trained personnel to perform the demonstrations and instructions and arrange to have the manufacturer's representatives for the system present to assist with the demonstrations. The Owner and Contractor shall each sign a certification stating that the training has been performed and the Owner accepts same. 3.13 EQUIPMENT LIST A. Consistent with the Valve and Damper schedule (Section 23 0553), submit an equipment list identifying all equipment on and consistent with the mechanical schedule: by equipment tag, room location, model number, serial number, number & size of filters, voltage/phase with respective electrical panel and panel location. 3.14 UTILITY REBATE APPLICATIONS A. This contractor shall be responsible for gathering all information necessary for and completion of utility rebate applications. Potential rebates include but not limited to high efficiency gas boilers, chillers, heat pumps, ventilation equipment, energy recovery equipment, water heaters, thermostats, timeclocks, motors, variable speed drives, and other items furnished by the contractor of this Division. Submit to owner copies of all documentation provided to the utilities. 3.15 WARRANTY A. At a minimum, warranties for all Sections of this Division shall comply with the two-year warranty period identified within Section 00 0611 Cedar Rapids Community School District, Performance and Payment bond. Exception: Any warranties within this Division explicitly stipulating longer warranty periods than identified in Section 00 0611 Performance Bond (i.e., compressors), shall be held to the longer warranty period. END OF SECTION 2023 Parking Garages Maintenance and Repair Project - REBID COMMON WORK RESULTS FOR HVAC Project No. 1207932 23 05 00-9 SECTION 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Mechanical / Electrical PART 1 GENERAL 1.1 SECTION INCLUDES A. Provide equipment, materials, labor, and supervision necessary to install equipment hangers and supports. B. Where supports are attached to concrete or other structural members, care shall be taken to prevent damage or weakening of the structural members. C. Where concrete inserts are to be used, it shall be this Contractor's responsibility to accurately locate and attach inserts to concrete forms. 1.2 REFERENCES A. Manufacturers Standardization Society of the Valve and Fittings Industry, MSS, 1815 North Fort Myer Drive, Arlington, VA 22209. 1. MSS SP-58: Pipe Hangers and Supports - Materials, Design and Manufactilter. 2. MSS SP-69: Pipe Hangers and Supports - Selection and Application. PART 2 PRODUCTS -) 2.1 HANGERS AND SUPPORTS A. Hangers and support devices shall be Grinnell, Fee and Mason, Michigan, B-Line or approved equivalent. Figure numbers based on Grinnell. e:D PART 3 EXECUTION 3.1 INTERMEDIATE ATTACHMENTS A. Hanger rods: use carbon steel single or double end threaded, Figs. 140, 141, 253, 254 as required. Continuous threaded rod: Fig. 146 may be used wherever possible. B. Chain wire or perforated strap hangers will not be permitted. One pipe shall not be suspended from another pipe. 3.2 STRUCTURAL ATTACHMENTS A. For attaching steel or copper plated hanger rods to reinforced concrete, use galvanized malleable iron concrete inserts; Fig. 282 for loads up to 1140 lbs. B. For attaching steel hanger rods to structural steel beams, use malleable iron C-clamps; Fig. 87 with retaining clip for loads up to 500 lbs.; Fig. 229 with extension piece for loads up to 1,365 lbs. For copper plated hanger rods, use copper plated malleable iron C-clamps; Fig. CT-88 with hardened point cup set screw for loads up to 400 lbs. C. For attaching steel hanger rods to wood structural members, use malleable iron ceiling flange; Fig. 153 for loads up to 1,270 lbs. For copper plated hanger rods, use copper plated malleable iron ceiling flange: Fig. CT-128R for loads up to 180 lbs. D. Vertical expansion shields or toggles shall not be used for suspending hanger rods, except with permission in cases where inserts have been omitted or cannot be used. If permitted, use expansion shields; Fig. 117 for rod sizes up to 320 lbs. max. load. For larger rods use attachment plate, Fig. 52, with wedge anchors. 2023 Parking Garages Maintenance and Repair Project - REBID HANGERS & SUPPORTS FOR HVAC PIPING & EQUIPMENT Project No. 1207932 23 05 29-1 SECTION 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT Mechanical / Electrical E. Powder actuated anchoring methods shall not be used. F. Piping, equipment, and ductwork shall be supported from structure and not from metal deck. 3.3 SUPPLEMENTAL STEEL A. Provide supplemental steel required to hang or support mechanical equipment. END OF SECTION C= t C) —.a 2023 Parking Garages Maintenance and Repair Project - REBID HANGERS & SUPPORTS FOR HVAC PIPING & EQUIPMENT Project No. 1207932 23 05 29-2 SECTION 23 05 48 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT Mechanical / Electrical PART 1 GENERAL 1.1 SECTION INCLUDES A. This specification pertains to the furnishing and installation of vibration isolation devices for HVAC and rotating or reciprocating mechanical equipment. B. This work shall include all material and labor required for installation of the resilient mounting and suspension systems, adjusting each mounting system, and measurement of isolator system performance when so requested by the Architect/Engineer. Specific mounting arrangements for each item of mechanical equipment shall be as described herein and as indicated by schedules and details on the drawings. 1.2 QUALIFICATIONS A. All rotating mechanical equipment shall be isolated from the structure by means of vibration isolators. The isolators and bases shall be as tabulated on the Vibration Isolation Schedule in this section. Any equipment not listed in this schedule shall be isolated with the isolator type and deflection shown in the 2019 ASHRAE HVAC Applications Handbook, Chapter 47, Table 48. B. Engage manufacturer to provide technical supervision of installation of support isolation units produced, and of associated inertia bases. C. The Contractor and the vibration isolation manufacturer or his regularly designated and factory authorized representative shall perform the following tasks in addition to the supply and installation of isolation equipment: 1. Obtain from the Architect/Engineer the approved manufacturer's name, model number, and other necessary identifying data for each item of mechanical equipment to be resiliently mounted. Coordinate resilient mounting systems with the exact equipment to be furnished in regard to physical size, isolator locations, weight, rotating speed, etc. Direct contact and cooperation between the vibration isolation device fabricator and the equipment manufacturer will be required. 2. Select piping systems isolators for proper coordination with the physical arrangement of pipe lines and with the physical characteristics of the building. 3. Provide on-the-job supervision as required during installation of resiliently mounted equipment and piping to assure that vibration isolators are installed in strict accordance with normally accepted practices for critical environments. 4. Replace, at no extra cost to the Owner, isolators which do not produce the required deflection, are improperly loaded above or below their correct operating height, or which do not produce the required isolation. 5. Cooperate with other contractors engaged in this project so the installation of vibration isolation devices will proceed in a manner that is in the best interests of the Owner. 6. Notify the Architect/Engineer of project conditions which affect vibration isolation system installation of performance and which are found to be different from conditions indicated by the drawings or described by the specifications. Should vibrations isolation system installation proceed without such notifications, remedial work required to achieve proper isolator performance shall be accomplished by the contractor at no additional cost to thf Owner. 4__ .., 2023 Parking Garage Maintenance & Repair Project - REBID VIBRATION & SEISMIC CONTROLS FOR HVAC PIPING & EQUIPMENT Project No. 1207932 23 05 48-1 SECTION 23 05 48 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT Mechanical / Electrical 7. Be alert for possible short-circuiting of vibration isolation systems by piping supports, electrical connections, temperature control connections, drain lines, building construction, etc., and notify the involved contractor as to these problems or potential problems. Where such situations cannot be easily resolved, notify the Architect/Engineer so that preventive or remedial action can take place on a timely basis. Remedial measures required shall be undertaken by the contractor responsible at no additional cost to the Owner. E. Vibration isolation products furnished as part of factory -fabricated equipment are specified as part of the equipment assembly in other Division 23 sections. F. Refer to other sections of these specifications for equipment foundations, hangers, sealants, gaskets and other work related to vibration isolation work. G. Where equipment manufacturer's recommendations differ from specified vibration isolation, submit to Architect for approval. H. Furnish templates to fabricators of equipment bases, foundations and other support systems, as needed for coordination of vibration isolation units with other work. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's specifications, detailed drawings, performance characteristic data and installation instructions for each type of unit required. Indicate equipment to be installed with isolator, tabulation of design data with dimensions for both free and operating heights of isolators, and load on each. PART 2 PRODUCTS 2.1 GENERAL A. The vibration isolation systems described herein and identified by type number designations shall be applied to specific classifications of mechanical equipment as indicated in the Vibration Isolation Schedule. 2.2 TYPE 1 ISOLATORS (RUBBER & GLASS FIBER PADS AND HANGERS) A. Pre -compressed Molded Fiberglass Vibration Isolation Pads, individually coated with a flexible moisture impervious elastomeric membrane. Pads shall be fine (.00018 dia.) bonded annealed glass fibers which have been stabilized during manufacture by overloading the material ten,tjmes. Pads shall have a constant natural frequency over the operating load range, and the stiffnp4 shall increase proportionately with load applied. Pads shall be no taller than the shortest horizontal dimension. Where the equipment base does not provide a uniform load surface, steel plates shall Ede bonded to the top of the pads. Alternately, Neoprene Mounts incorporating completely enclosed iil etal inserts to permit bolting the supported unit may be used. 2.3 TYPE 2 ISOLATORS (PAD AND HANGER TYPE) A. Molded isolators shall come in a range of 30 to 70 durometer and shall be designed for up to deflection. B. Hangers shall be designed for a 200 to 350 misalignment. 2.4 TYPE 3 ISOLATORS (SPRINGS) A. Freestanding, Unhoused, Laterally Stable Steel Springs with leveling bolts and'/4-in. thick ribbed isolation pads. To assure stability, the spring shall have a lateral spring stiffness equal to the rated vertical stiffness, and shall be designed to provide 50% overload capacity. In capacities up to 5,000 lbs., springs shall be replaceable. In capacities over 5,000 lbs., springs shall be welded to the top and bottom load plate assemblies. 2023 Parking Garage Maintenance & Repair Project - REBID VIBRATION & SEISMIC CONTROLS FOR HVAC PIPING & EQUIPMENT Project No. 1207932 23 05 48-2 SECTION 23 05 48 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT Mechanical / Electrical B. Combination Spring and Rubber Hangers. The pre -compressed fiberglass shall be coated with a moisture impervious elastomeric membrane in series with springs, all encased in welded steel brackets. Springs shall be as specified for Type 3 isolators. Hangers shall be designed for 50% overload capacity, and shall accommodate rod misalignment over a 300 arc. Brackets shall be designed to carry 500% overload without failure. 2.5 TYPE 4 ISOLATORS A. Freestanding, Laterally Stable Spring Isolators with vertical limit stops to assure a constant operating height if the supported weight is removed, and to reduce movement due to wind loads. Limit stops shall be isolated from the housing to prevent short-circuiting. 2.6 TYPE A BASES A. No base required. Isolators may be attached directly to the supported equipment. 2.7 TYPE B BASES A. Structural Steel Base, designed and supplied by reducing the mounting height of equipment. To assure adequate stiffness, the height of the members shall be a minimum of 8% of the longest span between isolators, or at least 6". Where thinner sections are necessary due to head room limitations, the section modulus of the members selected shall be equivalent to or exceed the section modulus of wide flange steel members whose thickness is 8% of the longest span between isolators. 2.8 TYPE D BASES A. Roof Curb Isolators: Fabricated frame units sized to match roof curbs as shown, formed with isolation springs between extruded aluminum upper and lower sections, which are shaped and positioned to prevent metal -to -metal contact. Provide continuous airtight and waterproof seal between upper and lower extrusions. Include provisions for anchorage of frame unit to roof curb, and for anchorage of equipment to unit. Equivalent to Mason Type CMAB or RSC as required. 2.9 DUCTWORK ISOLATION A. Provide flexible duct connections wherever ductwork connects to vibration isolated equipment. Construct flexible connections of neoprene -coated flameproof fabric crimped into duct flanges for attachment to duct and equipment. Make airtight joint. Provide adequate joint flexibility to allow for thermal, axial, transverse, and torsional movement, and also capable of absorbing vibrations of connected equipment. B. Manufacturer: Subject to compliance with requirements, provide flexible connections of one of the following: Elgen Manufacturing Co., Duro Dyne Corporation, Ventfabrics, Inc. 2.11 ELECTRICAL CONNECTIONS TO RESILIENTLY MOUNTED EQUIPMENT A. Electrical connections to equipment which is supported or suspended by vibration isolators shall be made with long lengths of flexible conduit or flexible armored cable. These flexible connections must be located so as to prevent rigid conduit connections between the resiliently mounted equipment and the building structure. 2023 Parking Garage Maintenance & Repair Project - REBID Project No. 1207932 VIBRATION & SEISMIC CONTROLS FOR HVAC PIF31NG & EQUIPMENT 23 05 48-3 SECTION 23 05 48 VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT Mechanical / Electrical 2.12 VIBRATION ISOLATION SCHEDULE EQUIPMENT TYPE ON GRADE TYP MIN E B-I DFL UP TO 20ft FLR SPAN TYP MIN E B-I DFL 20ft to 30ft FLR SPAN TYP MIN E B-I DFL 30ft to 40ft FLR SPAN TYPE MIN B-1 DFL Centrifugal Fans <_22 in. dia. B-2 0.25 B-3 0.75 B-3 0.75 C-3 1.75 >_24 in.dia., s40 HP & <_300 RPM B-3 2.50 B-3 3.50 B-3 3.50 B-3 3.50 >_24 in.dia.,<_40 HP & 300-500 RPM B-3 1.75 B-3 1.75 B-3 2.50 B-3 2.50 _!24 in.dia., <_40 HP & >_501 RPM B-3 0.75 B-3 0.75 B-3 0.75 B-3 1.75 Base Types: Isolator Types: A. No base, isolators attached directly to 1. Pad, rubber, or glass fiber equipment B. Structural steel rails or base 2. Rubber floor isolator or hanger C. Concrete inertia base 3. Spring floor isolator or hanger w D. Curb -mounted base 4. Restrained spring isolator 5. Thrust restraint (see ASHRAE, 2011- -, Handbook) c� PART 3 INSTALLATION 3.1 EXECUTION A. General: Except as otherwise indicated, comply with manufacturer's instructions for the installation and load application to vibration isolation materials and units. Adjust to ensure that units do not exceed rated operating deflections or bottom out under loading, and are not short-circuited by other contacts or bearing points. Remove space blocks and similar devices (if any) intended for temporary protection against overloading during installation. B. Anchor and attach units to substrate and equipment as required for secure operation and to prevent displacement by normal forces, and as indicated. C. Adjust leveling devices as required to distribute loading uniformly onto isolators. Shim units as required where leveling devices cannot be used to distribute loading properly. E. Install vibration isolators that are furnished with equipment. END OF SECTION 2023 Parking Garage Maintenance & Repair Project - REBID VIBRATION & SEISMIC CONTROLS FOR HVAC PIPING & EQUIPMENT Project No. 1207932 23 05 48-4 SECTION 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Mechanical / Electrical PART 1 - GENERAL 1.1 SUMMARY A. Testing, adjustment, and balancing of air systems. B. Testing, adjustment, and balancing of hydronic, refrigeration systems. C. Measurement of final operating condition of HVAC systems. D. Sound measurement of equipment operating conditions. E. Testing and balancing shall be performed by an independent certified testing and balancing contractor. The Contractor shall be certified by AABC (American Association of Balancing Contractors), NEBB (National Environmental Balancing Bureau), or SMARTA (Sheet Metal and Air Conditioning and Roofing Trade Association). The Balancing Contractor shall provide labor, services, and test equipment required to test, adjust, and balance the specified systems. Personnel involved in the execution of the work under the Balancing Contract shall be experienced and trained in the total balancing of mechanical systems, as well as being regular employees of the Balancing Contractor. 1.2 SUBMITTALS A. Field Reports (punch list): Indicate deficiencies in systems that would prevent proper testing, adjusting, and balancing of systems and equipment to achieve specified performance. B. Prior to commencing work, submit report forms or outline indicating adjusting, balancing, and equipment data required. C. Submit draft copies of report for review prior to final acceptance of Project. Provide final copies for Architect/Engineer and for inclusion in operating and maintenance manuals. D. Provide reports complete with index page and indexing tabs, with cover identification at front and side. Include set of reduced drawings with air outlets and equipment identified to correspond with data sheets and indicating thermostat locations. E. Include detailed procedures, agenda, sample report forms and copy of AABC National Project Performance Guaranty prior to commencing system balance. F. Test Reports: Indicate data on AABC National Standards for Total System Balance forms or NEBB forms containing information indicated in Schedules. 1.3 SEQUENCING A. Sequence work to commence after completion of systems installation and schedule completion of balancing work before Substantial Completion of Project. B. Do not proceed with balancing work until systems scheduled for testing, adjusting, and balancing are clean and free from debris, dirt, and discarded building materials. C. Completion of balancing work is required before Substantial Completion of Project. PART 2 PRODUCTS NOT USED 2023 Parking Garage Maintenance & Repair Project - REBID Project No. 1207932 .. Z 7-1 TESTING, ADJUSTING, AND BALANCING FOR HVAC 23 05 93-1 SECTION 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Mechanical / Electrical PART 3 - EXECUTION 3.1 OTHER CONTRACTOR RESPONSIBILITIES A. The Mechanical and Plumbing Contractors shall cooperate with the balancing agency by: 1. Including balancing dampers as required by the Drawings and Specifications. 2. Putting complete system into operation during duration of balancing period. 3. Providing up-to-date set of Drawings and advising immediately of changes made to the system during construction. 4. Providing labor and equipment and cost of performing corrections such as dampers, belts, and pulley changes, etc. as required without undue delay. 5. Providing complete submittal information for mechanical equipment complete with pertinent engineering information. 3.2 EXAMINATION A. Verify that systems are complete and operable before commencing work. Ensure the following conditions. 1. Systems are started and operating in a safe and normal condition. 2. Temperature control systems are installed complete and operable. 3. Proper thermal overload protection is in place for electrical equipment. 4. Duct systems are clean of debris. B. Submit field reports. Report defects and deficiencies noted during performance of services which prevent system balance. C. Commencement of work means acceptance of existing conditions. 3.3 PREPARATION A. Provide instruments required for testing, adjusting, and balancing operations. Makes instruments available to Architect/Engineer to facilitate spot checks during testing. B. Provide additional balancing devices as required. 3.4 INSTALLATION TOLERANCES A. Hydronic Systems: Adjust to within plus or minus 10% of design. 3.5 ADJUSTING A. Ensure recorded data represents actual measured or observed conditions. B. Permanently mark settings of dampers, and other adjustment devices allowing settings to be restored. Set and lock memory stops. C. After adjustment, take measurements to verify balance has not been disrupted or that such disruption has been rectified. D. Leave systems in proper working order, replacing belt guards, closing access doors, closing doors to electrical switch boxes, and restoring thermostat to specified settings. 2023 Parking Garage Maintenance & Repair Project - REBID TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1207932 23 05 93-2 SECTION 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Mechanical / Electrical E. At final inspection, recheck random selections of data recorded in report. Recheck points or areas as selected and witnessed by the Owner. 3.6 SCHEDULES A. Equipment Requiring Testing, Adjusting, and Balancing. All equipment shown on mechanical and plumbing schedules require complete work of this section as applicable to equipment type. 1. Exhaust fans B. Report Forms 1. Title Page: a. Name of Testing, Adjusting, and Balancing Agency b. Address of Testing, Adjusting, and Balancing Agency C. Telephone number of Testing, Adjusting, and Balancing Agency d. Project name e. Project location f. Project Architect g. Project Engineer h. Project Contractor i. Project altitude j. Report date 2. Summary Comments: a. Design versus final performance b. Notable characteristics of system C. Description of systems operation sequence d. Summary of outdoor and exhaust flows to indicate amount of building pressurization. e. Nomenclature used throughout report. f. Test conditions w 3. Instrument List: "* a. Instrument b. Manufacturer c. Model number d. Serial number e. Range f. Calibration date 2023 Parking Garage Maintenance & Repair Project - REBID TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1207932 23 05 93-3 SECTION 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Mechanical / Electrical 4. Electric Motors: a. Manufacturer b. Model/Frame C. HP/BHP d. Phase, voltage, amperage; nameplate, actual, no load e. RPM f. Service factor g. Starter size, rating, heater elements h. Sheave Make/Size/Bore 5. V-Belt Drive: a. Identification/location b. Required driven RPM C. Driven sheave, diameter, and RPM d. Belt, size, and quantity e. Motor sheave diameter and RPM f. Center to center distance, maximum, minimum, and actual. 7. Air Moving Equipment a. Location b. Manufacturer C. Model number d. Serial number e. Arrangement/Class/Discharge f. Exhaust air flow, specified and actual g. Total static pressure (total external), specified and actual k. Inlet pressure I. Discharge pressure m. Sheave Make/Size/Bore ,7 n. Number of Belts/Make/Size o. Fan RPM P. Fan BHP 2023 Parking Garage Maintenance & Repair Project - REBID TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1207932 23 05 93-4 SECTION 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC Mechanical / Electrical 9. Exhaust Fan Data a. Location b. Manufacturer C. Model number d. Serial number e. Air flow, specified and actual f. Total static pressure (total external), specified and actual g. Inlet pressure h. Discharge pressure i. Sheave Make/Size/Bore j. Number of Belts/Make/Size k. Fan RPM I. Fan BHP END OF SECTION 2023 Parking Garage Maintenance & Repair Project - REBID TESTING, ADJUSTING, AND BALANCING FOR HVAC Project No. 1207932 23 05 93-5 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC Mechanical / Electrical PART 1 GENERAL 1.1 SUMMARY A. General Description: Provide low voltage control devices (thermostats, damper actuators, etc.) and associated wiring to control Stair Tower Exhaust Fans per the design documents. In general, provide thermostats installed within vandal proof cages, set to operate associated exhaust fans at or above 40 F (adj.) space temperature setpoint. B. Project Specific Requirements: 1. All hardware, equipment and material shall be completely installed two (2) weeks prior to Substantial Completion, to allow immediate start by the temperature controls contractor (TCC) as identified directly below. 1.2 QUALIFICATIONS A. The control system shall meet specifications and qualifications as described. The controls contractor shall have a minimum of five years experience associated with variable air volume systems, constant volume systems, and geothermal ground source heat pump systems and other systems as required by the sequence of operations. B. All work is to be installed by a qualified person skilled in the installation of electronic automatic control systems. The contractor is responsible for the proper installation of the control system. C. The contractor may elect to subcontract the installation of the electronic control system but will be responsible in total as outlined above. D. All products used in this installation shall be new, currently under manufacture, and shall be applied in similar installations for a minimum of 2 years. This installation shall not be used as a test site for any new products unless explicitly approved by the Owner's representative in writing prior to bid date. Spare parts shall be available for at least 10 years after completion of this contract. 1.3 WORK BY OTHERS A. The following incidental work shall be furnished by the Mechanical Contractor under the supervision of this Contractor. 1. Install all automatic dampers and minimum outdoor air stations, airflow stations. 2. Provide necessary blank off plates (safing) required to install dampers that are smaller than duct size. 3. Assemble multiple section dampers with required interconnecting linkages and extend required number of shafts through duct for external mounting of damper motors. 4. Provide necessary sheet metal baffle plates to eliminate stratification and provide air volumes specified. Locate baffles by experimentation and affix and seal permanently in place only after stratification problem has been eliminated. 5. Provide access door or other approved means of access through ducts for se jvice to control equipment. r..,,. 6. Install airflow measuring devices. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-1 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC Mechanical / Electrical B. The contractor or mechanical contractor shall provide a technical representative to accompany the testing and balancing contractor whenever the latter is onsite, to ensure availability of complete controls manipulation is provided to the TAB contractor. See Engineer/Owner for schedule of contractor -access to the building during in -session periods for controls commissioning (including testing and calibration) and testing and balancing of all systems. 1.4 DESCRIPTION A. The control system shall be designed such that each mechanical system will be able to operate under stand-alone control. B. The documentation is schematic in nature. The Contractor shall provide hardware and software necessary to implement the functions and sequences shown. C. Each mechanical unit identified to be controlled via non -intelligent, non -programmable equipment (exhaust fans) and only when the indicated equipment points can completely reside together. 