Loading...
HomeMy WebLinkAboutBUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECT BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECT S/20 17 Building Automation Upgrades and Improvement Projects 2017 6-Nov-2017 Plans, Specs, proposal and contract SEE BIG ROLLED PLANS 6-Nov-2017 Res 17-339, setting a public hearing 13-Nov-2017 Notice of Public Hearing 21-Nov-2017 Res 17-349, approving plans, specs, form of agreement and estimate of cost. 22-Nov-2017 Notice to Bidders 19-Dec-2017 Res 17-369,fixing new time and place for receipt of bids, notice to Bidders 20-Dec-2017 Notice to Bidders 06-Feb-2018 Res 18-28 rejecting bids NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECTS 2017 IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA - - •• CITY, IOWA, AND TO OTHER INTERESTED y PERSONS: J Public notice is hereby given that the City 1c3 Council of the City of Iowa City, Iowa, will conduct cfu L. a public hearing on plans, specifications, form of > contract and estimated cost for the construction of ;' .�.— J the City of Iowa City Building Automation Upgrades and Improvement Projects 2017 in said City at 7 p.m. on the 21st day of November, 2017, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided by law. KELLIE K. FRUEHLING, CITY CLERK S:U2EC\Government Buildings and Facilities Management\Projects\Building Automation Controls BAS for City Buildings'Frontends\nph for BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECTS 2017 set on 11 06 2017 for 11 21 2017.doc 10/17 aft © `+J rim � at .�y NPH-1 NOTICE TO BIDDERS ROBERT A. LEE RECREATION CENTER REMODELING PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 14th day of December, 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 19th day of December, 2017, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Thursday, November 30, 2017 in City Hall in the Helling Lobby Conference Room located at 410 East Washington Street, Iowa City, Iowa. The Project will involve the following: The project consists of modifications and upgrades to temperature controls systems at three buildings for the City of Iowa City: City Hall, Robert A. Lee Recreation Center and Mercer Aquatic Center/Scanlon Gymnasium for the purpose of integrating existing HVAC systems into the City's existing Building Automation System. The contractor will be responsible for all associated mechanical, structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all - materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1)year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Robert A. Lee Recreation Center and Mercer Aquatic Center, Start Date: January 15, 2018, Substantial Completion date June 15, 2018 and final completion date is July 13, 2018. City Hall, Start Date July 14, 2018, Substantial completion date December 14, 2018 and Final Completion Date, January 11, 2019. Liquidated Damages: $250.00/day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll-Free 800-779- 0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $ .00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that ft City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority aoQiatract. , can obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa D?3'a4ine of Traportation Contracts Office at(515)239-1422. n—C 1 Bidders shall list on the Form of Proposal the names of persons, firms, companies or other p h w wham the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amou gl The Contractor awarded the contract shall submit a list on the Form of Agreement of the propO subcontra , together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coajproduced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. KELLIE K. FRUEHLING, CITY CLERK S:\REC\Government Buildings and Facilities Management\Projects\Building Automation Controls BAS for City Buildings\Frontends\Notice to bidders for BUILDING AUTOMATION UPGRADES AND IMPROVMENT PROJECT 2017-bid December 2017.don NTB-1 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal n g rn a NB-1 r'W1III� � r rf�i�i ;.-151111104 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECTS 2017 IOWA CITY, IOWA November 6, 2016 FORM OF PROPOSAL CITY OF IOWA CITY rI . E .: BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PRO C ' 2017 2017 NOY -6 2: L Name of Bidder: CIT Cl .ER 10W4 ITY. 101V Address of Bidder: BIDS RECEIVED BEFORE: 3:00 p.m. local time on December 14, 2017 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, alaupervision, coordination, and all related incidentals necessary to perform the work to complertECITYZW IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECT 7Estricm accordance with the Project Manual and the Drawings dated November 6, 2017, mckidinrAddemels numbered and , inclusive, prepared by Neumann Monson #ytects an to do all work at the prices set forth herein. �Grn _1:7 M We further propose to do all "Extra Work"which may be required to complete the v3 k cnntem t ted, at unit prices or lump sums to be agreed upon in writing prior to starting such work. BASE BID: Dollars ($ ) The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents FP-1 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. 71 In submitting ffiis Proposal, the undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and the project is divided into two phases of completion: Robert A. Lee Recreation Center and Mercer Aquatic Center, Start Date: January 15, 2018, substantial completion date June 15, 2018 and the final completion date is July 13, 2018; City Hall, the start date is July 14, 2018, Substantial completion date December 14, 2018 and final completion date is January 11, 2019. Firm: Signature: rw: Printed Name: • • ...71 c Title: Address: • Phone: Contact: [1i C7 FP-2 BID BOND as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all otherspects perform the Project, as agreed to by the City's acceptance of said id, then this obligation shall be void. Otherwise this obligation shall remain in fullrce ali effe provided that the liability of the Surety for any and all claims hereunder shall, in fir(verilexcrek. the amount of the obligation stated herein. —in `<rr1 M By virtue of statutory authority, the full amount of this bid bond shall be forfeited.talhe.QwneED the event that the Principal fails to execute the contract and provide the bond, as provipd in the Project specifications or as required by law. ,r) The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 2017. (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney Bidder Status Form To be completed by all bidders Part A Please answer"Yes" or"No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ 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 nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: CO c7 Dates: / / to / / Address: Y'j ...n. City, State, Zip: .:.}ram :1 -o rn Dates: / / to / / Address: c,N Z You may attach additional sheet(s) if needed. City, State, Zip: y,. .z, To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 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: i ' Signature: ` Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 02-14 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 a withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No c My business is a limited liability partnership which has filed a statement of qualification in this "" state and the statement has not been canceled. t. ❑ Yes ❑ No t. 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. 13' .,y i m Cz' 309-600102-14 BSF-2 of 2 SECTION 00 0105 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or •%Q"OFFS/o��,,, under my direct personal supervision and that I am a duly licensed •• . Professional gineer un er the laws of the State of Iowa. itj.••• ••0y Signature: Date: 11/06/2017 :32 w• HUISMAN :m ' Name: Ti thy . Fchr, f.�E. i tv+(l L• �Ub,'1►ca� 19258 :mn1 I • Iowa License Number: t2&7-7• 1 9 o58- ��'�, •• ••• • `� My license renewal date is December 31, 201$ / , OWA */ 0` Pages, Sheets, or Divisions covered by this seal: All END OF SECTION 1 = n ..page -~tom Q► j"e o = rn City of IC Building Automation Upgrades& Improvements Projects 2017 CERTIFICATION PAGE Project No. 1164630 00 0105-1 SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE PAGE CERTIFICATIONS SPECIFICATIONS TABLE OF CONTENTS TC-1 NOTICE OF PUBLIC HEARING NPH-1 NOTICE TO BIDDERS NTB-1 NOTE TO BIDDERS NB-1 INSTRUCTION TO BIDDERS IB-1 thru pg.7 FORM OF PROPOSAL FP-1 BID BOND BB-1 FORM OF AGREEMENT AG-1 PERFORMANCE AND PAYMENT BOND PB-1 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 thru pg.8 WAGE THEFT WT-1 thru pg.2 GENERAL CONDITIONS GC-1 SUPPLEMENTARY CONDITIONS SC-1 thru pg.17 BIDDER STATUS FORM (2 PAGES) BSF-1 ATTACHMENTS: FORM OF PROPOSAL BID BOND E 1' BIDDER STATUS FORM � '� ATTACHMENT: PLANS r� rn TC-1 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding 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 le 11 equipment or labor for a portion of the work. >0-+ --.. ARTICLE 2— BIDDER'S REPRESENTATIONS Lin rn rn 2.1 The bidder by making a bid represents that the bidder has read and uniiqRianefc,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. IB-1 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3- BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of Office of Techniqraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354-8973 Toll-Free 800-779-0093 by bona fide bidders, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the :bidding documents in good condition within 15 days after receipt of bids. A bidder rreceiving a contract award may retain the bidding documents, and his deposit will L a- refunded. Successful sub-bidders, including material suppliers, may retain their `1' ddjng documents, and their deposit will be refunded if the Architect receives --M- written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither Q 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 4, 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 rr 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. IB-2 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. Refer to Shive Hattery's Specification Section 00 2115.1 Material, Product or Equipment Substitution Request for substitution requirements. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. 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 within the back cover of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. 6-- c) ;mg.. C. Where so indicated by the makeup of the bid form, sums shall bemiresdin both words and numerals, and in case of discrepancy between tiQfV6o, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the sig e of je 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. IB-3 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. aeritrity W J te nch bid shall be accompanied by a bid security in the amount of ten percent (10 >46) of the base bid and in the form of surety bond pledging that the bidder will enter • l.L. o c=iito a contract with the Owner on the items stated in his bid and will, if requested, �c r.. furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. B. Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Bidder Status Form A. Bidder Status form shall be submitted with the bid, in a separate envelope. 4.4 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as (T ;. instructed in Section NB — Note to Bidders. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified et' with the project name, the bidder's name and address, and the envelope's c contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 3:00 p.m. on Thursday December 14, 2017. IB-4 C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened pull#' a ill b read aloud. :� (--)-< 0-1 r 5.2 Rejection of Bids -<r--- rn rn A. The Owner will have the right to reject any or all bids, and to rej . bid;rlot accompanied by the required bid security or by another data required bathe bidding documents, or to reject a bid which is in any way incomplete or(rt:egular. 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. IB-5 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.- N-1111 bidder shall, within seven (7) days of notification of selection for the award of a c tract for the work, submit the following information to the Architect: �n r A designation of the work to be performed by the bidder with the bidder's own forces. �.c, The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 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. D. 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. IB-6 B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE-BID CONFERENCE 8.1 Conference .6 w I A. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on' Thursday, November 30, 2017 in Emma J. Harvat Hall (Council Chambers), located at 410 East Washington Street, Iowa City, Iowa. 8.2 Parking A. Metered parking available neighboring City Hall, and prepay parking available is in Chauncey Swan Ramp at 460 East Washington Street. ea O -=a Wit? m �� CFN r 3 m 0 S:\REC\Government Buildings and Facilities Management\Projects Building Automation Controls BAS for City Buildings\Frontends\IB-Instructions to Bidders-BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECTS 2017-bid Dec 14 2017.doc IB-7 FORM OF PROPOSAL CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECTS 2017 BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 p.m. local time on December 14, 2017 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 CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECTS 2017 in strict accordance with the Project Manual and the Drawings dated November 6, 2017, including Addenda numbered and , inclusive, prepared by Neumann Monson Architects 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: c) o ..,I --f t7 _r Dollars ($ c:�' ) n, The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. FP-1 of 3 NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. ace The undtrsignesi,-bidder states that this proposal is made in conformity with the Contract Documents en agrees that;:in the event of any discrepancies or differences between any conditions of this proposal theEonttact Documents prepared by the City of Iowa City, the more specific shall prevail. 4Lubnitfting Proposal, the undersigned agrees that the Bid will not be withdrawn for a period of Fi Pi ty (*cc secutive calendar days following the date of the Bid Opening. Further, that if a Notice to oceed'9r 41 repared Agreement provided by the Owner is received at the business address identified below vVithin the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptatce of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and the project is divided into two phases of completion: Robert A. Lee Recreation Center and Mercer Aquatic Center, Start Date: January 15, 2018, substantial completion date June 15, 2018 and the final completion date is July 13, 2018; City Hall, the start date is July 14, 2018, Substantial completion date December 14, 2018 and final completion date is January 11, 2019. Firm: Signature: Printed Name: Title: Address: Phone: AD E? rn G Contact: -a. FP-2 of 3 BID BOND , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for ` - . • Project. _ y 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 bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 2017. up _•c-a I &al) Witness Principal ' rn ) By c�� le sem. Of (Seal) Surety ND By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 of 1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS, the City has prepared certain Plans, Specifications, Proposal and Contract dated the 6th of November, for the CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECTS 2017 ("Project"), and i WHEREAS, Contractor submitted a bid on the Project described in said Plans, v1 Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers , attached hereto; b. "General Conditions of the Contract for Construction"AIA DOC A201-2007, as amended; c. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached Leto; g. Contractor's Completed Assurance of Contract Compligr4 Pram" ti- Discrimination Requirements), attached hereto; rj'n"' h. Completed Form of Proposal; and © • `r This Instrument. c.s AG-1 of 2 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. co 4* T.13e Project base bid submitted by form of proposal is in the amount of: and no/100 Dollars ($ .00). UJ J 3A Alternates included as part of this agreement. I_bis project is divided into two phases: C:) N a. Robert A. Lee Recreation Center and Mercer Aquatic Center, Start Date: January 15, 2018, Substantial Completion date June 15, 2018 and Final Completion Date is July 13, 2018. b. City Hall, Start Date July 14, 2018, Substantial completion date December 14, 2018 and Final Completion Date, January 11, 2019. 7. CONTRACT DATE 19th day of December 2017. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER XX- XXX]. City Contractor (Signature) (Signature) (Printed name) (Printed name) Mayor (Company Official Title) ATTEST: ATTEST: (Printed name) (Printed name) C : . City Clerk + — (Company Official Title) CO • rn Approved By: City Attorney's Office AG-2 of 2 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as oblige, ijj hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor, # and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for the CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECTS 2017; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Shive-Hattery, Inc., which Agreement is by reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: _ Q 1. Complete the Project in accordance with the terms and bnditions of the 1-1 Agreement, or .c c7-C 2. Obtain a bid or bids for submission to Owner for completwopheclkojecrill accordance with the terms and conditions of the Agret; id determination by Owner and Surety of the lowest responsibly biddZ, arri .c- for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under PB-1 of 2 this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under c0 „the Agreement, together with any addenda and/or amendments thereto, less 0 ;;die amount properly paid by Owner to Contractor. LLi c`fhe. itractor and Contractor's Surety shall be obligated to keep the improvements I L0 {J' covered by this bond in good repair for a period of one(1)years from the date of formal IL C6cc t nce of the improvements by the Owner. D. No right-of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF , 2017. IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) • Witness (Title) rvrn Cr^ (Street) (City, State, Zip) (Phone) PB-2 of 2 Contract Compliance Program ,,„ c) •.+.. i� G1 r z- c,i SECTION I-GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000or more (or less) i f required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance(located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "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 o M r • .- 0 CC-1 of 8 co • bC- SECTION II-ASSURANCE OF COMPLIANCE TrU.tillowifry sef6;f9rfh the minimum requirements of a satisfactory Equal Employment Opportunity Progr pm wth Wiq be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SEION TO THE:CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CANTRA 1 • }`= With respa to the-performance of this contract, the contractor, consultant or vendor agrees as follows: (For the p615oses of these minimum requirements, "contractor"• shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor; state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C.§ 1608 et 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 Address >- - 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by 1 federal and state law for the duration of the contract. NOTE: The City can provide assistance in rr obtaining the necessary posters. 0 CC-2 of 8 6. How does your business currently inform applicants, employees, and recruitment sources (including unions)that you are an Equal Employment Opportunity employer? The above responses to Questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date ry -;a Wit? �o m CC-3 of 8 SECTION III-SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY D er ine your Company's policy regarding equal employment opportunities. Document the policy and po- it in a (Lmspicuous place so that it is known to all your employees. Furthermore, disseminate the po q'to all potential"sources of employees and to your subcontractors asking their cooperation. The policy stent s4fbuleeognize and accept your responsibility to provide equal employment opportunity in all yocrrernplo enstpractices. In regard to dissemination of this policy, this can be done, for example, through thike of l Uer5 to all recruitment sources and subcontractors, personal contacts, employee meetings, web page pestings;employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself"Is this information necessary to judge an applicant's ability to perform the job «+ applied for?" Only use job-related tests which do not adversely affect any particular ('ri v- 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 c- judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 of 8 � r Ascanalir 4 CITY OF IOWA CITY Vr"1""' Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. t7CD CD r�iy ,1!�4 ,qIC e�Alr -4 C) a^ CC-5 of 8 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY > .. To lJ mp reel aQfi L C_)1:: 001.110/10 Corn '' Ti �at,y and:ats employees shall not discriminate against any employee or applicant for empym qt.based;on his or her age, national origin, color, creed, disability, gender identity, marital sts, race, religion, sex, or sexual orientation. The anti-discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities foremployment. The Equal EmploymentOpportunity Officerfor is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. U 4: rr F `V rn � (.1 CC-6 of 8 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of healh and human services, that a person with a condition related to acquired immune.deficier syndrome poses a significant risk of transmission of the human immunodeflclei:cy" us tom other persons in a specific occupation. "'+ "` ....... 1 i-C, F. The following are exempted from the provisions of this section: C,.7 -0 M 1. Any bona fide religious institution or its educational facility, association:or�r _ 0 corporation or society with respect to any qualifications for employment bad on religion when such qualifications are related Inc.to a bona fide religious pu[jse. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) CC-7 of 8 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7- 1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such err, ployment. • CD 47 T#te employment of individuals to render personal service to the person W • 4i 0f the employer or members of the employer's family. (Ord. 94-3647, 11- 'O 9 994) 5 employment on the basis of sex in those certain instances where sex is a bona `fide occupational qualification reasonably necessary to the normal operation of a �— particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12- 16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16- 2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312, 8-11-2008) c.-, • ♦ 17- C) ` x- \A/T_Q of 7 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity)who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last. conviction, entry of plea, administrative finding or admission of guilt. (Hereinafter"Wage Theft Policy")---tai '- Application. The Wage Theft Policy applies to the following: n.1 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 risegn the disqualification or default; .z or d. Other factors that the person or entity believes are relevant. rca i The City Manager or Designee shall review the documentation submitted, make any tn , 'iesem necessary, request additional documentation if warranted and determine whether a r tuction�n the ineligibility period or waiver is warranted. Should the City Manager or Designee determine tha 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. WT-1 of 2 WAGE THEFT AFFIDAVIT STATE OF SS: c�G COUNTY r::a L T upon being duly sworn, state as follows: C- r- I ;s-C' Ian tf [position] of "" [ ontractrng entity"] and have the authority to execute this affidavit on behalf of said contracting qatity and any person or entity with an ownership interest in said contracting entity of more than 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on , 2017. Notary Public in and for the State of 4' ler t:. C \A/T_') of GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. N C� V ri � G) GC-1 CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY PART 1 - GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as 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. Add the following paragraph 1.1.1.1 Contract Documents to read as follows: 1.1.1.1 Any reference within the Contract Documents of the Agreement between Owner and Contractor should be substituted with of the Form of Agreement between Owner and Contractor (hereinafter the Agreement). The Form of Agreement is listed as AG in the project manual. B. Change paragraph 1.1.3 to read as follows: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials required by which-any part of the Contract Documents require him-frovide. C. Add the following paragraph 1.2.4: c-) 1.2.4 Sections of Division 1 - General Requirements, govern t� eC6fion ill sections of the specifications. --4 c-) !-•.. 1.3 ARTICLE 2 -OWNER =gym rn A. Change paragraph 2.4 to read as follows: "> 100 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 receipt of 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 • the SUPPLEMENTARY CONDITIONS DOCUMENT SC-1 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. are both subject to prior approval of the Architect. 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 cry A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before . "' ostarting 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 w ,---"- Section 2.2.3, shall take field measurements of any existing conditions related to that portion of ijthe Work, and shall observe any conditions at the site affecting it. These obligations are for the I--.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 knowing it involves involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume appropriate responsibility for such performance and shall bear an appropriate amount of 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. 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, materialmen 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 rr- 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 --r; this individual. 'D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the SUPPLEMENTARY CONDITIONS DOCUMENT SC-2 Contractor. E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 01 60 00-Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor: .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent;and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .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, except for those inherent . 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`sprh iti-6rmatiti for said certificates shall be submitted to the City/Owner together in one sdb rijissf t. 0.11114111. H. Change paragraph 3.7.2 to read as follows: --{n ° l" 3.7.2 The Contractor shall comply perform the Work in compliance vtHn and givErnices required by applicable laws, statutes, ordinances, codes, rules, regulatidnd ivful rs 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 appropriato responsibility for such Work and shall bear the costs attributable to SUPPLEMENTARY CONDITIONS DOCUMENT SC-3 the correction and expenses of correcting or replacing such Work. J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no,event later than the next business day 21 days after first observance of the conditions. •• Th • Crchitect will promptly investigate such conditions and, if the Architect determines that they c1ffer:materially and cause an increase or decrease in the Contractor's costs of or time required c_ fbr'performance of any part of the work, will recommend an equitable adjustment in the Contract i -or Contract Time, or both. If the Architect determines that the conditions at the site are not i raterially different from those indicated in the Contract Documents and that no change in the c 7 tbmis:of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in � - vvriting, stating the reasons. If either party disputes the Architect's determination or recommendation, that party pay proceed as provided in Article 15. 0-4 J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and one copy of 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. K. 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. L. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself}, but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a SUPPLEMENTARY CONDITIONS DOCUMENT SC-4 Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. N. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4 -ARCHITECT A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner, Contractor 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. 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. ., ca D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: fly,, 4.2.5 Based on the Architect's observations and evaluations of the Ccirttrector Appli ns for Payment, the Architect will review and certify recommend to the Oiiui thVmour#C..due the Contractor and will issue Certificates for Payment in such amounts. ,.� r IC2- •"-r'1 [ � 'L7 4.2.6 The Architect has authority to reject Work which does not canforxn to-the • ract Documents. Whenever the Architect considers it necessary or advisable for implements ion of the intent of the Contract Documents, the Architect will have authority to recmend 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, SUPPLEMENTARY CONDITIONS DOCUMENT SC-5 Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties, an exhibit to be incorporated in the Contract Documents. 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decidc matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be co .4.madein writing within any time limits agreed upon or otherwise with reasonable promptness. If ono,agreement is made concerning the time within which recommendations required of Q -thOlrehitect shall be furnished in compliance with this Paragraph 4.2, then the Architect W o6.shall furnish such recommendations within such reasonable time after the request is `nmad that allow sufficient time in the professional judgment of the Architect for review. .21"t2 Interpretations and recommendations decisions of the Architect will be consistent with the'•intent of and reasonably inferable from the Contract Documents and will be in writing or in Mhe form of drawings. When making such interpretations and recommendations decisions, the r'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 decisions 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 ri Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub-subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors SUPPLEMENTARY CONDITIONS DOCUMENT SC-6 for any breach of said warranties. 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor 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(15%) of the cost. .4 For each Subcontractor, for Work performed by his the Sub-subcontractors, five percent(5%) of the amount due the Sub-subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over$200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 -TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear aliosts for overtime and all additional expense which may arise in order to aChleyewbstantial Completion within the Contract Time. ` -' " ' B. Add paragraph 8.2.4 to read as follows: —IC, rn r•,. 8.2.4 If, upon the recommendation of the Architect, it becomes necessWat ties g construction for the Owner to accelerate the work, each Contractor-bn st7ontr when ordered and directed by the Owner, shall cease work at any point afd shall truer SUPPLEMENTARY CONDITIONS DOCUMENT SC-7 his-menits workers to such points and execute such portion of his-its work as may be required to enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unusual delay in deliveries, unavoidable casualties or other causes beyond the Contractor's control, or by delay authorized by the Owner pending arbitration, or by other causes which the Architect determines may justify 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 CO such delay. D`"- aelpte paragraph 8.3.3 in its entirety. . LIA, E.c- Acd'paragraph 8.4 LIQUIDATED DAMAGES to read as follows: $ii ce the actual monetary value of damages sustained by the Owner as a result of e . ,�. delayed completion of the Work is extremely difficult or impractical to assess, the Owner S and.Contractor agree as follows: 1. Upon failure of the Contractor to achieve "Substantial Completion"of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion"is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors'failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION SUPPLEMENTARY CONDITIONS DOCUMENT SC-8 A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this 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. Payment in the manner and within the-time-p-r-Gvideel-i-Fl-the-Co-n-trast-Docruments-r and shall so notify the Architect. E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. Documents shall commence on the date of Substantial Completion of the Work, designated F. Add paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract,final paymen he retainage due the Contractor will be made not earlier than 31 "dip fr& thb final acceptance of the work by the Owner, subject to the conditions ancllOrgccondancgraith the provisions of Chapter 573 of the Code of Iowa (2009), as amended =.. " G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: SUPPLEMENTARY CONDITIONS DOCUMENT SC-9 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner co reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. thd paragraph 10.2.9: Li,„I 1oig.:.9 When required by law or for the safety of the Work, the Contractor shall shore up, b:Cace, 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 r- parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. Change paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence or claims 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC-10 responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury&Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury&Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Employer's Liability .ay Each Accident $500,000 -• Each Employee =4 t ,�+ Policy Limit $500,000 -0 LIJ Professional Liability(if applicable) $1,000,000 $1,000,000 OJ Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, independent Contractors, Personal&Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non-owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: Tthe 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. SUPPLEMENTARY CONDITIONS DOCUMENT SC-11 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto. 11.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's • and, furthermore, shall not be contributing with any other insurance or similar protection (,','-; available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with respect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall .. .: t.:� I also state that the Governmental Immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. L4— `=The Contractor shall require any of its agents and subcontractors who perform work land/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 c 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 rr 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the SUPPLEMENTARY CONDITIONS DOCUMENT SC-12 event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: .. C7 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 Appligation for Payment recommended by OWNER; Ci V .5 allow for partial utilization of the Work by OWNER; '� CZ) n. . .. .: .6 include testing and startup;and c") crtI' :•Cr" .7 be maintained in effect until final payment is made. CDC Z .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences SUPPLEMENTARY CONDITIONS DOCUMENT SC-13 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3,3 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 ,. ingurance has been issued and will contain waiver provisions. i c- "' 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. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of(a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default SUPPLEMENTARY CONDITIONS DOCUMENT SC-14 or defaults or perform the work. .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or(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 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 or sent by registered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architectabd Owner timely notice of when and where tests and inspections are to be made 5si>the Aritect and Owner may observe such procedures. The Owner shall bear costs of 1):te , irisgectio?l "pr approvals that do not become requirements until after bids are recer4i9or "negotiati=s concluded and 2) tests, inspections or approvals where building codes o `pplicckile Iar br regulations prohibit the Owner from delegating their cost to the Contractor- Co ies ' fll reports, data and other documents related to tests, inspections and-:a�i ova s salt 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 SUPPLEMENTARY CONDITIONS DOCUMENT SC-15 state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordllnance Lid 9ctld t[1..14(lowing Section 13.9: kr3.9(-Me Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI 4ISO IMiNATION REQUIREMENTS) for all contracts of$25,000 or more, the Contractor shall L faibid (!the requirements of the City's Contract Compliance Program, which is included with .� Giese Sizicifications beginning on page CC-I. 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. unless submitted in a timely manner 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as SUPPLEMENTARY CONDITIONS DOCUMENT SC-16 otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. LU C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. —t . D. Delete Section 15.3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. +' c+ 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. END OF DOCUMENT 00800 CJ V --4 C) C71 I x 3 0 w SUPPLEMENTARY CONDITIONS DOCUMENT SC-17 Bidder Status Form To be completed by all bidders Part A Please answer"Yes" or"No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ 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 nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are resid ts? %-�--' Yes p No 3. If you answered "Yes"to question 2, identify each preference offered by your company's hometit or breig r ntry and the appropriate legal citation. 7-4r! cn r �r m 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: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 02-14 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. r— .:r ❑ Yes ❑,AIQ • I r business is a general partnership or joint venture. More than 50 percent of the general LL...... { ners or joint venture parties are residents of Iowa for Iowa income tax purposes. . ❑ Yes E I pysi r Vness is an active corporation with the Iowa Secretary of State and has paid all fees •-••• �„ rk..c ed by the Secretary of State, has filed its most recent biennial report, and has not filed © El:es of dissolution. r- ❑ 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. 309-6001 02-14 BSF-2 of 2 Division 00 Bidding Documents, Contract Forms, and Conditions of the Contract 0 111 : , II r:• c t=s H hJ CD .[7 = "Ti Jam--4 +C. — i)-< I 1--- cn _�r-+ -7) m 5 7�l 0 ,.., Division 00 SECTION 00 0110 TABLE OF CONTENTS DIVISION 00— BIDDING DOCUMENTS, CONTRACT FORMS,AND CONDITIONS OF THE CONTRACT 00 0105 Certification Page 00 2115.1 Material, Product or Equipment Substitution Request DIVISION 01 -GENERAL REQUIREMENTS 01 1000 Summary of Work 01 6000 Product Requirements , 01 6000A Product Substitution Request { 01 7329 Cutting and Patching _.� ..,... 01 7700 Closeout Procedures r-, 01 7823 Operation and Maintenance Data 07 7839 Project Record Documents DIVISION 23 - HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) 23 0500 Common Work Results for HVAC 23 0523 General-Duty valves for HVAC Piping 23 0900 Instrumentation and Controls for HVAC eL:7 • "' -< 1 r" F o m City of IC Building Automation Upgrades& Improvements Projects 2017 Table of Contents Project No. 1164630 00 0110-1 SECTION 00 2115.1 MATERIAL, PRODUCT OR EQUIPMENT SUBSTITUTION REQUEST PROJECT: Building Automation Upgrades and A/E: Shive-Hattery, Inc. Improvement Projects 2017 2839 Northgate Drive Iowa City, Iowa 52245 CONTRACTOR: OWNER: City of Iowa City 400 East Market Iowa City, Iowa 52240 BY: DATE: SPECIFIED MATERIAL, PRODUCT OR EQUIPMENT: Related Specification Sections: Related Drawing Numbers: PROPOSED SUBSTITUTION: REASON FOR PROPOSED SUBSTITUTION: ATTACHED DATA: Attach additional pages, if necessary. Item No. Description For Use by the Architect/Engineer: Z SUBSTITUTION: ❑ Approved ❑ Not Approved C""< ❑Approved as Noted m ❑ Not Approved— Received_t�[�r�Lat� �•-n By: Date: Fx _ 4.3 END OF SECTION City of IC Building Automation Upgrades& Improvements MATERIAL, PRODUCT OR EQUIP. SUBSTITUTION REQUEST Projects 2017 Project No. 1164630 00 2115.1-1 Division 01 General Requirements L �.11 c-) a, va >--/ t— m Division 0 I SECTION 01 1000 SUMMARY OF WORK PART 1 -GENERAL 1.1 SECTION INCLUDES A. The Work consists modifications and upgrades to temperature controls systems at three City of Iowa City buildings for the purpose of integrating existing HVAC systems into the City's existing Building Automation system. B. Construct the Work under a single fixed-price contract. C. Liquidated damages. Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: 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$250.00 per day for each calendar day that"Final Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. See supplemental conditions on clauses regarding liquidated damages and assessment. D. Warranty Start date and Retainage. 1. Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. The City Council acts on final acceptance by a resolution at the formal council meeting. 2. The formal and final acceptance by owner is also the commencement of the retainage release period. See supplemental conditions for additional information on retainage. 1.2 CONTRACTOR USE OF SITE A. Limit use of the premises to construction activities in areas indicated; allow for Owner occupancy and use and exit by the public. 1. Confine operations to areas within Contract limits indicated. Portions of tttie,,site beyond areas in which construction operations are indicated are not to be.disturbe ''- 2. Keep driveways and entrances serving the premises clear and avaitabie tole Owr6 and the Owner's employees at all times. Do not use these areas for paEini orloragetrfr materials. Schedule deliveries to minimize space and time require its foNstorke of materials and equipment on site. �- r.,1 C. Maintain emergency building exits accessible during all phases of construdtku If an emncy exit must be closed, request approval and coordinate with the Owner's Representative at least 48 hours prior to the closing. -'_ D. Time Restrictions for Performing Work: Perform additional work required to meet established Contract time limits after regular working hours 6:00 a.m. to 5:00 p.m. or, after notification and permission from the Owner's Representative, for weekend or on legal holidays as necessary. E. System Outages: The work shall be performed and sequenced such that no HVAC system or piping system shall be out of service for longer than one day. City of IC Building Automation Upgrades& Improvements Projects 2017 Summary of Work Project No. 1164630 01 1000-1 SECTION 01 1000 SUMMARY OF WORK 1.3 OWNER OCCUPANCY A. Full Owner Occupancy: The Owner will occupy the remaining site outside the council chambers and existing building during the entire construction period. Cooperate with the Owner's Representative during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with the Owner's operations and public use. 1.4 WORK-SEQUENCE - r ._'WorlGiay commence at Mercer Aquatic and Robert A. Lee Recreation Center on January 15, 2018 x-and:sISail be substantially completed by June 15, 2018. Wo1111541.ay commence at City Hall on or around July 14, 2018 and shall be substantially completed by ` .., 1Janyai11, 2019. 1.5EXISTG QONDITIONS & MEASUREMENTS A. zlIleasulements shall be verified from actual observation at the project site. If unexpected `"txisting conditions are encountered, cease operations immediately and notify the Owner's Representative. END OF SECTION City of IC Building Automation Upgrades&Improvements Projects 2017 Summary of Work Project No. 1164630 01 1000-2 SECTION 01 6000 PRODUCT REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. 1.2 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process, or where indicated as a product substitution, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. C. Basis-of-Design Product Specification: Where a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers. 1.3 SUBMITTALS A. Product List: Submit a list, in tabular from, showing specified products. Include gric names of products required. Include manufacturer's name and proprietary product Brines fs"r_,each product. 1. Coordinate product list with Contractor's Construction Schedule and Silemittalchedule. 2. Form: Tabulate information for each product under the following ciin h dingr. -13 a. Specification Section number and title. <►"*i m b. Generic name used in the Contract Documents. -" c. Proprietary name, model number, and similar designations. d. Manufacturer's name and address. e. Supplier's name and address. f. Installer's name and address. g. Projected delivery date or time span of delivery period. h. Identification of items that require early submittal approval for scheduled delivery date. City of IC Building Automation Upgrades& Improvements Projects 2017 Product Requirements Project No. 1164630 01 6000-1 SECTION 01 6000 PRODUCT REQUIREMENTS 3. Initial Submittal: Within 30 days after date of commencement of the Work, submit one copy of initial product list. Include a written explanation for omissions of data and for variations from Contract requirements. a. At Contractor's option, initial submittal may be limited to product selections and designations that must be established early in Contract period. Completed List: Within 60 days after date of commencement of the Work, submit one copy of .i . ompleted product list. Include a written explanation for omissions of data and for variations from Contract requirements. tea W architect's Action: Architect will respond in writing to Contractor within 15 days of receipt of (—completed product list. Architect's response will include a list of unacceptable product ..,.•1 i }.cselections and a brief explanation of reasons for this action. Architect's response, or lack of "'""'" ›- ►- fesponse, does not constitute a waiver of requirement to comply with the Contract UU. 2 ocuments. B. Aubstitution Requests: Submit one copy of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use facsimile of form provided at end of Section. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified material or product cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. r e. Samples, where applicable or requested. f. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. g. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. h. Research/evaluation reports evidencing compliance with building code in effect for Project, from a model code organization acceptable to authorities having jurisdiction. Detailed comparison of Contractor's Construction Schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating lack of availability or delays in delivery. j. Cost information, including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with requirements in the Contract Documents and is appropriate for applications indicated. City of IC Building Automation Upgrades&Improvements Projects 2017 Product Requirements Project No. 1164630 01 6000-2 SECTION 01 6000 PRODUCT REQUIREMENTS I. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within 7 days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Acceptance: Change Order. b. Use product specified if Architect cannot make a decision on use of a proposed substitution within time allocated. C. Comparable Product Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Division 01 Section "Submittal Procedures." b. Use product specified if Architect cannot make a decision on use of a comparable product request within time allocated. D. Basis-of-Design Product Specification Submittal: Comply with requirements in Division 01 Section "Submittal Procedures." Show compliance with requirements. 1.4 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, product selected shall be compatible with products previously selected, even if previously selected products were also options. 1. Each contractor is responsible for providing products and construction methods compatible with products and construction methods of other contractors. 2. If a dispute arises between contractors over concurrently selectable but incompatible products, Architect will determine which products shall be used. C) .11 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING '--a A. Deliver, store, and handle products using means and methods that will preveJ damage, seterioration, and loss, including theft. Comply with manufacturer's written instructions.=< -la al Xot B. Delivery and Handling: _• 0 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. City of IC Building Automation Upgrades& Improvements Projects 2017 Product Requirements Project No. 1164630 01 6000-3 SECTION 01 6000 PRODUCT REQUIREMENTS 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. r 2. <Store materials in a manner that will not endanger Project structure. CI 3. '='Store products that are subject to damage by the elements, under cover in a weather-tight a_ enclosure above ground, with ventilation adequate to prevent condensation. Ut-- 4. �LStore cementitious products and materials on elevated platforms. 25. j?Store foam plastic from exposure to sunlight, except to extent necessary for period of r— (-Installation and concealment. '�'6. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 7. Protect stored products from damage and liquids from freezing. 8. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner. 1.6 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. Submit a draft for approval before final execution. 1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using appropriate form properly executed. 3. Refer to Divisions 02 through 49 Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Division 01 Section "Closeout Procedures." PART 2 PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. City of IC Building Automation Upgrades&Improvements Projects 2017 Product Requirements Project No. 1164630 01 6000-4 SECTION 01 6000 PRODUCT REQUIREMENTS 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected,"Architect will make selection. 5. Where products are accompanied by the term "match sample," sample to be matched is Architect's. 6. Descriptive, performance, and reference standard requirements in the Specifications establish "salient characteristics" of products. 7. Or Equal: Where products are specified by name and accompanied by the term "or equal"or "or approved equal" or"or approved," comply with provisions in Part 2 "Comparable Products" Article to obtain approval for use of an unnamed product. B. Product Selection Procedures: 1. Product: Where Specifications name a single product and manufacturer, provide the named product that complies with requirements. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. 3. Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed that complies with requirements. 4. Manufacturers: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. 5. Available Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with provisions in Part 2 "Comparable Products"Article for consideration of an unnamed product. 6. Available Manufacturers: Where Specifications include a list of manufacturers, provide a product by one of the manufacturers listed, or an unnamed manufacturer, that complies with requirements. Comply with provisions in Part 2 "Comparable Products"Article for consideration of an unnamed product. 7. Product Options: Where Specifications indicate that sizes, profiles, and di} nsional requirements on Drawings are based on a specific product or system, pro Ede the specified product or system. Comply with provisions in Part 2 "Product Sub`s itutior;:!,.Articje_for consideration of an unnamed product or system. "� 8. Basis-of-Design Product: Where Specifications name a product cl a li manufacturers, provide the specified product or a comparable prgduct by one of other named manufacturers. Drawings and Specifications indicate sizes iplofile, , di ons, and other characteristics that are based on the product named. ComplyWith4uovisi ri n Part 2 "Comparable Products"Article for consideration of an unnamed product the other named manufacturers. 9. Visual Matching Specification: Where Specifications require matching an established Sample, select a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. City of IC Building Automation Upgrades &Improvements Projects 2017 Product Requirements Project No. 1164630 01 6000-5 SECTION 01 6000 PRODUCT REQUIREMENTS a. If no product available within specified category matches and complies with other specified requirements, comply with provisions in Part 2 "Product Substitutions"Article r-- for proposal of product. Q :10. �r sual Selection Specification: Where Specifications include the phrase"as selected from = E. i anufacturer's colors, patterns, textures" or a similar phrase, select a product that complies W 0- Jyith other specified requirements. ....� AP_. Standard Range: Where Specifications include the phrase "standard range of colors, < patterns, textures" or similar phrase, Architect will select color, pattern, density, or t�:- ' texture from manufacturer's product line that does not include premium items. r- 9 b. Full Range: Where Specifications include the phrase "full range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 PRODUCT SUBSTITUTIONS A. Timing: Architect will consider requests for substitution if received within 60 days after the Notice of Award. Requests received after that time may be considered or rejected at discretion of Architect. B. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 2. Requested substitution does not require extensive revisions to the Contract Documents. 3. Requested substitution is consistent with the Contract Documents and will produce indicated results. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not adversely affect Contractor's Construction Schedule. 6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitution is compatible with other portions of the Work. 8. Requested substitution has been coordinated with other portions of the Work. 9. Requested substitution provides specified warranty. 10. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. 2.3 COMPARABLE PRODUCTS A. Conditions: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. City of IC Building Automation Upgrades&Improvements Projects 2017 Product Requirements Project No. 1164630 01 6000-6 SECTION 01 6000 PRODUCT REQUIREMENTS 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 EXECUTION NOT USED END OF SECTION Ec. > •� ...moo c-p-< I r- CT rn City of IC Building Automation Upgrades &Improvements Projects 2017 Product Requirements Project No. 1164630 01 6000-7 DOCUMENT 01 6000A PRODUCT SUBSTITUTION REQUEST TO: PROJECT: City of IC Building Automation OWNER: City of Iowa City A/E: Shive-Hattery Inc. Upgrades & Improvements Projects 2017 BID DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: DRAWING NO.: DRAWING NAME: SPEC SECT. SPEC NAME PARAGRAPH SPECIFIED ITEM Proposed Substitution: Attach complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Submit, with request, all necessary samples and substantiating data to prove equal quality and performance to that which is specified. Clearly mark manufacturer's literature to indicate equality in performance. CERTIFICATION OF EQUAL PERFORMANCE AND ASSUMPTION OF LIABILITY FOR EQUAL PERFORMANCE The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted by: Signature Title Firm: Address: Telephone: Date: Signature shall be byhavingauthority legally '� g person to le all bind the firm to the above terms.�4ure�o prolegally binding signature will result in retraction of approval. --� rn For Use By Owner: �.0 Accepted as .--7`Veceived Accepted Noted Not Accepted Too Late By: Date: FILL IN BLANKS BELOW A. Does the substitution affect dimensions shown on Drawings? Yes No If Yes, clearly indicate changes: City of IC Building Automation Upgrades& Improvements Projects 2017 Product Substitution Request Project No. 1164630 01 6000A-1 DOCUMENT 01 6000A '"' PRODUCT SUBSTITUTION REQUEST B. he uKtersig.nestl pay for changes to the building design, iLlading Can gin' rjj g and detailing costs caused by the req este4oub$ t4ion? Yes No 4�$p, fullyy expla+ ca ° < C. What of ef`et does substitution have on other Contracts or other trades? D. What effect does substitution have on construction schedule? E. Manufacturer's warranties of the proposed and specified items are: Same Different (Explain on Attachment) F. Reason for Request: G. Itemized comparison of specified item(s)with the proposed substitution. List significant variations: H. Accurate cost data comparing proposed substitution with product specified: I. Designation of maintenance services and sources: (ATTACH ADDITIONAL SHEETS IF REQUIRED) END OF SECTION City of IC Building Automation Upgrades&Improvements Projects 2017 Product Substitution Request Project No. 1164630 01 6000A-2 SECTION 01 7329 CUTTING AND PATCHING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes procedural requirements for cutting and patching. 1.2 DEFINITIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of 111 1.3 other Work. QUALIT r. ' Y ASSURANCE A. This Article contains requirements that expand provisions contained in AIA Document A201. B. Structural Elements: Do not cut and patch structural elements in a manner that could change their load-carrying capacity or load-deflection ratio. C. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. Operating elements include the following: 1. Primary operational systems and equipment. 2. Air or smoke barriers. 3. Fire-suppression systems. 4. Mechanical systems piping and ducts. 5. Control systems. 6. Communication systems. 7. Conveying systems. 8. Electrical wiring systems. 9. Operating systems of special construction in Division 13 Sections. ti D. Miscellaneous Elements: Do not cut and patch miscellaneous elements or rte.ated components in a manner that could change their load-carrying capacity, that results in reducin4 1ieir pacity-ter perform as intended, or that results in increased maintenance or decreased o atioiial life„f tafety. Miscellaneous elements include the following: --1 c7 a, r- M 1. Water, moisture, or vapor barriers. � -� GJ 2. Membranes and flashings. 3. Exterior curtain-wall construction. 4. Equipment supports. 5. Piping, ductwork, vessels, and equipment. 6. Noise-and vibration-control elements and systems. City of IC Building Automation Upgrades& Improvements Projects 2017 Cutting& Patching Project No. 1164630 01 7329-1 SECTION 01 7329 CUTTING AND PATCHING E. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. F. Cutting and Patching Conference: Before proceeding, meet at Project site with parties involved in ,_.cutting and patching, including mechanical and electrical trades. Review areas of potential -!nterfer,.ance and conflict. Coordinate procedures and resolve potential conflicts before proceeding. 1.4 atARRRNTYL up n_ L� . ExiVttlfj_Narrantres: Remove, replace, patch, and repair materials and surfaces cut or damaged __ 1'91uriggELltting and patching operations, by methods and with materials so as not to void existing -.-.*. rArariFanti.9s. PART''RO IC�S C2 c,• 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In-Place Materials: Use materials identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of in-place materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with in-place finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to minimize interruption to occupied areas. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. City of IC Building Automation Upgrades& Improvements Projects 2017 Cutting & Patching Project No. 1164630 01 7329-2 SECTION 01 7329 CUTTING AND PATCHING B. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete or Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond- core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 31 Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration 1 into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in-place floor anvall coverings and replace with new materials, if necessary, to achieve uniform coh r and m_pearance. a. Where patching occurs in a painted surface, apply primer a ilite edi r. r~+ ate b int coats over the patch and apply final paint coat over entire ttolakoker�surface - containing the patch. Provide additional coats until patch rr 1s v�3tMi adj cent surfaces. :-{.'-_ 4. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to Pravide,.an ev n,, Zane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weather-tight condition. D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. END OF SECTION City of IC Building Automation Upgrades&Improvements Projects 2017 Cutting & Patching Project No. 1164630 01 7329-3 SECTION 01 7700 CLOSEOUT PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Substantial completion. .�� 1 2. Final completion. C) ..«.. 3. Warranties. ., ra 4. Final cleaning. 1.2 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit Project Record Documents, operation and maintenance manuals, Final Completion construction photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems. v 9. Submit test/adjust/balance records. czb 10. Terminate and remove temporary facilities from Project site, along-ry4"moZrkups,,..., construction tools, and similar elements. r•. 11. Advise Owner of changeover in heat and other utilities. -!�� ":".7 12. Submit changeover information related to Owner's occupancy, u§ , peratron, aft' maintenance. 13. Complete final cleaning requirements, including touchup painting. 14. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. City of IC Building Automation Upgrades& Improvements Projects 2017 Closeout Procedures Project No. 116430 01 7700-1 SECTION 01 7700 CLOSEOUT PROCEDURES B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. <t. in 1. 'i Re-inspection: Request re-inspection when the Work identified in previous inspections as ( incomplete is completed or corrected. to2. (JP—Results of completed inspection will form the basis of requirements for Final Completion. I )--c..) 1.3 tiLFINAMOtatifTION A. Prelirbary Procedures: Before requesting final inspection for determining date of Final Completion, E complete the following: 1. Submit a final Application for Payment according to Division 01 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest-control final inspection report and warranty. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Re-inspection: Request re-inspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.4 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three (3) copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. c. Name of Architect. d. Name of Contractor. e. Page number. City of IC Building Automation Upgrades &Improvements Projects 2017 Closeout Procedures Project No. 116430 01 7700-2 SECTION 01 7700 CLOSEOUT PROCEDURES 1.5 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution pgulations. 7 B. Cleaning: Employ experienced workers or professional cleaners for finaEjleanir ! Clean each surface or unit to condition expected in an average commercial building tiQiingElnd ma `i1enance program. Comply with manufacturer's written instructions. z' .,.... 7-G I 1. Complete the following cleaning operations before requesting insgptio for or cep Cation of Substantial Completion for entire Project or for a portion of Projedti-ei a. Clean Project site, yard, and grounds, in areas disturb 'd%y cgnstrutn activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. c. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. City of IC Building Automation Upgrades& Improvements Projects 2017 Closeout Procedures Project No. 116430 01 7700-3 SECTION 01 7700 CLOSEOUT PROCEDURES g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h, Sweep concrete floors broom clean in unoccupied spaces. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo LL1 a— Lu if visible soil or stains remain. 'U.,, t, Clean transparent materials, including mirrors and glass in doors and windows. 1;�.. Remove glazing compounds and other noticeable, vision-obscuring materials. �'i• Replace chipped or broken glass and other damaged transparent materials. Polish C mirrors and glass, taking care not to scratch surfaces. k. Remove labels that are not permanent. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over"UL" and similar labels, including mechanical and electrical nameplates. m. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. n. Replace parts subject to unusual operating conditions. o. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. p. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. q. Clean ducts, blowers, and coils if units were operated without filters during construction. r. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. s. Leave Project clean and ready for occupancy. C. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents, insects, and other pests. Prepare a report. D. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION City of IC Building Automation Upgrades& Improvements Projects 2017 Closeout Procedures Project No. 116430 01 7700-4 SECTION 01 7823 OPERATION AND MAINTENANCE DATA PART 1 -GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: _cl 1. Operation and maintenance documentation directory. 0J 2. Emergency manuals. i -C • r 3. Operation manuals for systems, subsystems, and equipment. '? 4. Maintenance manuals for the care and maintenance of systems and equipment. 1.2 DEFINITIONS A. System: An organized collection of parts, equipment, or subsystems united by regular interaction. B. Subsystem: A portion of a system with characteristics similar to a system. 1.3 SUBMITTALS A. Submit one (1) copy of each manual in final form at least seven (7) days before final inspection. Architect will return copy with comments within seven (7) days after final inspection. 1. Correct or modify each manual to comply with Architect's comments. Submit three (3) copies of each corrected manual within seven (7) days of receipt of Architect's comments. 1.4 COORDINATION A. Where operation and maintenance documentation includes information on installations by more than one factory-authorized service representative, assemble and coordinate information furnished by representatives and prepare manuals. PART 2 - PRODUCTS 2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. Organization: Include a section in the directory for each of the following: 1. List of documents. 2. List of systems. 3. List of equipment. --tc7 rn r 4. Table of contents. rn�-0 B. List of Systems and Subsystems: List systems alphabetically. Include reffrences ,p operation and maintenance manuals that contain information about each system. C. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Tables of Contents: Include a table of contents for each emergency, operation, and maintenance manual. E. Identification: In the documentation directory and in each operation and maintenance manual, identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. If no designation exists, assign a designation according to ASHRAE Guideline 4, "Preparation of Operating and Maintenance Documentation for Building Systems." City of IC Building Automation Upgrades&Improvements Projects 2017 Operation and Maintenance Data Project No. 1164630 01 7823-1 SECTION 01 7823 OPERATION AND MAINTENANCE DATA 2.2 MANUALS, GENERAL A. r—Organization: Unless otherwise indicated, organize each manual into a separate section for each system„and subsystem, and a separate section for each piece of equipment not part of a system. ""`E i*anual shall contain the following materials, in the order listed: LU n- Title page. t •,,... > 2. �; Table of contents. Q 4 3.C„)d;7 Manual contents. 47, B. - Title"Fage: Enclose title page in transparent plastic sleeve. Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name, address, and telephone number of Contractor. 6. Name and address of Architect. 7. Cross-reference to related systems in other operation and maintenance manuals. C. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. 1. If operation or maintenance documentation requires more than one volume to accommodate data, include comprehensive table of contents for all volumes in each volume of the set. D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. 1. Binders: Heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8-1/2-by-11-inch paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. If two or more binders are necessary to accommodate data of a system, organize data in each binder into groupings by subsystem and related components. Cross- reference other binders if necessary to provide essential information for proper operation or maintenance of equipment or system. b. Identify each binder on front and spine, with printed title"OPERATION AND MAINTENANCE MANUAL," Project title or name, and subject matter of contents. Indicate volume number for multiple-volume sets. 2. Dividers: Heavy-paper dividers with plastic-covered tabs for each section. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software diskettes for computerized electronic equipment. 4. Supplementary Text: Prepared on 8-1/2-by-1l-inch white bond paper. City of IC Building Automation Upgrades& Improvements Projects 2017 Operation and Maintenance Data Project No. 1164630 01 7823-2 1 SECTION 01 7823 OPERATION AND MAINTENANCE DATA 5. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. w 2.3 EMERGENCY MANUALS �� o ..... A. Content: Organize manual into a separate section for each of the following: va 1. Type of emergency. 2. Emergency instructions. 3. Emergency procedures. B. Type of Emergency: Where applicable for each type of emergency indicated below, include instructions and procedures for each system, subsystem, piece of equipment, and component: 1. Fire. 2. Flood. 3. Gas leak. 4. Water leak. 5. Power failure. 6. Water outage. 7. System, subsystem, or equipment failure. 8. Chemical release or spill. C. Emergency Instructions: Describe and explain warnings, trouble indications, error messages, and similar codes and signals. Include responsibilities of Owner's operating personnel for notification of Installer, supplier, and manufacturer to maintain warranties. ru c�a D. Emergency Procedures: Include the following, as applicable: C x 1. Instructions on stopping. cl 2. Shutdown instructions for each type of emergency. _—tom) o r... 3. Operating instructions for conditions outside normal operating limits._. -11/ M 4. Required sequences for electric or electronic systems. :. 5. Special operating instructions and procedures. 2.4 OPERATION MANUALS A. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. 2. Performance and design criteria if Contractor is delegated design responsibility. City of IC Building Automation Upgrades& Improvements Projects 2017 Operation and Maintenance Data Project No. 1164630 01 7823-3 SECTION 01 7823 OPERATION AND MAINTENANCE DATA 3. Operating standards. 4. Operating procedures. -�5. <Operating logs. in =6. •04c�Wiring diagrams. 7. -I ontrol diagrams. •..�. ' 8. )—(-)Piped system diagrams. =9. -'Precautions against improper use. CD License requirements including inspection and renewal dates. B. Descriptions: Include the following: 1. Product name and model number. 