1.5 SUBMITTALS A. Contractor shall provide shop drawings and manufacturers' standard specification data sheets on all hardware and software to be provided. No work may begin on any segment of this project until submittals have been reviewed by the Engineer and Owner for conformity with the plan and specifications. All shop drawings shall be done on AutoCAD no older than version 2006, and provided to the Engineer for review and to the Owner on electronic media. B. Quantities of items submitted shall be reviewed by the Engineer and Owner. Such review shall not relieve the contractor from furnishing quantities required for completion. C. Provide the Engineer and Owner, any additional information or data which is deemed necessary to determine compliance with these specifications or which is deemed valuable in documenting the system to be installed. D. Submit the following within 30 days of contract award: A complete bill of materials of equipment to be used indicating quantity, manufacturer and model number. 2. Provide manufacturers cut sheets for major system components. When manufacturer's cut sheets apply to a product series rather than a specific product, the data specifically applicable to the project shall be highlighted or clearly indicated by other means. Each submitted piece of literature and drawings shall clearly reference the specification and/or drawing that the submittal is being submitted to cover. Include: a. Auxiliary Control Devices -' b. Detailed termination drawings showing all required field and factory;ferminations. Terminal numbers shall be clearly labeled. — -` C. Sequence of operations for each system under control. This sequence shall be specific for the use of the Control System being provided for this project. E. Project Record Documents: Upon completion of installation submit copies of record (as -built) documents. The documents shall be submitted for approval prior to final completion , d include: Project Record Drawings - These shall be as -built versions of the submittal shop drawings. One set of magnetic media including CAD. DWG or .DXF drawing files shall also be provided. a. Identify on drawings locations of all remote and/or concealed equipment. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-2 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC Mechanical / Electrical 2. Operating and Maintenance (O&M) Manual - These shall be as -built versions of the submittal product data. In addition to that required for the submittals, the O & M manual shall include: a. Names, address and 24-hour telephone numbers of Contractors installing equipment, and the control systems and service representative of each. b. Operators Manual with procedures of operating the control systems including logging on/off, alarm handling, producing point reports, trending data, overriding computer control, and changing set points and other variables. d. Engineering, Installation and Maintenance Manual(s) that explains how to design and install new points, panels, and other hardware; preventative maintenance and calibration procedures; how to debug hardware problems; and how to repair or replace hardware. e. A listing and documentation of all custom software created using the programming language including the point database. One set of magnetic media containing files of the software and database shall also be provided f. A list of recommended spare parts with part numbers and supplier. g. Complete original issue documentation, installation and maintenance information for all third party hardware provided including computer equipment and sensors. i. Licenses, Guarantee, and Warrantee documents for all equipment and systems. j. Recommended preventive maintenance procedures for all system components including a schedule of tasks (inspection, cleaning, calibration, etc.), time between tasks, and task descriptions. F. Training Manuals: The Contractor shall provide a course outline and training manuals for all training classes at least six weeks prior to the first class. The Owner reserves the right to modify any or all of the training course outline and training materials. Review and approval by Owner and Engineer and shall be completed at least 3 weeks prior to first class. 1.6 CODES &STANDARDS A. Instrumentation hardware shall be supplied to directly interface with Instrument Society of America (ISA) Standards. B. Meet requirements of all applicable standards and codes, except when more detailedor stringent requirements are indicated by the Contract Documents, including requirements of this -Section. 1. Underwriters Laboratories: Products shall be UL-916-PAZX listed. 2. National Electrical Code - NFPA 70. 3. Federal Communications Commission - Part J. 1.7 WARRANTY A. Labor and materials for control system specified shall be warranted free from defects for a period of twelve (12) months after final completion acceptance by the Owner. Control System failures during the warranty period shall be adjusted, repaired, or replaced at no charge or reduction in service to the Owner. The Contractor shall respond to the Owner's request for warranty service within 24 hours during customary business hours. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-3 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC Mechanical / Electrical B. At the end of the final start-up/testing, if equipment and systems are operating satisfactorily to the Owner and Engineer, the Owner shall sign certificates certifying that the control system's operation has been tested and accepted in accordance with the terms of this specification. The date of Owner's acceptance shall be the start of warranty. C. Operator workstation software, project specific software, graphics, database, and firmware updates shall be provided to the Owner at no charge during the warranty period. Written authorization by Owner must, however, be granted prior to the installation of such changes. 1.8 OWNERSHIP OF PROPRIETARY MATERIAL A. All project developed hardware, software and documentation shall become the property of the Owner. These include but are not limited to: Project images, Record drawings, Project database, project - specific controller configuration tool (JCI-CCT) or application programming code (C13-APT) and all project -related documentation. 1.9 SYSTEM PERFORMANCE A. Performance Standards. The system shall conform to the following: 1. Reporting Accuracy. Table 1 lists minimum acceptable reporting accuracies for all values reported by the specified system. a. TABLE I -- REPORTING ACCURACY Measured Variable Reported Accuracy U.N.O Space temperature Delta-T Relative humidity Air pressure (ducts) Electrical power Note 1: 10%-100% of scale Note 2: for both absolute and differential pressure PART 2 PRODUCTS 2.2 SUPERVISED TRAINING ±1°F ±0.254F ±5% RH ±0.1" W.G. 5% of reading N S n cr) A. Provide 1 working days (16 hours) of supervised training for up to 4 of the Owners representatives simultaneously to include system operation, programming, report generation, and construction of graphics. Training shall take place at the project site during the normal work hours of 8am to 5pm weekdays. Training shall be scheduled at the owner's discretion; in no larger than 4-hour blocks, to be completed within one calendar year, and shall include: 1. Explanation of drawings, operations and maintenance manuals. 2. Walk-through of the job to locate control components. 3. Operator control functions. 4. Explanation of adjustment, calibration, and replacement procedures. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-4 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC Mechanical / Electrical B. Provide operator orientation to the overall operational program, equipment functions (both individually and as part of the total integrated system), commands, advisories, and appropriate operator intervention required in responding to the systems operation. An Owner's manual prepared for this project shall be used in addition to the instruction. Three copies of the Owner's manual shall be provided. C. The technical training will also include adequate instruction and documentation to enable maintenance staff to trouble shoot, repair, and maintain entire system and recreate all programming without factory assistance. D. The technical training will also include adequate instruction and documentation to allow expansion by the maintenance staff of the system in the future to interface with existing pneumatic, electric, and electronic control systems. This would include activities associated with hardware and software. E. The owner reserves the right to have credited any instructional time (i.e. training, demonstration, orientation, testing, etc.) identified in this Section, deemed by the owner to be unnecessary or not completed. Unused time shall be credited back to the owner to the nearest quarter hour and shall be credited as future technical field service time. 2.2 COMMISSIONING OF SYSTEM A. The Contractor shall verify that each analog and binary device and operator responds correctly to the signal given at the control panel by physically changing each parameter and witnessing the correct corresponding reaction. The results of this testing shall be logged in a written report and submitted to the Owner and Engineer prior to final payment. B. The Owner's representative shall witness the commissioning of the system. C. Under separate contract, the District will conduct mechanical commissioning concurrent with related work of this section. Also see Commissioning -related requirements identified elsewhere in the contract documents. 2.3 AUXILIARY CONTROL DEVICES , c, a _! A. Devices, components and hardware, either specified or required to control the mechahlcal system, shall comply with the requirements of the related Division 23 specification section. i� B. Contractor limited to device manufacturers identified. Where not specified, provide component by manufacturer of choice. C. Electronic damper actuators. 1. The actuator shall have electronic overload or digital rotation sensing circuitry'to prevent damage to the actuator throughout the rotation of the actuator. Furnish a sep'4?ate damper actuator for each damper greater than 48" in any dimension. 2. Where shown, for power-failure/safety applications, an internal mechanical, spring return mechanism shall be built into the actuator housing. 3. All rotary spring return actuators shall be capable of both clockwise and counter clockwise spring return operation. Linear actuators shall spring return to the retracted position. 4. Proportional actuators shall accept a 0-10 VDC or 0-20 ma control signal and provide a 2-10 VDC or 4-20 ma operating range. 5. All 24 VAC/DC actuators shall not require more than 10 VA for AC or more than 8 W for DC applications. Actuators operating on 120 VAC or 230 VAC shall not require more than 11 VA. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-5 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC Mechanical / Electrical 6. All non -spring return actuators shall have an external manual gear release to allow manual positioning of the damper when the actuator is not powered. Spring return actuators with more than 60 in -lb. torque capacity shall have a manual crank for this purpose. 7. All modulating actuators shall have an external, built-in switch to allow the reversing of direction of rotation. 8. Actuators shall be provided with a conduit fitting and a minimum 1 m electrical cable and shall be pre -wired to eliminate the necessity of opening the actuator housing to make electrical connections. 9. Actuators shall be Underwriters Laboratories Standard 873 listed. 10. Actuators shall be designed for a minimum of 60,000 full stroke cycles at the actuator's rated torque. Actuators shall include a stroke limiting device. D. Automatic Dampers (low leakage) 1. Also refer to Section 23 3313 Volume Control Dampers. 2. Dampers shall include the frame, blades, and linkage assembly. Coordinate damper sizes and quantities with exhaust air fans, plenums, air handling units, and built up air handling units. Dampers shall be as follows: a. Opposed blade configuration and suitable for operating temperatures between -400 F and 200' F. The assembly shall provide for the linkage out of the airstream and concealed in the frame. b. Blade type 1) Airfoil: As remote recirculation damper for air -air heat exchanger operation. 2) Double piece: Typical usage. C. The seals shall include extruded vinyl blade edge seals and flexible metal compression type jamb seals. Bearings shall be stainless steel sleeve. The axles shall be 1 /2" plated steel hex. d. The Damper shall be constructed of a minimum of 16 gauge galvaniZpd steel. ,. J e. Damper shall have a maximum leakage performance rating of 4 cfm Syr square foot at 1 inch water gauge static pressure differential (based on a 36 "widu x 24" high damper). f. Dampers shall bear the AMCA certification for air leakage. g. Low leakage dampers shall be by Ruskin or approved equal. 3. Reference the drawings for minimum and economizer outdoor air damper si$e� 4. Submit product data, performance and installation data. Clearly indicate profile of damper size, materials, damper blade configuration, damper linkage, leakage characteristics and operators. 5. General a. Dampers shall fail normally open, closed or last position as scheduled on plans or as follows: 1) Outdoor air and exhaust/relief - normally closed. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-6 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC Mechanical / Electrical E. Sensors: Room and duct humidity sensors shall be of the thin film capacitance type containing a humidity sensitive material that modifies its dielectric constant to maintain accuracy of + 5% RH @ 77° F, range of 20% to 95% RH, including hysteresis, linearity, and repeatability. The sensor shall be rated for operation between 15 to 170 degrees F. All temperature and humidity sensors shall be of the electronic type. The temperature sensors shall be resistance temperature device (RTD) or thermistor type. a. Room sensors shall include covers for horizontal or vertical mounting and concealed adjustments. Sensors shall include adjustable slide temperature sensors, and two- hour push button override. All wall sensors located on exterior walls or surfaces that will cause abnormal sensor readings shall be furnished with an insulated base. b. Room sensors shall have a range of 32-120 degrees F with a factory calibration of 740 F. Accuracy shall be plus or minus 1 degree F at calibration point. Mounting height of room sensors shall be verified with owner prior to installation. C. Sensors located in areas of common areas (i.e. high density occupancy, gathering spaces and/or foot traffic) shall be provided with high impact plastic guards, including but not limited to corridors, athletic spaces and mechanical -electrical -utility spaces. Covers shall be Grainger model 2E379 or equivalent. d. Mounting: typical space sensors at 48" above floor to center; sensors in common areas at 96" above floor to center. Coordinate mounting locations with light switches. e. Outside air sensor shall have watertight inlet fitting and contain a shield from direct sunlight. Duct pressure sensors shall be compatible for use in HVAC air distribution or air handling systems and shall have an accuracy of plus or minus. 1" w.g. Sensors shall have an operating temperature range from 0-1750 F and 10-90% relative humidity. Sensors shall be Mamac Systems or approved equal. F. Differential Pressure Switch (static) - shall sense static differential pressure for negative application (exhaust air duct), positive pressure (supply duct), or a differential pressure switch (filters) and shall be automatic reset type with an adjustable range from.05-12" WC. G. Low Temperature Detection 1. Electric low temperature warning thermostats shall have 20 ft low point sensitive elements (not averaging type) installed in parallel or series to serpentine the entire coil face area of the chilled water coil. These thermostats shall be two position reset type. Whe6itoils are in banks, multiple low limit thermostats, wired in series, shall be provided an44ired to initiate the freeze condition sequences specified and signal a remote alarm to the;f&ilities management console. ` 7 2. The low temperature thermostat shall be automatic reset type as describedlin the sequence of operations. 3. Thermostat shall be adjustable between the temperatures of 350 to 450 F. H. Current Sensing Relays - shall be split core type with adjustable high and low trip.s�ttings. Range shall not exceed 175% of expected input. Coordinate special requirements for systems with variable speed drives. Relays shall be the Hawkeye series by Veris Industries. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-7 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR. HVAC; ,,,,, E Mechanical / Electrical Flow Switches I110 V`0' 14 AMID- 0 0,? Flow -proving switches shall be either paddle or differential pressure type for proof of flow application. 2. Differential pressure type switches (air or water service) shall be UL listed, solid state, SPDT snap -acting, pilot duty rated (125 VA minimum), NEMA Type 1 enclosure, with scale range and differential suitable for intended application, or as specified. Mercoid type switches shall not be used for equipment that vibrates such as chillers, etc. Differential pressure switches shall be by Orange Research or approved equal. Relays Current sensing relays may be used for flow sensing or terminal devices. Control relays shall be UL listed plug-in type with dust cover. Contact rating, configuration, and coil voltage suitable for application. Time delay relays shall be UL listed solid-state plug-in type with adjustable time delay. Delay shall be adjustable plus or minus 200% (minimum) from set -point shown on plans. Contact rating, configuration, and coil voltage suitable for application. Provide NEMA Type 1 enclosure when not installed in local control panel. K. Transformers and Power Supplies Control transformers shall be UL listed, Class 2 current -limiting type, or shall be furnished with over -current protection in both primary and secondary circuits for Class 2 service. Unit output shall match the required output current and voltage requirements. Current output shall allow for a 50% safety factor. Output ripple shall be 3.0 mV maximum Peak -to -Peak. Regulation shall be 0.10% line and load combined, with 50 microsecond response time for 50% load changes. Unit shall have built-in over -voltage protection. Unit shall operate between 0° C and 500 C. 4. Unit shall be UL recognized. L. Local Control Panels All indoor control cabinets shall be fully enclosed NEMA Type 1 construction with hinged door, key -lock latch, removable sub -panels. A single key shall be common to all field panels and sub -panels. 2. Interconnections between internal and face -mounted devices pre -wired with color -coded stranded conductors neatly installed in plastic troughs and/or tie -wrapped. Terminals for field connections shall be UL listed for 600-volt service, individually identified per control/interlock drawings, with adequate clearance for field wiring. Control termination's for field connection shall be individually identified per control drawings. M. Auxiliary Devices Furnish and install all necessary auxiliary electronic devices as appropriate to accomplish the sequence as specified. These totally electronic devices shall include (but not be limited to) such items as load limiting controllers, low signal selectors, high signal selectors, remote reset control devices, floating alarm units, staging networks, damper position indicators, unison amplifiers, reversing networks, sequencing networks and electronic power supplies. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-8 SECTION 23 09 00 t INSTRUMENTATION AND CONTROL FOR HVAC Mechanical / Electrical 7`113 Vlfr 1 % AM IC O. Variable Frequency Drives 1. Shall be furnished by the controls contractor and per the requirements of division, 26 2923. 2. The electrical contractor shall be responsible for variable frequency drive and installation. 3. TCC shall provide startup of the variable frequency drive. 4. TCC shall provide all interconnections necessary for full integration into the BAS and associated equipment. 2.6 SMOKE DAMPERS/CONTROLS A. All smoke dampers shall be controlled by the building automation system to close in order to isolate an air -handling unit upon a signal from the fire alarm system. Each air handling unit with smoke dampers shall be represented at the fire alarm panel and shall shut off its respective supply and return fans and close the supply and return smoke dampers upon receiving a signal from the fire alarm panel. Each air -handling unit shall receive an independent signal. B. Upon a clear signal from the fire alarm panel, the units shall restart. The dampers shall stroke open and there shall be a 30 second delay before the fans are started. 2.7 WIRING A. All electric wiring required for the control system and any interlock wiring required for the controls sequence shall be provided by the Temperature Control Contractor. B. All line voltage control wiring shall be run in conduit. Reference Division 16 for requirements. C. Wire shall be a minimum of #18 gauge, color coded, stranded wire for all low voltage, electronic circuit with "spares" installed (one for every group of 10 wires) in conduit. Unconcealed wire (wire not in conduit) shall be the specific product of the TCC, with unique identifiers of the TCC manufacturer - marked on wire minimum 2 feet on center; field applied labels or flags are not acceptable. Submit samples with shop drawings for review. D. Coordinate the requirements for 120V circuits for the ASC's. All control transformers shall be the responsibility of this contractor. Reference the electrical drawings for circuit locations. 2.8 SEQUENCE OF OPERATION A. General Control points (i.e., Indications, Adjustments, Alarms, faults, remote reset, etc.) as identified shall be provided as equipment manufacturer's factory options. Where the specified item is not available as a factory option, the equipment manufacturer shall coordinate with the contractor to provide. All non -factory option solutions shall be highlighted within the shop drawing submittals of both the equipment manufacturer and the contractor. B. Exhaust Fans Stairwells: The exhaust fan shall be enabled when the space temperature is at or above 40 F (adj.) Open automatic damper prior to activating fan and provide damper status. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-9 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC.w- j Mechanical / Electrical PART 3 EXECUTION 3.1 INSTALLATION A. Install wiring in a neat and workmanlike manner. Wiring to finished spaces shall be run concealed. B. All work is to be installed by a qualified person skilled in the installation of electronic control systems. The control company representative is responsible for the proper installation of the control system and will provide supervision of the installation. C. Install damper actuators for all automatic dampers. D. Install terminal equipment controllers on terminal boxes and provide all necessary control wiring. E. Install system and materials in accordance with manufacturer's instructions and roughing -in drawings, and details and drawings. Install electrical work and use electrical products complying with requirements of applicable Division 26 sections of these specifications. Mount controllers at convenient locations and heights. F. Wiring. The term "wiring" is defined to include providing of wire, conduit and miscellaneous materials as required for mounting and connecting electric control devices. G. Wiring System. Install complete wiring system for electric -electronic temperature controls. Conceal wiring, except in mechanical rooms and areas where other conduit and piping are exposed. Provide multi -conductor instrument harness (bundle) in place of single conductors where number of conductors can be run along common path. Fasten flexible conductors bridging cabinets and doors, neatly along hinge side, and protect against abrasion. Tie and support conductors neatly. H. Number -code or color -code conductors, appropriately for future identification and servicing of control system. 3.2 ON -SITE TESTING A. Provide Engineer and/or Owner approved operation and acceptance testing of the complete system. The Engineer and/or Owner will witness all tests. B. Field Test. When installation of the system is complete, calibrate equipment and verify transmission media operation before the system is placed in line. All testing, calibrating, adjusting and final field tests shall be completed by the installer. Provide a cross-check of each control point within the system by making a comparison between the control command and the field -controlled device. Verify that all systems are operable from local controls in the specified failure mode upon panel failure or loss of power. Submit the results of functional and diagnostic tests and calibrations to the Engineer for final system acceptance. C. Compliance Inspection Checklist. Submit in the form requested, the following items of information to the Owner's representative and Architect/Engineer for verification of compliance to the project specifications. Failure to comply with the specified information shall constitute non-performance of the contract. The contractor shall submit written justification for each item in the checklist that he is unable to comply with. The Owner's Representative and the Architect/Engineer will initial and date the checklist to signify Contractor's compliance before acceptance of system. Verify to the Owner's Representative and Architect/Engineer in letter form that supplier has in -place support facility. Letter shall show location of support facility, name and titles of technical staff, engineers, supervisors, fitters, electricians, managers and all other personnel responsible for the completion of the work on this project User Date 2023 Parking Garage Maintenance & Repair Project - REBID Project No. 1207932 Date INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-10 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC Mechanical / Electrical Manually generate an alarm at the remote DDC Controller�a si?lectEd�by.the;_ Architect/Engineer to demonstrate the capability of the workstation and alarm printer to receive alarms within 5 seconds. User Date A/E Date Disconnect one DDC Controller from the network to demonstrate that a single device failure shall not disrupt or halt peer -to -peer communication. Panel to be disconnected shall be selected by the Architect/Engineer. User Date A/E Date At a DDC Controller of the Architect/Engineer's choice, display on the portable operator's terminal: a. At least one temperature setpoint and at least one status condition; i.e.: on or off for a system or piece of equipment attached to the panel as well as for points at another DDC Controller on the network. b. The diagnostic results as specified for a system or piece of equipment attached to that panel as well as for a system or piece of equipment attached to another DDC Controller. The ability to add a new point to the DDC Controller with the POT and have it automatically uploaded to the workstation to modify that panel's stored database. User Date A/E Date At the Architect/Engineer's choice, disconnect the trunk connection to demonstrate its lack of reliance on a DDC Controller to maintain full control functionality. User Date A/E Date 3.3 SERVICE AND GUARANTEE A. General Requirements. Provide all services, materials and equipment necessary for the successful operation of the entire BAS System for a period of one year after completion of successful performance test. Provide necessary material required for the work. Minimize impacts on facility operations when performing scheduled adjustments and non-scheduled work. B. Description of Work. The adjustment and repair of the system includes all computer equipment, software updates, transmission equipment and all sensors and control devices. Provide the manufacturer's required adjustment and all other work necessary. C. Personnel. Provide qualified personnel to accomplish all work promptly and satisfactorily. Owner shall be advised in writing of the name of the designated service representative, and of any changes in personnel. D. Schedule of Work. Provide two minor inspections at 6 month intervals and two major inspections offset equally between the minor inspections to effect quarterly inspection of alternating magnitude, and all work required as specified. Schedule major inspections in July and January. Minor inspections shall include visual checks and operational test of all equipment delivered. Major inspections shall include all work described for minor inspections and the following work: Clean all equipment, including interior and exterior surfaces. 