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts. C. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. E. Piped Systems: Diagram piping as installed, and identify color-coding where required for identification. City of IC Building Automation Upgrades &Improvements Projects 2017 Operation and Maintenance Data Project No. 1164630 01 7823-4 SECTION 01 7823 OPERATION AND MAINTENANCE DATA 2.5 PRODUCT MAINTENANCE MANUAL A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Product Information: Include the following, as applicable: • 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of cifcumsces and conditions that would affect validity of warranties or bonds. ` ' 1. Include procedures to follow and required notifications for warrantyAauzis. 2.6 SYSTEMS AND EQUIPMENT MAINTENANCE MANUAL `—ic") rn A. Content: For each system, subsystem, and piece of equipment not part of aise mncluurce information, manufacturers' maintenance documentation, maintenance procedures,maintenance and service schedules, spare parts list and source information, maintenance service coracts, and warranty and bond information, as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard printed maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. City of IC Building Automation Upgrades&Improvements Projects 2017 Operation and Maintenance Data Project No. 1164630 01 7823-5 SECTION 01 7823 OPERATION AND MAINTENANCE DATA 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. - 1aintenance Procedures: Include the following information and items that detail essential -rmaiateiiance procedures: aC , • _.. LIU Q-1. 1 Test and inspection instructions. •..� . },c_)Troubleshooting guide. a► Li. 3. Precautions against improper maintenance. k-4. "'Disassembly; component removal, repair, and replacement; and reassembly instructions. 5. Aligning, adjusting, and checking instructions. 6. Demonstration and training videotape, if available. E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. 1. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly, quarterly, semiannual, and annual frequencies. 2. Maintenance and Service Record: Include manufacturers' forms for recording maintenance. F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. PART 3 - EXECUTION 3.1 MANUAL PREPARATION A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to emergency, operation, and maintenance manuals. B. Emergency Manual: Assemble a complete set of emergency information indicating procedures for use by emergency personnel and by Owner's operating personnel for types of emergencies indicated. C. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. D. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. 1. Engage a factory-authorized service representative to assemble and prepare information for each system, subsystem, and piece of equipment not part of a system. 2. Prepare a separate manual for each system and subsystem, in the form of an instructional manual for use by Owner's operating personnel. City of IC Building Automation Upgrades& Improvements Projects 2017 Operation and Maintenance Data Project No. 1164630 01 7823-6 SECTION 01 7823 OPERATION AND MAINTENANCE DATA E. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. 1. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems. F. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in Record Drawings to ensure correct illustration of completed installation. 1. Do not use original Project Record Documents as part of operation and maintenance manuals. 2. Comply with requirements of newly prepared Record Drawings in Division 01 Section "Project Record Documents." G. Comply with Division 01 Section "Closeout Procedures"for schedule for submitting operation and maintenance documentation. END OF SECTION o —IC, ° per City of IC Building Automation Upgrades& Improvements Projects 2017 Operation and Maintenance Data Project No. 1164630 01 7823-7 SECTION 01 7839 PROJECT RECORD DOCUMENTS PART 1 -GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. 1.2 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one (1) set of marked-up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Initial Submittal: Submit one (1) set of plots from corrected Record CAD Drawings and one (1) set of marked-up Record Prints. Architect will initial and date each plot and mark whether general scope of changes, additional information recorded, and quality of drafting are acceptable. Architect will return plot and prints for organizing into sets, printing, binding, and final submittal. b. Final Submittal: Submit one (1) set of marked-up Record Prints; print each Drawing, whether or not changes and additional information were recorded. ro] c. Final Submittal: Submit one (1) set of marked-up Record PrintPlot and print each Drawing, whether or not changes and additional informa rrweszreco . B. Record Specifications: Submit one (1) copy of Project's Specifications,dr�rkdinckadde and contract modifications. --lc) a+ rn m4t C. Record Product Data: Submit one (1) copy of each Product Data sub y 1. Where Record Product Data is required as part of operation and.:mainterrance manuals, submit marked-up Product Data as an insert in manual instead of submittal as Record Product Data. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue-or black-line white prints of the Contract Drawings and Shop Drawings. 1. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. c. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. City of IC Building Automation Upgrades& Improvements Projects 2017 Project Record Documents Project No. 1164630 01 7839-1 SECTION 01 7839 PROJECT RECORD DOCUMENTS QContent: Types of items requiring marking include, but are not limited to, the following: W iCC c:e. Dimensional changes to Drawings. ...I vI---b. Revisions to details shown on Drawings. I t. tip.,V c. Depths of foundations below first floor. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Duct size and routing. Locations of concealed internal utilities. j. Changes made by Change Order or Work Change Directive. k. Changes made following Architect's written orders. Details not on the original Contract Drawings. m. Field records for variable and concealed conditions. n. Record information on the Work that is shown only schematically. 3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross- ` reference on the Contract Drawings. 4. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Record Transparencies: Immediately before inspection for Certificate of Substantial Completion, review marked-up Record Prints with Architect. When authorized, prepare a full set of corrected transparencies of the Contract Drawings and Shop Drawings. 1. Incorporate changes and additional information previously marked on Record Prints. Erase, redraw, and add details and notations where applicable. 2. Refer instances of uncertainty to Architect for resolution. 3. Owner will furnish Contractor one set of transparencies of the Contract Drawings for use in recording information. 4. Print the Contract Drawings and Shop Drawings for use as Record Transparencies. Architect will make the Contract Drawings available to Contractor's print shop. C. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing Record Drawings where Architect determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. City of IC Building Automation Upgrades & Improvements Projects 2017 Project Record Documents Project No. 1164630 01 7839-2 SECTION 01 7839 PROJECT RECORD DOCUMENTS 1. New Drawings may be required when a Change Order is issued as a result of accepting an alternate, substitution, or other modification. 2. Consult Architect for proper scale and scope of detailing and notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared Record Drawings into Record Drawing sets; comply with procedures for formatting, organizing, copying, binding, and submitting. D. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Record Transparencies: Organize into unbound sets matching Record Prints. Place transparencies in durable tube-type drawing containers with end caps. Mark end cap of each container with identification. If container does not include a complete set, identify Drawings included. 3. Record CAD Drawings: Organize CAD information into separate electronic files that correspond to each sheet of the Contract Drawings. Name each file with the sheet identification. Include identification in each CAD file. 4. Identification: As follows: a. Project name. b. Date. c. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect. e. Name of Contractor. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, mate als, and equipment furnished, including substitutions and product options slected- 3. Record the name of manufacturer, supplier, Installer, and other infdrrrrf3ticniF:hece y to provide a record of selections made. 2 n r.,. 4. For each principal product, indicate whether Record Product Data'has beet)subrid in operation and maintenance manuals instead of submitted as Record'Prodract Data, 5. Note related Change Orders, Record Product Data, and Record Drawings-where applicable. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. City of IC Building Automation Upgrades&Improvements Projects 2017 Project Record Documents Project No. 1164630 01 7839-3 SECTION 01 7839 PROJECT RECORD DOCUMENTS 2. Include significant changes in the product delivered to Project site and changes in " manufacturer's written instructions for installation. "3' ;;Note related Change Orders, Record Specifications, and Record Drawings where applicable. 2.4 •b91SCEAN S RECORD SUBMITTALS I (JP-- +Asset miscellaneous records required by other Specification Sections for miscellaneous record eetlfri.9 nd submittal in connection with actual performance of the Work. Bind or file miscellaneous fec6rds:and identify each, ready for continued use and reference. PART 3 - EXERLUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architect's reference during normal working hours. END OF SECTION City of IC Building Automation Upgrades &Improvements Projects 2017 Project Record Documents Project No. 1164630 01 7839-4 Division 23 Heating Ventilating and Air Conditioning -- ci j-< I ti 0 air C) c ----t C") C71 r a Division 23 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 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 tha such application is properly filed with the utility, and that information required for such an MoAsatiQis pre/Tired to the extent and in the form required by the utility company. 1.4 CODES AND STANDARDS crt 2< A. Applicable provisions of the following codes and standards are hereby impr d o ger ee a basis for the mechanical work (in addition to specific applications specified by individual wane seclderlg of these specifications): 1. ANSI/ASHRAE/IESNA 90.1-2004 Energy Standard for Buildings 2. ANSI/ASHRAE 62.1-2004 Ventilation for Acceptable Indoor Air Quality 3. ANSI/ASME B31 Standards of Pressure Piping (incl. all appendices) 4. ASHRAE Safety Code for Mechanical Refrigeration (ANSI B9.1) 5. AWWA Standards 6. ASME Boiler and Pressure Vessel Code and State Boiler Code 7. American Gas Association 8. AWS Standards for Welding 9. Occupational Safety and Health Act(OSHA) 10. 2012 International Building Code City of IC Building Automation Upgrades& Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-1 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 11. 2012 Uniform Plumbing Code 12. 2012 International Mechanical Code 13. 2012 International Fuel Gas Code 14. 2012 International Energy Conservation Code - 15. ..2012 International Fire Code (i -6. 005 National Electric Code °-17. '` ). ity amendments to Plumbing, Mechanical and Building Codes C,)h .,..,� 'f18.), 011 NFPA 96 Standard for Ventilation Control and Fire Protection of Commercial Cooking ...� 19.--..NFPA Standards and Pamphlets B. cif any inibrk indicated on the drawings or specified herein conflicts in any way with any of the rules and M-egulations 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 that interferences occur 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 furnished and installed. Rough-in dimensions and locations shall be verified with the supplier of equipment furnished by other trades, or by the Owner, prior to the time of roughing-in. D. Equipment specification may not deal individually with minute items required such as components, parts, controls and devices which may be required to produce the equipment performance specified, or as required to meet the equipment warranties. Where such items are required, they shall be included by the supplier of the equipment, whether or not specifically called for. City of IC Building Automation Upgrades& Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-2 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC E. The drawings and the specifications are cooperative and supplementary. It is the intent of both said drawings and specifications to cover all mechanical requirements in their entirety as nearly as possible. The Contractor shall closely check the drawings and specifications for any obvious errors or omissions and bring any such condition to the attention of the Architect/Engineer prior to the receipt of bids, in order to permit clarification by means of a mailed Addendum. If there is no question prior to the bid proposal date, the Architect/Engineer shall assume that the drawings and specifications are complete and correct and will expect the intent of said documents to be complied with, and the installation to be complete in all respects, according to said intent. F. Locate equipment which must be serviced, operated or maintained in fully accessible positions. Minor deviations from the contract drawings may be made to allow for better accessibility, but changes of magnitude, or which involve extra cost, shall not be made without prior approval. Ample space shall be allowed for removal of parts that may require replacement or service in the future. G. All valves, fire dampers, automatic dampers, smoke dampers, damper operators, reheat coils, etc. shall be accessible for maintenance purposes. Locate items carefully and coordinate with other trades so that each piece of equipment is accessible and functional. Items located above a non- accessible ceiling, chase, or soffit shall be accessible through an access door. Coordinate location of access doors with the general contractor. 1.6 RESPONSIBILITY A. The Contractor's responsibility shall not end with the installation and connecting of the various apparatus. It shall include the services of an experienced superintendent, who shall be constantly in charge of the work, together with the qualified journeymen, helpers and laborers required to properly unload, install, connect, adjust, start, operate and test the work involved, including equipment and materials furnished by other trades or by the Owner, until such time as the entire mechanical installation functions properly in every detail. 1.7 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 tki-0 fr.Qntrtors inilv event of interference between the piping and equipment of the various contractors.,-,: nfles betwedn the drawings and specifications, or between requirements set forth for the varigua traces, s We called to the attention of the Architect/Engineer. If clarification is not asked for prig4o tl estaki . of bids, it will be assumed that none is required, and that the Contractor has submitWfiis big in c irilrmance with plans and specifications as issued and that no interference exists. -- y is» F. No piping, ducts or equipment foreign to an elevator hoistway and machirieroom shall be run inside the hoistway and machine room in accordance with NEC 620-37 and ASII'E A17.f1.102.2. 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. City of IC Building Automation Upgrades&Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-3 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC H. Complete coordination with the FSEC (Food Service Equipment Contractor)will be required to fulfill v--)the complete installation of kitchen equipment and accessories as shown on the Food Service plans 'fFS.01.#hru FS.10 and as necessary for completely installed and operable systems. The contractor of `—thihis tion shall be responsible for all work referenced on the Food Service plans, including but not i to stipulations to"provide", "furnish", "install", "connect", "disconnect", etc., whether or not work a-._is related to existing equipment to be relocated/reused or new. Work noted on the Food Service plans pis ifrgddition to work shown on mechanical plans and specifications. I 1.8 l UAIMN11E-EeRND MAINTENANCE Irt... - A. :Matemais and equipment shall be guaranteed to be free from defects and to be new equipment; no cs secondhand, used or salvaged equipment will be allowed. The Owner's existing equipment which is `4,1to 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. PART 2 PRODUCTS 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 responsibility of complying with elements of the specification. The name of the job, Architect/Engineer, location, and specification section shall appear on all pages of shop drawings. Equipment marks (such as EF-1, RTU-1) shall be indicated for each item. F. At the completion of the job, prepare closeout documents to include parts lists, shop drawings, operating and maintenance instructions. See Division 01 for format and submittal requirements. City of IC Building Automation Upgrades&Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-4 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC G. At the completion of the project, prepare and submit to the Owner record drawings showing the location of piping, ductwork and accessories.. Drawing shall give accurate dimensions of such equipment for future use by the Owner. This drawing shall be submitted as soon as work is completed and before authorization of final payment. See Division 01 for format and submittal requirements. 2.2 SUBCONTRACTORS AND MATERIALS A. Submit to the Architect/Engineer for review, when requested, a list of subcontractors, materials and equipment proposed to be used. The list must be reviewed by the Architect/Engineer before this Contractor may enter into any subcontractual agreement. Equipment, materials, and devices, etc. shall be subject to the review of the Architect/Engineer, whether or not said items are herein specified. 2.3 STANDARDS OF MATERIALS AND WORKMANSHIP A. 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 protectedfrom tweat#tat all times, unless other storage arrangements are approved by the Architect/E eef, F. Bearing lubrication fittings shall be as recommended by the manufactureratisha, e e ended, where necessary, to an accessible location. --;� -0 ril G. Material and equipment shall be installed in strict accordance with the mar. ureic recommendations. '�� .._ 2.4 MATERIAL SUBSTITUTIONS f> A. Proposals as submitted shall be based on the products specifically named in the specification or on the drawings. Material or equipment by manufacturers other than those specified may be used only by permission of the Architect/Engineer. Such permission for substitution must be requested, in writing, in accordance with Division 01. B. The Architect/Engineer reserves the sole right for the approval of proposed material or equipment, and the phrase, "or approved equivalent", used in these specifications, or on the drawings, shall be interpreted to mean an equivalent approved by the Architect/Engineer. 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. City of IC Building Automation Upgrades&Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-5 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC D. 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 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 speckcation, in their opinion, or of equipment for which no local experience of satisfactory service is avmlaple. The Architect/Engineer further reserves the right to reject equipment for which ma teenance service and the availability of replacement parts is questionable. ui 2.5 JOINIttf MAtERIALS I — ..-A. .Refer ip individual Division 23 piping Sections for special joining materials not listed below. LLB Pipe-Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system 5pontenfs. c-+ 1. ASME B16.21, nonmetallic, flat, asbestos-free, 1/8-inch (3.2-mm) maximum thickness unless thickness or specific material is indicated. a. Full-Face Type: For flat-face, Class 125, cast-iron and cast-bronze flanges. b. Narrow-Face Type: For raised-face, Class 250, cast-iron and steel flanges. 2. AWWA C110, rubber, flat face, 1/8 inch (3.2 mm) thick, unless otherwise indicated; and full- face or ring type, unless otherwise indicated. C. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, unless otherwise indicated. D. Plastic, Pipe-Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. E. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. F. Brazing Filler Metals: AWS A5.8, BCuP Series, copper-phosphorus alloys for general-duty brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping, unless otherwise indicated. G. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. H. Solvent Cements for Joining Plastic Piping: 1. CPVC Piping: ASTM F 493. fir-- r`" 2. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. a- "I. Fiberglass" Pipe Adhesive: As furnished or recommended by pipe manufacturer. 2.6 DIELECTRIC FITTINGS A. Products: Victaulic Style 47 Waterway or equivalent by Anvil. 2.7 MECHANICAL SLEEVE SEALS A. Description: Modular sealing element unit, designed for field assembly, to fill annular space between pipe and sleeve. 1. Manufacturers: a. Thunderline 2. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 3. Pressure Plates: Carbon steel. Include two for each sealing element. City of IC Building Automation Upgrades &Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-6 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 4. Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.8 SLEEVES A. Galvanized-Steel Sheet: 0.0239-inch (0.6-mm) minimum thickness; round tube closed with welded longitudinal joint. B. Steel Pipe: ASTM A 53, Type E, Grade B, Schedule 40, galvanized, plain ends. C. Cast Iron: Cast or fabricated "wall pipe" equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. D. Stack Sleeve Fittings: Manufactured, cast-iron sleeve with integral clamping flange. Include clamping ring and bolts and nuts for membrane flashing. 1. Underdeck Clamp: Clamping ring with set screws. E. Molded PVC: Permanent, with nailing flange for attaching to wooden forms. F. PVC Pipe: ASTM D 1785, Schedule 40. G. Molded PE: Reusable, PE, tapered-cup shaped, and smooth-outer surface with nailing flange for attaching to wooden forms. 2.9 ESCUTCHEONS A. Description: Manufactured wall and ceiling escutcheons and floor plates, with an ID to closely fit around pipe, tube, and insulation of insulated piping and an OD that completely covers opening. B. One-Piece, Deep-Pattern Type: Deep-drawn, box-shaped brass with polished chrome-plated finish. C. One-Piece, Cast-Brass Type: With set screw. 1. Finish: Polished chrome-plated. D. Split-Casting, Cast-Brass Type: With concealed hinge and set screw. 1. Finish: Polished chrome-plated. E. One-Piece, Stamped-Steel Type: With set screw or spring clips and chrome-plated finish. F. Split-Plate, Stamped-Steel Type: With concealed hinge, set screw or spring clipsrand chrome-plated finish. G. One-Piece, Floor-Plate Type: Cast-iron floor plate. On .a..+.. H. Split-Casting, Floor-Plate Type: Cast brass with concealed hinge and set Flew. i --"' 2.10 GROUT 74, rn C'� A. Description: ASTM C 1107, Grade B, non-shrink and nonmetallic, dry hydrag cerr nt g .101 1. Characteristics: Post-hardening, volume-adjusting, non-staining, narxcoo ros , nongaseous, and recommended for interior and exterior applications. 2. Design Mix: 5000-psi (34.5-MPa), 28-day compressive strength. 3. Packaging: Premixed and factory packaged. PART 3 EXECUTION 3.1 EXISTING CONDITIONS A. Examine the existing site and become familiar with the conditions as they exist, or that will in any manner affect the work under this contract. No allowance will be made subsequently, in this connection, on behalf of the Contractor for any error or negligence by the Contractor. City of IC Building Automation Upgrades&Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-7 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC B. Existing equipment, such as duct or pipe, in or on the existing building and grounds which is to be replaced, or which interferes in any way with the remodeling of the existing facilities and/or installation of new equipment, shall be removed from the premises or relocated by this Contractor, as directed by the Architect/Engineer. Do not remove from the premises, any equipment that may have maintenance value to the Owner without permission of the Owner. Equipment, duct or pipe not to be reused shall be removed from the premises, unless otherwise noted herein or shown on the jdrawings. xisting equipment is removed or changed, all duct and pipe no longer in service shall be [--. ,er>ipyed and stubs plugged as directed by the Architect/Engineer. Building surfaces damaged and uj opeasts left by removal of equipment shall be repaired by the proper trades and paid for by this kcCorit?kf,or, unless otherwise noted on the drawings. The cutting and fitting shall be done by this r Cora tor. The cutting of floor, ceiling or wall surfaces shall be done by this Contractor with extreme ciarorder to avoid any disrupting or damage of existing utility services which may be ncouratered. Coordinate with other trades and with the General Contractor, to minimize the damage the building in order to reduce the amount of patching required. N D. Where new openings are cut and concealed piping is encountered, such items shall be removed or relocated as required. Where systems to be removed stub through floors, walls or ceilings, openings shall be patched so that no evidence of the former installation remains. E. Existing active services (water, gas, sewer, electric), when encountered, shall be protected against damage. Do not prevent or disturb operation of active services that are to remain. If active services are encountered which require relocation, make request to authorities with jurisdiction for determination of procedures. Where existing services are to be abandoned, terminate in conformance with requirements of the utility or municipality having jurisdiction. F. The location, size and elevation of underground utilities shown on the drawings are in accordance with data supplied by the Owner and/or the various utility companies. The Contractor shall verify this data and shall report any discrepancies to the Architect/Engineer before submitting his bid. 3.2 INTERRUPTION OF SERVICE A. Changes in service shall be made so as to provide a minimum of interference with the operation of services in the building. When changes require shutdown of building services, such shutdowns shall be scheduled for weekends or holidays: all associated costs for shutdowns shall be the responsibility of the contractor. Notify the owner in writing (14) days in advance of shutdown, also providing duration, systems affected and nature of shutdown. Temporary arrangements shall be approved by the Architect/Engineer and/or Owner. B. Any and all interruptions to building services shall be in accordance with Division 01. 3.3 PIPING SYSTEMS - COMMON REQUIREMENTS A. Install piping according to the following requirements and Division 23 Sections specifying piping systems. B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on Coordination Drawings. C. Install piping in concealed locations, unless otherwise indicated and except in equipment rooms and service areas. D. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. E. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. F. Install piping to permit valve servicing. City of IC Building Automation Upgrades&Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-8 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC G. Install piping at indicated slopes. H. Install piping free of sags and bends. Install fittings for changes in direction and branch connections. J. Install piping to allow application of insulation. K. Select system components with pressure rating equal to or greater than system operating pressure. L. Install escutcheons for penetrations of walls, ceilings, and floors according to the following: 1. New Piping: a. Piping with Fitting or Sleeve Protruding from Wall: One-piece, deep-pattern type. b. Chrome-Plated Piping: One-piece, cast-brass type with polished chrome-plated finish. c. Insulated Piping: One-piece, stamped-steel type with spring clips. d. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece, cast- brass type with polished chrome-plated finish. e. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece, stamped- steel type. f. Bare Piping at Ceiling Penetrations in Finished Spaces: Split-casting, cast-brass type with chrome-plated finish. g. Bare Piping at Ceiling Penetrations in Finished Spaces: Split-plate, stamped-steel type with concealed hinge and set screw. h. Bare Piping in Unfinished Service Spaces: Split-casting, cast-brass type with rough- brass finish. Bare Piping in Unfinished Service Spaces: Split-plate, stamped-steel type with concealed or exposed-rivet hinge and set screw or spring clips. j. Bare Piping in Equipment Rooms: Split-casting, cast-brass type. k. Bare Piping in Equipment Rooms: Split-plate, stamped-steel type with set screw or spring clips. L Bare Piping at Floor Penetrations in Equipment Roomslpti'.t-cing, fplate type. -I M. Sleeves are not required for core-drilled holes. .' �► r N. Permanent sleeves are not required for holes formed by removable PE si zies.`2 8n O. Install sleeves for pipes passing through concrete and masonry walls andEc ncrete flood roof slabs. P. Install sleeves for pipes passing through concrete and masonry walls, gypsum-board partitions, and concrete floor and roof slabs. 1. Cut sleeves to length for mounting flush with both surfaces. a. Exception: Extend sleeves installed in floors of mechanical equipment areas or other wet areas 2 inches (50 mm) above finished floor level. Extend cast-iron sleeve fittings below floor slab as required to secure clamping ring if ring is specified. 2. Install sleeves in new walls and slabs as new walls and slabs are constructed. 3. Install sleeves that are large enough to provide 1/4-inch (6.4-mm) annular clear space between sleeve and pipe or pipe insulation. Use the following sleeve materials: a. Steel Pipe Sleeves: For pipes smaller than NPS 6. City of IC Building Automation Upgrades&Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-9 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC b. Steel Sheet Sleeves: For pipes NPS 6 and larger, penetrating gypsum-board partitions. •• Stack Sleeve Fittings: For pipes penetrating floors with membrane waterproofing. Secure flashing between clamping flanges. Install section of cast-iron soil pipe to u a J>' extend sleeve to 2 inches (50 mm) above finished floor level. tp (-31- 1) Seal space outside of sleeve fittings with grout. '~~ �tl► t•—,:kxcept for underground wall penetrations, seal annular space between sleeve and pipe or Li . c.�ape insulation, using joint sealants appropriate for size, depth, and location of joint. Q. aboveground, Exterior-Wall Pipe Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals. 1. Install steel pipe for sleeves smaller than 6 inches (150 mm) in diameter. 2. Install cast-iron "wall pipes" for sleeves 6 inches (150 mm) and larger in diameter. 3. Mechanical Sleeve Seal Installation: Select type and number of sealing elements required for pipe material and size. Position pipe in center of sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. R. Underground, Exterior-Wall Pipe Penetrations: Install cast-iron "wall pipes" for sleeves. Seal pipe penetrations using mechanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals. 1. Mechanical Sleeve Seal Installation: Select type and number of sealing elements required for pipe material and size. Position pipe in center of sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. S. Fire-Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at pipe penetrations. Seal pipe penetrations with firestop materials. T. Verify final equipment locations for roughing-in. U. Refer to equipment specifications in other Sections of these Specifications for roughing-in requirements. 3.4 PIPING JOINT CONSTRUCTION A. Join pipe and fittings according to the following requirements and Division 23 Sections specifying piping systems. B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. D. Soldered Joints: Apply ASTM B 813, water-flushable flux, unless otherwise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using lead-free solder alloy complying with ASTM B 32. E. Brazed Joints: Construct joints according to AWS's "Brazing Handbook,""Pipe and Tube" Chapter, using copper-phosphorus brazing filler metal complying with AWS A5.8. F. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. City of IC Building Automation Upgrades& Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-10 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. G. Welded Joints: Construct joints according to AWS D10.12, using qualified processes and welding operators according to Part 1 "Quality Assurance"Article. H. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. I. Plastic Piping Solvent-Cement Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and solvent cements. 2. CPVC Piping: Join according to ASTM D 2846/D 2846M Appendix. ' 3. PVC Pressure Piping: Join schedule number ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672. Join other-than-schedule-number PVC pipe and socket fittings according to ASTM D 2855. 4. PVC Non-pressure Piping: Join according to ASTM D 2855. J. Plastic Pressure Piping Gasketed Joints: Join according to ASTM D 3139. K. Plastic Non-pressure Piping Gasketed Joints: Join according to ASTM D 3212. L. PE Piping Heat-Fusion Joints: Clean and dry joining surfaces by wiping with clean cloth or paper towels. Join according to ASTM D 2657. 1. Plain-End Pipe and Fittings: Use butt fusion. 2. Plain-End Pipe and Socket Fittings: Use socket fusion. M. Fiberglass Bonded Joints: Prepare pipe ends and fittings, apply adhesive, and join according to pipe manufacturer's written instructions. 3.5 PIPING CONNECTIONS A. Make connections according to the following, unless otherwise indicated: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. 2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3. Dry Piping Systems: Install dielectric unions and flanges to connect piping materials of dissimilar metals. 4. Wet Piping Systems: Install dielectric coupling and nipple fittings to connect piping materials of dissimilar metals. 3.6 OPENINGS, CUTTING, AND PATCHING " A. The General Contractor shall coordinate the placing of openings in the ri .4trubre, as'jquired for the installation of the mechanical work. . "t = C,.)...ti I .�. B. Furnish to the General Contractor the accurate locations and sizes for re'ced denints�This shall not relieve this Contractor of the responsibility of checking to assure that)rppereize op" ngs are provided. When additional patching is required due to this Contractor's�faifJre to7nsp is work, this Contractor shall make arrangements for the patching required to properly dine th ening, to include patch painting. This Contractor shall pay any additional cost incurred iR this respect. City of IC Building Automation Upgrades &Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-11 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 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 . suppomembers will not be permitted without prior approval of the Architect/Engineer. Extent of .:.cuttira shall be minimized. Use core drills, power saws or other machines which will provide neat, mird►faum openings. Patching shall match adjacent materials and surfaces and shall be performed by CLeran skilled in the respective craft required. 3.7 N att T O MASONRY WORK ..contagfe. bases and pads for mechanical equipment will be furnished by General Contractor. This = onCra-t r shall coordinate size. Size bases to extend minimum of 4" beyond equipment base in any gAirection, and 4" above finished floor elevation. Construct of reinforced concrete, roughen floor slab etieneath 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. 3.8 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. 3.9 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. 3.10 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. 3.11 SUSPENSION FROM WOOD STRUCTURAL MEMBERS A. In general, concentrated or other loads shall not be suspended directly from the bottom of wood structural members, unless approved by the Architect/Engineer. Loads suspended from open web joists or trusses may be transferred to the bottom chord of the structural member at the panel points. Loads suspended from solid web joists shall be transferred to the joists only through the top flange or web. Suspension systems shall be reviewed by the Architect/Engineer. City of IC Building Automation Upgrades&Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-12 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 3.12 WIRING FOR MECHANICAL EQUIPMENT A. The electrical contractor will provide power to and connection of motors and equipment furnished by this Contractor. Where disconnect switches are not specified to be furnished with the equipment, the electrical Contractor will furnish disconnect switches for equipment furnished by this Contractor. B. Provide integral wiring, alarm wiring, control wiring, temperature control wiring and interlock wiring for equipment furnished, whether or not such wiring is furnished by the equipment vendor. C. Except where other Sections call for starters to be furnished by manufacturers as part of their equipment, the electrical contractor will furnish motor starters for motors furnished by this Contractor. D. Furnish to the electrical contractor, shop drawings and a schedule for motors and other mechanical equipment furnished, which require electrical services. The schedule shall include the locations for rough-ins, electrical loads, size, and electrical characteristics for services required. E. Additional costs incurred, where motors or equipment furnished by this Contractor require larger services or services of different electrical characteristics than those called for on the Electrical Drawings, due to the Contractor furnishing substitute equipment, shall be paid for by this Contractor. F. Review the Electrical Drawings and call to the attention of the Architect/Engineer, prior to bidding, omissions of electrical services required for equipment. G. Mechanical equipment which requires fuse protection, to maintain UL listing, shall be coordinated with the electrical contractor to provide such protection. 3.13 MOTORS A. TEFC and ODP motors for equipment supplied by this contractor, 1/2 HP and larger, shall meet NEMA PremiumTM efficiencies as specified within NEMA Standards Publication MG 1-2003. B. All motors that are indicated to be used with Variable Frequency Drives (VFD's) shall be inverter duty rated. Coordinate all motor requirements with the electrical contractor. C. Provide motor shaft grounding kit for all VFD motors. 3.14 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. TISIS'Contractor shall arrange with the other contractors for repairing and refinishing of such areas whicmay be damaged. D. When heavy materials must be placed upon or transported over the roof a y si ting;DI be placed to distribute the weight and support such materials. Any damage+.sl�i�be jmme y corrected at no cost to the Owner. - _ cry 1 3.15 NOISE AND VIBRATION A. Be responsible for the installation of all equipment in such a manner as to-..ot roltre traission of noise and vibration from any installed equipment or system, so that the sotmd 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. City of IC Building Automation Upgrades&Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-13 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 3.16 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 -iisubmitted directly to the owner/engineer by the manufacturer. B. =:Start-zip shall be scheduled only once electrical, mechanical, sheetmetal and temperature controls C. on;ttators' are confirmed complete, AND the owner approves proceeding with start-up; confirmation aby .shall be made to the GC in writing. ..� or> a8pr's confirmation of complete installation prior to scheduling the start-up shall include: L . !.^E=AIl aspects of equipment installation shall be completely installed in permanent condition, to .: '-=-include but not limited to: sheetmetal, piping, final heat transfer fluids installed, controls and 'associated programming, insulation and electrical. C 2. The owner/engineer shall confirm all aspects complete, prior to start-up being scheduled. The owner's signature on the manufacturer's satisfactorily completed prestart-up checklist will allow the manufacturer to then confirm start-up availability and schedule. D. Both the equipment start-up and temperature controls contractor start-up personnel shall be onsite together to assist each other as required for start-up. E. No portion of onsite test and balance shall proceed until start-up of all equipment has been satisfactorily documented by the manufacturer, and confirmed by the owner. 3.17 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. 3.18 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 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. 3.19 EQUIPMENT LIST A. Consistent with the Valve & Damper schedule, submit an equipment list identifying all equipment on and consistent with the mechanical schedule: by equipment tag, room location, model number, serial number, number& size of filters, voltage/phase with respective electrical panel & panel location. B. Identify each glycol system by mechanical system served, with glycol type, system volume, design ratio of glycol (by volume) and final ratio of glycol (by volume) as tested. 3.20 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. City of IC Building Automation Upgrades &Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-14 SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 3.21 WARRANTY A. At a minimum, warranties for all Sections of this Division shall comply with the two year warranty period. Any warranties within this Division explicitly stipulating longer warranty periods than identified in Performance Bond (i.e. compressors), shall be held to the longer warranty period. END OF SECTION \ 1 m""rt r,1 i S.A�I City of IC Building Automation Upgrades&Improvement Projects 2017 Common Work Results for HVAC Project No. 116463-0 23 0500-15 SECTION 23 0523 GENERAL-DUTY VALVES FOR HVAC PIPING PART 1 GENERAL 1.1 SECTION INCLUDES A. Provide equipment, materials, labor, and supervision necessary to install valves as indicated on drawings and in schedules, and herein specified. B. Valves of the same type shall be of a single manufacturer. Valves shall conform to ANSI standard dimensions. .� .�. u 1.2 SUBMITTALS A. Submit detailed Product Data clearly indicating manufacturer, model, size, dimensions and pressure rating. B. Submit valve schedule, indicting valve ID, type, size and intended service and location. 1.3 PACKAGING A. Valves shall be furnished or provided with protective packaging to prevent damage during shipping or on the job site. 1.4 DEFINITIONS A. S.P. Saturated Steam Pressure B. W.P. Working Pressure C. W.O.G. Water, Oil, Gas Pressure D. BR. Bronze E. I.B.B.M. Iron Body, Bronze-Mounted F. O.S.&Y. Outside Screw and Yoke G. N.R.S. Non-Rising Stem H. R.S. Rising Stem M.S.S. Manufacturer's Standardization Society of the Valve and Fitting Industry, Inc. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, provide products manufactured by one of the following, as listed for each valve type, or Engineer-approved equivalent. Valve Type Approved Manufacturer .:_' Gate and Check Valves Crane, Stockham, Lunkenheimer, Hammond In strial Series, NIBCO, Milwaukee )-< Characterized Control Valves Belimo, Watts, Worchester 2-7i n a Ball Valves Jamesbury, Jenkins, Milwaukee, Watts,�'V1� he&r, P or NIBCO =J' Butterfly Valves Lined: Keystone, Demco, Milwaukee, Cefiterline-� NIBCO High Performance: Jamesbury, Dezurik, Durco Plug Valves Rockwell-Nordstrom, Stockham, Dezurik, W-K-M Refrigerant Piping Valves Packless, Kerotest, Henry Pratt, Superior, Parker Automatic Valves ASCO, Skinner, Clayton, Parker CPVC Valves ASAHI/America, Watts or Nibco City of IC Building Automation Upgrades& Improvement Projects 2017 General Duty Valve for HVAC Piping Project No. 116463-0 23 0523-1 SECTION 23 0523 GENERAL-DUTY VALVES FOR HVAC PIPING 2.2 GENERAL A. Materials: Discs, gaskets, packings, seats, diaphragms and lubricants shall conform to recommendations of the valve manufacturer for the intended use. .41 B. Body�rpaterials, unless otherwise stated: 0 " 1. czBronze: 125-150 lbs., ASTM B62 � , ate. 2.J}, Iron: 200-300 lbs., ASTM B61 kO 3. ~- Cast Iron: ASTM A126, Class B I ).-(-) -4.I-<7: Cast Iron: ASTM 448 :.. �.. 5. < Ductile Iron: ASTM A395 +6. Cast Steel: ASTM A216 2.3 GATE VALVES A. Provide gate valves complying with MSS SP-80. Gate valves shall be as follows unless otherwise indicated on the drawings. 1. 2 in. and Smaller: 125-lb. saturated steam, screwed, solid wedge disc, and all parts high- grade bronze except wheel and packing. 2. 2-1/2 in. through 16 in.: 125-lb. saturated steam, O.S.&Y., flanged ends, bronze seats and stem, double-seated solid wedge disc, iron body and bonnet. 3. Steam lines over 16 in.: 150-lb. saturated steam, O.S.&Y., cast steel body, solid wedge disc, all carbon steel construction. B. Equip valves with packing suitable for intended service. C. Provide gate valves designed such that back seating protects packing and stem threads from fluid when valve is fully opened. Equip valves with gland follower. 2.4 CHECK VALVES A. Check valves for water, steam, and air shall be as follows unless otherwise shown on the drawings: 1. 3 in. and smaller: 200-lb. saturated steam, swing type, threaded, bronze body meeting ASTM B62, pressure tight removable disc, hinge bumper to prevent sticking open, can be mounted horizontally or vertically. 2. Over 3 in.: 125-lb. saturated steam, swing check, flanged iron body meeting ASTM A126 Class B design to prevent disc sticking open, removable disc, bronze trimmed for steam or water, otherwise all iron construction. 3. Non-slam type for pump discharge duty—2-1/2 in. and larger: I.B.B.M., flanged, class 300, wafer style. 4. Lift check type for boiler feed -2 in. and smaller: 125-lb. saturated steam, ball cone, check valve with threaded bronze body and spring loaded seating action. 2.5 BALL VALVES A. 2 in. and smaller: ASTM B584 bronze body, 2-piece, full port stainless steel ball, screwed or soldered ends with Teflon seats and seals, blow out proof stem, tee or lever handle rated to 150 SWP/600W06. B. Over 2 in.: Carbon semi-steel or ductile iron body, 2-piece, full port stainless steel ball, ANSI rated flanged ends with Teflon seats and lever handle. C. Ball valves for natural gas shall be AGA approved. City of IC Building Automation Upgrades & Improvement Projects 2017 General Duty Valve for HVAC Piping Project No. 116463-0 23 0523-2 Lts SECTION 23 0523 Cia GENERAL-DUTY VALVES FOR HVAC PIPING t , ! 2.6 BUTTERFLY VALVES � W -i W A. Lined - 1. Disc-Aluminum bronze ASTM B148 Class 9B or ASTM B584 Alloy 876 for chilled, heating and condenser water, air, and fuels. 2. Seat ' a. Buna N hardback type ASTM D735-SB620AABE1 E3G for chilled, hot and condenser water, air, fuels. b. Hypalon ASTM D735-SC620A1 BF1JL for chemically treated water and water— 10° F to +180° F. c. EPT ASTM D735-RA620A BF2JL for hot water, low-pressure steam +190° F to +230° F. 3. Stem - Stainless steel dry journal type QQ-S-763. 