2. Perform signal, voltage and system isolation checks of system workstations and peripherals. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-11 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC — E Mechanical / Electrical 3. Check and calibrate each field device. Check all analog points antf'tiYg(t�lpoI Is. 4. Run all diagnostics and correct all previously diagnosed problems. 5. Resolve and correct any previous outstanding problems. E. Emergency Service. Owner shall initiate service calls when the system is not functioning properly. Qualified personnel shall be available to provide service to the complete system. Furnish Owner with a telephone number where service representative can be reached at all times. Service personnel shall be at the site within 4 hours after receiving a request for service. Restore the control system to proper operating condition within 24 hours. F. Operation. Performance of scheduled adjustment and repair shall verify operation of the system as demonstrated by the initial performance test. G. Systems Modifications. Provide any recommendations for system modification in writing to Owner. Do not make any system modifications, including operating parameters and control settings, without prior approval of Owner. Any modifications made to the system shall be incorporated into the operations and maintenance manuals, and other documentation affected. H. Software. Provide all software updates and verify operation in the system. These updates shall be accomplished in a timely manner, fully coordinated with the system operators, and shall be incorporated into the operations and maintenance manuals, and software documentation. 3.4 EXAMINATION A. The project plans shall be thoroughly examined for control device and equipment locations, and any discrepancies, conflicts, or omissions shall be reported to the Architect/Engineer for resolution before rough -in work is started. 3.5 GENERAL WORKMANSHIP A. Install equipment, piping, wiring/conduit parallel to building lines (i.e. horizontal, vertical, and parallel to walls) wherever possible. B. Provide sufficient slack and flexible connections to allow for vibration of piping and equipment. C. Install all equipment in readily accessible location as defined by chapter 1 article 100 part A of the NEC. Control panels shall be attached to structural walls unless mounted in equipment enclosure specifically designed for that purpose. Panels shall be mounted to allow for unobstructed access for service. D. Verify integrity of all wiring to ensure continuity and freedom from shorts and grounds. E. All equipment, installation, and wiring shall comply with acceptable industry specifications and standards for performance, reliability, and compatibility and be executed in strict adherence to local codes and standard practices. F. Coordinate with the testing and balancing contractor to adjust low leakage dampers if damper leak rate exceeds specifications. 3.6 INSTALLATION OF SENSORS A. Install sensors in accordance with the manufacturer's recommendations. B. Mount sensors rigidly and adequate for the environment within which the sensor operates. C. Room temperature sensors shall be installed on concealed junction boxes properly supported by the wall framing and coordinated with light switches. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-12 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC Mechanical / Electrical D. All wires attached to sensors shall be air sealed in their condu+t br�fn the wall. to S'top'air transmitted from other areas affecting sensor readings. E. Install duct static pressure tap with tube end facing directly down -Stream of airflow. F. Sensors used in mixing plenums, and hot and cold decks shall be of the averaging type. Averaging sensors shall be installed in a serpentine manner horizontally across duct. Each bend shall be supported with a capillary clip. H. Wiring for space sensors shall be concealed in building walls. EMT conduit is acceptable within mechanical and service rooms. I. Install outdoor air temperature sensors on north wall complete with sun shield at designated location. 3.7 FLOW SWITCH AND PRESSURE DIFFERENTIAL SWITCH INSTALLATION A. Install using a thread-o-let in steel pipe. In copper pipe use C x C x F Tee, no pipe extensions or substitutions allowed. B. Mount a minimum of 5 pipe diameters up stream and 5 pipe diameters downstream or 2 feet which ever is greater, from fittings and other obstructions. C. Install in accordance with manufacturers instructions. D. Assure correct flow direction and alignment. E. Mount in horizontal piping - flow switch on top of the pipe. F. Pressure differential switches mounted on horizontal sections of pipe shall be installed on the side or top of pipes to avoid accumulation of debris. 3.8 ACTUATORS A. Mount and link control damper actuators per manufacturer's instructions. B. Check operation of damper/actuator combination to confirm that actuator modulates damper smoothly throughout stroke to both open and closed positions. C. Valves - Actuators shall be mounted on valves with adapters approved by the actuator manufacturer. Actuators and adapters shall be mounted following manufacturer's recommendations. 3.9 WARNING LABELS A. Affix plastic labels on each starter and equipment automatically controlled through the Control System including all air handling unit fans at doors. Label shall indicate the following: CAUTION This equipment is operating under automatic control and may start at any time without warning. 3.10 IDENTIFICATION OF HARDWARE AND WIRING A. All wiring and cabling, including that within factory -fabricated panels, shall be labeled at each end within 2" of termination with a cable identifier and other descriptive information. B. Permanently label or code each point of field terminal strips to show the instrument or item served. C. Identify control panels with minimum 1 cm letters on laminated plastic nameplates. 2023 Parking Garage Maintenance & Repair Project - REBID INSTRUMENTATION AND CONTROL FOR HVAC Project No. 1207932 23 09 00-13 SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC Mechanical / Electrical D. Identify all other control components with permanent labels. Identifiers shall match record documents All plug-in components shall be labeled such that removal of the component does not remove the label. 3.11 CLEANING A. This contractor shall clean up all debris resulting from his or her activities daily. The contractor shall remove all cartons, containers, crates, etc. under his control as soon as their contents have been removed. Waste shall be collected and placed in a location designated by the Construction Manager or General Contractor. B. At the completion of work in any area, the Contractor shall clean all of his/her work, equipment, etc., making it free from dust, dirt and debris, etc. C. At the completion of work, all equipment furnished under this Section shall be checked for paint damage, and any factory finished paint that has been damaged shall be repaired to match the adjacent areas. Any metal cabinet or enclosure that has been deformed shall be replaced with new material and repainted to match the adjacent areas. 3.12 PROTECTION A. The Contractor shall protect all work and material from damage by his/her work or workers, and shall be liable for all damage thus caused. B. The Contractor shall be responsible for his/her work and equipment until finally inspected, tested, and accepted. The Contractor shall protect his/her work against theft or damage, and shall carefully store material and equipment received on site that is not immediately installed. The Contractor shall close all open ends of work with temporary covers or plugs during storage and construction to prevent entry of foreign objects. 3.13 FIELD QUALITY CONTROL A. All work, materials and equipment shall comply with the rules and regulations of applicable local, state, and federal codes and ordinances as identified in Part 1 of this Section. B. Contractor shall continually monitor the field installation for code compliance and quality of workmanship. All visible piping and or wiring runs shall be installed parallel to building lines and properly supported. C. Contractor shall arrange for field inspections by local and/or state authorities having jurisdiction over the work. 3.14 ACCEPTANCE A. The control systems will not be accepted as meeting the requirements of Completion until all tests described in this specification have been performed to the satisfaction of both the Engineer and Owner. Any tests that cannot be performed due to circumstances beyond the control of the Contractor may be exempt from the Completion requirements if stated as such in writing by the Owner's representative. Such tests shall then be performed as part of the warrant}; END OF SECTION 2023 Parking Garage Maintenance & Repair Project - REBID Project No. 1207932 CD n INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00-14 SECTION 23 31 13 METAL DUCTS Mechanical / Electrical PART 1 GENERAL 1.1 SECTION INCLUDES A. Provide material, devices, labor, and supervision necessary to fabricate and erect ductwork as required by the Drawings and this Section. 1.2 CODES AND STANDARDS A. Ducts, plenums, apparatus casings, metal gauges, reinforcing, methods of supporting and hanging, and other sheet metal work as called for shall meet all functional criteria defined in Section VII, of the SMACNA "HVAC Duct Construction Standards Metal and Flexible" 2015 Edition. This shall be subsequently referred to as the SMACNA Manual. All duct work must comply with all local, state, and federal code requirements. B. Comply with applicable requirements of NFPA 91. 1.3 DESCRIPTION A. All duct systems are low velocity, less than 2000 FPM. B. Air ducts shall be constructed as follows: 1. OA ducts +/- 2" w.g. 2. Exhaust ducts - 2" w.g. 1.4 SUBMITTALS A. Product Data: Submit manufacturer's technical product data and installation instructions for metal ductwork materials and products. B. Shop Drawings: Submit ductwork shop drawings for entire facility, to scale, double line, indicating duct sizes, locations, fittings, equipment, accessories, structural clearances, etc. to the project Architect and Engineer. Shop drawings shall be submitted prior to the Pre -Installation Meeting (see below). If installation occurs prior to sign -off of shop drawings, the contractor shall run the risk of removing/re-installing ductwork/piping at no additional cost to the owner. C. Pre -Installation Meeting: The General Contractor shall arrange and coordinate a pre -installation ductwork and pipe coordination meeting which shall include the Architect, the Mechanical Engineer, the Electrical Engineer, the Owner, the Owner's Representative and all mechanical/electrical sub- contractors. Attendance shall be mandatory for all parties. PART 2 PRODUCTS 2.1 GENERAL A. Shop fabricated sheet metal work shall be constructed of prime quality re -squared tight coat galvanized steel, except where other type material is specified. Manufacturer's ne and U.S. gauge number shall appear on each sheet. Each fabricated component shall bear an adfYesive fabrication job tag identifying specifics of fabrication, including sheet metal gauge. B. Duct sealant shall be installed per SMACNA Class A -all transverse joints, longitud4lal seams and duct wall penetrations. 2023 Parking Garage Maintenance & Repair Project - REBID METAL DUCTS Project No. 1207932 2331 13-1 SECTION 23 31 13 METAL DUCTS Mechanical / Electrical C. Duct Sealant for Low Pressure Duct: UL labeled non -hardening, non -migrating mastic or liquid elastic sealant, type applicable for fabrication/installation detail, as compounded and recommended by manufacturer specifically for sealing joints and seams in ductwork. Sealant to be Mastic No. IG601 as manufactured by Hardcast or Engineer approved equivalent product manufactured by Ductmate or United McGill. D. Duct sealing tape and adhesive for high pressure duct system by Hardcast Inc., or Engineer approved equivalent. Use Hardcast DT or JT pressureless tape in conjunction with Hardcast adhesive FTA20 on all fittings and joint connections. 2. Use FTA20 full strength. Dip Hardcast tape in solution until saturated. 3. Apply two wraps of wet tape on duct joint sections and fittings. Stretch tight to assure positive adhesion contact with the duct and to smooth out wrinkles. 4. Follow manufacturer's written instructions. 2.2 DUCT A. Rectangular Duct Sheet Metal: Except as otherwise indicated, fabricate ductwork from minimum 24 gage galvanized sheet steel complying with ASTM A527, lock forming quality; with G90 zinc coating in accordance with ASTM A525; and mill phosphatized for exposed locations. 2. Rectangular duct shall be fabricated to the SMACNA functional criteria for the pressure class indicated on the Drawings. 3. Pittsburgh lock shall be used on all longitudinal seams. All longitudinal seams will be sealed with mastic sealant. Snaplock is not acceptable. 4. Fiberglass duct -board is not permitted. 5. Stainless Steel or Aluminum Sheet (Dishwasher vent connection): Where indicated, provide aluminum sheet complying with ASTM B209, alloy 3003, temper H14. B. Rectangular Duct Fittings 1. Elbows shall be constructed with centerline radius of not less than 1.5 times duct width; where space conditions will not permit this radius or where indicated on the Drawings, square elbows with single thickness streamline turning vanes shall be used. Provk 2e trailing edge extension for elbows in series. -� 2. Slopes for transitions or other changes in dimension shall be minimum 1 t6�3. 3. All duct seams and joints shall be sealed to SMACNA Class A requirements. 4. Rectangular branch taps from mains shall be 450 entry fittings. C. Round Duct 1. Round Duct shall be spiral lock seam type, fabricated of galvanized steel strip with airtight four -ply lock seams Minimum 24 gage. 2. Metal gauges shall be as listed in the SMACNA Standard for the pressure class indicated on the Drawings. 3. Round duct shall be externally insulated. 2023 Parking Garage Maintenance & Repair Project - REBID METAL DUCTS Project No. 1207932 2331 13-2 SECTION 23 31 13 METAL DUCTS Mechanical / Electrical 723 AUIV 14 AM IC: 0 8 D. Round Fittings 1. Elbows for round ducts shall have a center line radius of 1.5 times the duct diameter. 2. 459 and 902 elbows for ducts up to 8" diameter shall be die stamped two-piece with welded longitudinal seams. 3. Elbows for round ducts over 8" diameter shall be formed of segments with welded seams and following numbers of segments: a. 90 degree elbow 5 segments b. 60 degree elbow 3 segments C. 45 degree elbow 3 segments d. 30 degree elbow 2 segments e. 221/2 degree elbow 2 segments 4. Tees, crosses and lateral cross fittings for round duct shall be of the conical type. 5. Reducers, increasers, offsets, wyes, crosses, divided flow fittings and similar fittings for round duct shall be one-piece construction with welded seams. 6. Metal gauges for fittings for round duct shall be as listed in SMACNA Standard for the pressure class indicated on the Drawings. 7. Duct and fitting welds shall be painted after fabrication to prevent corrosion where zinc has been burned by welding. 8. No bull-headed tees shall be used. 9. Pipe -to -pipe joints for round ducts up to 50" diameter shall be made with male sleeve couplings reinforced by rolled bead. 10. Pipe -to -fitting joints for round ducts up to 50" diameter shall be made by slip -fit of projecting collar of fitting into the duct. 11. Slip -fit joints shall be fastened with sheet metal screws, place 112" from fitting or coupling head. 12. Joints shall be sealed with duct sealant installed as recommended by the manufacturer. 13. Duct reinforcing, size of reinforcing angles and spacing shall be as recommended by SMACNA. E. Double Walled Duct: 1. Where indicated, ductwork and fittings shall be double walled and internally insulated with internal liner; visible ductwork shall be primed and painted. 2. Material type and gauge, insulation values, etc. shall comply with respective specification Sections. 3. Using duct manufacturer's factory fittings, provide radius type fittings, conical tees and branch take -offs; No bull head tees shall be used. 4. Design based on United McGill Acoustic K-27 spiral lock seam; fittings shall be solid welded on exterior surface at all joints including flange -duct joint. 2023 Parking Garage Maintenance & Repair Project - REBID METAL DUCTS Project No. 1207932 2331 13-3 SECTION 23 31 13 METAL DUCTS Mechanical / Electrical ILED NO AUS 14 AM 10: 03 5. Interior ductwork: Double wall round, rectangular and oval, shall have V insulation and perforated liners; double wall in locker rooms and moist environments shall be aluminum with solid liners. 6. Ductwork shall be completely factory fabricated and assembled including attachment of flanges, inner liner/nosing and all welding. 7. See definition elsewhere in this Section for specific joint types. 8. Acceptable Manufacturers a. Eastern Sheet Metal b. United McGill Corporation C. Semco 2.3 PLENUMS AND APPARATUS CASINGS A. Plenums shall be fabricated of same material as duct connecting to plenum and shall be two metal gauges heavier than gauge of largest duct connecting to plenum. Plenums used for connecting to exterior louvers shall have all seams sealed watertight at the floor and 4" up the wall. 2.4 DUCTWORK SUPPORT MATERIALS A. Except as otherwise indicated, provide hot -dipped galvanized steel fasteners, anchors, rods, straps, trim and angles for support of ductwork. B. Provide aluminum support materials for aluminum ductwork. 2.5 DUCT ACCESSORIES A. Transverse Duct Joints: Shall be made with the Ductmate Systems or an Engineer approved equivalent. The Ductmate Systems are to be used in accordance with the Ductmate factory installation and assembly instructions, (1-800-245-3188). Ductmate 440 or a Butyl Rubber Gasket which meets Mil-C 1896913, Type II Class B, T-C- 1796 A, Type II Class B, and TTS-S-001657 must also pass UL-723. This material, in addition to the above, shall not contain vegetable oils, fish oils, or any other type of vehicle that will support fungal and/or bacterial growth associated with dark, damp areas of ductwork. The recommended test procedure for bacterial and fungal growth is found in 21 CFR 177, 1210 closures with sealing gaskets for food containers. 2. Interior duct: Ductmate Spiralmate or Ovalmate, or W.D.C.I. proprietary duct connection systems are acceptable. Duct constructed using these systems shall refer to the manufacturer's guidelines for sheet gauge, intermediate reinforcement size and spacing, and joint reinforcements. Install with 440 gasket tape and PROscrew metal lath self drilling screws. Ductmate 35 for rectangular duct. B. Joints Joints 0"-20" diameter, interior slip coupling beaded at center, fastened to duct with sealing compound applied continuously around joint before assembling and after fastening. Wrap joints with 3-inch-wide duct tape. Joints 21 "-50" diameter, use 3 piece, gasketed, flanged joints consisting of 2 internal flanges (with integral mastic sealant) spilt to accommodate minor differences in duct diameter, and one external closure band designated to compress gasketing between internal flanges. Example: Ductmate Spiralmate or equivalent. 2023 Parking Garage Maintenance & Repair Project - REBID METAL DUCTS Project No. 1207932 2331 13-4 SECTION 23 31 13 METAL DUCTS Mechanical / Electrical 3. Joints 51" diameter and up, use companion angle flanged Joints only as defined on page 3-6 of the SMACNA Manual. Refer to manual for proper sizing and construction details. Duct wall to be welded longitudinal seams. 4. Flat Oval Ducts shall be joined with the Ovalmate Connection System manufactured by Ductmate Industries. Consult the manufacturer for installation and construction guidelines. 5. Slip -coupling shall be fastened with sheet metal screws, placed'/z" from fitting or coupling head. 6. Flanged joints shall be connected with neoprene gaskets and bolts spaced not more than 6" on center. 7. Joints shall be sealed with sealant, installed as recommended by the manufacturer. C. Access Panels Access panels shall be fabricated of not less than 16 gauge galvanized, equipped with continuous gasket, spring tension clips and door handle attached to duct with chain. D. Reinforcing Duct reinforcing, size of reinforcing angles and spacing shall be as recommended by SMACNA. PART 3 EXECUTION 3.1 INSTALLATION A. General: Assemble and install ductwork in accordance with recognized industry practices which will achieve airtight (5% leakage for systems rated 3" and under; 1 % for systems rated over 3") and noiseless (no objectionable noise) systems, capable of performing each indicated service. Install each run with minimum number of joints. Align ductwork accurately at connections, within 1/8" misalignment tolerance and with internal surfaces smooth. Support ducts rigidly with suitable ties, braces, hangers and anchors of type which will hold ducts true -to -shape and to prevent buckling. Support vertical ducts at every floor. B. Inserts: Install concrete inserts for support of ductwork in coordination with form work, as required to avoid delays in work. C. Field Fabrication: Complete fabrication of work at project as necessary to match shop -fabricated work and accommodate installation requirements. D. Locate ductwork runs, except as otherwise indicated, vertically and horizontally and avoid diagonal runs wherever possible. Locate runs as indicated by diagrams, details and notations or, if not otherwise indicated, run ductwork in shortest route which does not obstruct usable space or block access for servicing building and its equipment. Install offsets, angles, and transitions as may be required to avoid interferences with other work, install streamlined easements around obstructions where necessary to pass obstructions through ducts. Maintain full capacity of ducts at offsets, angles, transitions and easements, except where Drawings indicated use of reducing or increasing transitions. Hold ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building. 2023 Parking Garage Maintenance & Repair Project - REBID METAL DUCTS Project No. 1207932 2331 13-5 SECTION 23 31 13 METAL DUCTS 'w L- ILE L) Mechanical / Electrical tq3 stir 14 AM1n: Qa E. Limit clearance to where furring is shown for enclosure or concealment of ducts, but allow for insulation thickness, if any. Where possible, locate insulated ductwork.for 1" clearance outside of insulation. Wherever possible in finished and occupied spaces, conceal ductwork from view, by locating in mechanical shafts, hollow wall construction or above suspended ceilings. Do not encase horizontal runs in solid partitions, except as specifically shown. Coordinate layout with suspended ceiling and lighting layouts and similar finished work. F. Where ducts pass through interior partitions and exterior walls, conceal the space between the construction opening and the duct or duct -plus -insulation with sheet metal flanges of the same gauge as the duct. Overlap the opening on all sides by at least 11/2". G. Coordinate duct installations with installation of accessories, equipment, controls and other associated work of the ductwork system. H. Install manual volume dampers in all supply, return and exhaust duct systems as required for controlling air volumes to trunk ducts, branch ducts, outlets and inlets. Contractor shall install a complete system of dampers as required for balancing air systems. I. Install access panels for inspection and servicing of duct mounted equipment; reheat coils, sound attenuators, and smoke and fire dampers. J. Install flexible connections in ducts at connections to plenums, apparatus casings, fan housings, roof top units, air handling units, exhaust fans and other equipment which could transmit vibrations to the duct systems. Crimp into duct flanges for attachment to duct and equipment. Make airtight joint. Provide adequate joint flexibility to allow for thermal axial, transverse, and torsional movement, and also capable of absorbing vibration of connected equipment. K. Each duct section shall be rigidly supported from structure. Attach hangers to structure with expansion plugs, concrete inserts, beam clamps or other approved means. Rubber -in -shear isolators shall be installed in hangers for ducts in equipment rooms, to prevent vibration transmission to the structure. L. Install as indicated on the Drawings duct mounted equipment as specified in other Sections. M. Duct sizes shown on Drawings are net inside dimensions. Increase duct sizes as required to allow for installation of duct liner, where specified. N. Install turning vanes in all square or rectangular 900 elbows in supply, return, and exhaust air systems. O. Application of Duct Sealant: All ducts to be properly sealed. Specified duct sealant to be pumped or painted into all joints and seams on all ductwork systems. Sealant shall be allowed to set 48 hours before any air pressure is applied to system. P. Installation of Flexible Ducts: Flexible Ducts are to be installed only where indicated on Drawings. 1. Maximum length of flexible duct is 8'-0" OAL. 2. Minimum length of flexible duct is 3'-0" OAL. 3. Square to round transition gages to comply with SMACNA rectangular duct (minimum 24 ga.). 4. Flexible duct must meet UL 181 and be installed per SMACNA using a clamp for securing duct to collar and a supplemental clamp for securing the insulation and vapor barrier. 5. Support flexible ductwork with minimum 2" wide sheet metal bands, secured to structure with ductwork support materials. Maximum spacing shall be 4 feet on center. 2023 Parking Garage Maintenance & Repair Project - REBID METAL DUCTS Project No. 1207932 2331 13-6 SECTION 23 31 13 METAL DUCTS a ' Mechanical / Electrical The flexible duct shall be installed with a minimum centerline radius equal to 2 times the diameter of the duct. When connecting flexible duct to diffusers, the duct shall be installed with a minimum of 6" straight flex at the diffuser. Q. Electrical Equipment Spaces: Do not route ductwork through electrical equipment spaces and enclosures. Do not run ductwork above electrical panels. R. Installation of Duct Liner: Install duct liner in accordance with SMACNA HVAC Duct Construction Standards in ductwork utilizing adhesive and fasteners. S. Automatic Dampers: Install automatic dampers provided by the Temperature Control Systems Contractor, to include assembly of multiple section dampers with required interconnecting linkages, shafts and brackets and extend the required number of shafts through the ducts for externally mounted damper motors. Jack shafts will be assembled with sealer roller or ball bearings of stainless - steel construction. T. Double walled ductwork shall be installed in strict accordance with manufacturer's instructions. All duct work shall be painted — see plans for colors. All joints shall be sealed. Damaged ductwork shall be replaced. U. Aluminum Ductwork: 1. Provide aluminum support materials except where materials are electrolytically separated from ductwork. 3.2 EQUIPMENT CONNECTIONS A. General: Connect metal ductwork to equipment as indicated, provide flexible connection for each ductwork connection to equipment mounted on vibration isolators, and/or equipment containing rotating machinery. 3.3 ADJUSTING AND CLEANING A. Clean ductwork internally, unit by unit as it is installed, of dust and debris. Clean external surfaces of foreign substances which might cause corrosive deterioration of metal or, where ductwork is to be painted, might interfere with painting or cause paint deterioration. B. Temporary Closure: At ends of ducts which are not connected to equipment or air distribution devices at time of ductwork installation, provide temporary closure of polyethylene film or other covering which will prevent entrance of dust and debris until time connections are to be completed. C. Balancing: Refer to Division 23 Section, "Testing, Adjusting and Balancing for HVAC" for air distribution balancing of metal ductwork; not work of this section. Seal any leaks in ductwork that become apparent during the balancing process. 3.4 DUCTWORK LEAKAGE CRITERIA A. All transverse joints and longitudinal seams shall conform to SMACNA's sealing requirements as defined on page 1-6 of the 1985 SMACNA Manual, First Edition. B. Allowable Leakage — 1% of design CFM 3.5 DUCTWORK LEAKAGE TESTING A. Installed ductwork shall be tested prior to installation of access doors, take -offs, etc. 2023 Parking Garage Maintenance & Repair Project - REBID METAL DUCTS Project No. 1207932 2331 13-7 SECTION 23 31 13 I D METAL DUCTS Mechanical / Electrical 7973 AUu 14 ApI i0. n,. B. All leak testing shall be witnessed by the engineer or representative of the engineer. The contractor shall give the engineer 72 hours notice prior to testing. Any testing not witnessed by the engineer or his/her representative shall be considered invalid and will be redone. C. The testing shall be performed as follows: 1. Perform testing in accordance with HVAC Air Duct Leakage Test Manual. 2. Use a certified orifice tube for measuring the leakage. 3. Define section of system to be tested and blank off. 4. Determine the percentage of the system being tested. 5. Using that percentage, determine the allowable leakage (cfm) for that section being tested. 6. Pressurize to operating pressure and repair any significant or audible leaks. 7. Re -pressurize and measure leakage. D. Repeat Steps 6 and 7 until the leakage measured is less than the allowable defined in Step 5. END OF SECTION 2023 Parking Garage Maintenance & Repair Project - REBID METAL DUCTS Project No. 1207932 2331 13-8 SECTION 23 33 00 AIR DUCT ACCESSORIES Mechanical / Electrical PART 1 GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Motorized control dampers. 2. Combination fire and smoke dampers. 7173 AUG 14 AM 10* 09 3. Turning vanes. 4. Duct -mounted access doors. 5. Flexible connectors. 6. Flexible ducts. 1.2 SUBMITTALS A. Product Data. 1. Include leakage, pressure drop, and maximum pressure data 2. Indicate materials, construction, dimensions, and installation details. 3. Include damper pressure drop data based on tests and procedures performed in accordance with AMCA 500-D. B. Shop Drawings: 1. Product Data: Submit manufacturer's technical product data and installation instructions for metal ductwork materials and products. 1.3 QUALITY ASSURANCE A. Codes and Standards 1. Comply with NFPA 90A, "Installation of Air Conditioning and Ventilating Systems," and NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems." 2. Ultra -Low Leakage a. Dampers shall be warrantied against manufacturing defects for a period of 5 years. b. Dampers shall be licensed to bear the AMCA Certified Ratings label for Air Performance, Leakage Performance and Efficiency in accordance with AMCA 511. 3. Fire, Smoke, and Combination Dampers: a. Constructed and tested in accordance with UL Safety Standard 555 and 555S, for 1 1/2-hour fire protection rating, with 212OF fusible link, and shall bear UL label. 4. Ducts, plenums, apparatus casings, metal gauges, reinforcing, methods of supporting and hanging, and other sheet metal work as called for shall meet all functional criteria defined in Section VII, of the SMACNA "HVAC Duct Construction Standards Metal and Flexible" 1985 Edition. This shall be subsequently referred to as the SMACNA Manual. All duct work must comply with all local, state and federal code requirements. 5. Comply with applicable requirements of NFPA 91. 2023 Parking Garages Maintenance and Repair Project - REBID Project No. 1207932 AIR DUCT ACCESSO RIES 23 33 00-1 SECTION 23 33 00 AIR DUCT ACCESSORIES Mechanical / Electrical 1013 AUG 14 AM . 6. AMCA 500-D — Laboratory Test Methods for Testing Dampers for Rating?;, C, r , i PART 2 - PRODUCTS 2.1 MOTORIZED ULTRA -LOW LEAKAGE DAMPERS A. Dampers shall include high performance, ultra -low leakage, extruded aluminum control dampers suitable for application in HVAC systems, including frame, blades, and linkage assembly and shall be opposed blade configuration. The assembly shall include airfoil type blades with the linkage out of the airstream and concealed in the frame. B. Ratings: 1. Temperature Rating: -702F to 2122F 2. Leakage: 12.6 cfm/ft2 @ 10.0 in. wg. or 3.0 cfm/ft2 @ 1.0 in. wg. 3. Thermal Efficiency Ratio: 477%, model TICD-52BF, 425%, model TICD-52BF 4. Maximum Velocity: 4000 fpm 5. Differential Pressure Rating: 11.8 in, wg. (3.0 kPa) at a 12-inch (305) blade length C. Construction: 1. Frame: Thermally broken aluminum channel, 0.081" thick, 4" x 1" top/bottom, 4" x 1-1/8" jambs. 2. Blades: 6" maximum width, heavy gauge, dual wall thermally insulated and broken extruded aluminum air foil. 3. Blade Seals: Silicone mechanically interlocked to blade edge (glue -on or grip -type seals are not acceptable). 4. Jamb Seals: Silicone mechanically interlocked to blade edge (glue -on or grip -type seals are not acceptable). 5. Axles: Minimum 1/2" diameter plated steel hex -shaped, mechanically attached to blade. 6. Bearings: Synthetic 7. Linkage: Concealed in frame 8. Finish: Mill aluminum D. The Damper shall be constructed of a minimum of .125" thick aluminum with a maximum leakage performance rating of 3 Cfm per square foot at 1 inch water gauge static pressure differential (based on a 36" x 24" high damper). 2.2 MOTORIZED DAMPER MOTORS (low voltage actuators by Temperature Controls Contractor) A. Damper motors shall provide two -position control with spring return of motor shaft to the closed position on power interruption. Motor shall have a fixed 90-degree stroke with an operating torque sufficient to open its associated damper. Supply drive shaft with crank arm. Control dampers shall not exceed 25 square feet per motor. B. Voltage and Frequency: 24vac, 60 HZ. C. Temperature Rating: Minus 25 degrees F to 125 degrees F at 25% duty cycle. 2023 Parking Garages Maintenance and Repair Project - REBID AIR DUCT ACCESSO RIES Project No. 1207932 23 33 00-2 SECTION 23 33 00 AIR DUCT ACCESSORIES Mechanical / Electrical 2.3 TURNING VANES 7013 AUG {4 Ali 10: T A. Manufacturers: 1. Aero Dyne; Ductmate; Anemostat; Barber Coleman; Duro Dyne; or Hart & Cooley. B. Provide double thickness streamline type, except provide single blade turning vanes with trailing edge at elbows which change dimensions or at consecutive elbows. C. Provide manufactured turning vanes and vane runners, fabricated from the same material as the duct, and constructed in accordance with SMACNA "HVAC Duct Construction Standards". Tab spacing shall be SMACNA standard. Rail systems with non-standard tab spacings shall not be accepted. All tabs shall be used, do not skip tabs. Mounting rails shall have friction insert tabs which align the vanes automatically. Vanes shall be subjected to tensile loading and be capable of supporting 250 lbs. when fastened per the manufacturer's instructions. 2.4 DUCT -MOUNTING ACCESS DOORS A. General Shall be of same material as ducts in which they are installed, fabricated of two thicknesses of not less than 22 gauge, with 1" thick rigid glass fiber filler. Provide sheet metal frame, airtight gasket and two Young Regulator Company No. 1330 latches. Access doors and panels shall be 2 inches smaller than duct width and square. Maximum size shall be 24" x 24" unless noted otherwise. Pre -manufactured doors shall be hinged and shall be of adequate size to allow easy access to hardware which needs to be maintained. 2.5 Quadrant Locks: A. Provide for each damper, quadrant lock device on one end of shaft, and end bearing plate on other end for damper lengths over 12". B. Provide extended quadrant locks and end extended bearing plates for externally insulated ductwork. PART 3 - EXECUTION 3.1 APPLICATION AND INSTALLATION A. Install manual volume dampers in all supply, return and exhaust duct systems as required for controlling air volumes to trunk ducts, branch ducts, outlets, and inlets. Contractor shall install a complete system of dampers as required for balancing air systems. B. Provide florescent green flag to identify damper in ceiling -concealed areas and otherwise. Flags shall be 1" wide and drop minimum 8" below duct when attached to the damper's jack shaft. C. Coordinate duct installations with installation of accessories, equipment, controls, and other associated work of the ductwork system. D. Install access panels for inspection and servicing of duct mounted equipment; reheat coils, sound attenuators, and smoke and fire dampers. E. Install flexible connections in ducts at connections to plenums, apparatus casings, fan housings, roof top units, air handling units, exhaust fans and other equipment which could transmit vibrations to the duct systems. Crimp into duct flanges for attachment to duct and equipment. Make airtight joint. Provide adequate joint flexibility to allow for thermal axial, transverse, and torsional movement, and also capable of absorbing vibration of connected equipment. F. Install turning vanes in all square or rectangular 900 elbows in supply, return, and exhaust air systems. 2023 Parking Garages Maintenance and Repair Project - REBID AIR DUCT ACCESSO RIES Project No. 1207932 23 33 00-3 SECTION 23 33 00 AIR DUCT ACCESSORIES D Mechanical / Electrical G. Installation of Low Leaked Control Dampers: 7073 AUG 14 AM 10: OS' 1. Install dampers at locations indicated on drawings and in accordance; with. manufacturer's installation instructions. ill 2. Install dampers square and free from racking. DO NOT compress or stretch damper sleeve or frame into the duct or opening. 3. Handle dampers using the frame or sleeve. Do not lift or move damper using blades, actuator, or jackshaft. 4. The installing contractor shall provide and install bracing for multiple section assemblies to support assembly weight and to hold against system pressure. 5. Attach multiple damper section assemblies together in accordance with manufacturer's instructions. Install support mullions as reinforcement between assemblies as required. END OF SECTION 2023 Parking Garages Maintenance and Repair Project - REBID AIR DUCT ACCESSO RIES Project No. 1207932 23 33 00-4 SECTION 23 34 23 xW HVAC EXHAUST VENTILATORS J,,,,, EW Mechanical / Electrical PART 1 GENERAL 7973 AUG 14 AN 10= Q° 1.1 SECTION INCLUDES A. The extent of work is shown on drawings and in schedules and by requirements of this section. 1.2 CODES AND STANDARDS A. AMCA Standards: Comply with air movement and control association standards as applicable to testing and rating fans, including but not limited to, AMCA 99, 210, 211, 261, 300, 301. Provide fans that bear the AMCA Certified Ratings Seal for sound and air performance. B. UL Compliance: Provide fan and components which are UL listed and labeled. C. SMACNA Standards: Comply with applicable portions of SMACNA duct construction standards. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver products with factory -installed shipping skids and lifting lugs; pack components in factory - fabricated protective framing. B. Handle products carefully to avoid damage to components, enclosures, and finish. Do not install damaged components; replace and return damaged components to manufacturer for repairs or replacement. C. Store products in clean dry place and protect from weather and construction traffic. 1.4 SUBMITTALS A. Shop Drawings: Shop drawings shall indicate assembly, unit dimensions, weight loading, required clearances, construction details, and field connection details. B. Product Data: Product data shall indicate performance data relative to the information scheduled on the drawings. In addition, provide dimensions, weights, capacities, ratings, fan performance, motor electrical characteristics, and gauges and finishes of materials. C. Provide fan curves with specified operating point clearly plotted. D. Submit sound power levels for both fan inlet and outlet and radiation at rated capacity. E. Submit electrical requirements for power supply wiring including wiring diagrams for interlock and control wiring clearly indicating factory installed and field installed wiring. F. Submit manufacturer's installation instructions. G. Operation and Maintenance Data: Include manufacturer's operating instructions, installation instructions, maintenance and repair data, and parts listing. 1.5 ENVIRONMENTAL REQUIREMENTS A. Do not operate units for any purpose, temporary or permanent, until ductwork is clean, filters are in place, bearings lubricated, and fan has been test run under observation. 1.6 EXTRA MATERIALS A. Supply two (2) sets of belts for each belt driven fan. Identify belts by unit tag, wired to belt. 2023 Parking Garages Maintenance and Repair Project - REBID HVAC EXHAUST VENTILATORS Project No. 1207932 23 34 23-1 SECTION 23 34 23 HVAC EXHAUST VENTILATORS Mechanical / Electrical PART 2 PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, provide products by one of the following, or engineer approved equivalent: 1. Greenheck 2. Cook 3. Penn Ventilator Company -- 4 Carnes 5. Acme -- 6. Twin City 2.2 GENERAL A. Provide fans of type, sizes, ratings, and capacities as indicated on drawings and in schedules. Required curb adapters shall be provided by the contractor. Motorized dampers shall be installed integral to curb. B. Provide fans with standard factory finish. 2.3 CENTRIFUGAL FANS A. Type: As scheduled on drawings. B. Housing 1. Heavy gage steel, spot welded, adequately braced, designed to minimize turbulence with spun inlet bell and shaped cut-off. 2. Provide bolted construction with horizontal flanged split housing where indicated. 3. Fabricate plug fans without volute housing, in lined steel cabinet. 4. The housing and frame shall be rigidly constructed to prevent any undue vibration, noise, and misalignment of shaft, bearings, and wheel after initial balance of the system. 5. Integral conduit chase through the curb cap and into the motor compartment to facilitate wiring connections. C. Wheel and Inlet 1. Backward Inclined: aluminum construction with smooth curved inlet flange, heavy back plate, backward curved blades welded or riveted to flange and back plate; cast hub riveted to back plate and keyed to shaft with set screws. 2. Forward Curved: Galvanized steel construction with inlet flange, back plate, shallow blades with inlet and tip curved forward in direction of airflow, mechanically secured to flange and back plate; steel hub swaged to back plate and keyed to shaft with set screw. 3. Fan wheel shall be statically and dynamically balanced and factory run tested as an assembled unit. 4. Bearings shall be grease -lubricated heavy-duty self -aligning pillow block type spherical roller bearings selected for a minimum 200,000-hour life. 2023 Parking Garages Maintenance and Repair Project - REBID HVAC EXHAUST VENTILATORS Project No. 1207932 23 34 23-2 SECTION 23 34 23 HVAC EXHAUST VENTILATORS Mechanical / Electrical 5. Shaft shall be hot rolled steel, ground and polished, with keyway and protectively coated with lubricating oil. 6. Coordinate fan shaft removal with installation requirements. Provide 10" X 10" access door in unit casing aligned with the fan shaft if required to order to facilitate the fan shaft removal. D. Motors and Drives 1. Motors shall be normal torqued, 55 degree C rise, ODP, of horsepower rating and electrical characteristics as scheduled. Motor shall have a service factor not less than 1.15. 2. Motors shall also be NEMA Premium or Standard efficiency in accordance with Section 23 0500. Provide Century E plus motors or equivalent, with electrical characteristics as scheduled. 3. Motor shall be mounted on an adjustable mount, suitable for adjusting belt tension and drive - alignment. 4. Belt Guard: Fabricate to SMACNA Standard; 0.106" thick, 3/a" diamond mesh wire screen welded to steel angle frame or equivalent, prime coated. Secure to fan or fan supports without short circuiting vibration isolation, with provision for adjustment of belt tension, lubrication, and use of tachometer with guard in place. Shall be OSHA compliant. E. Factory Accessories 1. Fixed Inlet Vanes: Steel construction with fixed cantilevered inlet guide vanes welded to inlet bell. 2. Inlet/Outlet Screens: Galvanized steel welded grid. 3. Scroll Drain: 1/2 inch steel pipe coupling welded to low point of fan scroll. 4. Vibration Isolation: Refer to Section 23 0548 for vibration isolation requirements. 5. Motorized damper with damper tray. PART 3 EXECUTION 3.1 INSPECTION A. Installer shall examine areas and conditions under which fans are to be installed and�3otify Contractor in writing of conditions detrimental to proper completion of the work. Do not proceed.yith the work until unsatisfactory conditions have been corrected in a manner acceptable to Installer. 3.2 INSTALLATION OF FANS A. Install fans as shown in accordance with equipment manufacturer's written instructions, recognized industry practices, and in accordance with National Electrical Code, to ensure compliance with requirements and serve intended purposes. B. Coordinate with other work, including ductwork, roof decking, vibration isolation, and electrical work, as necessary to interface installation of fans with other work. C. Temporary Closure: Upon completion of installation, provide protective covering on fan ductwork connection openings to prevent entrance of dust and debris into equipment. D. Install vibration isolators and flexible electrical leads to properly isolate the fan vibration from the structure. E. Install horizontal thrust restraints on fans operating at over 2" static pressure. 2023 Parking Garages Maintenance and Repair Project - REBID HVAC EXHAUST VENTILATORS Project No. 1207932 23 34 23-3 SECTION 23 34 23 HVAC EXHAUST VENTILATORS Mechanical / Electrical F. Duct Connections: Provide ductwork, accessories, and flexible connections as indicated. G. Provide adjustable sheaves required for final air balance. H. Provide safety screen where inlet or outlet is exposed. I. Do not operate fans in normal operation until ductwork is clean, filters are in place, bearings are lubricated, and fan has been test run under observation. J. Install electrical devices furnished by manufacturer but not specified to be factory mounted. Furnish copy of manufacturer's wiring diagram submittals to electrical contractor. 1. Verify that electrical wiring installation is in accordance with manufacturer's submittal and installation requirements of Division 26 sections. Ensure that rotation is in direction indicated and intended for proper performance. Do not proceed with axial fan start-up until wiring installation is acceptable to centrifugal fan installer. K. Mechanical contractor to provide custom curb adapter per requirements on design documents. 3.3 ELECTRICAL CONNECTIONS A. Ensure that the fan is wired properly for proper fan rotation and proper interface with associated thermostat. B. Provide positive electrical motor grounding. 3.4 TESTING A. After installation of fans has been completed, test each fan to demonstrate proper operation of unit at performance requirements specified, including, but not limited to, proper rotation of impeller. When possible, field correct malfunctioning units, then retest to demonstrate compliance. Replace units which cannot be satisfactorily corrected at no additional cost to owner. END OF SECTION < �:a w 2023 Parking Garages Maintenance and Repair Project - REBID HVAC EXHAUST VENTILATORS Project No. 1207932 23 34 23-4 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS Mechanical / Electrical PART1 GENERAL 1.1 SECTION INCLUDES A. Basic materials and methods. 1.2 REFERENCES A. Work shall comply with applicable standards of the: 1. American Insurance Association 2. American Society for Testing and Materials (ASTM) 3. Edison Electric Institute 4. Factory Mutual (FM) 5. Institute of Electrical and Electronics Engineers 6. Insulated Power Cable Engineers Association 7. National Board of Fire Underwriters 8. National Bureau of Standards 9. National Electrical Code (NEC) w 10. National Electrical Manufacturer's Association C= ` 11. National Electrical Safety Code 12. National Fire Protection Association'" 13. National Safety Council �? 0 14. Underwriters' Laboratories, Inc. (UL) 15. Uniform Fire Code (UFC) 16. William -Steiger Occupational Safety and Health Act of 1970 (OSHA) 1.3 SYSTEM DESCRIPTION A. Basic materials and methods are described. 1.4 SUBMITTALS A. Submit to the Architect/Engineer for review, prior to the placing of orders for any equipment, a complete schedule of electrical fixtures, materials, and panels to be installed. Schedule shall consist of catalog cuts, diagrams, shop drawings, performance curves, or any other descriptive material necessary to fully describe the equipment proposed and its operating characteristics. B. Review of the materials, including alternate or substitute items, shall be obtained in writing from the Architect/Engineer; verbal review will not be considered binding. 2023 Parking Garage Maintenance & Repair Project - REBID BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-1 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS Mechanical / Electrical C. Submittals shall have been reviewed and signed by the contractor, prior to submittal to the Architect/Engineer. Faxes or copies of faxes are not acceptable. The Architect/Engineer will review submittals to aid in interpreting the drawings and specifications, and in so doing will assume that the submittals conform to the specified requirements set forth in this specification. Review of submittals by the Architect/Engineer does not relieve the Contractor of the responsibility of complying with the elements of the specifications. D. Furnish copies of parts lists and operating and maintenance instructions and manuals, and furnish the services of a competent, trained individual thoroughly familiar with the operation of each special system. Special systems shall include electrical and communications equipment requiring operating instructions, inspection, or periodic maintenance. The person instructing the Owner shall see that the Owner is conversant with the operation of the system and its various controls; the company from whom maintenance service and repairs may be obtained; and the location and function of switches, devices, and accessories, contained in the system. E. Operations and Maintenance Manuals shall be supplied containing the following: 1. Operation, maintenance, recommended spare parts, and renewal parts information for equipment furnished. 2. Set of complete, final, as reviewed, and accepted information required to be submitted for review. 3. As -constructed electrical, equipment, and installation drawings. 4. Index of equipment suppliers listing current names, addresses and telephone numbers of those who should be contacted for service. 5. As -constructed contract drawings permanently marked in red to show departures from original drawings. 6. Submit one (1) copy for review. This copy will be returned. Submit three (3) final revised copies. F. Submit fire stop information and data sheets. 1.5 PERMITS AND INSPECTIONS A. Obtain, furnish, and include the costs of necessary permits, fees and inspection certificates for material and labor furnished. Include costs of permits, certificates and inspection fees required in connection with the installation, unless otherwise noted in the detailed contractual description preceding these Electrical Specifications. B. Where applications are required for the procuring of utility services, see that such application is properly filed with the utility. '' C. On completion of work, furnish satisfactory evidence that work is acceptable to regulatory authorities having jurisdiction. D. Be responsible to see that the proper inspection authorities are notified when inspections are required by Code and provide necessary assistance to the inspector during inspection. 1.6 REGULATIONS A. Installation shall conform to or exceed the minimum requirements of the NEC, and federal, state, local and municipal ordinances. B. Work shall be performed in accordance with applicable recommendations of the ADA and OSHA. 2023 Parking Garage Maintenance & Repair Project - REBID BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-2 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS Mechanical / Electrical C. Installations shown on drawings or required in the specifications that exceed the minimum requirements of the NEC or other regulations shall be installed as shown or specified. 1.7 CONTRACT DOCUMENTS A. Intent of the drawings and specifications is to describe the complete installation. At the conclusion of construction, the electrical system shall be turned over to the Owner complete and ready for safe, efficient operation. B. Drawings and the specifications are intended to be cooperative and supplementary. Closely check the drawings and specifications for any obvious errors or omissions and bring any such condition to the attention of the Architect/Engineer prior to the receipt of bids, to permit clarification by means of a mailed Addendum. C. Drawings for electrical work are in part diagrammatic, intended to convey the scope of work, general arrangement, approximate sizes, and locations of equipment and materials. Exact locations shall be determined to best fit the layout of the job. Scaling of the drawings will not be sufficient or accurate for determining these locations. Where job conditions require reasonable changes in indicated locations and arrangement, make such changes as directed by the Architect/Engineer, without additional cost to the Owner. D. A complete set of contract documents shall be on the site at all times. Prior to installing the work, check drawings for dimensions and conflicts. E. Rules 1. Where the context requires, the singular includes the plural, and the plural includes the singular. 2. The use of "and" in a combined provision means that all elements in the proyi§ion must be complied with or must exist to make the provision applicable. Where compliance with one or more elements suffices, or where existence of one or more elements makes14e provision applicable, "or" (rather than "and/or") is used. 3. "Shall' is mandatory and "may" is permissive. 1.8 RESPONSIBILITY A. Examine the project site and become familiar with existing conditions that will affect tl�Ework R@view the drawings and specifications of other trades and take note of conditions to be crea�i which will also affect the work. B. Provide sensors, equipment and supervision required for work in "confined spaces". C. No energized conductors shall be exposed at any time except when the immediate area is under the direct supervision of a qualified electrician. D. Provide temporary insulated magnetic covers for open panelboards. Use SP Products (1-800-233- 8595) Type TPC xx-xx or approved equivalent. E. Locate equipment, which must be serviced, operated, or maintained, in fully accessible positions. F. Verify location and size of each motor, and properly connect motors. G. Responsibility shall not end with installation and connecting of various apparatus. Include services of an experienced superintendent who shall be constantly in charge of the work. Provide qualified journeymen, helpers and laborers required to properly unload, install, connect, adjust, start, operate and test the work involved, including equipment and materials furnished by other trades or by the Owner. 