4. Bodies—Semi-steel; ASTM A126 Class B; cast iron, ASTM 448; ductile iron. ASTM A536; or cast steel, ASTM A216. On insulated piping, butterfly valves shall have extended neck suitable for 2 in. thick insulation. 5. Actuators a. Lever handle with infinite position lever with positive locking feature on valve sizes 2 in. through 5 in. b. Provide geared hand wheel on valves 6 in. and larger. c. Provide chain operator for valves 6" and larger, where located 8 feet or higher above the finished floor in mechanical and boiler rooms. 6. General Specifications. a. Butterfly valves may be of flanged, wafer, or lug type (lugs drilled and tapped). Grooved valve couplings may be used where grooved piping is applied, except at pump installations which shall be flange. b. Elastomer seats shall be bonded to a rigid backup ring, be field replaceable, and of the types listed above. c. The disc shall be aluminum bronze of the floating type with no external disc to stem fasteners. Drive is accomplished by a square stem engaging in a broached disc. d. Stems shall be stainless steel of the one-piece type, completely sealed from line flow. e. Working Pressures: 28 in. vacuum to 250 lb. working pressures, $140 lb. test, with bubble-tight end of line shutoff. f. Dead end service at full pressure without the need of a dowrfstreat flange. B. High Performancecri 1. Class 150, Single-Flange, High-Performance Butterfly Valves. 2. Description: r-; C .r a. Standard: MSS SP-68. COI b. CWP Rating: 285 psig at 100 deg F. c. Body Design: Lug type; suitable for bidirectional dead-end service at rated pressure without use of downstream flange. d. Body Material: Carbon steel, cast iron, ductile iron, or stainless steel. e. Seat: Reinforced PTFE or metal. City of IC Building Automation Upgrades &Improvement Projects 2017 General Duty Valve for HVAC Piping Project No. 116463-0 23 0523-3 w SECTION 23 0523 t ,� 3c cc _ GENERAL-DUTY VALVES FOR HVAC PIPING W a' t-j Stem: Stainless steel; offset from seat plane. I >,,, Disc: Carbon steel. © "<.kS. Service: Bidirectional. Ca 2.7 DRAIIZALVQS)(HOSE BIBBS) A. Soldered or Threaded Ends: Bronze body, screwed bonnet, rising stem, composition disc, 3/4 in. threaded hose outlet connection; 125 psi, maximum pressure rating. 2.8 PLUG VALVES A. Plug valves shall not be furnished unless specifically shown on the drawings. When so indicated, this type of valve shall meet the following specifications: 1. Smaller than 2 in.: tapered plug valves, semi-steel, screwed, wrench operated with wrench. 2. 2 in. and larger: tapered plug valves, carbon steel, flanged, lubricated plug wrench operated with wrench. 2.9 AUTOMATIC VALVES A. Solenoid Valves - Coil and valve body assemblies. Solenoids to have UL listed Class F molded coils, direct operating, normally closed, 120V, in a NEMA 1 enclosure. 1. 2 in. and under: 150 lb. bronze body with stainless steel trim, screwed ends, packless and two position. 2. 2 1/2 in. and larger: 125 lb. cast iron body with stainless steel trim, flanged ends, packless main valve with packless 3-way external pilot solenoid valve. B. Pressure Reducing Valves 1. Steam: 250 lb. cast iron body with stainless steel trim, screwed ends for 2 in. and under, flanged ends for 2-1/2 in. and larger, inlet operating range of 60 to 150 lbs. 2. Gases 2 in. and under: 300 lb. cast zinc body with brass trim, external steam, inlet operating range of 50 to 100 lbs. with built-in relief. 2.10 WRENCHES A. Provide one gas cock wrench for every 10 gas cocks sized 2 in. and smaller, minimum of one. Provide each gas cock sized over 2 in. with a wrench, with set screw. PART 3 EXECUTION 3.1 VALVE LOCATIONS—GENERAL A. Unless otherwise noted, shutoff valves shall be provided at all equipment connections (supply and return where applicable) for the following piping: pump suction and discharge, water, air, steam, condensate, fuel and gas and drain lines (except on gravity drains from pans). Equipment connections include such items as coils, condensers, tanks, pumps, heat exchangers, and similar items. B. Check valves of the non-slam type shall be installed at the discharge of pumps unless otherwise shown on the drawings. C. Install isolation valves at each branch off of horizontal mains and vertical risers. D. All valves 4 in. and larger used for dead end service (future connections) shall be high performance butterfly type, lugged style with tapped holes in a wafer body. City of IC Building Automation Upgrades &Improvement Projects 2017 General Duty Valve for HVAC Piping Project No. 116463-0 23 0523-4 SECTION 23 0523 GENERAL-DUTY VALVES FOR HVAC PIPING 3.2 INSTALLATION INSTRUCTIONS A. Follow the manufacturer's recommended installation instructions concerning soldering, silver brazing, welding, threading, and installation of flanged valves in order to prevent damage to the valve and assure its maximum efficiency. Additional specific installation requirements are as follows:. 1. Thread pipe for threaded valves to standard length only, using new block dies. 2. Put pipe compound on the pipe end, not into the valve threads. Securely screw pipe and valve together. 3. Blow out or otherwise thoroughly clean pipe sections before they are installed. 4. Close valve before installation. 5. Secure and adjust valves for no leaks and for easy operation. 6. Install valves with stems horizontal or vertical above the pipe and square with building construction. 7. Install valves so piping does not place a stress or strain on the valve body. 8. Provide extended-stem valves where insulation is indicated. Stems shall be extended such that the handle moves freely without contact with the insulation. For gate valves, provide rising stem. 9. Install drain valves at low points of piping, at each mechanical equipment item, and elsewhere, where indicated. 10. Locate valves, cock, and hose bibbs to allow easy accessibility for operation, maintenance and repair. 11. Lugged butterfly valves with rubber-lined seats shall be installed with the disc(s) partially open. Bolts shall be torqued to the manufacturer's recommendations. 3.3 PROVISION FOR WRENCHES A. One operating wrench shall be provided for every 10 valves of each type not equipped with handwheels or levers. A minimum of two wrenches shall be provided for each type of valve. 3.4 VALVE SCHEDULE Valve Type Service Characterized Control -All Sizes Water, for HVAC systems; Suitable for on-off or throttling service. Check -All Sizes Water, air and steam for HVAC and process pipg systems. Ball -All Sizes Water for HVAC piping systems; for operation u"r to 2(70' psi at 500° F. cn Butterfly-2 in. and Larger(Lined) Water for HVAC piping systems; for ope`� tign L to 2c. ' psi at 500° F. Valves at dead end service in including:those fo, future extension shall be high performance. Drain HVAC systems. Plug -All Sizes Natural gas service. Refrigerant Piping and Automatic HVAC and piping controls. Gate Boiler and water heater service. END OF SECTION City of IC Building Automation Upgrades&Improvement Projects 2017 General Duty Valve for HVAC Piping Project No. 116463-0 23 0523-5 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC PART 1 GENERAL 1.1 SECTION INCLUDES A. Provide materials, labor, and supervision necessary to furnish and install a Direct Digital Control (DDC) system. The DDC system herein specified shall be fully integrated and installed as a complete package by the Direct Digital Control Manufacturer, and shall be completely integrate any control system currently in use as related to this building. The system shall include all computer software and hardware, operator input/output devices, automation sensors and controls, wiring, piping, installation, supervision and labor, calibration, adjustments, testing and commissioning necessary for a complete and fully operational system. B. General Description: The DDC control system shall include all points described and/or indicated in this project and shall be capable of point expansion in the future; future expansion shall not be limited to less than 1000 additional points of control. The DDC system components shall be BACnet BTL certified, utilizing an operator workstation at the LAN (local IP at building) level; this LAN shall be sufficient to operate this building's systems as stand alone. All components on IP subnets (field busses) shall support MS/TP architecture, with full functionality and communication both with and without the building controller. Each controller shall be capable of full and complete stand alone operation of respective unit. C. The contractor shall include an allowance of$397,000 in the bid amount to cover the temperature controls subcontractor work. Coordinate with the Baker Controls Group. The allowance includes all necessary electrical work. 1.2 SCOPE OF WORK A. The City of Iowa City installed the Tridium based Niagara AX Framework as the systems integration platform for the city. The controls contractor shall provide new, standardized graphical interfaces for all buildings detailed below, with each building's graphics interface being consistent in appearance, nomenclature and function. In addition, the controls contractor shall provide control devices at the following buildings to achieve the sequence of operations as specified on the drawings: 1. City Hall: a. There are three existing separate automation systems controlling this facility. The contractor shall remove existing pneumatic and non-functional DDC controls and provide new controllers as required to deliver a fully programmable and integrated BAS for equipment as detailed on the mechanical sheets. b. The contractor shall provide controls and integration for a future hot water plant, as detailed in the drawings. [: 2. Mercer Aquatic Center 11 a. There are two existing separate automation systems cofitrojljng i is fad=The contractor shall remove existing pneumatic and non-funEtiocri l DEC controls and provide new controllers as required to deliver a fully prog.rammala4 andrifigrated BAS for equipment as detailed on the mechanical sheets._-' a :3c .mmj:t. b. The contractor shall provide controls and integration for a uture f10t water plant and variable air volume rooftop unit with associated VAV boxes, as dtiled in the drawings. 3. Robert A. Lee Recreation Center a. There are two existing separate automation systems controlling this facility. The contractor shall remove existing pneumatic and non-functional DDC controls and provide new controllers as required to deliver a fully programmable and integrated BAS for equipment as detailed on the mechanical sheets. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-1 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 1.3 QUALIFICATIONS A. The control system shall meet specifications and qualifications as described. The controls contractor shall have a minimum of five years experience associated with heat pump systems, geothermal water systems, constant volume systems and other systems as required by the sequence of operations. 4,4 B. -2'The temperature controls system allowed on this project shall be the following: 0 1. Baker Controls Group lit o_ AIuk is to be installed by a qualified person skilled in the installation of electronic automatic control sy5teMs. The control contractor is responsible for the proper installation of the control system. ILL 2 1. The Installer shall have an established working relationship with the Control System r-- Manufacturer of not less than three years. ixa "'"' 2. The installer shall have a service office within 75 miles of the project site and provide 24-hour response in the event of a customer call. D. The contractor may elect to subcontract the installation of the electronic control system but will be responsible in total as outlined above. E. All products used in this installation shall be new, currently under manufacture, and shall be applied in similar installations for a minimum of 2 years. This installation shall not be used as a test site for any new products unless explicitly approved by the Owner's representative in writing prior to bid date. Spare and replacement parts shall be available for at least 10 years after completion of this contract. 1.4 WORK BY OTHERS A. The following incidental work shall be furnished by the Mechanical Contractor under the supervision of this Contractor. 1. Install automatic valves and separable wells. 2. Furnish and install all necessary valves, pressure taps, flow meters, water, drain and overflow connections and piping. 3. Furnish and install all necessary piping connections required for flow devices, valve position indicators, etc. 4. Install all automatic dampers and any minimum outdoor air stations, airflow stations. 5. Provide necessary blank-off plates (safing) required to install dampers that are smaller than duct size. 6. Assemble multiple section dampers with required interconnecting linkages and extend required number of shafts through duct for external mounting of damper motors. 7. 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. 8. Provide access door or other approved means of access through ducts for service to control equipment. 9. Electrical contractor scope per note on Sheet M1.00. B. The TCC shall provide a technical representative to accompany the testing and balancing contractor whenever the latter is onsite, to ensure availability of complete controls manipulation is provided to the TAB contractor. Review Section 01010 Summary Of Work for schedule of contractor-access to the building during in-session periods for controls commissioning (including testing and calibration) and testing and balancing of all systems. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-2 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 1.5 DESCRIPTION A. Direct Digital Control (DDC) technology shall be used to provide the functions necessary for control of mechanical systems on this project. Specifically, BACnet MS/TP shall be fully implemented within the DDC system installed. All references to BACnet, BACnet Testing Laboratory (BTL), etc. shall be as defined by ASHRAE Standard 135-2004. B. The control system shall accommodate simultaneous multiple user operation. Access to the control system data should be limited only by operator password. Multiple users shall have access to all valid system data. An operator shall be able to log onto any workstation on the control system and have access to all data appropriate to the assigned level of password security. C. The control system shall be designed such that each mechanical system will be able to operate under stand-alone control. As such, in the event of a network communication failure, or the loss of any other controller, the control system shall continue to independently operate under control. D. Communication between the control panels and all workstations shall be over a high-speed network. All nodes on this network shall be peers. The operator shall not have to know the panel identifier or location to view or control an object. Application Specific Controllers shall be constantly scanned by the network controllers to update point information and alarm information. E. The documentation is schematic in nature. The Contractor shall provide hardware and software necessary to implement the functions and sequences shown. F. Global commands. The Owner shall have full command of all sensor dead-bands, to allow discretionary over-ride from the District's central operator workstation. G. Each mechanical unit identified to be controlled through the BAS shall be provided a dedicated controller, to ensure all points associated with that unit reside under that controllers' specific identifier. The following exceptions apply: shared controllers may be acceptable if serving similar equipment (i.e. exhaust fans) and only when the indicated equipment points can completely reside together. The intent is to prevent scattering of points, ungrouped and/or separated between unrelated controllers. 1.6 SUBMITTALS A. Contractor shall provide shop drawings and manufacturers' standard specification data sheets on all hardware and software to be provided. No work may begin on any segment of this project until submittals have been reviewed and approved by the Engineer and Owner for conformity with the plan and specifications. All shop drawings shall be done on AutoCAD no older than version 2008, and provided to the Engineer for review and to the Owner on CD. B. Quantities of items submitted shall be reviewed by the Engineer and Owner. Such review shall not relieve the contractor from furnishing quantities required for completion. C. Provide the Engineer and Owner, any additional information or data which is-'deemed necesry to determine compliance with these specifications or which is deemed valuable an iocu entag-lbe system to be installed. i _,,, D. Submit the following within 30 days of contract award: 1. A complete bill of materials of equipment to be used indicating quantity irnagufactul nd model number. 2. A schedule of all control valves including the valve size, model number(including pattern and connections), flow, CV, pressure rating, and location. 3. Provide manufacturer's 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: City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-3 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC a. Building Controllers (B-BC), Application Advanced Controllers (B-AAC) and Application Specific Controllers (B-ASC). b. Interface to Centralized Operator Work Station c. Auxiliary Control Devices d. Proposed control system riser diagram showing system configuration, device locations, addresses, and cabling. w .s e. Detailed termination drawings showing all required field and factory terminations. Terminal numbers shall be clearly labeled. W a_ ti f. Points list showing all system objects, and the proposed English language object v�— names for Owner review and revision. Each piece of equipment shall be referenced .,..{ • >-v by using respective Tag or Plan Mark consistent with equipment schedules. LL. o � v-�;,:g. Sequence of operations for each system under control. This sequence shall be r-- specific for the use of the Control System being provided for this project. 0 .4 h. Provide a BACnet Product Implementation Conformance Statement (PICS) for each BACnet device type in the submittal. E. Project Record Documents: Upon completion of installation submit (3) copies of record (as-built) documents. The documents shall be submitted for approval prior to final completion and include: 1. Project Record Drawings-These shall be as-built(or as-constructed or as-installed) versions of the submittal shop drawings. One set of magnetic media including CAD .DWG drawing files shall also be provided. a. Identify on drawings locations of all remote and/or concealed equipment. 2. Operating and Maintenance (0 & M) Manual -These shall be as-built versions of the submittal product data. In addition to that required for the submittals, the 0 & 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. c. Programming Manual with a description of the programming language including syntax, statement descriptions including algorithms and calculations used, point database creation and modification, program creation and modification, and use of the editor. d. Engineering, Installation and Maintenance Manual(s) that explains how to design and install new points, panels, and other hardware; preventative maintenance and calibration procedures; how to debug hardware problems; and how to repair or replace hardware. e. A listing and documentation of all custom software created using the programming language including the point database. One set of magnetic media containing files of the software and database shall also be provided f. A list of recommended spare parts with part numbers and supplier. g. Complete original issue documentation, installation and maintenance information for all third party hardware provided including computer equipment and sensors. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-4 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC h. Complete original issue DVD set for all software provided including operating systems, programming language and operator workstation software. DVD's shall be 4.7 GB minimum, read-only to prevent overwrite. Each disk and case shall be identified as to project/phase and date; any changes to software shall be followed with backup using additional DVD's. 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. t• -; t F. Training Manuals: The Contractor shall provide a course outline and training manuals for'an 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. ' I 1.7 CODES AND STANDARDS A. Input/output devices, specified or future, associated with the DDC control system shall be ASCII (American Standard Code for Information Interchange) coded with standard EIA (Electronic Industries Association) interface hardware. B. Wiring performed by the DDC Contractor shall be installed in accordance with all applicable local, state, and national codes, and comply with requirements. C. Instrumentation hardware shall be supplied to directly interface with Instrument Society of America (ISA) Standards. D. BACnet implies BACnet protocol as defined by ASHRAE standard 135-2004. E. Meet requirements of all applicable standards and codes, except when more detailed or stringent requirements are indicated by the Contract Documents, including requirements of this Section. 1. Underwriters Laboratories: Products shall be UL-916-PAZX listed. 2. National Electrical Code - NFPA 70. 3. Federal Communications Commission - Part J. 1.8 WARRANTY A. Labor& materials for control system specified shall be warranted free from defects for a period of twelve (12) months after final completion acceptance by the Owner. Control System failures during the warranty period shall be adjusted, repaired, or replaced at no charge or reduction in service to the Owner. The Contractor shall respond to the Owner's request for warranty service within 24 hours during customary business hours. B. At the end of the final start-up/testing, if equipment and systems are operatji9g sati ctority..tq the Owner and Engineer, the Owner shall sign certificates certifying that the conttai sy� .m's o e ation has been tested and accepted in accordance with the terms of this s ecifica iC . e datr Owner's p p acceptance shall be the start of warranty. C. Operator workstation software, project specific software, database, and firrnW rt up ates be provided to the Owner at no charge during the warrantyperiod. Written authp_rization b OL r must, _ ..._ Y however, be granted prior to the installation of such changes. - •• 1.9 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 application programming code or tool and all project-related documentation. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-5 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 1.10 SYSTEM PERFORMANCE A. Performance Standards. The system shall conform to the following: 1. Object Command. The maximum time between the command of a binary object by the operator and the reaction by the device shall be 30 seconds. Analog objects shall start to adjust within 30 seconds. Object Scan. All changes of state and change of analog values shall be transmitted over the :.,'....high-speed network such that any data used or displayed at a controller or workstation will be 0 — xE::current, within the prior 60 seconds. (_(J (1-3. J};Alarm Response Time. The maximum time from when an object goes into alarm to when it is annunciated at the workstation shall not exceed 45 seconds. f-- <Program Execution Frequency. Custom and standard applications shall be capable of ILL. -, - unning as often as once every 5 seconds. The Contractor shall be responsible for selecting -execution times consistent with the mechanical process under control. N 5. Performance. Programmable Controllers shall be able to execute DDC PID control loops at a selectable frequency from at least once every 5 seconds. The controller shall scan and update the process value and output generated by this calculation at this same frequency. 