2023 Parking Garage Maintenance & Repair Project - REBID BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-3 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS Mechanical / Electrical 1.9 DAMAGE A. Be responsible for damage to the work of other trades or to the building and its contents caused by the electrical installation. 1.10 GUARANTEE AND MAINTENANCE A. Material and equipment shall be fully guaranteed to be free from defects and to be new equipment. No secondhand, used, or salvaged equipment will be allowed. B. Keep entire portion of the work in repair, so far as defects in workmanship, apparatus, material or construction are concerned, without additional cost to the Owner, for one (1) year from the date of final acceptance, except as otherwise specified. C. Equipment installed which fails to meet performance ratings specified or shown on drawings shall be removed and replaced by new equipment which meets specified requirements, without additional cost to the Owner. D. Material and workmanship shall be subject to the review of the Architect/Engineer, in whose presence various tests shall be made as required by these specifications. PART2 PRODUCTS 2.1 SUBCONTRACTORS AND MATERIALS A. Submit to the Architect/Engineer, for review, when requested, a complete list of subcontractors' materials and equipment proposed to be used. The entire list must be reviewed by the Architect/ Engineer before entering into any sub -contractual agreement. Equipment, materials, and devices shall be subject to the review of the Architect/Engineer, whether or not said items are specified. Review does not imply approval of subcontractors or materials. 2.2 STANDARDS OF MATERIALS AND WORKMANSHIP A. Material shall be new, complete with manufacturer's guarantee or warranty, and shall be as listed by UL, if a standard has been established by UL for the type of material. Approved manufacturers shall be firms regularly engaged in the manufacture of equipment of types and capacities required and whose products have been in satisfactory use in similar service for not less than three years. B. Methods and techniques of installation shall be subject to review by the Architect/Engineer. C. Material shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product. Materials of the same type or class shall be the products of one manufacturer. For example, panelboards shall be from the same manufacturer and lighting switches from the same manufacturer. D. Material shall be protected from damage and stored indoors at all times unless other storage arrangements are reviewed by the Architect/Engineer. y. E. Material and equipment shall be installed in strict accordance with the manufactur recommendations. -- " r � 2023 Parking Garage Maintenance & Repair Project - REBID BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-4 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS Mechanical / Electrical The equipment manufacturer and installing contractor shall carefully check that the installed, operating equipment can be properly serviced. If the manufacturer or the contractor has any reservations in this regard, they shall state their reservations and suggested changes in a separate letter addressed to the Architect/Engineer and shall include this letter as part of their shop drawing submission. Architect/Engineer will work out required changes and adjustments in contract prices where such adjustments are warranted. No adjustment in contract price will be allowed for additions required by applicable code, ordinance, statute, utility regulation or labor regulation. It is the obligation of the contractor to include such items in his original bid. Changes in equipment shall be incorporated in shop drawings. G. If the contractor fails to call such reservations or suggestions to the Architect/Engineer's attention, in writing, before any work is done or equipment is purchased, it shall be assumed that the contractor accepts the responsibility for providing a safe, coordinated, and complete installation. If at a later date, changes become necessary to assure a safe, coordinated, and complete installation, the changes shall be made without increase in contract price. H. Equipment, devices, apparatus, systems and installations shall be entirely suitable and safe for each intended application in every respect and must not create conditions which would be harmful to occupants of the building, to operating personnel, to installation personnel, to testing personnel, to workmen or to the public. The contractor shall be solely responsible for providing installations that will meet these conditions. If the contractor believes that the installation will not be safe for all parties, he shall so report to the Architect/Engineer, in writing, before any equipment is purchased or work is installed, giving his exact recommendations. I. Where the specifications or drawings state that equipment shall be "furnished," "installed" or "provided," it shall be understood to mean that the contractor shall furnish and install that equipment completely, unless it is specifically stated that the equipment is to be furnished or installed by other trades, public utility companies or the Owner. 2.3 MATERIAL SUBSTITUTIONS A. Proposals as submitted shall be based on the products specifically named in the specification or the equivalent. Furnishing material or equipment by manufacturers other than those specified shall only be by permission of the Architect/Engineer. Such permission for substitution must be requested, by the Bidder/Vendor, in writing, at least eleven (11) calendar days prior to bid opening time. The request shall identify the differences in the alternate material or equipment as compared to that specified and shall indicate the benefits to the project as a result of selecting the alternative. B. Furnish to the Architect/Engineer, when requested, samples of proposed material or equipment substitutions. These samples shall remain with the Architect/Engineer as long as they desire. C. Changes required by alternate equipment shall be made at no additional cost to the Owner. Re- design costs incurred by the Architect/Engineer and costs incurred by other trades, public utilities, or the Owner as a result of the use of such equipment shall be the responsibility of the Contractor. D. The Architect/Engineer reserves the sole right for the approval of proposed material or equipment, and the phrase "or an approved equivalent" used in these specifications or on the drawings shall be interpreted to mean an equivalent approved by the Architect/Engineer. E. The Architect/Engineer reserves the right to refuse approval of equipment which do ei not meet the specification, in their opinion, or of equipment for which no local experience of satisfactory Service is available. The Architect/Engineer further reserves the right to reject equipment for which t maintenance service and the availability of replacement parts is questionable ,, tin. 2023 Parking Garage Maintenance & Repair Project - REBID BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-5 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS Mechanical / Electrical PART 3 EXECUTION 3.1 EXISTING CONDITIONS A. Examine the existing building and grounds and become familiar with conditions as they exist, or that will, in any manner, affect the work under this contract. No allowance will be made subsequently, on the behalf of the contractors, for error or negligence on their part in connection with this. B. Existing equipment, devices, and conduits in or on the existing building or grounds which are to be replaced, or which interferes with the remodeling of the existing facilities or installation of new equipment, shall be removed from the premises, or relocated as directed by the Architect/Engineer. Do not remove from premises any equipment that may have maintenance value to the Owner without permission of the Owner. Items not to be reused shall be removed from the premises, unless otherwise noted herein or on the drawings. C. Exposed conduit and wires that are no longer in service shall be removed. All abandoned wiring shall be removed. Building surface damage, and openings left by removal of equipment, devices and conduit, shall be repaired by the proper trades, unless otherwise noted on the drawings. The cutting of floor, ceiling or wall surfaces shall be done with extreme care in order to avoid any disrupting or damage of existing utility services which may be encountered. Coordinate with other trades to minimize the damage to the building in order to reduce the amount of patching required. D. Where new openings are cut, and concealed items are encountered, the items shall be removed or relocated as required. Where conduit to be removed, stubs through floors, walls or ceilings, patching shall be so that no evidence of the former installation remains. E. Conduit shall generally be concealed in the existing portion of the building. Review plans and specifications to determine where new ceilings and walls are to be installed and make use of these areas to conceal conduit. Do not use surface raceways unless approved by the Architect/Engineer. F. Existing surface raceways that will become concealed due to the work shall be replaced with new conduit and wire. Junction boxes for this modification shall be accessible. G. Locate and protect existing utilities and other underground work in a manner that will ensure that no damage or service interruption will result from excavating or other site or building work. 3.2 TEMPORARY UTILITIES A. Provide temporary electrical utilities as described in the detailed contractual description preceding the Electrical Specifications. B. Provide temporary lighting, as required, to light all construction areas, ramps, runways, corridors, shops and storage areas to a minimum of 10 foot-candles while any work is in progress. First aid stations, infirmaries and offices shall be lit to a minimum of 30 foot-candles. C. Temporary services shall meet OSHA requirements. D. Pay costs necessary to remove or relocate any existing private, public or municipally owned electrical service or telephone service, which are on or adjacent to the Owner's property, andj'vhich will interfere with or would be disturbed by the work of this trade or any other trade ons project. ^� X" . �: tJ Cf 2023 Parking Garage Maintenance & Repair Project - REBID BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-6 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS Mechanical / Electrical 3.3 ELECTRICAL EQUIPMENT CONCRETE PADS A. Floor mounted electrical equipment shall be mounted on a four (4) inch high concrete pad. Size bases to extend a minimum of 4" inches beyond equipment base in any direction and 4" above finished floor. Such required pads not shown on the structural or architectural drawings shall be furnished and installed by this Contractor, by experienced cement finishers and not by electricians. This shall include pads for equipment such as freestanding switchboards, transformers, and motor control centers. Construct of reinforced concrete, roughen floor slab beneath based for bond, and provide steel rod anchors between floor and base. Locate anchor bolts using equipment manufacturer's templates. Chamfer top and edge corners. 3.4 CONCRETE AND MASONRY WORK A. Concrete work included in the specifications or shown on the drawings shall be done by experienced cement finishers and not by electricians. Brickwork, where included, shall be laid by experienced brick masons. Brick shall be of uniform size, hard burned, and shall be laid in cement mortar, except for patchwork at a location where cement and lime mortar has previously been used. Exposed, finish brickwork shall match existing brickwork as closely as practical and shall be to the satisfaction of the Architect/Engineer and Owner. 3.5 FIRESTOPPING A. Furnish and install "through -penetration fire stop systems," consisting of field constructed assemblage of products and materials, designed to prevent the spread of fire and gases through fire -rated openings which are commonly made through walls and floors to accommodate penetrants such as: cable tray, electrical cables, and conduits. B. "Through -Penetration Fire Stop" is a material, device or construction installed to resist, for a prescribed time, the passage of flame, heat and gases through openings which penetrate the entire fire resistive construction to accommodate penetrating items. Incorporating the use of specific products installed in a specific manner, they shall only be installed in configuration for which they have been specifically tested and listed by UL or FM per UL-1479 or ASTM E-814. C. Where a specific fire stop system is not specified for a through -penetration, the contractor shall include proposed fire stop system designs in submittals. D. Where there is no specific UL fire stop system available for a particular application, the contractor shall obtain from the fire stop manufacturer a system drawing to be submitted for approval, prior to installation. E. Holes or voids used to extend electrical installation through fire -rated floors, ceilings and walls shall be fire stopped with a fire-resistant foarn sealant to prevent the passage of smoke, fire, toxic gas or water through the penetration either before, during or after a fire. Chase Technology Chase -Foam, CTC PR-855. F. The materials and components of an approved fire stop system shall be the products of a single manufacturer and shall not be inter -mixed. ; w G. Fire stop materials used shall be suitable and compatible with the penetrating iteR,14s) including the surrounding materials. H. Fire stop materials used in exposed area shall be paintable and finished with'sirrliTar surface' treatments as used on the surrounding wall or floor surface. 3.6 IDENTIFICATION A. Each device shall be identified according to the following system: 2023 Parking Garage Maintenance & Repair Project - REBID BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-7 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS Mechanical / Electrical 1. Panels and switchboard shall be identified as to panel designation, voltage, and feeder, e.g., "Panel L1, 120/208 volts, Feeder FDP-1." Markings shall be outside the door. 2. Magnetic motor starters, safety switches, and remote push button stations shall be identified with the starter number, name and number of device controlled, and circuit number, e.g., "MS-1, Air Handling Unit 1, Circuit L1-24". 3. Manual motor starters shall be identified with the name and number of the device controlled and circuit number, e.g., "Exhaust Fan 1, Circuit L1-31 ". 4. Time clocks, contactors and relays shall be identified with a nameplate indicating the devices controlled, e.g., "Security Light". 5. Exhaust fans shall be identified at the disconnect switch with the circuit number. 6. Service disconnecting means shall be permanently identified on the exterior, e.g. "Main Service Disconnect'. 7. Panel circuit number shall be identified on the convenience outlet and light switch box, or the backside of the plate with embossed lettering plastic tape or indelible marking pen. 8. Junction and pull box covers shall be labeled with circuits contained within. Mark on outside with permanent marker in concealed or mechanical spaces, or inside the cover in public areas. 9. Three phase outlet cover plates shall have special 1/8" engraved lettering "208 volt, 3 phase". B. Identification shall be engraved, laminated plastic using white letters on black background, unless otherwise specified. C. Feeders located in tunnels, pipe chases, or other accessible locations shall be identified as to feeder number and voltage at least once, and then at 50 feet intervals. Means of identification shall be white stenciled letters, 1-1/2 inches high, on a black background. D. Accessible junction boxes and conduit for the emergency power system shall be identified in a manner as described in paragraph C above. In addition, receptacles connected to the emergency power system shall be identified by a special engraved cover plate with the word "EMERGENCY" and the circuit number, in 1/4-inch-high letters. E. Color -coding of branch circuit wiring shall be as stated in the NEC. Color -coding of neutral conductors in conduit with multi -circuits shall be as stated in the NEC. Wires of sizes larger than No. 8 AWG shall be color coded by a strip around the conductor at junctions, pull boxes and terminating points. r-4 1. Color -coding of wiring shall match existing. ;, w 2. Color -coding of grounding wires shall be green. Ts 3.7 EQUIPMENT BY MECHANICAL CONTRACTOR A. The Mechanical Trades will furnish motors for items supplied by them. Furnish n *essat,y labor and material, including wire and lugs, to completely connect the equipment B. Interlock contacts required on starters shall be furnished by the Electrical Contra4:Jor. C. Review other sections of this specification and be responsible for connecting the equipment to operate as described. 2023 Parking Garage Maintenance & Repair Project - REBID BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-8 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS Mechanical / Electrical 3.8 INTERRUPTIONS A. Changes in electrical services shall be made to provide a minimum of interference with the operation of services in the building. When changes require shutdown of building services, notify the proper building authorities not less than 24 hours in advance and obtain approval from these authorities before making changes. Such notices shall give duration and nature of shutdown. Temporary arrangements shall be approved by the Architect/Engineer or Owner. B. Include costs for temporary wiring and overtime work required, in the Contract price. Remove temporary wiring at the completion of work. 3.9 ROOF OPENINGS A. Roof openings required that are not shown on the structural or architectural drawings shall be cut and (if necessary) reinforced by the roofing contractor, and not by electricians. 3.10 DEMOLITION A. Provide labor necessary to demolish the existing electrical system described in the contract documents. 3.11 CUTTING AND PATCHING A. Provide cutting and fitting necessary to properly install work, unless specifically noted otherwise in these specifications or shown on the drawings. Coordinate with other trades as required to minimize the damage and the amount of patching required. B. Lay out work carefully in advance. Do not cut or notch any structural member or building surface without specific approval. Carefully carry out any cutting, channeling, chasing, or drilling of floors, walls, partitions, ceilings, paving, or other surfaces required for the installation, support, or anchorage of conduit, raceways, or other electrical materials and equipment. C. Patch around holes cut for new work or holes where existing devices are removed. 3.12 EXCAVATION AND BACKFILL A. Provide excavation and backfilling necessary in the construction of the work as shown on the drawings or as specified. Provide sheeting and bracing using proper materials that may be necessary for the protection of the foundations and walls of the building. Replace roads, curbs, walks, topsoil and dispose of surplus earth and debris as directed. B. Review procedures with Owner for testing, covering, and containment of surplus earth and debris prior to disposal. Include any costs not covered by the Owner. C. No materials except clean sand shall be placed within six (6) inches of any pipe, sewer, conduit, or cable. Backfill under sidewalks, drives, parking lots, building or any other finished areas shall be 100% clean sand. D. Backfill shall be placed and tamped pneumatically in six (6) inch lifts until pipe or conduit is covered with a minimum of twelve (12) inches of cover. Additional backfill to finished grade shall be placed and tamped pneumatically in ten (10) inch lifts. The Architect/Engineer's and Owneti representatives shall be notified prior to backfilling so that backfilling may be observed. E. Where conduit passes below footings or through foundation walls, the cavity, around1he conduit shall be well filled and tamped, with rich concrete composed of one part Portlar 6-cemerito six Iparts of clean sand and gravel. 2023 Parking Garage Maintenance & Repair Project - REBID BASIC ELECTRICAL MATERIALS & METHODS Project No. 1207932 2601 00-9 SECTION 26 01 00 BASIC ELECTRICAL MATERIALS AND METHODS Mechanical / Electrical F. Conduit and cable may be installed in advance of earth fills by the General Contractor. Such conduit shall be installed with backfill material adjacent to the conduit and with the compaction requirements as set forth for the General Contractor. G. Protect property from damage which might result from excavating and backfilling and protect persons from injury at excavations, by barricades, warnings, and illumination. H. Coordinate excavations with weather conditions to minimize possibility of washouts, settlements, and other damages and hazards. Provide temporary covering or enclosure and temporary heat as necessary to protect bottoms of excavations from freezing and frost action. Do not install electrical work on frozen excavation bases or subbases. 3.13 PAINTING A. No painting or finishing is to be included under this contract except as noted. The finish of any item that has been marred, scratched, or damaged in any way, shall be repainted to the satisfaction of the Architect/Engineer and the Owner. 3.14 CLEANING OF PREMISES A. Keep the premises clean of debris caused by the work at all times. Keep material stored, in areas designated by the Owner, in such a manner so as not to interfere with the progress of the work of other trades or with the operation of existing facilities. B. Interiors and exteriors of electrical panels shall be thoroughly cleaned. C. At the conclusion of the construction, the site shall be thoroughly cleaned of rubble, debris and unused material and shall be left in good order. Closed off spaces shall be cleaned of waste material, cartons, and wood frame members used in the construction. 3.15 RECORD OF CHANGES MADE TO THE WORK A. Maintain at the job site a separate and complete set of electrical plans and specifications upon which it is clearly and permanently marked in red and noted, in complete detail, any changes made. Include changes to location and arrangement of electrical apparatus or changes made in the electrical system and wiring as a result of building construction conditions or as a result of written instructions from the Architect/Engineer. Such record of changes shall be made daily, and the marked plans and specifications shall be available for the Architect/Engineer's examination at any normal work time. B. Upon completion of the job, and before final payment is made, transmit the marked -up plans and specifications to the Architect/Engineer. END OF SECTION 2023 Parking Garage Maintenance & Repair Project - REBID Project No. 1207932 73 ar � v� BASIC ELECTRICAL MATERIALS & METHODS 2601 00-10 SECTION 26 05 19 CONDUCTORS AND CABLES PART 1 GENERAL 1.1 SECTION INCLUDES A. Wires and cables 1.2 REFERENCES A. American Wire Gage (AWG) B. National Electrical Code (NEC). C. Underwriters' Laboratories, Inc. (UL). 1.3 SYSTEM DESCRIPTION A. Not used. 1.4 SUBMITTALS A. None required. 1.5 QUALIFICATIONS A. Copper conductors shall be manufactured by Encore Wire Corp., General Cable, Southwire Co., Okonite or approved equivalent. B. All wiring shall be listed by UL. PART PRODUCTS 2.1 REQUIREMENTS A. Conductors used throughout this project shall be copper. B. Conductors used for the electrical distribution system at voltages less than 600 volts shall have 600- volt insulation. C. Color -coding shall be as stated in section 26 0100 Identification. D. Six hundred (600) volt, insulated conductors, 6 AWG or larger, unless shown otherwise on the drawings or approved by the Architect/Engineer, shall be of the following types: 1. Type THWN moisture and heat -resistant or THHN heat -resistant thermoplastic (polyvinyl chloride) insulation rated 750 C in wet and dry locations and 900 C in dry locations. 2. XHHW, moisture and heat -resistant cross -linked polyethylene insulation rated;75° C in wet locations and 900 C in dry locations. �W E. Six hundred (600) volt insulated conductors smaller than 6 AWG, unless shown,otherWise on the drawings or approved by the Architect/Engineer, shall be type THWN moisture -resistant thermoplastic (polyvinyl chloride) insulation rated 750 C in wet and dry locations. r F. Conductors 8 AWG and larger shall be stranded. Conductors 10 AWG and smaller shVI be solid. G. Conductors smaller than 12 AWG shall not be used on this project unless otherwise ij3ecified,"except that 14 AWG may be used for control wire where the current is less than 10 amps andJhe conductor length for each run is less than 50 feet. `j:') H. Fire alarm and detection cables shall be as required by the fire alarm equipment supplier. 2023 Parking Garage Maintenance & Repair Project CONDUCTORS & CABLES Project No. 1207932 26 05 19-1 SECTION 26 05 19 CONDUCTORS AND CABLES PART 3 EXECUTION 3.1 INSTALLATION A. Wiring shall be in conduit or approved raceways, unless directed otherwise by Architect/Engineer. B. For feeders, no more than three phase conductors per conduit shall be installed, unless specifically shown. C. For branch circuits, no more than three(3) phase conductors per conduit shall be installed, unless specifically shown. D. Each branch circuit shall have a separate neutral. E. Cables of larger sizes shall be continuously lubricated with an approved compound, except as noted, at the pull -in point of the conduit so that no damage occurs to the insulation. Lubricant shall be Polywater Lubricant J or approved equivalent. Pulling tension on feeder runs over 200 feet in length shall be measured by a dynamometer and shall not exceed the manufacturer's recommendations. The feeders shall be run continuously, without splices. F. Where wire is run for a future motor connection, to be connected under a separate contract, at least four (4) additional feet of the feeder wire shall be pulled for future connection. END OF SECTION w C� Z5 2023 Parking Garage Maintenance & Repair Project CONDUCTORS & CABLES Project No. 1207932 26 05 19-2 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Mechanical / Electrical PART GENERAL 1.1 SECTION INCLUDES A. Grounding and bonding requirements. B. Conductors for grounding and bonding. C. Connectors for grounding and bonding. D. Ground access wells. 1.2 RELATED REQUIREMENTS A. Section 26 0519 - Low -Voltage Electrical Power Conductors and Cables: Additional requirements for conductors for grounding and bonding, including conductor color coding. 1.3 REFERENCE STANDARDS A. IEEE 81 - Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System; 2012. B. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. C. NETA ATS - Acceptance Testing Specifications for Electrical Power Equipment and Systems; International Electrical Testing Association; 2013 (ANSI/NETA ATS). D. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. E. UL 467 - Grounding and Bonding Equipment; Current Edition, Including All Revisions. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Verify exact locations of underground metal water service pipe entrances to building. 2. Coordinate the work with other trades to provide steel reinforcement complyg with specified requirements for concrete -encased electrode. 3. Notify Architect/Engineer of any conflicts with or deviations from the cQtntract Iocuments. Obtain direction before proceeding with work. B. Sequencing: —± 1. Do not install ground rod electrodes until final backfill and compactionas,,cortlete.l 1.5 QUALITY ASSURANCE > A. Conform to requirements of NFPA 70. B. Maintain at the project site a copy of each referenced document that prescribes execution requirements. C. Product Listing Organization Qualifications: An organization recognized by OSHA as a Nationally Recognized Testing Laboratory (NRTL) and acceptable to authorities having jurisdiction. 2023 Parking Garage Maintenance & Repair Project - REBID Grounding & Bonding for Electrical Systems Project No. 1207932 26 05 26-1 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Mechanical / Electrical PART PRODUCTS 2.1 GROUNDING AND BONDING REQUIREMENTS A. Existing Work: Where existing grounding and bonding system components are indicated to be reused, they may be reused only where they are free from corrosion, integrity and continuity are verified, and where acceptable to the authority having jurisdiction. B. Do not use products for applications other than as permitted by NFPA 70 and product listing. C. Unless specifically indicated to be excluded, provide all required components, conductors, connectors, conduit, boxes, fittings, supports, accessories, etc. as necessary for a complete grounding and bonding system. D. Where conductor size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. E. Grounding System Resistance: Achieve specified grounding system resistance under normally dry conditions unless otherwise approved by Arch itect/Engineer. Precipitation within the previous 48 hours does not constitute normally dry conditions. Grounding Electrode System: Not greater than 5 ohms to ground, when tested according to IEEE 81 using "fall -of -potential" method or alternate test described in IEEE 81. F. Bonding and Equipment Grounding: 1. Provide bonding for equipment grounding conductors, equipment ground busses, metallic equipment enclosures, metallic raceways and boxes, device grounding terminals, and other normally non -current -carrying conductive materials enclosing electrical conductors/equipment or likely to become energized as indicated and in accordance with NFPA 70. 2. Provide insulated equipment grounding conductor in each feeder and branch circuit raceway. Do not use raceways as sole equipment grounding conductor. 3. Where circuit conductor sizes are increased for voltage drop, increase size of equipment grounding conductor proportionally in accordance with NFPA 70. 4. Unless otherwise indicated, connect wiring device grounding terminal to branch circuit equipment grounding conductor and to outlet box with bonding jumper. 5. Terminate branch circuit equipment grounding conductors on solidly bonded equipment ground bus only. Do not terminate on neutral (grounded) or isolated/insulated ground bus. 6. Provide bonding jumper across expansion or expansion/deflection fittings provided to accommodate conduit movement. 2.2 GROUNDING AND BONDING COMPONENTS A. General Requirements: Provide products listed, classified, and labeled as suitable for the purpose inded. Provide products listed and labeled as complying with UL 467 wher"plicable. 2023 Parking Garage Maintenance & Repair Project - REBID Grounding & Bonding for E-iectrical Systems Project No. 1207932 26 05 26-2 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Mechanical / Electrical B. Conductors for Grounding and Bonding, in addition to requirements of Section 26 0519: 1. Use insulated copper conductors unless otherwise indicated. a. Exceptions: 1) Use bare copper conductors where installed underground in direct contact with earth. 2) Use bare copper conductors where directly encased in concrete (not in raceway). C. Connectors for Grounding and Bonding: 1. Description: Connectors appropriate for the application and suitable for the conductors and items to be connected; listed and labeled as complying with UL 467. 2. Unless otherwise indicated, use exothermic welded connections or compression connectors I or underground, concealed and other inaccessible connections. a. Exceptions: 1) Use mechanical connectors for connections to electrodes at ground access wells. 3. Unless otherwise indicated, use mechanical connectors, compression connectors, or exothermic welded connections for accessible connections. a. Exceptions: 1) Use exothermic welded connections for connections to metal building frame. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that work likely to damage grounding and bonding system components has been completed. B. Verify that conditions are satisfactory for installation prior to starting work. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install grounding and bonding system components in a neat and workmanlike manner in accordance with NECA 1. C. Make grounding and bonding connections using specified connectors. 1. Remove appropriate amount of conductor insulation for making conk ections:,ithout cutting, nicking or damaging conductors. Do not remove conductor strands .to facilitate insertion into connector. 2. Remove nonconductive paint, enamel, or similar coating at threads, .contact —points,' and contact surfaces. 3. Mechanical Connectors: Secure connections according to manufacturer's r0.00mmended torque settings. 2023 Parking Garage Maintenance & Repair Project - REBID Grounding & Bonding for Electrical Systems Project No. 1207932 26 05 26-3 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Mechanical / Electrical Compression Connectors: Secure connections using manufacturer's recommended tools and dies. D. Identify grounding and bonding system components in accordance with Section 26 0553. END OF SECTION LAJ f � E7 2023 Parking Garage Maintenance & Repair Project - REBID Grounding & Bonding for Electrical Systems Project No. 1207932 26 05 26-4 SECTION 26 05 33 CONDUIT AND RACEWAY Mechanical / Electrical PART1 GENERAL 1.1 SECTION INCLUDES A. Conduit and raceway. 1.2 REFERENCES A. National Electrical Code (NEC). -; r.a B. Conduit shall carry the Underwriters' Laboratories (UL) label. c C. Conduit shall meet the following American National Standards Institute (ANSI), N96nal Ele trical Manufacturers Association (NEMA) and Federal Specifications (FS) standazds:— k ._4r �� 1. Rigid Steel Conduit (RGS): FS WW-C-581 and ANSI C80.1. z* 2. Electrical Metallic Tubing (EMT): FS WW-C-563, UL797, and ANSI`M.3-e +""•► 3. Flexible Metal Conduit: FS WW-C-566, CSA, UL. t 4. Liquid -Tight Flexible Metal Conduit: CSA, UL. 5. Rigid Nonmetallic Conduit (PVC): NEMA Standards Pub. No. TC3. 1.3 QUALIFICATIONS A. Rigid nonmetallic conduit shall be Carlon Type 40 PV-DUIT (heavy wall) or approved equivalent. B. Liquid -tight flexible metal conduit shall be Electri-Flex, Type LA or approved equivalent. C. Surface raceway shall be Wiremold Co., Walker T&B or approved equivalent. PART 2 PRODUCTS 2.1 REQUIREMENTS A. Conduit smaller than 3/4-inch diameter shall not be used on this project, except 1/2-inch diameter EMT may be used for (1) branch circuits in exposed locations, (2) switch legs, or (3) for temperature control wiring wherever acceptable to the mechanical/temperature Control Contractor. B. Only threaded type connectors and couplings shall be used with RGS. C. Connections between EMT or rigid conduit and PVC shall be made with threaded PVC adapters or fittings. D. RGS, flexible conduit or flexible liquid tight conduit including fittings and hangers used throughout this project shall be galvanized steel. E. Connectors for EMT shall be steel or malleable iron. Fittings shall be capable of carrying ground fault currents of 10,000 amps rms for 11/2 inch and smaller, and 20,000 amps rms for 2-inch and larger for a minimum of 3 cycles. Fittings shall be Thomas & Betts 5030, 5031, 5120, 5123, or 530 series. Die cast metal fittings will not be permitted on this project. Connectors 21/2" and larger shall be compression type. Connectors smaller than 21/2" shall be compression type. F. Type LA Liquatite flexible conduit, with appropriate fittings which are UL listed as an assembly, shall be used in a boiler room, kitchen, exterior location, or any moist location. 2023 Parking Garage Maintenance & Repair Project - REBID CONDUIT AND RACEWAY Project No. 1207932 26 05 33-1 G. Surface Raceway 1. 2. 3. 4. PART 3 EXECUTION 3.1 INSTALLATION SECTION 26 05 33 CONDUIT AND RACEWAY Mechanical / Electrical Sheet metal channel with fitted cover. Size: As required. Finish: Buff enamel. ILE 7173 AUG 14 APB 10: 10 IT)" C! ERR C� C 1 T{. 10 VIA Fittings, Boxes, and Extension Rings: Furnish manufacturer's standard accessories. A. Wiring shall be in conduit or approved raceways, unless shown otherwise. B. Conduit and outlet installation shall be concealed throughout this project, as follows unless otherwise indicated. 1. Conduit or Raceway above suspended ceilings shall be supported from the building structure and not from the ceiling grid hanger wires. 2. Unless otherwise noted, conduits concealed under floor shall not be routed in concrete slabs - on -grade but shall be routed in at least six (6) inches of drainage fill beneath the bottom of the slab. Conduit shall not contact the slab unless protected by a vapor barrier such as Vis Queen. 3. Steel conduit installed in concrete or underground, or in duct banks, shall be protected with an enamel and tape (applied hot), or with PVC coating. All damage and voids in the protective coating shall be repaired after installation and prior to installing concrete or backfill. 4. Conduit, under floors, shall be PVC, unless shown otherwise. Risers and elbows shall be metallic, conduit, fiberglass, or conduit. 5. PVC may be embedded in concrete as shown on drawings. C. Conduit throughout this project shall be RGS installed with steel support straps except where shown otherwise or as follows: 1. Branch circuit conduits shall not be allowed to be installed under interior slab unless specifically shown on the plans. 2. RGS conduit shall be used with mechanical rooms, above grade exterior installation, and interior exposed vertical drops. All other interior conduits shall be allowed to be EMT. 3. In mechanical equipment rooms and other areas where conduit is exposed to physical damage, RGS conduit shall be installed for wiring systems. D. Conduit shall not be run horizontally in masonry walls or in masonry wall gaps. E. Conduit shall not be used as the sole grounding means. F. Nonmetallic conduit located underground, outside the building area, shall be installed a minimum of 36 inches below grade, unless otherwise indicated. Conduit shall be installed in a sand backfilled and compacted trench with a 2" wide yellow poiy marker tape placed in the trench approximately 6" below finished grade. 2023 Parking Garage Maintenance & Repair Project - REBID CONDUIT AND RACEWAY Project No. 1207932 26 05 33-2 SECTION 26 05 33 CONDUIT AND RACEWAY P n Mechanical / Electrical "M I'll 4 G. Metallic conduit, cut with a power saw or hacksaw, shall be r6a ed-Vpr rhiovq 7t Q§. ( Q H. Conduit bends shall be held to as large a radius as possible for ease in pulling of'.�onductors and to provide a neatly installed appearance. The maximum length of straight conduit,runs Shall be 200' between pull boxes, with 50' deducted for each 902 bend and 25' deducted for each 459 bend; reduction of length for all other angle bends shall be calculated on a similar basis. I. Conduit risers below grade, inside and outside the building, shall have the bend weighted with concrete to prevent the conduit from lifting when cables are pulled. J. No conduits shall be routed in the floor beneath or near boilers. K. Suspended type conduit hangers for 2" and smaller conduit shall be with mounting devices, like Unistrut or Kindorf beam clamps. Hangers for groups of conduit with any size larger than 2" shall be channel type structural shapes, with conduits clamped to channel with U-shaped clamps. L. PVC conduit shall be installed away from high temperature piping. PVC conduit shall be cut with a fine-tooth blade or knife, and burrs removed from the cut edge. Connections between EMT or rigid conduit and PVC shall be made with threaded PVC adapters or fittings. M. When building ventilation conditions are such that the air may flow continuously in conduits or ducts, the conduit shall be sealed at each end with a pliable duct sealing compound such as Duct -Seal or Kerite Putty, or Chase Technology foam. If conduit is installed with possible access to rodents, the conduit shall be sealed in a manner similar to that described above. N. Interferences 1. Conduit runs are not shown to allow this contractor to choose the route to the various electrical devices. However, care shall be taken to coordinate the conduit runs with duct work, beams, joists, plumbing pipes, and plumbing fixtures to be installed by other trades. 2. When interference develops, the Architect/Engineer will decide which equipment will be relocated; regardless of which apparatus was installed first. O. Install conduit and wiring for electrical devices furnished by other trades or by the owner on this project, unless otherwise shown or specified. P. Insulated Bushings 1. Conduits shall have insulated bushings installed at entrances to panelboards, starters, pull boxes and shall be secured to the enclosure by the bushing (and lock nut, if necessary) on the inside, and by lock nut on the outside. 2. Conduits entering distribution type panelboards and the main switchgear shall have insulated grounding bushings similar to T & B 3800 series, with bushings connected together by means of a continuous copper grounding conductor, sized to meet the requirements of the NEC. Q. Connectors, couplings, and lock nuts shall be tightened securely by use of the proper tools to assure an effective and continuous path to ground through the conduit system. R. Wherever conduit crosses a building expansion joint and is constrained frorn relief deflection (i.e., buried in concrete or a straight run anchored in concrete on both sides of the joint), expansion fittings or expansion/deflection fittings shall be provided. S. Where wire is run for a motor connection, to be connected under a separate contract, the conduit shall be terminated in the proper fitting at the correct location. 2023 Parking Garage Maintenance & Repair Project - REBID CONDUIT AND RACEWAY Project No. 1207932 26 05 33-3 SECTION 26 05 33 CONDUIT AND RACEWAY FILED Mechanical / Electrical 1J3. AUG 4 " P: I Ci T. A short piece of flexible metal conduit shall be used in the feeder con uit near he m Alto U. Surface mounted conduit shall be mounted flush to wall and secured by q,q�Lhole or twoAhole clamps. su�i[A Cl i Y', !*l�aN END OF SECTION 2023 Parking Garage Maintenance & Repair Project - REBID CONDUIT AND RACEWAY Project No. 1207932 26 05 33-4 SECTION 26 28 13 FUSES I L E j""'� Mechanical / Electrical j'�l PART 1 GENERAL 7913 AUG 14 AM 10: 1.1 SECTION INCLUDES Cl I Y CLERK A. Fuses. f 0WA C'ITY.10VIA 1.2 REFERENCES A. Underwriters' Laboratories, Inc. (UL). 1.3 SUBMITTALS A. Submit the following information: List of fuse types and manufacturer. Time- current curves. List of spare fuses to be provided. 1.4 QUALIFICATIONS A. Fuses shall be by Bussmann Manufacturing Division of McGraw Edison Company or by Littlefuse Tracor Company. B. Fuses shall be UL listed for 50,000 ampere RMS interrupting capacity. PART 2 PRODUCTS 2.1 FUSES A. Fuses shall be capable of interrupting the available fault without rupturing or damaging fuse clips, buswork, cable or switching components, and shall safely contain within the insulated barrel of the fuse the smoke, hot gases, carbon, and other harmful by-products of the fault. B. Fuses 601 amperes and larger shall be UL Class L current limiting bolt -in rejection type: Bussmann KRP-C Hi -CAP or Littlefuse KLP-C type. They shall have at least 45-second time delay at 200% rating. C. Fuses rated 600 amperes or less shall be UL Class R rejection type with time current characteristics as defined by the Bussmann or Littlefuse catalog number shown for each condition outlined herein. D. Fuses protecting molded case circuit breakers or molded case circuit breaker panels shall be current limiting silver link types. They shall have interrupting capacity and let through current as defined by the Bussmann or Littlefuse catalog type shown below, unless otherwise indicated or required by the circuit breaker manufacturer. 1. 125 and 250 volt molded case circuit breakers shall be fed from switches fused as follows: a) 0 to 60 amperes Bussmann LOW PEAK fuses Type LPN-R or Littlefuse Type LLN- R K. b) 70 to 200 amperes Bussmann Limitron Fuses Type KTN-R or Littlefuse Type KLN-R. 2. 277, 480, and 600 volt molded case circuit breakers shall be fed from switches fused as follows: a) 0 to 100 amperes Bussmann LOW PEAK fuses Type LPS-R or Littlefuse Type LLSRK. 2023 Parking Garage Maintenance & Repair Project - REBID FUSES Project No. 1207932 26 28 13-1 SECTION 26 28 13 FUSES Mechanical / Electrical b) 110 to 300 amperes Bussmann Limitron Fuse 11 or Wt�fuse Type KLSR. E. Fuses not sized on the drawings for motor running protection, 100 amperes or less, shall be as follows: CH � Y CLERK 1. Fuses shall be Bussmann Fusetron (or Littlefuse "SLO BLO") dual-elerhent`time delay type FRN-R (or FLNR) for 250 volts or less, and FRS-R (or FLSR) for 277 through 600 volts sized at 125% of the motor nameplate full load running amperes or the next larger NEC standard ampere size. Exceptions to the preceding are where excessive ambient temperature, high inertia motor loads, special motors, or frequent "ON -OFF' cyclic loads or other special circumstances require a larger or different type fuse to be approved by the Engineer. Such special circumstances shall be clarified with the Engineer not less than 72 hours prior to bid opening time. 2. Fuse reducers shall be used where switch fuse clip spacing is larger than the length of the required fuse. F. Plug fuses shall be Fustat Bussmann Type S (or Littlefuse Type S). G. Fuses for protection of grouped or racked lighting fixture ballasts shall have 100,000 amperes RMS interrupting capacity, shall be similar to Bussmann fuse type GLR mounted in type HLR fuse holders (or Littlefuse type LGR in LHR holders) and shall be ampere sized as recommended by the ballast manufacturer. H. Fuses for protection of each individual exterior pole mounted light fixture or ballast shall have 100,000 amperes RMS interrupting capacity and shall be Bussmann fuse Type KTK mounted in Type HEB (or Littlefuse type KLK in HLB holder) fuse holders located in a hand hole at the base of the pole or in a weatherproof fuse enclosure located on the pole, as shown on the drawings. I. Other fuses, unless otherwise noted, shall be dual -element, current limiting, silver link type Bussmann LOW PEAK fuse, Type LPN-R or Littlefuse Type LLNRK for circuits rated 250 volts or less, and Bussmann LOW PEAK fuse Type LPS-R or Littlefuse Type LLSRK for circuits rated 277 through 600 volts. They shall have at least 10 seconds time delay at 500% rating. PART 3 EXECUTION 3.1 FUSES A. Fuses shall be installed as shown on the drawings after tests, inspections and the installations have been completed. Fuses shall be of the same manufacturer to retain selectivity and electrical coordination as designed. Fuses shall have dimensions and rejection features exactly as defined herein. Fuses having any other type rejection feature are not acceptable. B. Twenty percent spare fuses for each size, including control circuit fuses of each amperage and voltage rating (minimum of 3), shall be furnished to the Owner. END OF SECTION 2023 Parking Garage Maintenance & Repair Project - REBID FUSES Project No. 1207932 26 28 13-2 SECTION 26 28 16 DISCONNECT SWITCHES f t Mechanical / Electrical PART 1 GENERAL IR3 AUG 14 AM 10: 1.1 SECTION INCLUDES t- t dlr 4 A. Safety disconnect switches. jl t CI T Y, A 1.2 REFERENCES A. National Electrical Manufacturers Association (NEMA). B. Underwriters' Laboratories, Inc. (UL). 1.3 SYSTEM DESCRIPTION A. Disconnect switches provide safe disconnecting of electrical power to equipment. 1.4 SUBMITTALS A. Submit the following information: 1. Outline drawing with dimensions. 2. Equipment Ratings. a. Voltage. b. Capacity. C. Horsepower. d. Short circuit withstand rating. 1.5 QUALIFICATIONS A. Safety switches shall be NEMA heavy-duty type and shall carry the UL label. Fusible switches shall incorporate Class "R" fuse rejection feature and shall be braced to withstand 50,000 ampere RMS symmetrical fault current. B. Switches shall be as manufactured by Square D, GE or Eaton. PART2 PRODUCTS 2.1 Provide heavy-duty type, sheet steel enclosed, safety switches. Type, size, and rating shall be as shown on the drawings or as required by the motor or equipment served. 2.2 Switches shall incorporate quick -make, quick -break operating handles. Mechanism shall be an integral part of the box, not the cover, and switches shall have a cover interlock to prevent unauthorized opening of the switch door in the on position or closing of the switch mechanism with the door open. Current carrying parts shall be constructed of high -conductivity copper with silver -tungsten type switch contact. 2.3 Fuse clips shall be positive pressure type reinforced rejection type fuse clips. 2.4 Indoor enclosures shall be NEMA 1. Enclosures for wet locations and for outdoor use shall be NEMA 3R. 2.5 Equip each motor disconnect with auxiliary contacts (1-NO, 1-NC). Disconnect switches utilized with variable speed motor controllers shall be interlocked with the drive control circuit. 2023 Parking Garage Maintenance & Repair Project - REBID DISCONNECT SWITCHES Project No. 1207932 26 28 16-1 SECTION 26 28 16 DISCONNECT SWITCHES Mechanical / Electrical PART 3 EXECUTION 7913 AUG 14 AMID: � (� 3.1 Furnish and install safety disconnect switches (fused and non -fused) shown on the drawings. In addition, furnish a safety disconnect switch for motors and equipment which do not have 66mbination"starters or integral disconnecting means. 3.2 For mechanical equipment rated for use only with fuses (such as condensing units, compressors, chillers), provide fusible disconnect switches. Such switches shall be one, two or three pole type, with solid neutral for 4- wire service, and shall have the proper current and voltage rating as required. 3.3 Terminals of the proper size for wire as shown on the drawings for line, load and ground shall be supplied by the disconnect switch. manufacturer. 3.4 Each motor shall be individually protected. Furnish a safety disconnect for each motor as required by the NEC. 3.5 Disconnect switches shall not be directly mounted to equipment, which is mounted on vibration isolation pads or springs, unless a piece of flexible conduit is used between the disconnect switch and the fixed conduit. 3.6 Safety switches shall be mounted securely to walls, columns, or machine frames, and provided with brackets, mounting devices, structural pieces and expansion type anchor inserts necessary for this purpose. Switches shall not be mounted directly to metal surfaces or to concrete or masonry walls. Structural channels such as Kindorf or 3/4" plywood shall be used to mount switches at least 3/4 inch away from the mounting surface. 3.7 Switches shall be mounted at a height of 60 inches above the finished floor to the top of the back box. 3.8 Coordinate (useable switches and fuse sizes, with mechanical trades, where required by UL listing for mechanical equipment installation. 3.9 Motors larger than 1/8 horsepower and controllers shall have a disconnecting means within sight and within 50'. A. Combination motor starters, circuit breakers in panelboards, manual motor starters, integral disconnecting means on equipment, and cord/plug connections may be used as disconnecting means where they are within sight and 50' of the equipment. B. Switches, combination starters, and circuit breakers which are pad -lockable in the "OFF" position may be used as disconnecting means when not in sight or within 50' unless prohibited by local code. C. Provide a disconnect switch for motors, motor -driven appliances, and controllers not covered by paragraphs A or B above. END OF SECTION 2023 Parking Garage Maintenance & Repair Project - REBID DISCONNECT SWITCHES Project No. 1207932 26 28 16-2 SECTION 26 29 13 ENCLOSED CONTROLLERS Mechanical / Electrical FILED 1113 AUG 14 AMn- in PART GENERAL CITY CLERK 1.1 SECTION INCLUDES QVA CITY, JolIVA A. Starters. 1.2 REFERENCES A. National Electrical Manufacturers Association (NEMA). B. Underwriters' Laboratories, Inc. (UL). 1.3 SYSTEM DESCRIPTION A. Starters provide control of and protection for electric motors. 1.4 SUBMITTALS A. Submit the following information in accordance with Administrative Requirements. 1. Wiring diagrams. 2. Electrical ratings. a. NEMA size. b. Voltage. C. Current. 3. Number of poles. 4. Coil voltage. 5. Physical characteristics including enclosure size. 6. Time - current curves for all breakers requiring settings and fuses. 1.5 QUALIFICATIONS A. Magnetic motor starters shall be as manufactured by Allen-Bradley Co., ABB, General Electric, Siemens, or Square D. B. Manual motor starters shall be as manufactured by Allen-Bradley Co., ABB, General Electric, or Square D. C. Motor starters shall be by the same manufacturer. PART PRODUCTS 2.1 Magnetic motor starters shall meet the following specifications: A. Combination magnetic motor starters shall have a fusible disconnect type switch motor circuit protector unless shown otherwise. B. Provisions for locking the disconnecting means handle in either the ON or OFF position. C. Minimum starter size shall be NEMA Size 1. D. Heater element or sensor size shall be based on the nameplate full load current rating of the motor. 2023 Parking Garage Maintenance & Repair Project - REBID ENCLOSED CONTROLLERS Project No. 1207932 26 29 13-1 SECTION 26 29 13 ENCLOSED CONTROLLERS I L E Mechanical / Electrical E. Each starter shall contain a fused control circuit with the fusYR4U ly &A t% Akirter Manufacturer to protect the coil of the starter. Control transformers shall be protected by such a fuse in the primary and secondary circuits of the transformer. Furnish 20% spare fuses of each amperage used (minimum of three) to the Owner. F. Indoor enclosures shall be NEMA 1, unless shown otherwise. G. Enclosures for wet locations or outdoor use shall be NEMA 3R, unless shown otherwise. H. Two speed motor starters and reversing starters shall have time -delay relays to permit motors to coast to a stop prior to restarting at a different speed or reversing. Verify with the motor supplier, whether each two -speed motor is separate winding or consequent pole, prior to submitting shop drawings for the corresponding motor controllers. I. For each magnetic starter supplied, provide a hand -off -automatic (HOA) selector switch, red run pilot light, (2) no and (2) NC auxiliary contacts, control power transformer with fusing, and heater motor protective elements. Supply additional push buttons, and similar control devices, not specifically furnished by other trades or by the owner but that are required for proper operation of the specific motor. These devices shall be by the same manufacturer as the starters. J. Motors smaller than horsepower, unless shown otherwise, shall have toggle switch type manual starters with thermal trip (TT) overload protection and pilot light. Flush mounted manual starters shall have a stainless steel cover plate. Manual starters shall be similar to Square D Type F, Class 2510 Cat. No. FS1 P or approved equivalent. K. Motors,'/2 horsepower and larger, shall have magnetic motor starters. L. Terminals of the proper size for wire (as shown on the drawings for line, load, and ground) shall be supplied by the motor starter manufacturer. PART 3 EXECUTION 3.1 STARTERS A. Furnish and install motor starters and power and control wiring, complete as specified, unless shown otherwise. B. Starters shall be mounted securely to walls, columns, or machine frames, and provided with the brackets, mounting devices, structural pieces, and expansion type anchor inserts necessary for this purpose. Starters shall not be mounted directly to metal surfaces or to concrete or masonry walls. Structural channels such as Kindorf or 3/4" plywood shall be used to mount starters at least 3/4 inch away from the mounting surface. C. The top of each magnetic motor starter shall be mounted 60 inches above the finished floor unless shown otherwise. D. The top of the box for manual motor starters shall be mounted 48 inches above the floor unless shown otherwise. E. Motor starters furnished with "hand -off -automatic" switches, but not wired for automatic operation, shall have the reference to automatic deleted from the switch label by paint, revised nameplate, or other permanent means. F. Mount motor starters adjacent to or on the equipment served, unless shown otherwise. END OF SECTION 2023 Parking Garage Maintenance & Repair Project - REBID ENCLOSED CONTROLLERS Project No. 1207932 26 29 13-2 2023 CITY OF IOWA CITY PARKING GARAGES MAINTENANCE AND REPAIR PROJECT - MECHANICAL & ELECTRICAL CITY OF IOWA CITY PROJECT LOCATION MAP ._1 L -- .