6. Multiple Alarm Annunciation. All workstations on the network shall receive alarms within 5 seconds of each other. 7. Reporting Accuracy. Table 1 lists minimum acceptable reporting accuracies for all values reported by the specified system. TABLE I -- REPORTING ACCURACY Measured Variable Reported Accuracy U.N.O Space temperature ±1°F Ducted air ±2°F Outside air ±2°F Water temperature ±1°F Delta-T ±0.25°F Relative humidity ±5% RH Water flow ±5% of full scale Air flow(terminal) ±10% of reading *Note 1 Air flow(measuring stations) ±5% of reading Air pressure (ducts) ±0.1"W.G. Water pressure ±2% of full scale *Note 2 Electrical power 5% of reading Carbon dioxide (co2) ±20 PPM Note 1: 10%-100% of scale Note 2: for both absolute and differential pressure PART 2 PRODUCTS 2.1 PORTABLE OPERATOR INTERFACE (LAPTOP PC) A. Furnish one laptop PC for use by city personnel (Brian Buhr) for purposes of BAS monitoring and troubleshooting. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-6 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC B. Workstation information access shall use the BACnet Protocol. Communication shall use the ISO 8802-3 (Ethernet) or ARCNET(ASTM 878.1) Physical/Data Link layer protocol. Remote communications shall use the BACnet Point to Point Physical/Data Link Layer Protocol. 2.2 SUPERVISED TRAINING A. Provide eight (48) hours in of supervised training for up to ten (10) of the Owners representatives simultaneously to include system operation, programming and report generation. Training shall take place at the project site during the normal work hours of 8am to 5pm weekdays, only after the BAS and mechanical systems have been confirmed to be fully operational. Controls contractor shall NOT begin training before mechanical system and BAS are fully commissioned. Training shall be scheduled at the owner's discretion, in no larger than 4-hour blocks, to be completed within one calendar year, and shall include: 1. Explanation of drawings, operations and maintenance manuals. 2. Walk-through of the job to locate control components. --, 3. Operator workstation and peripherals. 4. DDC custom application controllers, ASC, TEC, SAC operation and function. 5. Operator control functions including field panel programming. 6. Explanation of adjustment, calibration and replacement procedures. B. Provide operator orientation to the overall operational program, equipment functions (both individually and as part of the total integrated system), commands, advisories, and appropriate operator intervention required in responding to the systems operation. An Owner's manual prepared for this project by the DDC manufacturer shall be used in addition to the instruction. Three copies of the Owner's manual shall be provided. C. The technical training will also include adequate instruction and documentation to enable maintenance staff to trouble shoot, repair, and maintain entire system and recreate all programming without factory assistance. D. The technical training will also include adequate instruction and documentation to allow expansion by the maintenance staff of the system in the future to interface with existing pneumatic, electric, and electronic control systems. This would include activities associated with hardware and software. E. The owner reserves the right to have credited any instructional time (i.e. training, demonstration, orientation, testing, etc.) identified in this Section, deemed by the owner to be unnecessary or not completed. Unused time shall be credited back to the owner to the nearest quarter hour and shall be credited as future technical field service time. 2.2 COMMISSIONING OF SYSTEM A. The Temperature Control Contractor shall verify that each analog and binary devicand operator responds correctly to the signal given at the control panel by physically changing eZh parameter and witnessing the correct corresponding reaction. The results of this testing sllalt.be tm;+ged 4r written report and submitted to the Owner and Engineer prior to final payment. ' 1 B. The Owner's representative shall witness the commissioning of the systerrri C) r--- 2.3 SYSTEM SOFTWARE -- , ?3 A. Operating System. Furnish a commercially available, concurrent multi-tasRing operating system. The operating system shall also support the use of other common software applicaticgr that operate under Microsoft Windows. Examples include Lotus 123, Microsoft Excel, Word Perfect, and Paradox. Acceptable operating systems are Windows NT, Windows 95 (or later version), Unix, and OS/2. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-7 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 2.4 SYSTEM APPLICATIONS A. Each workstation shall provide operator interface and off-line storage of system information. Provide the following applications at each workstation. 1. Automatic System Database Save and Restore. Each workstation shall store on the hard disk a copy of the current database of each building controller. This database shall be updated whenever a change is made in any panel in the system. The storage of this data .7 . shall be automatic and not require operator intervention. In the event of a database loss in a •• building management panel, the first workstation to detect the loss shall automatically restore — EE the database for that panel. 23- Manual Database Save and Restore. A system operator with the proper password clearance J ' • j ›.3 shall be able to archive the database from any system panel and store on magnetic media. �.. p--,tea- The operator shall also be able to clear a panel database and manually initiate a download of 2' a specified database to any panel in the system. r CD cm 3. System Configuration. The user with proper security shall be able to add new devices, assign modems to devices, and obtain a visual riser diagram of the system. This shall allow for future system changes or additions. 4. On-Line Help. Provide a context sensitive, on line help system to assist the operator in operation and editing of the system. On line help shall be available for all applications and shall provide the relevant data for that particular screen. Additional help information shall be available through the use of hypertext. 5. Security. Each operator shall be required to log on to the system with a user name and password in order to view, edit, add, or delete data. System security shall be selectable for each operator. The system supervisor shall have the ability to set passwords and security levels for all other operators. Each operator password shall be able to restrict the operator's access for viewing and/or changing each system application, full screen editor, and object. Each operator shall automatically be logged off of the system if no keyboard or mouse activity is detected. This auto logoff time shall be set per operator password. All system security data shall be stored in an encrypted format. 6. Alarm Processing. Any object in the system shall be configurable to alarm in and out of normal state. The operator shall be able to configure the alarm limits, warning limits, states, and reactions for each object in the system. a. Alarm Reactions. The operator shall be able to determine what actions, if any, are to be taken, by object(or point), during an alarm. Actions shall include logging, printing, starting programs, displaying messages, dialing out to remote stations, paging, providing audible annunciation or displaying specific system alerts. Each of these actions shall be configurable by workstation and time of day. An object in alarm that has not been acknowledged within an operator specified time period shall be re- routed to an alternate operator specified alarm receipt device. b. Binary Alarms. Each binary object shall be set to alarm based on the operator specified state. Provide the capability to disable alarming when the associated equipment is turned off or is being serviced. c. Analog Alarms. Each analog object shall have both high and low alarm limits and warning limits. Alarming must be able to be automatically and manually disabled. 7. Trend Logs. The operator shall be able to define a custom trend log for any data in the system. This definition shall include interval, start-time, and stop-time. Trend intervals of 1, 5, 15, 30, and 60 minutes as well as once a shift(8 hours), once a day, once a week, and once a month shall be selectable. All trends shall start based on the hour. Each trend shall accommodate up to 64 system objects. The system operator with proper password shall be able to determine how many samples are stored in each trend. Trend data shall be sampled City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-8 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC and stored on the Building Controller panel and be archived on the hard disk. Trend data shall be able to be viewed and printed from the operator interface software. They shall also be storable in a tab delimited ASCII format for use by other industry standard word processing and spreadsheet packages. a. The initial trend log setup shall give the operator a room by room option to trend log the input and output devices associated with each piece of equipment. This would include, but not be limited to space temperature, airflow, and fan operation. 8. Alarm and Event Log. The operator shall be able to view all logged system alarms and events from any location in the system. Events shall be listed chronologically. An operator with the proper security level may acknowledge and clear alarms. All that have not been cleared by the operator shall be archived to the hard disk on the workstation. 9. Object and Property Status and Control. Provide a method for the operator with proper password protection to view, and edit if applicable, the status of any object and property in the system. These statuses shall be available by menu, on screen, or through custom programs. 10. Clock Synchronization. The real time clocks in all building control panels and workstations shall be synchronized on command of an operator. The system shall also be able to automatically synchronize all system clocks, daily from any operator designated device in the system. The system shall automatically adjust for daylight savings and standard time if applicable. 11. Reports and Logs. Provide a reporting package that allows the operator to select, modify, or create reports. Each report shall be definable as to data content, format, interval, and date. Report data shall be archived on the hard disk for historical reporting. Provide the ability for the operator to obtain real time logs of designated lists of objects. Reports and logs shall be stored on the PC hard disk in a format that is readily accessible by other standard software applications including spreadsheets and word processing. Reports and logs shall be readily printed to the system printer. a. Custom Reports: Provide the capability for the operator to easily define any system data into a daily, weekly, monthly, or annual report. These reports shall be time and date stamped and shall contain a report title and the name of the facility. B. Workstation Applications Editors. Each PC workstation shall support full screen editing of all system applications. Provide editors for each application at the PC workstation. The applications shall be downloaded and executed at the appropriate controller panels. 1. Programming. The language shall be English language oriented and be based on the syntax of programming languages such as BASIC. It shall allow for free form or fill-in-the-blank programming: Using simple English, all text fields associated with each specific element of data shall be programmed to provide the maximum amount of information to the operator. 2. Controller. Provide a full screen editor for each type controller and application that allow the operator with proper password to view and change the configuration, name, control parameters, and system set-points. 3. Scheduling. An editor for the scheduling application shall be prov,i(Jd at each workstation. Provide a monthly calendar for each schedule. Exception schedules!nd liday5 all be shown clearly on the calendar. Provide a method for allowing severaltelattd obje�to follow a schedule. The advance and delay time for each object shill-kie austalle-from this master schedule. c y a. An operator with proper password level shall be able to n ckt#:y the�'sched7. Schedules shall be able to be easily copied between obje.ctg Anwar date City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-9 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC b. Occupied/Unoccupied schedules shall be individually adjustable for each terminal unit. The user shall be able to easily change the schedule of rooms, etc. An krr occupied space shall automatically start the unit in normal start up mode. `•4. `Equipment Coordination. Provide a full screen editor that allows equipment to be grouped for ;:-:proper operation as specified in the sequence of operations. I 0_ w 5. --J>'Custom Application Programming. Provide the tools to create, modify, and debug custom vt—application programming. The operator shall be able to create, edit, and download custom -� o ��`,. programs at the same time that all other system applications are operating. The system shall . U.. fully operable while custom routines are edited, compiled, and downloaded. The r— programming language shall have the following features: a. A full screen character editor/programming environment shall be provided. The editor shall be cursor/mouse-driven and allow the user to insert, add, modify, and delete code from the custom programming. It shall also incorporate word processing features such as cut/paste and find/replace. b. The programming language shall allow independently executing program modules to be developed. Each module shall be able to independently enable and disable other modules. c. The editor/programming environment shall have a debugging/simulation capability that allows the user to step through the program and to observe any intermediate values and or results. The debugger shall also provide error messages for syntax and execution errors. d. The programming language shall support conditional statements (IF/THEN/ELSE/ELSE-IF) using compound Boolean (AND, OR, and NOT) and/or relations (EQUAL, LESS THAN, GREATER THAN, NOT EQUAL) comparisons. e. The programming language shall support floating point arithmetic using the following operators: +, -, /, x, square root, and xy. The following mathematical functions shall also be provided: natural log, log, absolute value, and minimum/maximum value from a list of values. f. The programming language shall have pre-defined variables that represent clock time, day of the week, and date. Variables that provide interval timing shall also be available. The language shall allow for computations using these values. g. The programming language shall have ability to pre-defined variables representing the status and results of the System Software, and shall be able to enable, disable, and change the values of objects in the system. 2.5 POWER FAIL RESTART A. In the event of the loss of normal power, there shall be an orderly shutdown of the digital panels and workstation to prevent the loss of data base or operating system software. Non-volatile memory shall be incorporated for all critical controller configuration data, and battery backup shall be provided to support the clock and all volatile memory for a minimum of 72 hours. B. Upon restoration of normal power, the panels shall automatically resume full operation without manual intervention. C. Should Digital panel memory be lost for any reason, the user shall have the capability of reloading the panel via the local RS-232 port, or telephone line dial-in. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-10 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 2.6 SYSTEM SOFTWARE A. Furnish the following applications software for building and energy management. All software applications shall reside and run in the system controllers. Editing of applications shall occur at the operator workstation. B. System Security 1. User access shall be secured using individual security passwords and user names. 2. Passwords shall restrict the user to only the objects, applications, and system functions as assigned by the system manager. 3. User logon/logoff attempts shall be recorded. 4. The system shall protect itself from unauthorized use by automatically logging off following the last keystroke. The delay time shall be user definable. C. Scheduling. Provide the capability to schedule each object or group of objects in the system. Each of these schedules shall include the capability for start, stop, optimal start, optimal stop, night-set-back, and economizer actions. Each schedule may consist of up to 10 events. When a group of objects are scheduled together, provide the capability to define advances and delays for each member. Each schedule shall consist of the following: 1. Weekly Schedule. Provide separate schedules for each day of the week. Provide separate scheduling that is easily edited by the operator to define the occupied hours for each space. a. All spaces served by a heat pump shall have the option to maintain night setback temperatures or occupied temperatures. 2. Exception Schedules. Provide the ability for the operator to designate any day of the year as an exception schedule. This exception schedule shall override the standard schedule for that day. Exception schedules may be defined up to a year in advance. Once an exception schedule is executed it will be discarded and replaced by the standard schedule for that day of the week. a. Specifically label and program "snow day" to keep the building in the unoccupied mode with the option to set back the temperature or to bring it up to the occupied setpoint. 3. Holiday Schedules. Provide the capability for the operator to define up to 99 special or holiday schedules. These schedules may be placed on the scheduling calendar and will be repeated each year. The operator shall be able to define the length of each holiday period. 4. Optimal Start/Stop. The TCC will create an "Optimal Start" program/schedule, in addition to an occupied program/schedule for all HVAC equipment with outdoor air capability. Note: control of start/stop is required for each fan in multi-fan equipment. a. The Optimal Start program is used primarily during the morning wan-up/cool-down period but may be scheduled at several other times of day. Wheelie program is enabled it should adjust the unoccupied temperature setpoipt(eitt41 heatjjagior cooling) to the occupied setpoint(73° heating, 75° cooling)With a+ci ferentillliof 1°. The program will allow the supply fan to run only on a call.foEeafifig or Cl7dltng. Outside air dampers will remain closed during the Optimal. -t male. I When the program is disabled, it should adjust the unoccapieRsetint ( eating, 95° cooling)with a differential of 6°. All setpoints shall be60jstable. Tlletpoints should be programmed as follows: •• wz City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-11 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC Heating Cooling OpSt Enabled - Fan On 73° 75° OpSt Enabled - Fan Off 72° 76° + OpSt Disabled - Fan On 66° 89° OpSt Disabled - Fan Off 60° 95° W D. cL RI'D Control. A PID (proportional-integral-derivative) algorithm with direct or reverse action and anti- vitqctiip shall be supplied. The algorithm shall calculate a time-varying analog value used to position u a9..caput or stage a series of outputs. The controlled variable, set-point, and PID gains shall be user- """ y. sieleetable. The set-point shall optionally be chosen to be a reset schedule. E. Staggered Start. This application shall prevent all controlled equipment from simultaneously restarting after a power outage. The order in which equipment(or groups of equipment) is started, along with the time delay between starts shall be user-selectable. F. Alarm Reporting. The operator shall be able to determine the action to be taken in the event of an alarm. Alarms shall be routed to the appropriate workstations based on time and other conditions. An alarm shall be able to start programs, be logged in the event log, printed, generate custom messages. G. Remote Communications. The system shall have the ability to dial out in the event of an alarm. Receivers shall include PC Workstations. The alarm message shall include the name of the calling location, the device that generated the alarm, and the alarm message itself. The operator shall be able to remotely access and operate the system using dial up communications. 2.7 BUILDING CONTROLLERS A. General. Provide BACnet Building Controllers (B-BC) to provide the performance specified in this section: Each of these panels shall meet the following requirements. 1. The Building Automation System shall be composed of one or more independent, stand- alone, microprocessor based Building Controllers to manage the global strategies described in System software section. 2. The Building Controller shall have sufficient memory to support its operating system, database, and programming requirements. 3. The controller shall provide a communications port for connection of a Portable Operators Terminal. 4. The operating system of the Controller shall manage the input and output communications signals to allow distributed controllers to share real and virtual point information and allow central monitoring and alarms. 5. Data shall be shared between networked Building Controllers. 6. The Building Controller shall continually check the status of its processor and memory circuits. If an abnormal operation is detected, the controller shall: a. Assume a predetermined failure mode. b. Generate an alarm notification. B. Environment. Controller hardware shall be suitable for the anticipated ambient conditions. Controller used in conditioned ambient shall be mounted in an enclosure, and shall be rated for operation at 32° F to 120° F. C. . Serviceability. Provide diagnostic LEDs for power, communications, and processor. All wiring connections shall be made to field removable, modular terminal strips or to a termination card connected by a ribbon cable. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-12 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC D. Memory. The Building Controller shall maintain all BIOS and programming information in the event of a power loss for at least 72 hours. E. Immunity to power and noise. Controller shall be able to operate at 90% to 110% of nominal voltage rating and shall perform an orderly shut-down below 80% nominal voltage. 2.8 CUSTOM OR ADVANCED APPLICATION CONTROLLERS A. General. Provide BACnet Advanced Application Controllers (B-AAC) to provide the performance specified in this specification. Each of these panels shall meet the following requirements. 1. The Building Automation System shall be composed of one or more independent, stand- alone, microprocessor based Building Controllers to manage the local strategies described in System software section. 2. The Controller shall have sufficient memory to support its operating system, database, and programming requirements. 3. The operating system of the Controller shall manage the input and output communications signals to allow distributed controllers to share real and virtual point information and allow central monitoring and alarms. 4. Data shall be shared between networked Controllers. 5. The Controller shall continually check the status of its processor and memory circuits. If an abnormal operation is detected, the controller shall: a. Assume a predetermined failure mode. b. Generate an alarm notification. B. Environment. Controller hardware shall be suitable for the anticipated ambient conditions. 