-- If i. —� 1 TOWER ' -�r` T Lu l U � FZ 14Y�I. CAPITOL I DUB�UQUEI ST I I I ��nlr JII 4 L IY % L 40 N (D `41# pa , 4** .. 00 SHEET INDEX SHEET NUMBER SHEET TITLE G001 COVER M116 TOWER PLACE - LEVEL 6 M124 CHAUNCEY SWAN - LEVEL 4 M136 COURT STREET - LEVEL 6 E116 TOWER PLACE - LEVEL 6 E124 CHAUNCEY SWAN - LEVEL 4 E131 COURT STREET - LEVEL 1 E136 COURT STREET - LEVEL 6 E141 HARRISON STREET - LEVEL 1 E501 I ELECTRICAL DETAILS GENERAL NOTES 1. MAKE ARRANGEMENTS FOR RESTROOM FACILITIES AS NONE ARE AVAILABLE FOR USE AT THE SITE. 2. CLEANING SHALL BE PERFORMED DAILY AND MORE OFTEN AS NEEDED. PROTECT VEHICLES IN THE RAMP DURING THE COURSE OF THE WORK. 3. PROVIDE ALL MATERIALS, BARRICADES, SIGNS, ETC FOR TRAFFIC CONTROL. ALL VEHICULAR AND PEDESTRIAN CONTROL SIGNAGE SHALL CONFORM TO THE STANDARDS IN THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) LATEST EDITION. 4. CONTRACTOR IS RESPONSIBLE FOR ALL DAMAGES AND CLAIMS MADE BY THE RAMP USERS THAT ARE RELATED TO THE PROJECT. 5. DRIVE LANES MUST BE PROVIDED AT ALL TIMES TO ALLOW NORMAL TRAFFIC FLOW. 6. A TOTAL OF 20 STALLS PER RAMP MAY BE TAKEN OUT OF SERVICE AT ONE TIME. CONTRACTOR MAY EXCEED PARKING STALL LIMITS OUTSIDE OF REGULAR WORKING HOURS, WHICH ARE 7:00 AM TO 6:00 PM, MONDAY THROUGH FRIDAY. COORDINATE WITH OWNER PRIOR TO EXCEEDING PARKING STALL LIMITS. ADA STALLS MAY NOT BE TAKEN OUT OF SERVICE UNLESS APPROVED IN ADVANCE BY THE OWNER. 7. EQUIPMENT GENERATING LOUD NOISES SHALL NOT BE USED FROM 10:00 PM TO 7:00 AM UNLESS APPROVED BY THE OWNER IN ADVANCE. LIMIT NOISE LEVEL TO 100 DB AT ALL TIMES. 8. PARKING FACILITY ADDRESS 8.1. TOWER PLACE - 1 S GILBERT ST, IOWA CITY, IA 52240 8.2. CHAUNCEY SWAN - 415 E WASHINGTON ST, IOWA CITY, IA 52240 8.3. COURT STREET - 150 E COURT ST, IOWA CITY, IA 52240 8.4. HARRISON STREET - 175 E HARRISON ST, IOWA CITY, IA 52240 CERTIFICATIONS MECHANICAL ENGINEER V EDWARDITEDI •• m NIAUSMAN P2442522 I HEREBY CI —THAT THIS ENGBIEERING DOCUMENT WAS PREPARED BY ME OR UNDER W DIRECT BUPER WSION AND THAT I AM A DL\Y LICENSED PROfESSII— ENGINEER UNDER THE LAWS rOLF'-THE STATEOE q/WA 05/152023 SIGwTURE wTE HSIINTED Da TYPED NME TED KRAUSMAN LICENSE NUMBER P2442522 W LICENSE gEHEWAL wTE W pECEABER ]1 ]D3] PAGES SIEETS pt DIVI510N$COVERED Br THIS SEAL G&M SHEETS ELECTRICAL ENGINEER HI11N1 HEREBYCE1 THAT HAS ENGINEERING DOCUMENT WAS c EARED BYMEORUNDERW DRECTSUaERVSaNAHD—T( ENGINEER UNDERinELAWS TR1i6E�PROE55 THH `````y�OQPpfESSlp^q��C' �ESTTAATE PV : 211 r�K,e o f wo21-- )AKE HENKIE Dmp = PRMTED DR rvPED NAME JAKE HENKLE _ ••• 126" •: ` ULEWSENuueEa 12�5 ' ' ' ` •••••••.••••• �` WLICENSE RENEWAL wTE IS D NIIIER]1 -IA / \�` PAGER. SHEETS OR gvKIDNB COVERED BY TH9 SEAL E SHEETS "SS\��� 111f�A„ I 1 •CAI 14V � I gnv (101 U <r UIU o Z 0 crY a J a ;Fcu �EL W UWU < 0 J O Q W W °6 U OQU 3 Z Z O U H = p U m go } < Ill H 3: N U M O cli Z N U Z W z 21 Z W °D Fn a J o m a U G001 0 A B C EXHAUST FAN SCHEDULE MARK LOCATION CFM S.P (IN WC) HP VOLTS/PHASE MOUNTING DESIGN BASIS REMARKS EF-1 WEST ELEVATORISTAIRWELL 700 0.50 1/4 11511 CURB GREENHECK GB-099 1.2 EF-2 EAST ELEVATOR/STAIRWELL 700 0.50 1/4 1 115 / 1 CURB GREENHECK GB-099 1,2 REMARKS: 1. PROVIDE WITH MOTORIZED BACKDRAFT DAMPER AND BIRDSCREEN. 2. DISCONNECT SWITCH BY DIV. 26. 3. MOUNT ON EXISTING OPENING. PROVIDE CURB ADAPTER AND MODIFY AS REQUIRED. PROVIDE CURB ADAPTER DETAIL WITH EXHAUST FAN SUBMITTAL. N TOWER PLACE LEVEL 6 1nr = r-m 2 INSULATED ROOF BY MECH. CONTRA ROOFIN FLASHING FURNSHED BY MECH. CONTRACTOR PROACEF UMINUM FLASHING MOUND UMTINGOPENING. INSTALL THERMOSTAT AND VANDAL GUARD. INSTALL RIB BETWEEN INSTALL THERMOSTAT T-STAT AND EXHAUST AND VANDAL GUARD. — 3 FAN/ MOTORIZED r. > INSTALL RIB BETWEEN - - - - "" DAMPER. ACTIVATE RIB T-STAT AND EXHAUST LED LIGHT WHENEVER T FAN/ MOTORIZED EXHAUST FAN IS DAMPER. ACTIVATE RIB ENABLED. T LED LIGHT WHENEVER �m EXHAUST FAN IS ® ENABLED. ® I f _. . ._. .... _. ..... .. "p .. _ .. �e a ' CHWS/R DN s 4 N ®TOWER PLACE LEVEL 6 - OM- 1'-0• R A B EPLACE EXISTING EXHAUST FAN WITH NEW EF-1 N N %n%1TOWER PLACE LEVEL 6 - EAST STAIRWELL ROOF PLAN 3 TOWER PLACE LEVEL 6 -WEST STAIRWELL ROOF PLAN C D L I`► REPLACE EXISTING EXHAUST FAN WITH NEW EF-2 4" CHWSrR F . LL� uw Z - E Q♦ M£j i� L = 9; u� 2 w o M116 � mg m T = ?a .._........... . . } 9� O yo �U W 2 �K Ya a. J a- F w F- UWU Oaow Q W > _ W c0 ~ Q LL Z Q OO Q O .�ZE U m Z eii I I I i PIP a• 4 W U ;E LEVEL 6 - EAST STAIRWELL ROOF PLAN g CL 0_ co UJI liyli siipi 9 0 I 2 3 4 A B C EXHAUST FAN SCHEDULE MARK LOCATION CFM S,P (IN WC) HP VOLTSIPHASE MOUNTING DESIGN BASIS REMARKS EF-1 SOUTH ELEVATOR/STAIRWELL 2000 0.50 1/2 115 / 1 CURB GREENHECK GB-18D 1,2 EF-2 NORTH ELEVATOR/STAIRWELL 2000 0.50 1/2 115 / 1 CURB GREENHECK GB-180 1,2 KtMA1(RJ: 1. PROVIDE WITH MOTORIZED BACKDRAFT DAMPER AND BIRDSCREEN. 2. DISCONNECT SWITCH BY DIV. 26. 3. MOUNT ON EXISTING OPENING. PROVIDE CURB ADAPTER AND MODIFY AS REQUIRED. PROVIDE CURB ADAPTER DETAIL WITH EXHAUST FAN SUBMITTAL. EiAC-A E;EB-4 �l '-E,36,36 OA LCi1JER EPLACE MOTORIZED p� A 1 DAMPER ACTUATOR M INSTALL THERMOSTAT AND VANDAL GUARD IN THIS LOCATION ON 4TH FLOOR. INSTALL RIB T BETWEEN T-STAT AND EXHAUST FAN/ MOTORIZED DAMPER. ACTIVATE RIB LED LIGHT WHENEVER EXHAUST FAN IS ENABLED. -X eN %,CHAUNCEY SWAN LEVEL 1 - SOUTH ELEVATOR & STAIR TOWER (E)RI/-A- —+EIRD O PLACE EXISTING EXHAUST FAN WITH NEW EF-1 EF L D E F 5 2 Mi24- M124 3 4 M124 M124 CHAUNCEY SWAN LEVEL 4 0� N 1/32-=1'-0' i36X36 OA ECUVER--\ REPLACE MOTORIZE DAMPER ACTUATOR - INSTALL THERMOSTAT } AND VANDAL GUARD IN THIS LOCATION ON 4TH FLOOR. INSTALL RIB T BETWEEN TSTAT AND IE;CDN-C-� EXHAUST FAN/ MOTORIZED DAMPER. �CH \ ACTIVATE RIB LED LIGHT WHENEVER EXHAUST 77 FAN IS ENABLED. (a)IN %ZHAUNCEY SWAN LEVEL 1 - NORTH STAIR TOWER ,ir-r-0- _(E)R _-._.... EF- EPLACE EXISTING EXHAUST FAN WITH NEW EF-2 V R.A511NiG FURNISHED BY MECH. CONTRACTOR PROVIDE ALUMINUM FLASHING AROUND EXISTING OPENING 1n Qw aU C7 2 Z O � Ya �w� C~ a0J Z 0 w U Q 0 } F Z Z UH= p U coZV 3 N 2 2 U O 3 O w�asW �$ z O O a LL U 4 N\3 1/B-ram A B C N q CHAUNCEY SWAN ROOF - NORTH STAIR TOWER D E M124 I 2 3 4 d z A B EXHAUST FAN SCHEDULE MARK LOCATION CFM S.P (IN WC) HP VOLTSIPHASE MOUNTING DESIGN BASIS REMARKS EF-1 SOUTH ELEVATORISTAIRWELL 875 0.5 1/4 115 / 1 CURB GREENHECK GB-100 1,2 EF-2 NORTH ELEVATORISTAIRWELL 875 0.5 1/4 115 / 1 CURB GREENHECK GB-100 1 1.2 REMARKS: 1. PROVIDE WITH MOTORIZED BACKDRAFT DAMPER AND BIRDSCREEN. 2. DISCONNECT SWITCH BY DIV. 26. 3. MOUNT ON EXISTING OPENING. PROVIDE CURB ADAPTER AND MODIFY AS REQUIRED. PROVIDE CURB ADAPTER DETAIL WITH EXHAUST FAN SUBMITTAL. (D) GRV ON ROOF & REPLACE WITH EF-1 INSTALL THERMOSTAT AND VANDAL GUARD. INSTALL RIB BETWEEN T-STAT AND EXHAUST - FAN/ MOTORIZED DAMPER..ACTIVATE RIB T LED LIGHT WHENEVER EXHAUST FAN IS ENABLED ® IN COURT STREET LEVEL 6 - SOUTH ELEVATOR & STAIR TOWER i1e. = +.a A e (D) GRV-1 ON ROOF & REPLACE WITH EF-2 (E)GP. ABC' - M ,..... INSTALL THERMOSTAT AND VANDAL GUARD. 1 INSTALL RIB BETWEEN T T-STAT AND EXHAUST {f 7 ...... FAN/MOTORIZED DAMPER. ACTIVATE RIB trjl LED LIGHT WHENEVER EXHAUST FAN IS .,,.._% ENABLED. �—(E)GF qg0' ® N Ie' O STREET LEVEL 6 - NORTH ELEVATOR & STAIR TOWER C D tom„ r rVal Q� IR ; 20 s O� U w QOQ QU 0 Lu z0 YIt a a¢U �a� w U�U ¢z� paw _ Lu Q LL OOZ¢ a o }}QU 3 FZZ W Q LL U th2U R I o °d y o a u ci H W W I- U) J � W 0 W U -j M136 F a y� 1. CHAUNCEY SWAN LEVEL 4 N 1116' = r-0• z EP01 EP02 aw 01 02 4 113 AUG 14 AM iQ= t 1 { CIfa f^' £ 1 fiarn, ELECTRICAL KEYNOTE LEGEND EP01 DISCONNECT EXISTING 120V CIRCUIT FROM DEMOLISHED EXHAUST FAN AND RECONNECT TO NEW EXHAUST FAN. EP02 REMOVE EXISTING DISCONNECT SWITCH AND PROVIDE NEW NEMA 3R DISCONNECT SWITCH FUSED AT 20A. �U w Z_ K Ya a� aQ w U� Q� Z w U 3 0Z a o Q o z U H 0 U o o z yp 0 F ��Wway�Lu O Q O LL Wmi N � U Z Q } w U v Z w Q > U UJ E124 PANEL LP-B RAKE R fAN$FOIR R - COURT STREET LEVEL 1 N vis•=r-0• r FIRE ALARM CONTROL PANEL }-.. ._0. -. ^ s' .-.._ _--- ---- ..... 7173 AUG 14 AMID: I I ,_.I I �� CLERK CITY fq,�j f x f a :� �1 • m al 0 ®o©aoeoo® ®IY©IIIIIII,�IIIIIIII,IIII�IY® �ov�o�oo ®ov�r,�of3� ®oo�o�oc® �os�sa�oo®� ®cvae,eo©® ®ov�o�vo® ®ov�o�eo® ®ov�o�eo® ®cv�o�vo® ®ov�o�eo® mo W 0U Lod z0 R IX �a as �a W UX Q� Z oa � W 3 0z a 0 z 0 U p U 64 O N o ypyp LL F O z LLI Lu V) J Lu OIII C 13 1 A B C D E .. _. .. I,.. ...... ,. _.. .... .. .... .... ...... ...... } ...... ....... ._.._ .- ._.... ...._. .____ . .... 7 0 9-il 4-0 Za' 14 ..0' i) . r.. f. ,..... .. .._ ..._.�.. .._.. ,. i __ ._........ .� .. _._.. .. f..... _ ... _. �_ _.._.. ........ f .._....._ .. _ .�.. ._.... ....f. ...... _.... �._. i 12 _., ..�_ _.. .z.._. ... +a. ..._._._.. i F-1 F_2 IEP01 {� EP02EP02 COURTCOURT STREET LEVEL 6 N 1/16'=1'-0' S pww3 1813 fit', 14 Ah10.- ! ! f` L L1;F1 ELECTRICAL KEYNOTE LEGEND EP01 DISCONNECT EXISTING 120V CIRCUIT FROM DEMOLISHED EXHAUST FAN AND RECONNECT TO NEW EXHAUST FAN. EP02 REMOVE EXISTING DISCONNECT SWITCH AND PROVIDE NEW NEMA 311 DISCONNECT SWITCH FUSED AT 20A. 111 3 z 6 PANEL MDB-\,EL LA1 PANEL IT 3 PANEL ELEV HARRISON STREET LEVEL 1 IN 1/16" = P-0" 1013 A 4 Al, lo: l l rt W/A �ITy Jt1 'a':: w 0 9 QF- UU z0 Y of �a aOf aQ �w U K Q O Z W U Q LL O Z Q O Q O Z U F 0 C) H LLl LLI Of F— U) Z O� U w �> = LLJ E141 UTILITY TRANSFORMER r-- _-----------MAIN SWITCHBOARD MD; I ( 12011A I EP07 I 1 I I izaoA,izazoev,se,aw I I 0A p A1 00A so 90A L---1--1------J--------� ELEVATOR ELEVATOR AHARRISON STREET RAMP ONE -LINE RAMP ONE -LINE �J ELECTRICAL THERMOGRAPHIC SCAN REQUIREMENT NOTES: 1. PROVIDE THE TECHNICIAN(S) AND EQUIPMENT NECESSARY TO PERFORM AN INFRARED THERMOGRAPHIC SURVEY OF THE ELECTRICAL DISTRIBUTION SYSTEMS AS INDICATED BY REFERENCE NOTE EP01. 2. THE ELECTRICAL CONTRACTOR SHALL FOLLOW SAFETY STANDARDS AS OUTLINED IN THE 2021 NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 70E STANDARD FOR ELECTRICAL SAFETY AND OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) GUIDELINES. THE ELECTRICAL CONTRACTOR SHALL UNDERTAKE THE FOLLOWING TASKS. 2.1. REMOVE PANEL COVERS 2.2. CONDUCT A VISUAL INSPECTION OF EQUIPMENT AND CONNECTIONS, NOTING SURFACE EQUIPMENT CONDITIONS AND PHYSICAL CONDITION. 2.3. PERFORM AN INFRARED SCAN OF ALL CONNECTIONS. 2.4. PROVIDE A DETAILED REPORT OF THE SCAN RESULTS AND RECOMMENDATIONS. 2.5. PROVIDE PANEL INTERIOR PHOTOS. 2.6. PROVIDE A UNIT PRICE FOR THE FOLLOWING TYPICAL CORRECTIVE MEASURES. POWER OUTAGES WOULD BE SCHEDULED WITH THE OWNER. 2.6.1. SECURE LOOSE CONDUCTOR CONNECTION FOR PANEL FEEDER CONDUCTORS. 2.6.2. SECURE LOOSE CONDUCTOR CONNECTION FOR ONE PANEL BRANCH CIRCUIT CONDUCTOR. 2.6.3. REPLACEMENT OF FAULTY 3-POLE CIRCUIT BREAKERS; SIZES 400A,200A,1DOA. 2.6.4. REPLACEMENT OF FAULTY BRANCH CIRCUIT BREAKER; SIZE 20A11P. ELECTRICAL KEYNOTE LEGEND EP01 ELECTRICAL CONTRACTOR SHALL PERFORM AN INFRARED SCAN OF THE INDICATED ELECTRICAL EQUIPMENT. SEE SHEET E500 FOR MORE INFORMATION. J Q U_ J W LJ W 0 E501 A B C 9 E F 2 3 2023 CITY OF IOWA CITY PARKING GARAGES MAINTENANCE AND REPAIR PROJECT - STRUCTURAL CITY OF IOWA CITY PROJECT LOCATION MAP ` ' TOWER PLACE RAMP W U z ¢z UU `` CAPITOL ' DUBUQUE I ST RAMP ST RAMP F a 0 O U � za v0i N 2 U 4 g B C SHEET INDEX SHEET NUMBER SHEET TITLE G001 COVER S301 DUBUQUE STREET - STAIR SECTIONS S302 TOWER PLACE - STAIR SECTIONS S501 STRUCTURAL DETAILS S502 STRUCTURAL DETAILS GENERAL NOTES 1. MAKE ARRANGEMENTS FOR RESTROOM FACILITIES AS NONE ARE AVAILABLE FOR USE AT THE SITE. 2. CLEANING SHALL BE PERFORMED DAILY AND MORE OFTEN AS NEEDED. PROTECT VEHICLES IN THE RAMP DURING THE COURSE OF THE WORK. 3. PROVIDE ALL MATERIALS, BARRICADES, SIGNS, ETC FOR TRAFFIC CONTROL. ALL VEHICULAR AND PEDESTRIAN CONTROL SIGNAGE SHALL CONFORM TO THE STANDARDS IN THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) LATEST EDITION. 4. CONTRACTOR IS RESPONSIBLE FOR ALL DAMAGES AND CLAIMS MADE BY THE RAMP USERS THAT ARE RELATED TO THE PROJECT. 5. DRIVE LANES MUST BE PROVIDED AT ALL TIMES TO ALLOW NORMAL TRAFFIC FLOW. 6. A TOTAL OF 20 STALLS PER RAMP MAY BE TAKEN OUT OF SERVICE AT ONE TIME. CONTRACTOR MAY EXCEED PARKING STALL LIMITS OUTSIDE OF REGULAR WORKING HOURS, WHICH ARE 7:00 AM TO 6:00 PM, MONDAY THROUGH FRIDAY. COORDINATE WITH OWNER PRIOR TO EXCEEDING PARKING STALL LIMITS. ADA STALLS MAY NOT BE TAKEN OUT OF SERVICE UNLESS APPROVED IN ADVANCE BY THE OWNER. 7. EQUIPMENT GENERATING LOUD NOISES SHALL NOT BE USED FROM 10:00 PM TO 7:00 AM UNLESS APPROVED BY THE OWNER IN ADVANCE. LIMIT NOISE LEVEL TO 100 DB AT ALL TIMES. 8. PARKING FACILITY ADDRESS 8.1. DUBUQUE STREET - 220 S DUBUQUE ST, IOWA CITY, IA 52240 8.2. TOWER PLACE - 1 S GILBERT ST, IOWA CITY, IA 52240 D I E CERTIFICATIONS STRUCTURAL ENGIP lwi : ANTONY I. '• m ALTENHOFEN a 23470 JEER IHEREBY CERTIFY THAT ENONEERNG DOCUMENT WAS PREPARED BY ME OR UNDER MY DIRECT SUPERVISNMI AND THAT I AMAD LICENSED PROFESSWNM-NEER UNDER THE lAWS OF THE STATE OF qWA / N - 05/1512023 _ —TuRM E_-..— wre PRNTED OR TYPED NAME TONY ALTENHOFEN LICENSE NUMBER 23470 W LM.ENSE RE1E DATE IS DECEMBER 31 � PAfES.51EEi5pi OrvKpHS COVERED BY 1HEi SEAL G AND S SHEETS 20 -- DESCRIPTION REPAIR SCHEDULE 23 — QUANTITY ITEM DESCRIPTION DETAIL QUANTITY Ol NEW MEMBRANE 1/S501 686SF O2 CONCRETE CRACK REPAIR 2/5501 57 LF O3 PAINTING 3/S501 2910 SF ® STAIR TREAD REPLACEMENT 4/S502 36 EA OS SEALANT REPLACEMENT 5/S502 182 LF © SLAB SPALL REPAIR 6/S502 1 SF O VERTICAL SPALL REPAIR 7/S502 1 SF ® MISC STEEL REPAIR 8/S502 1 LS F I.L � �z E QW �z u >w z= LA< a Y < �lA M 50 zo Tn C) �U w 2 Z 0_ �a }a Q ~ w U � Q � OZ a a �U0 0 Q 3 z� 0 U W U p U 'ZI < N 2co U O 3 4 N rn g 0 01 H C7 O CD Z O CV U Z W I Z r w 1 r-, m 1, G001 A I B 1 2 3 2 16 8 rY 4 t - z DUBUQUE STREET - WEST STAIRS 5/16= T-0" i✓� A r r Lei DUBUQUE STREET - EAST STAIRS E / 5/16" _ , �-0, B C D E F 20 — DESCRIPTION REPAIR SCHEDULE 23 —QUANTITY ITEM DESCRIPTION DETAIL QUANTITY THIS SHEET Ol NEW MEMBRANE 1/5501 626SF O2 CONCRETE CRACK REPAIR 2/SS01 36LF O3 PAINTING 3/SS01 1550 SF ® MISC STEEL REPAIR 8/5502 1 LS F uz a Q w U m Lu >y _t i I 6 lunl a M r r �,. Val -gale �® 05 ,mil; q1=1� ;� 8 a U W 2 Z Y d aQ �a w U � QO O2 a �: a oLu z 3 0 131 S301 EXTER SW CO DO NO WEEP s TOWER PLACE - WEST STAIRS 3/8" = V-0" e AT COLUMN 7 DO NOT COVER 1 WEEP HOLES 5 SEAL AROUND 5 5 40 THRESHOLD 6 40 AV 6 AT SLAB , 15 80 Gr - T i r I C TOWER PLACE - EAST STAIRS 3/8" = V-0" 20 -DESCRIPTION REPAIR SCHEDULE 23 QUANTITY ITEM DESCRIPTION DETAIL QUANTITY THIS SHEET O NEW MEMBRANE i/5501 60SF O CONCRETE CRACK REPAIR 2/S501 21 LF O PAINTING 3/S501 1360 SF O4 STAIR TREAD REPLACEMENT 4/S502 36 EA OS SEALANT REPLACEMENT 5/S502 182 LF (D SLAB SPALL REPAIR 6/5502 1 SF 0 VERTICAL SPALL REPAIR 7/S502 1 SF M � ,1 0 ac I_ -� 1 , z I� u U) LLJ W z0 Y Of EL of �w U� Q 0 3QLu > o L a LL U U 0z z 0 U H U 0 U 7 >> o Q (n F (n U 0 � UJ U � gL) D- UU = U) L11 (Y A B I C D E F (1) APPLY EPDXY/SAND FILLER AS REQUIRED TO XZ PROVIDE COATABLE SURFACE AND JOINT _ SEALANT AS SHOWN ON PLANS, ALLOW FULL I CURE IJ W z (2) SHOT BLAST OR WATER BLAST TO PREPARE SURFACE FOR MEMBRANE ADHESION PER z MANUFACTURER RECOMMENDATIONS Q W (3) WIPE EXISTING SURFACES WITH XYLENE OR 1. PRIME AS RECOMMENDED BY MANUFACTURER (4) APPLY NEW MEMBRANE SYSTEM, COLOR TO BE 11 W - SELECTED BY OWNER ALL MEMBRANE _ Qaq 8 (5) EDGES SHALL BE TAPED TO �V NEW SEALANT Ul PROVIDE STRAIGHT AND SHARP LINES ._ EXTEND NEW MEMBRANE 3" r BEYOND CONCRETE REPAIRS G NEW MEMBRANE SYSTEM SECTION I O CONCRETE REPAIR (1) ROUT CRACK MIN 1/2' DEEP X 1/2" WIDE ! O� (2) CLEAN JOINT AND PRIME PER 3' 3" �. I I MANUFACTURER INSTRUCTIONS V (3) FILL CRACK WITH SEALANT PER SPECIFICATIONS, FINISH CONCAVE TO U) W CONCRETE SURFACE, EXCEPT FINISH C9 PLAN FLUSH WHERE MEMBRANE WILL BE APPLIED �U W 2 (7 7 2 NEMEMBRANE CONCRETE CRACK REPAIR ONOTt �a 2 SCALE NOTTOSCALE a U Ix DUBUQUE STREET PARKING RAMP � z PREPARE RUSTED AREAS (WIRE p Z g 3 O ' ABRASION AND SAND BLASTING Z z p 5 ANTICIPATED), REMOVE THINNED OR - L) m 0 a SEVERELY CORRODED METAL, PRIME '" CORROSION REMOVAL7777" PREPARE RUSTED AREAS (WIRE z_ 3 �V AND PAINT ALL STAIR FRAMING PER REQUIRED AT SOME ABRASION ANTICIPATED , PRIME ) o < a y u O - I SPECIFICATIONS AND ... ` STAIR PANS AND AND PAINT CONCRETE AND MANUFACTURER INSTRUCTIONS,-Y OTHER CORRODED STEEL PER SPECIFICATIONS AND MATCH EXISTING COLOR AND SHEEN AREAS, SAND MANUFACTURER INSTRUCTIONS, BLASTING, WIRE MATCH EXISTING COLOR AND PAINTING WORK ITEMS INCLUDES WHEEL, OR SIMILAR SHEEN -. ALL STAIR RISERS, STRINGERS, PREP IS ANTICIPATED. _ GUARDRAILS, HANDRAILS, NOTIFY DESIGN REMOVE SEVERELY CORRODED LANDINGS, AND OTHER STEEL PROFESSIONAL AFTER METAL BEFORE PAINTING. STAIR SURFACES ASSOCIATED WITH THE PREP IS COMPLETE LANDING METAL PANS DO NOT STAIR SYSTEM, SEE STAIR SECTION NEED TO BE PATCHED SHEET FOR MORE INFORMATION _... _ NOTE: OWNER TO CONFIRM " PAINT COLOR, PROVIDE PAINT # SAMPLES TO OWNER FOR y SELECTION PRIOR TO PAINTING TOWER PLACE PARKING RAMP ! PREPARE RUSTED AREAS (WIRE .��� ABRASION AND SAND BLASTING n. '�. ANTICIPATED), REMOVE THINNED OR ' SEVERELY CORRODED METAL, PRIME 4 o CORROSION REMOVAL �bP''""A° 1 " •"'` ' REMOVE SEALANT AT EDGES OF STEEL ANGLE ASSEMBLY, DO NOT INSTALL NEW SEALANT AND PAINT ALL STAIR FRAMING PER SPECIFICATIONS AND - S+'° REQUIRED AT STEEL MESH RISERS AND MANUFACTURER INSTRUCTIONS, �`" OTHER CORRODED MATCH EXISTING COLOR AND SHEEN f. AREAS, SAND PREPARE RUSTED AREAS IRE 3 F m R - , roe r PAINTING WORK ITEMS INCLUDES `,` BLASTING OR SIMILAR " PREP IS ANTICIPATED. ABRASION ANTICIPATED), RIME AND PAINT CONCRETE AND z ' NOTIFY DESIGN ; ! STEEL PER SPECIFICATIONS AND w 3 0 GUARDRAILS, HANDRAILS, s t' PROFESSIONAL AFTER MANUFACTURER INSTRUCTIONS, LANDINGS, AND OTHER STEEL ', ' PREP IS COMPLETE z MATCH EXISTING COLOR AND tM h SURFACES ASSOCIATED WITH THE _ j 1� SHEEN 4 =" STAIR SYSTEM, SEE STAIR SECTION r I 4 2 p §; SHEET FOR MORE INFORMATION NOTE: OWNER TO CONFIRM PAINT COLOR, PROVIDE PAINT � _ Q SAMPLES TO OWNER FOR J. ;. i 3 SELECTION PRIOR TO PAINTING a t U J � Q F- W _ PAINTING U) 0 NOT TO SCALE d S 5 01 01— A B C o L A B C D E F N�N � LL uw Z N E Z s w REMOVE ALL STEEL TREAD (1) 5° ANGLED SAW CUT AROUND PERIMETER, MIN DEPTH = 1", a q @ . COVERS AND DISCARD (1) REMOVE EXISTING JOINT SEALANT CORNERS SHALL BE 90°, AVOID REENTRANT CORNERS 1 y m REMOVE FIBER CEMENT PANEL AND RESIDUAL ADHESIVE �-----"-------`--'-- ; MOVE LOOSE CONCRETE � (2) RE RETE WITHIN SAW CUT, MIN DEPTH = 1" � o` " (2) CLEAN FACES OF JOINT ; w m — _ INSTALL NEW 1/4" FIBER CEMEN- AND REMOVE DEBRIS SPALLED (3) WHERE REBAR IS EXPOSED, MIN DEPTH = 1" BEYOND REBAR T i g'S PANEL SUCH AS HARDIE PANEL AND ADHERE TO EXISTING STEE 2X JOINT SEALANT (3) PRIME PREPARED FACE OF CONCRETE AREA (4) CLEAN REBAR TO SHINY METAL WITH WIRE WHEEL, CLEAN CAVITY WITH BROOM AND COMPRESSED AIR , n TREAD, ADHESIVE SHALL BE JOINT PER SEALANT � V 1 a �7 X DISTRIBUTED TO PROVIDE MANUFACTURER CLOSED ELL BA (5) APPLY ZINC -RICH EPDXY PRIMER TO REBAR PER m UNIFORM SURFACE FOR PANEL, ROD, DIAMETER 1/4" COORDINATE WITH DESIGN (4) INSTALL NEW BACKER ROD SPECIFICATIONS PWNPROFESSIONAL WIDER THAN JOINT BEFORE PER SPECIFICATIONS (6) INSTALL CONCRETE PATCHING MATERIAL PER _ UINSTALLATION MIA COAT PANEL WITH EPDXY COATING SUCH AS EPDXYSIKADR-22 (5) FILL JOINT WITH SEALANT, FINISH FLUSH WHERE MEMBRANE WILL BE SPECIFICATIONS 3" TYP '(7) APPLY WATERPROOFING MEMBRANE TO ELEVATED SLABS , LOW -MOD OR MASTERSEAL 350 APPLIED, OTHERWISE FINISH __ PER SPECIFICATIONS, EXTEND 3" BEYOND EDGE OF PATCH, DO NOT APPLY MEMBRANE TO SLAB -ON -GRADE, MEMBRANE WITH HIGH TRACTION CONCAVE IS INCIDENTAL TO THIS WORK ITEM J AGGREGATE TO MATCH EXISTIN COATING, PROVIDE SAMPLES TC NOTE: OWNER TO SELECT SEALANT COLOR (6) APPLY SEALANT AND CURE z �5'TYP OWNER FOR TEXTURE AND PER MANUFACTURER NOTE THAT ANY PAVEMENT MARKINGS THAT ARE COVERED COLOR SELECTION INSTRUCTIONS BEFORE WITH MEMBRANE MUST BE REAPPLIED AND ARE INCIDENTAL MEMBRANE APPLICATION SECTION TO THIS WORK ITEM w C� STAIR TREAD REPLACEMENT ��SEALANT REPLACEMENT L REPAIR ��NSIPA `� 2 NOT TO SCALE NOT TO SCALE z 2 Rof a aQ �w U � Q O IL U Q U 3 Q 3 O ` 'o- Q 2 Z 1 O v REMOVE AND REPLACE STEEL Lu F U LLo ANGLE AND ANCHORS WITH n z a 3: NEW GALVANIZED STEEL N<N v ANGLE AND STAINLESS STEEL MASONRY ANCHORS �Q p. SIZE/QUANTITY OF ANGLE ELEVATION AND ANCHORS SHALL MATCH ----------------------- EXISTING i (1) 5° ANGLED SAW CUT AROUND PERIMETER, MAX DEPTH = 1/2", CORNERS SHALL BE 90% PREP AND PAINT TO MATCH SPALLED AVOID REENTRANT CORNERS ADJACENT STEEL FRAMING, CONCRETE OWNER TO SELECT COLOR AREA (2) REMOVE LOOSE CONCRETE WITHIN SAW CUT, 3 MAX DEPTH = 1/2" 3 (3) WHERE REBAR IS EXPOSED AT OVERHEAD _-- - - --- -- - SPALLS, MIN DEPTH = 1" BEYOND REBAR. WHERE REBAR IS EXPOSED AT VERTICAL SECTION SPALLS, DO NOT REMOVE CONCRETE BEYOND �I■11®1®�_ BAR �� (4) CLEAN REBAR TO SHINY METAL WITH WIRE .. :A uti�n". WHEEL, CLEAN CAVITY WITH BROOM AND - COMPRESSED AIR . (5) APPLY ZINC -RICH EPDXY PRIMER TO REBAR REMOVE AND REPLACE PER SPECIFICATIONS DELAMINATED PORTION OF STEEL PER STAIR SECTION - (6) INSTALL CONCRETE PATCHING MATERIAL PER SPECIFICATIONS I gM!lMII I SHEET T AND SPECIFICATIONS, COORDINATE WITH DESIGN PROFESSIONAL a m R I NOTE: EXISTING JOINTS SHALL CONTINUE �, - o 0 o 0 a THROUGH SPALL REPAIRS qb1 �'' - ,�. ".,a? ^•� PREP AND PAINT ENTIRE S _ STAIR RISER AT EACH _ z w o 0 REPAIRS TO PAINTED CONCRETE SHALL BE �, REPAIR LOCATION, PAINTING 1" MIN PAINTED TO MATCH EXISTING AFTER CURING OF WORK IS INCIDENTAL TO "Is F n REPAIR MATERIALS (INCIDENTAL TO THIS WORK ITEM)i, �k N THIS WORK ITEM 4 .. ^ VERTICAL SPALL REPAIR MISC STEEL REPAIR 8 U) NOT TO SCALE NOT TO SCALE Q a F_ UJ S502 8 A B C D E F Prepared by: Ethan Yoder, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5145 Resolution No. 23-230 Resolution setting a public hearing on September 5, 2023 on project manual and estimate of cost for the construction of the 2023 City of Iowa City Parking Garages Maintenance and Repair Mechanical 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 Parking Facility Restoration Repair account #T3004. 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 5' day of September, 2023, at 6:00 p.m. in the Emma* J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the 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 15th day of August , 2023 Ma r Approved by Attest: � � p.._.O i'� 3t�C.r_ ' City Clerk City Attor y's Office (Liz Craig - 08/09/2023) It was moved by Taylor and seconded by adopted, and upon roll call there were: Ayes: x X X X X x X Nays: Harmsen the Resolution be Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 State of Wisconsin County of Brown, ss.: PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK This is not an invoice # of Affidavits'! AFFIDAVIT OF PUBLICATION 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 the Iowa City Press Citizen on the issues dated: Ad No. Start Date: Editions Dated: Order Cost: 0005801338 8/21/23 08/21/2023 $50.18 Copy of Advertisement Exhibit "A" Subscribed &sworn to before me by said affiant this 21 day of August, 2023 Notary Public Commission expires KATHLEEN ALLEN Notary Public State Iof Wisconsin RATED COST -FOR THE ARKING GARAGES TENANCE AND REPAIR ECT- MECHANICAL AND TRICAL IN THE CITY OF CITY, IOWA LL TAXPAYERS OF THE OF IOWA CITY, IOWA, AND R INTERESTED ONS: notice is hereby given that ity Council of the City of Iowa, will conduct a public g on the Proiect Manual, ing the plans, specifications, ct, and estimated cost for uction of the 2023 Parking es Maintenance and Repair :t Mechanical and ical in said city at 6:00 p.m. 3rd October, 2023, said meeting field in the Emma J. Harvat in City Hall, 410 East ngton Street in said city, or fig is cancelled at the next ig of the UY Council fter Ted by the City Clerk. roiectIncludes: tower HVAC improvements associated electrical nent e Tower Place, Chauncey and Court Street parking ed scanning of electrical nent at the Harrison Street 19 Project Manual and ited cost are now on file in 'ice of ty Clerk in the City Hall in iCCity, Iowa, and may be interested persons. interested persons may r at said meeting of the City I] the purpose of making ions to and comments •ping said :t Manual or the cost of g said improvement. otice is given by order of the Prepared by: Ethan Yoder Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5145 Resolution No. 23-250 Resolution approving project manual and estimate of cost for the construction of the 2023 City of Iowa City Parking Garages Maintenance and Repair Mechanical 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 Parking Facility Restoration Repair account #T3004. 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 26th day of September, 2023. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 6:00 p.m. on the 3rd day of October, 2023, or at a special meeting called for that purpose. Passed and approved this 5 th day of September , 2023. l �) 1 Approved /11 Attest: / City Clerk City Attorne s Office (Liz Craig - 08/22/2023) Resolution No. 23-250 Page 2 It was moved by Thomas adopted, and upon roll call there were: and seconded by Taylor the Resolution be Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas if I I 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 Iowa City Parking Garages Maintenance & Repair (Mechanical & Electrical) Classified ID: 111694011131 A printed copy of which is attached and made part of this certificate, provided on 09/07/2023 to be posted on the Iowa League of Cities internet site on the following date: 2023-09-07 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 09/07/2023 Alan Kemp, Executive Director 0011 60 NOTICE TO BIDDERS 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on September 26, 2023. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in Emma J. Harvat Hall at 6:00 P.M on the 3rd day of October 2023, or at special meeting called for that purpose. The Project will involve the following: Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery, Inc. of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file or public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid 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 00 61 10) 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 00 61 10) 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 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 00 61 10, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Start Date November 6, 2023 Substantial Completion: May 24, 2024 Final Completion: June 7, 2024 Liquidated Damages: $250.00 per day after either completion date 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 11 60 — Page 2 of 3 All of the bid items listed in Section 00 42 10 — Proposal shall be completed by the Substantial Completion Date. 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 Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354-8973, Toll -Free: (800) 779- 0093. 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 reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 1160 — Page 3 of 3 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, September 7, 2023 12:47 PM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 09.07.23 Notice To Bidders.pdf ** This email originated outside of the City of Iowa City email system. Please take extra care opening any links or attachments. ** 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 —Gilbert Street Bridge Replacement Project Iowa City — 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical Iowa City — 2023 Parking Garages Maintenance and Repair Project - Structural 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): September 07, 2023 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. September 07, 2023 Date President/CEO of The Construction Update Plan Room Network Cindy Adams LI:.ead F'o)ect =nformat or Spec allst CCU Consttuc-o Update Netwc V- (515) 402•9853 t CAdarnsAMEIl &kd 'At www4owJCo,^st.,,ctionJ*cla;e.Co4Y' Des Motnes, IA 50266 Starting 09/05/2023 Our hours will be 8:00 AM — 4:30 PM C TURU WEEK ;t OCTOBER 2-6, 202 construction update 0011 60 NOTICE TO BIDDERS 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on September 26, 2023. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in Emma J. Harvat Hall at 6:00 P.M. on the 3rd day of October 2023. or at special meeting called for that purpose. The Project will involve the following: Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. All work is to be done in strict compliance with the Project Manual prepared by Shive-Hattery, Inc. of Iowa City. Iowa, which has heretofore been approved by the City Council, and are on file or public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid 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 00 61 10) 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 00 61 10} 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 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 00 61 10, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Start Date November 6, 2023 Substantial Completion: May 24, 2024 Final Completion: June 7, 2024 Liquidated Damages: $250.00 per day after either completion date 2023 Parking Garages Maintenance & Repair Project - Mechanical and Electrical 00 1160 - Page 2 of 3 All of the bid items listed in Section 00 42 10 — Proposal shall be completed by the Substantial Completion Date. 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 Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354-8973, Toll -Free: (800) 779- 0093. 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 reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK 2023 Parking Garages Maintenance & Repair Project - Mechanical and Electrical 00 1160 - Page 3 of 3 Prepared by: Ethan Yoder, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5145 Resolution No. 23-271 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2023 City of Iowa City Parking Garages Maintenance and Repair Mechanical Project Whereas, The Prull Group Inc. of Cedar Rapids, Iowa has submitted the lowest responsive, responsible bid of $69,750.00 for construction of the above -named project; and Whereas, funds for this project are available in the Parking Facility Restoration Repair account #T3004 . Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above -named project is hereby awarded to The Prull Group Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer 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. Passed and approved this day of (lr tnhar , 2023 Mayor ED Attest : �� --P )�� �C-�- , City Clerk It was moved by Taylor and seconded by adopted, and upon roll call there were: Ayes: Nays: Approved by G ' City Attorn 's Office (Liz Craig - 09/27/2023) Alter the Resolution be Absent: X Alter X Bergus X Dunn X Harmsen X Taylor X Teague X Thomas 00 52 10 AGREEMENT 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL CITY OF IOWA CITY THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Ts e VVII &vop . -Jf`f6 ("Contractor"). WHEREAS the City has prepared certain Contract Documents dated the 11th day of August 2023, for the 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical ("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 agreement 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 Agreement consists of the Contract Documents, as defined in the Section 00 72 00 General Conditions, 1.1.1, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; pursuant to Section 00 43 05 attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti -Discrimination Requirements) Assurance, if applicable, pursuant to Section 00 45 10, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 00 45 20, attached hereto. The above components are deemed complementary and what is called for by one shall ks binding as if called for by all. ' x • u) ...... J 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 52 00 — 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 SUBCONTRACTORS TYPE WORK APPROXIMATE COSTS 511Ski' S 1"1��� �Nt��h oO,.F �� ec,Ichcc % 000 k Q d Cj rd (.I e(Jr, C C led fi (,A I kood l5 � Z It stv (1 DATED this Z_ r^U day of _ C &,-I , 2023 (The City of Iowa City will date this Contract after all signatures are obtained) Ci, •- Contractor BT. Bv: A -,I Signature of City Official Sign re of Contractor Officer r ur eLCLm up M rr Printed Name f City Official ATTEST: y s C--j? lC Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office jd t `(123 4J(AOVk C U 640)q S Printed Name of Contractor Officer Qr o S e agg e<- Title of Contractor Officer Bv: X-:,- ATTEST: (Con.lpany,'qffiai�I) 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 52 00 — Page 2 of 2 Bond No. 282438C 0061 10 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, The Prull Group, Inc. as Principal (hereinafter the "Contractor" or "Principal") and Westfield Insurance Company , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Oblige (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 Sixty Nine Thousand Seven Hundred Fifty and 00/100 _ _ dollars ($ 69,750.00 ), 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 _ A 3r day of _6c-+oba r Zo Z 3 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Structural repair and protection improvements at the Dubuque Street and Tower Place parking ramps. Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. 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; an'd;bbide 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. 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 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 to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price 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. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — Page 1 of 4 MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: 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(s) (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; 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. 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(s) (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. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — 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. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — Page 3 of 4 PRINCIPAL: SURETY: The Prull Group, Inc. Westfield Insurance Company ,s"'gU zn Printed Name f a e o Contractor Officer S ety Compan m 10c�' SEAL �vpl Signature of Contractor Officer Sig a ure of Atto ne in -Fact Officer "`"° °°""" Sara Huston, Attorney -in -Fact Title of Contracto Officer Printed Name of Attorney -in -Fact Officer Holmes, Murphy and Associates LLC Company Name of Attorney -in -Fact 2727 Grand Prairie Parkway Company Address of Attorney -in -Fact Waukee, IA 50263 City, State, Zip Code of Attorney -in -Fact (515)223-6800 Telephone Number of Attorney -in -Fact ti c_ C'y 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — Page 4 of 4 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 07124123, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 1429262 15 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Centel-, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, DIONE R. YOUNG, SETH ROOKER, SARA HUSTON, KATE ZANDERS, JOHN CORD, GRACE RASMUSSEN, JOINTLY OR SEVERALLY of WAUKEE and State of IA Its true and lawful Attorney (s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship In any penal limit. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE b•IlA-iFlCA9'EE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney (s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and Is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -In -Fact. may be given full power and authority for and In the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such Instruments so executed by any such Attorney -In -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' "Be It Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached" (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 24th day of JULY A.D., 2023 . . 1,111...,...,,,, Corpoim seals a .r�\� Yfi�bC "s `aP�oNni. DNS''', UISp ..., WESTFIELD INSURANCE COMPANY Affixedrj� `'� ns r`or' ,�.'i, WESTFIELD NATIONAL INSURANCE COMPANY �a :�;=�cMAAiiF�E :•� OHIO FARMERS INSURANCE COMPANY `^wn,.»w� nn..ule•`` •.............. State of Ohio By: Gar W. tuer, Nations Suret Leader and County of tvfedi.�a ss.: y m p Senior Executive On this 24th day of JULY A.D., 2023 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal A \ A l Affixed State of Ohio N '+,i�o David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.: `;, 4 �`��. My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) rCOF0 I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio,;afis day of A.D., 2023 r'•�•��, utlgU ,111uuu0,,, .I4.y, C. j C.4 , p.•.,......,,• a C. SEATI . 1La p ��� , N,:, '-'Eju� , m _ "so. ; •e� � � Secrwtar� '', •` .. • a?� ?' *�' Frank A. Carrino, Secretary EIPOAC2 (combined) (03-22) � 00 45 10 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them, and their employees are treated equally without regard to 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. 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. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 00 45 10 — Pages 2 and 3) or other required material must be received and approved by the City. 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. 4 -71 - NU {::... } 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 45 10 — 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 RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their 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? a 1I ewe�-o a�+l V+� k r5 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) �` Q�J cauiv ikl CAS ,V [-kl 40-gJ0a 210 SOO, /}uc SW. Phone Number Street Address Ce6bir- if4irks SZH©w City, State, Zip Code _ sew w I y (i 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 45 10 — 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. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? V �q4 - 000 k Nr- I- a� au�(i�i e Ecti l( aVdl�cn�tl� �el,rv� lip s ,-eN0(otee etc- {'t'15(- h4S i� i 40 , ly� atA EEO aoSt& +d1 voe- b ir'W', The above responses are true and correctly reflect our Equal Employment Opportunity policies. 1AX e.'A I , ,:'n Inc, Busi ess Name IV V Signature ✓'�.C� v�1 Cl� rtt.G n S Print Name M to-7 LI Phone Number PJoj �Gr- )�etr'.qe/- Title Date -,»«w N U1 q 2023 Parking Garages Maintenance & Repair Project — Mechanical and Electrical 00 45 10 — Page 3 of 6 Iowa Policies Hiring and Orientation Policies Disability Accommodation The Prull Group complies with the Americans with Disabilities Act (ADA), the Pregnancy Discrimination Act, and all applicable state and local fair employment practices laws, and is committed to providing equal employment opportunities to qualified individuals with disabilities. Consistent with this commitment, the Company will provide reasonable accommodation to otherwise qualified individuals where appropriate to allow the individual to perform the essential functions of the job, unless doing so would create an undue hardship on the business. The Company must know that you need an accommodation in order to consider appropriate steps. If you require an accommodation because of your disability, it is your responsibility to notify the Company through your Manager. You may be asked to include relevant information such as: • A description of the proposed accommodation. • The reason you need an accommodation. • How the accommodation will help you perform the essential functions of your job. After receiving your request, the Company will engage in an interactive dialogue with you to determine the precise limitations of your disability and explore potential reasonable accommodations that could overcome those limitations. Where appropriate, we may need your permission to obtain additional information from your medical provider. All medical information received by the Company in connection with a request for accommodation will be treated as confidential. The Company encourages you to suggest specific reasonable accommodations that you believe would allow you to perform your job. However, the Company is not required to make the specific accommodation requested by you and may provide an alternative accommodation, to the extent any reasonable accommodation can be made without imposing an undue hardship on the Company. If leave is provided as a reasonable accommodation, such leave may run concurrently with leave under the federal Family and Medical Leave Act and/or any other leave where permitted by state and federal law. The Company will not discriminate or retaliate against associates for requesting an accommodation. EEO Statement and Nonharassment Policy Equal Opportunity Statement The Prull Group is committed to the principles of equal employment. We comply with all federal, state, and local laws providing equal employment opportunities, and all other employment laws and regulations. It is our intent to maintain a work environment that is free of harassment, discrimination, or retaliation because of age, race, color, national origin, ancestry, religion, sex, pregnancy (including childbirth, lactation, and related medical conditions), physical or mental disability, genetic information (including testing and characteristics), veteran status, uniformed servicemember status, or any other status protected by federal, state, or local laws. .J We are all responsible for upholding this policy. You may discuss questions regarding equal employment opportunity with your Manager or a Company Officer. Reporting Discrimination and Harassment C- i 12 If you feel that you have witnessed or have been subjected to any form of discrimination or harassment, immediately notify a Company Officer. We will promptly and thoroughly investigate any claim and take appropriate action where we find a claim has merit. To the extent possible, we will retain the confidentiality of those who report suspected or alleged violations of the harassment policy. Discipline for violation of this policy may include, but is not limited to, reprimand, suspension, demotion, transfer, and discharge. If the Company determines that harassment or discrimination occurred, corrective action will be taken to effectively end the harassment. As necessary, the Company may monitor any incident of harassment or discrimination to assure the inappropriate behavior has stopped. In all cases, the Company will follow up as necessary to ensure that no individual is retaliated against for making a complaint or cooperating with an investigation. Religious Accommodation The Prull Group is dedicated to treating its associates equally and with respect and recognizes the diversity of their religious beliefs. All associates may request an accommodation when their religious beliefs cause a deviation from the Company dress code or the individual's schedule, basic job duties, or other aspects of employment. The Company will consider the request, but reserves the right to offer its own accommodation to the extent permitted by law. Some, but not all, of the factors that will be considered are cost, the effect that an accommodation will have on current established policies, and the burden on operations — including other associates — when determining a reasonable accommodation. At no time will the Company question the validity of a person's belief. Wage and Hour Policies Meal and Rest Periods The Prull Group strives to provide a safe and healthy work environment and complies with all federal and state regulations regarding meal and rest periods. Check with your Manager regarding procedures and schedules for rest and meal breaks. The Company requests that associates accurately observe and record meal and rest periods. If you know in advance that you may not be able to take your scheduled break or meal period, let your Manager know. Overtime If you are nonexempt, you may qualify for overtime pay. All overtime must be approved in advance, in writing, by your Project Manager. You must request overtime authorization prior to working overtime. At certain times The Prull Group may require you to work overtime. We will attempt to give as much notice as possible in this instance. However, advance notice may not always be possible. Failure to work overtime when requested or working unauthorized overtime may result in discipline. Pay Period At The Prull Group, the standard pay period is weekly for all associates. Generally, pay dates are Friday. Special provisions may be required from time to time if holidays fall on pay dates. Check with your Manager if this type of date arises. Review your paycheck for accuracy. If you find an issue, report it to Chad immediately. Z t`7 N - U1 13 �� 00 45 20 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services, or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. Il. 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); C. Remedial action has been taken to prevent a recurrence of the acts giving rise tithe disqualification or default; or =- i d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries CtQemed necessary, request additional documentation if warranted and determine whether a reduction t 'the ineligibility period or waiver is warranted. Should the City Manager or Designee determhe that-h 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. 2023 Parking Garages Maintenance and Repair Project 00 45 20 — Page 1 of 2 WAGE THEFT AFFIDAVIT I, •)Aa'''t Ct otom Ok-.- P"a Gl, certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: am the [position] of 1- �t 04y II GyvooQ fWC ["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 "TT4Nt VfV t� � (go p , .1U L, ["contracting entity"] nor any person or entity with an ownership interest of more th'ari 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 2023 Parking Garages Maintenance and Repair Project 00 45 20 — Page 2 of 2 00 42 10 PROPOSAL 2023 PARKING GARAGES MAINTENANCE AND REPAIR PROJECT MECHANICAL AND ELECTRICAL CITY OF IOWA CITY BIDDERS PLEASE NOTE: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITH THIS DOCUMENT. 2. 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: TN C f I mul Address of Bidder: 2 �(�Jt/� C���r (2CciC�S. �/7 5j �,�U�� BIDS RECEIVED BEFORE: 3:00 P.M. local time on September 26, 2023. TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete 2023 Parking Garages Maintenance and Repair Project — Mechanical and Electrical strict accordan�ce ith th9-project MA.ni al and the Drawings dated August 11, 2023 including Addenda numbered / , wand /, inclusive, prepared by Shive- Hattery, Inc. and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID: ��xkv-iJine. Iftus(kP,Sc Dollars ($ ��"1 . �� 00 /' = 2023 Parking Garages Maintenance & Repair Project - Mechanical and Electrical 00 42 10 - Page 1 of 4 BID ITEM DESCRIPTION UNITS ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1. Mechanical LS 1 40,1st 2. Electrical LS 1 3. Mobilization LS 1 2 �(�� 00 0 TOTAL EXTENDED AMOUNT (Base Bid) _ $ 6'l, N 5 o The Bidder may submit computer -generated unit price table. µ,. y Ul 2023 Parking Garages Maintenance & Repair Project - Mechanical and Electrical 00 42 10 - Page 2 of 4 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: NAME OF SUBCONTRACTORS TYPE OF WORK APPROXIMATE COSTS �QC' lec- ( G 17 � �qq C C-) qK NOTE: All subcontractors are subject to approval by City of Iowa City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. 2023 Parking Garages Maintenance & Repair Project - Mechanical and Electrical 00 42 10 - Page 3 of 4 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. �\ G 4 oven idder's Na e //A / Signature 4Ack�n C,V M 6 &� Printed Name Mq �A Title Street Address C.TI t City, St te, Zip Code t� Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2023 Parking Garages Maintenance & Repair Project - Mechanical and Electrical 00 42 10 - Page 4 of 4 00 43 05 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 if your company is authorized, please review the Worksheet: Authorization to Transact Business). dyes ❑ No My company has an office to transact business in Iowa. res ❑ 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. es ❑ 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 7 nn� Part B Dates: 0 0 to V f t_' Cvl Address: `�� �Q � /file • C wi (mnt/dd/yyyy) City, State, Zip Code: Leda ✓ �q p s . 1 s 2 y0l1 Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. 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? ❑ YR ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home st,4 oiioreM country and the appropriate legal citation. - Cdl ,_,.� You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: O(D7J ZQ Z/ 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 43 05 — 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. Vyes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes 9(-No My business is a sole proprietorship, and I am an Iowa resident for Iowa income tax purposes. ❑ Yes VNo 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. "s ❑ 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 �/ o 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 lo My business is a limited liability partnership which has filed a statement of qualification in this v state and the statement has not been canceled. ❑ Yes Npo 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 �lo 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 (4No 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 4—w My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes4�IClo My business is a limited liability company whose certificate of organization is filed in a state lN6 other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. w ca • Ut { 4 LrJ 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 43 05 — Page 2 of 2 ENGINEER'S REPORT January 14, 2025 _I t 1 CITY OF IOW1 CITY UNESCO CITY OF LITERATURE 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX ►WW.1cgov.org City Clerk Iowa City, Iowa Re: 2023 City of Iowa City Parking Garages Maintenance and Repair Mechanical Project Dear City Clerk: I hereby certify that the 2023 City of Iowa City Parking Garages Maintenance and Repair Mechanical Project has been completed by The Prull Group, Inc. of Cedar Rapids, Iowa, in substantial accordance with the plans and specifications prepared by Shive Hattery. The project was bid as a unit price contract and the final contract price is $74,675.10 There was a total of two (2) change or extra work orders for the project: 1. Electrical power feeds to new exhaust fans $486.63 2. Pressure control systems $4,438.47 Total $4,925.10 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, j� �0_ Jason Havel, PE City Engineer Prepared by: Ethan Yoder, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 Resolution No. 25-22 Resolution accepting the work for the 2023 City of Iowa City Parking Garages Maintenance and Repair Mechanical Project Whereas, the Engineering Division has recommended that the work for construction of the 2023 City of Iowa city Parking Garages Maintenance and Repair Project, as included in a contract between the City of Iowa City and The Prull Group Inc. of Cedar Rapids, Iowa, dated October 23, 2023, 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 Parking Facility Restoration Repair account #T3004; and Whereas, the final contract price is $74,675.10. 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 20 25 Mayor Attest:' lcc:C. City dlerk It was moved by MOe and seconded by adopted, and upon roll call there were: Nays: Approved by . 1-z17- -, City Attor y's Office (Eric Bigley — 01 /16/2025) Salih the Resolution be Absent: Alter Bergus Vacant Harmsen Moe Salih Teague Bond No. 282438C 0061 10 PERFORMANCE, PAYMENT, AND MAINTMAMIE436461 2023 PARKING GARAGES MAINTENANCE AND REPAIR- PROJECT MECHANICAL AND ELECTRICAL -. CITY OF IOWA CITY - KNOW ALL BY THESE PRESENTS: That we, The Prull Group, Inc. as Principal ........ ......... ............. ................... (hereinafter the "Contractor" or "Principal") and Westfield Insurance Company as Surety are held and firmly bound unto City of Iowa City, Iowa, as Oblige (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 Sixty Nine Thousand Seven Hundred Fifty and 00/100 dollars ( 69.750.00 ), 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 Ik day of m.OUrt?,................................... ?v "Zwwwwwww, (hereinafter the _._ "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Structural repair and protection improvements at the Dubuque Street and Tower Place parking ramps. Stair tower HVAC improvements and associated electrical equipment at the Tower Place, Chauncey Swan, and Court Street parking ramps. Infrared scanning of electrical equipment at the Harrison Street parking ramp. 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 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 to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price 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. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — Page 1 of 4 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: a.1 Pr e an!y and all defects that may develop in or result from work to be performed under the dnYbct Withj6 the period of one year(s) (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 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(s) (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. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — 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. 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — Page 3 of 4 PRINCIPAL: SURETY, The Prull Group, Inc. Westfield Insurance Company Printed Name of Contractor Officer C....__._ .._. _... M-Et BY BY _ ..._ Ignature of Contractor Officer Signature of At1ornffacer 446w10010 M.a vt Gt— Sara Huston, Attorney -in -Fact Title of Contracto Officer Printed Name of Attorney -in -Fact Officer Holmes, Murphy and Associates LLC Company Name of Attorney -in -Fact 2727 Grand Prairie Parkway Company Address of Attorney -in -Fact Waukee, IA 50263 City, State, Zip Code of Attorney -in -Fact (515)223-6800 Telephone Number of Attorney -in -Fact 2023 Parking Garages Maintenance and Repair Project - Mechanical and Electrical 00 61 10 — Page 4 of 4 THIS POWER OF ATTORNEY SUPERCEDE, Y PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 07124123, N-OR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney POWER NO. 1429262 15 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All ;Meru by These Presents, That WESTFIELD, INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, torpor tIons;,.°hdreinal er" referred to individually as a 'Company' and collectively as 'Companies,' duly organized and existing under, the laws of the State ci�,O)lo,',ap 9 hying Its principal office in We tPle(d Center, Medina County, Oft, do by these presents make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, DIONE R. YOUNG, SETH ROOKER, SARA HUSTON, KATE ZANDERS, JOHN CORD, GRACE RASMUSSEN, JOINTLY OR SEVERALLY of WAUKEE and State of IA its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-i n- Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)•In-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached" (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 241h day of JULY A.D., 2023 . Corporate r^°".aw�, , , r+ ... as ,�,rw a+raorrdar,,. Seals","t.k0 WCiNFt" 1ji WESTFIELD INSURANCE COMPANY Affixes r+► c: 4 •., WESTFIELD NATIONAL INSURANCE COMPANY "+" OHIO FARMERS INSURANCE COMPANY El L T�, 't SEAL +"wa�� tic ci -•.� 184 •�"' ,,d_ . °wawrv«ua�a+r- r rrwr au*aawvav,ww�Maaaa.aawaa'w�'" State of Ohio By: 1 Count11 of Medina ss.: Gary W.tumper, Nations Surety Leader and Senior Executive On this 24th day of JULY A.D., 2023 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial r"kk Seal A I- "" Affixed41gi,r"` i State of Ohio, " David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.:My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) r E, t:Mt^ I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of A.D., 2023 . .01 „ r"N , EA '- ter, s"rwr„aaa awa Mw�Wzrt\w�M1� C�a�lip► ' Secrstary " `'• , ""'w Frank A. Carrino, Secretary BPOAC2 (combined) (03-22)