1. Controllers used outdoors and/or in wet ambient shall be mounted within NEMA Type 4 waterproof enclosures, and shall be rated for operation at—40° F to 150° F. 2. Controllers used in conditioned ambient shall be mounted in dust-proof enclosures, and shall be rated for operation at 32° F to 120° F. C. Serviceability. Provide diagnostic LEDs for power, communications, and processor. All wiring connections shall be made to field removable, modular terminal strips or to a termination card connected by a ribbon cable. D. Memory. The Controller shall maintain all BIOS and programming information in the event of a power loss for at least 72 hours. E. Immunity to power and noise. Controller shall be able to operate at 90% to 110% of nominal voltage rating and shall perform an orderly shut-down below 80% nominal voltage. 2.9 APPLICATION SPECIFIC CONTROLLERS A. General. Provide BACnet Application Specific Controllers (B-ASC), micropfecessordased.DqC controllers which through hardware or firmware design are dedicated to cor 1TOca sLig.cific piAde of equipment. They are not fully user programmable, but are customized for p43er, tioni withir' confines of the equipment they are designed to serve. 1. Each B-ASC shall be capable of stand-alone operation and shall cciati tiiiJ.ie trovi ontrol functions without being connected to the network. 2. Each B-ASC will contain sufficient I/O capacity to control the target system., B. Environment. The hardware shall be suitable for the anticipated ambient conditions. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-13 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 1. Controllers used outdoors and/or in wet ambient shall be mounted within NEMA Type 4 fl waterproof enclosures, and shall be rated for operation at—40° F to 150° F. .2. Controller used in conditioned ambient shall be mounted in dust-proof enclosures, and shall — `y= =";be rated for operation at 32° F to 120° F. °'Sepiee`ability. Provide diagnostic LEDs for power, and communications. All wiring connections shall j Lobe e to field removable, modular terminal strips or to a termination card connected by a ribbon LLD. ='-Merrrrc fy. The Application Specific Controller shall maintain all BIOS and programming information in the event of a power loss for at least 90 days. E. Immunity to Power and noise. Controller shall be able to operate at 90% to 110% of nominal voltage rating and shall perform an orderly shut-down below 80%. F. Transformer. Power supply for the ASC must be rated at minimum of 125% of ASC power consumption, and shall be fused or current limiting type. 2.10 COMMUNICATIONS A. The controls Contractor shall provide all communication media, connectors, repeaters, hubs, and routers necessary for the inter-network. B. All Building Controllers shall have a communications port for connections with the operator interfaces. C. Communications services over the inter-network shall result in operator interface and value passing that is transparent to the inter-network architecture as follows: 1. Connection of an operator interface device to any one controller on the inter-network will allow the operator to interface with all other controllers as if that interface were directly connected to the other controllers. Data, status information, reports, system software, custom programs, etc., for all controllers shall be available for viewing and editing from any one controller on the inter-network. 2. All database values (i.e. points, software variable, custom program variables) of any one controller shall be readable by any other controller on the inter-network. This value passing shall be automatically performed by a controller when a reference to a point name not located in that controller is entered into the controller's database. An operator/installer shall not be required to set up any communications services to perform inter-network value passing. D. The time clocks in all controllers shall be automatically synchronized daily. 2.11 INPUT/OUTPUT INTERFACE A. Hard-wired inputs and outputs may tie into the system through Building, Custom, or Application Specific Controllers. B. All input points and output points shall be protected such that shorting of the point to itself, another point, or ground will cause no damage to the controller. All input and output points shall be protected from voltage up to 24V of any duration, such that contact with this voltage will cause no damage to the controller. C. Binary inputs shall allow the monitoring of on/off signals or from remote devices. The binary inputs shall provide a wetting current of at least 12 ma to be compatible with commonly available control devices. D. Pulse accumulation input points. This type of point shall conform to all the requirements of Binary Input points, and also accept up to 2 pulses per second for pulse accumulation, and shall be protected against effects of contact bounce and noise. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-14 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC E. Analog inputs shall allow the monitoring of low voltage (0-10 Vdc), current (4-20 ma), or resistance signals (thermistor, RTD). Analog inputs shall be compatible with, and field configurable to commonly available sensing devices. F. Binary outputs shall provide for on/off operation, or a pulsed low voltage signal for pulse width modulation control. Outputs shall be selectable for either normally open or normally closed operation. G. Analog outputs shall provide a modulating signal for the control of end devices. Outputs shall provide either a 0-10 Vdc or a 4-20 ma signal as required to provide proper control of the output device. 2.12 AUXILIARY CONTROL DEVICES A. Devices, components and hardware, either specified or required to control the mechanical system, shall comply with the requirements of the related Division 23 specification section. B. Electronic damper/valve actuators. 1. The actuator shall have electronic overload or digital rotation sensing circuitry to prevent damage to the actuator throughout the rotation of the actuator. Furnish a separate damper actuator for each damper greater than 48" in any dimension. 2. Where shown, for power-failure/safety applications, an internal mechanical, spring return mechanism shall be built into the actuator housing. 3. All rotary spring return actuators shall be capable of both clockwise and counter clockwise spring return operation. Linear actuators shall spring return to the retracted position. 4. Proportional actuators shall accept a 0-10 VDC or 0-20 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. 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. C. Automatic Dampers (low leakage) 1. Dampers shall include the frame, blades, and linkage assembly. Cordinaie da sizes and quantities with exhaust air fans, plenums, air handling units, a'adiilt air ha ling units. Dampers shall be as follows: c-) cr a. Opposed blade configuration and suitable for operating ter3'2?atulels be n —40° F and 200° F. The assembly shall provide for the linkage p.isttr4 thy-airstr and concealed in the frame. b. Blade type ; 1) Airfoil: As remote recirculation damper for air-air heat exchanger operation. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-15 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 2) Double piece: Typical usage. c. The seals shall include extruded vinyl blade edge seals and flexible metal compression type jamb seals. Bearings shall be stainless steel sleeve. The axles shall be 1/2" plated steel hex. d. The Damper shall be constructed of a minimum of 16 gauge galvanized steel. e. Damper shall have a maximum leakage performance rating of 4 cfm per square foot at 1 inch water gauge static pressure differential (based on a 36 "wide x 24" high 0 cc damper). w W °- j> f. Dampers shall bear the AMCA certification for air leakage. }-L: g. Low leakage dampers shall be by Ruskin or approved equal. 2.ta:7",: Reference the drawings for minimum and economizer outdoor air damper sizes. `l.+ 3. Submit product data, performance and installation data. Clearly indicate profile of damper size, materials, damper blade configuration, damper linkage, leakage characteristics and operators. 4. General a. Dampers shall fail normally open, closed or last position as scheduled on plans or as follows: 1) AHU's outdoor air& exhaust/relief- normally closed. 2) AHU's supply & return - normally open. 3) Motorized dampers in ventilation supply ductwork- last position. 4) Other applications— by inherent operation or as required by sequence of operation. D. Control Valves 1. Provide a dedicated automatic control valve for mechanical hydronic units as called for on the drawings and per the sequence of operations within this specification section. Valves may be two-way or three-way, two position or modulating, as scheduled or indicated in the sequence of operation, all of which apply to piping bypasses. Each major run of piping (serving more than three mechanical units) shall be provided a valved bypass; each valved bypass shall be controlled by a dedicated differential pressure sensor. 2. Control valves shall be two-way or three-way type for two-position or modulating service as scheduled, shown, or as indicated in the sequence of operation. 3. Close-off(differential) Pressure Rating: Valve actuator and trim shall be furnished to provide the following minimum close-off pressure ratings: a. Water Valves: 1) Two-way: 150% of total system (pump) head. 2) Three-way: 300% of pressure differential between ports A and B at design flow or 100% of total system (pump) head. 4. Water Valves: a. Body and trim style and materials shall be per manufacturer's recommendations for design conditions and service shown, with equal percentage ports for modulating service. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-16 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC b. Sizing Criteria: 1) Two-position service: Line size. 2) Three-way Modulating Service: Pressure drop equal to the pressure drop through the coil exchanger(load), 3 psi maximum. End-of-line valves at bypass shall be line size. 3) Valves 1/2"through 2" shall be bronze body or cast brass ANSI Class 250, spring loaded, Teflon packing, quick opening for two-position service. Two- way valves to have replaceable composition disc, or stainless steel ball. 4) 2-1/2" valves and larger shall be cast iron ANSI Class 125 with guided plug and Teflon packing. y!� 5. General Q' !.... a. Water valves shall fail normally open or closed as scheduled on plans or as follows: 1) AHU's - normally open. 2) 2-way control valves- normally open. 3) 3-way end-of-line control valves—fail at last position. 4) Other applications— by inherent operation or as required by sequence of operation. E. Sensors: 1. Room and duct humidity sensors shall be of the thin film capacitance type containing a humidity sensitive material that modifies its dielectric constant to maintain accuracy of+ 5% RH @ 77° F, range of 20% to 95% RH, including hysteresis, linearity, and repeatability. The sensor shall be rated for operation between 15 to 170 degrees F. 2. All temperature and humidity sensors shall be of the electronic type. The temperature sensors shall be resistance temperature device (RTD) or thermistor type. a. Room sensors shall include covers for horizontal or vertical mounting and concealed adjustments. Sensors shall include adjustable slide temperature sensors, and two- hour push button override. All wall sensors located on exterior walls or surfaces that will cause abnormal sensor readings shall be furnished with an insulated base. b. Room sensors shall have a range of 32-120 degrees F with a factory calibration of 74° F. Accuracy shall be plus or minus 1degree F at calibration point. Mounting height of room sensors shall be verified with owner prior to installation. c. Duct Temperature Sensors -accuracy of+ 1° F @ 77 deg F. Duct air sensors shall be duct single point, averaging probe or averaging bulb as required under sequence of operation. Use insertion elements with a brass well with a minimum length of 2.5". d. Outside air sensor shall have watertight inlet fitting and contain a rs43 from direct sunlight. /My) e. Sensors located in areas of high density occupancy and/of-fp4 traffic shalt-be provided with high impact plastic guards, including but notliktiipd ttncorri ors, gymnasium, multi-purpose room, shop, locker's, mechani l,rgectr.}9al, a tility spaces. i... :.c City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-17 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 3. Carbon dioxide sensors shall have a measurement range from zero to 2000 parts per million (ppm) and an initial accuracy of plus or minus 20 ppm with a deviation of no more than 100 ppm after two years of continuous service. The response time shall not exceed 120 seconds. The operating temperature shall be between 55° F and 90° F and the operating relative humidity range shall be from 5 to 100%. The carbon dioxide sensor shall be by ACI, Vaisala or Engineer 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 ink beAutomatic reset type with an adjustable range from .05-12"WC. 0 G. Lpw-Temperature Detection 7J>� Electric low temperature warning thermostats shall have 20 ft low point sensitive elements �- (not averaging type) installed in parallel or series to serpentine the entire coil face area. These thermostats shall be two-position manual reset type. Where coils are in banks, multiple low limit thermostats, wired in series, shall be provided and wired to initiate the r,, o freeze condition sequences specified and signal a remote alarm to the facilities management console. 2. The low temperature thermostat shall be manual reset type as described in the sequence of operations. 3. Thermostat shall be adjustable between the temperatures of 35° to 45° F. H. Current Sensing Relays - shall be split core type with adjustable high and low trip settings. Range shall not exceed 175% of expected input. Coordinate special requirements for systems with variable speed drives. Flow Switches 1. Flow-proving switches shall be differential pressure type for proof of flow application. 2. Differential pressure type switches (air or water service) shall be UL listed, solid state, SPDT snap-acting, pilot duty rated (125 VA minimum), NEMA Type 1 enclosure, with scale range and differential suitable for intended application, or as specified. Mercoid type switches shall not be used for equipment that vibrates such as chillers, etc. Differential pressure switches shall be by Orange Research or approved equal. 3. Current sensing relays may be used for flow sensing or terminal devices. J. Relays 1. Control relays shall be UL listed plug-in type with dust cover. Contact rating, configuration, and coil voltage suitable for application. 2. Time delay relays shall be UL listed solid-state plug-in type with adjustable time delay. Delay shall be adjustable plus or minus 200% (minimum) from set-point shown on plans. Contact rating, configuration, and coil voltage suitable for application. Provide NEMA Type 1 enclosure when not installed in local control panel. K. Transformers and Power Supplies • rt 1. 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. i 2. 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. 3. Unit shall operate between 0° C and 50° C. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-18 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 4. Unit shall be UL recognized. L. Local Control Panels 1. All indoor control cabinets shall be fully enclosed NEMA Type 1 construction with hinged door, key-lock latch, and removable sub-panels. A single key shall be common to all field panels and sub-panels. 2. Interconnections between internal and face-mounted devices pre-wired with color-coded stranded conductors neatly installed in plastic troughs and/or tie-wrapped. Terminals for field connections shall be UL listed for 600-volt service, individually identified per control/interlock drawings, with adequate clearance for field wiring. Control terminations for field connection shall be individually identified per control drawings. M. Auxiliary Devices 1. Furnish and install all necessary auxiliary electronic devices as appropriate to accomplish the sequence as specified. These totally electronic devices shall include (but not be limited to) such items as load-limiting controllers, low signal selectors, high signal selectors, remote reset control devices, floating alarm units, staging networks, damper position indicators, unison amplifiers, reversing networks, sequencing networks and electronic power supplies. N. Duct Smoke Detectors 1. Duct detectors shall be furnished and installed. O. Wireless communication link and zone sensors: At the contractor discretion, wireless controls may be utilized in lieu of wired. 1. Wireless equipment controllers and auxiliary control devices shall conform to: a. IEEE 802.15.4 radios to minimize risk of interference and maximize battery life, reliability, and range. b. Operating range shall be a minimum of 200 feet; open range shall be 2,500 ft. (762 m)with less than 2% packet error rate. c. To maintain robust communication, mesh networking and two-way communications shall be used to optimize the wireless network health. d. Certifications shall include FCC CFR47 - RADIO FREQUENCY DEVICES- Section 15.247 & Subpart E e. Shall be ZigBee Building Automation Certified to allow wireless integration with products from multiple suppliers. 2. Wireless Zone Sensors a. To check for proper operation, wireless zone temperature sensors shall include a signal strength and battery condition indicators on the zone sensor display or using LED's on non-display models. b. To allow local troubleshooting without specialized tools, eirtr cyodashal displayed on the digital display through a blinking pattern:ote ri-displmodels. Error codes shall include: not associated, address to oocornigiropeir softu configuration, input voltage too high, or general sensor faiitilaRies sh II be indicated on inside of sensor back cover. 12 rn c. To support use by the physically impaired, the wireless zoner5ensor shdEA a minimum font size of 12 points, and the LCD model shall-lie readable in low light conditions. c.. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-19 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC d. The wireless zone sensor shall include a readily visual indication of battery condition. The battery indication lights shall flash periodically for a minimum of 5 days to indicate the need for battery replacement prior to failure. 3. Service Tools a. To support network setup and troubleshooting, service tools shall display link quality and hop quantities for each wireless device. b. Wireless service tool access to communication link provided shall minimize in installation and troubleshooting labor •• 4. Wireless Zone Sensors ate. W -a. Temperature and Humidity Range �n �t..) 1) The ambient operating temperature range for the wireless zone sensor shall r F"'�t be 32 to 122°F (0 to 50°C). r Z cao 2) The ambient operating temperature range for the wireless receiver shall be - 40 to 158°F (-40 to 70°C). 3) The ambient storage temperature range for the wireless zone sensor and • receiver shall be -40 to 185°F (-40 to 85°C). 4) The ambient operating and storage humidity range for the wireless zone sensor and receiver shall be 5 to 95%, non-condensing. b. Components 1) Wireless zone sensors shall be available in three models: temperature only, temperature with setpoint control and override pushbuttons, and field configurable model with digital display. The field configurable model shall all allow field configuration without a field service tool. Configuration options include: setpoint, override pushbuttons, fan speed, and system mode switches. System mode, fan speed and setpoint shall include a lock option. The digital display shall also be field configurable to display in Fahrenheit or Celsius units of measure. 2) The wireless zone sensor addresses shall be held in non-volatile memory to ensure operation through system voltage disturbances and to minimize the risk of incorrect association. 3) The wireless zone sensor shall be addressed using rotary switches with numerical indication to simplify and reduce installation time and minimize risk of incorrect addressing. Two position DIP switches are not acceptable. 4) Installation and replacement of failed sensors shall be accomplished automatically after power up. r 5) The wireless zone sensor shall include security screws to protect against theft. 1 F 6) Wireless zone sensor component certifications shall include: ,C �;;_. a) TFP-13651127 - Canada Compliance b) UL 916 - Energy Management Equipment •• c) UL 94 -The Standard for Flammability of Plastic Materials for Parts in Devices and Appliances: 5 VA flammability rating City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-20 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC d) UL 873 -Temperature regulating and indicating equipment c. Accuracy 1) To ensure proper system performance, the wireless zone sensors shall automatically determine when the space temperature is rapidly changing. When the space temperature is readily changing, the space temperature shall be transmitted at least once each 30 seconds. The maximum time between transmissions shall be 15 minutes. Zone temperature sensing accuracy shall be +/- 0.5F (+/-0.28C). d. Power Requirements 1) The wireless zone sensor battery life shall provide at least 5 years life under normal operating conditions and must be readily available size AA, 1.5V. 5. Wireless Comm Interface a. Temperature and Humidity Range 1) The ambient storage temperature range for the wireless comm interface shall be-40 to 185°F (-40 to 85°C). 2) The ambient operating and storage humidity range for the wireless comm interface shall be 5 to 95%, non-condensing. b. Components 1) The wireless comm interface shall be addressed using rotary switches with numerical indication to simplify and reduce installation time and minimize risk of incorrect addressing. Two position DIP switches are not acceptable. 2) Wireless Comm Interface certifications shall include: a) TFP-13651127 - Canada Compliance b) UL 916 - Energy Management Equipment c) UL 94 -The Standard for Flammability of Plastic Materials for Parts in Devices and Appliances: 5 VA flammability rating d) UL 873 -Temperature regulating and indicating equipment e) ZigBee Building Automation, BACnet Tunnelling Device 6. System Tools a. Wireless Zone Sensor Installation and Configuration Tools 1) To enable installation and servicing when specialized toolare required, site survey and installation tools as well as software sha1l,.t;e pwide �f e n contractor use for system installation and commiss +ng fJthe dduPIion of the warranty period. i� I cr lr" 2) To enable installation and servicing when specialiols are repined, site survey and installation tools as well as software slialLJe p4vided'to the owner for permanent possession for ongoing systerfi�gairi1enancEad trouble shooting ost 2.13 WIRING A. All electric wiring required for the control system and any interlock wiring required for the controls sequence shall be provided by the Temperature Control Contractor. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-21 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC B. All inaccessible line and low voltage control wiring (i.e. concealed, including wiring routed within walls and above gypsum ceilings) shall be run in conduit. C. Wire shall be a minimum of#18 gauge, color coded, stranded wire for all low voltage, electronic circuit with "spares" installed (one for every group of 10 wires) in conduit. D. kelCoordinate the requirements for 120V circuits for the ASC's. All control transformers shall be the --/'respor4bility of this contractor. Controls contractor to coordinate with electrical contractor to - dermine optimal existing electrical circuits. 2.14 EQl9€-NC9.E OPERATION ...�. T GeyeI l �.�... ~ �''1. �j:.��All HVAC equipment control points recognized by the controllers, both factory and field ;-� , ?installed, shall be integrated into the new BAS for full control and manipulation via the district's central computer. All mention of the"Front End PC" shall be in reference to the city's BAS homepage interface. 2. Control points (i.e. Indications, Adjustments, Alarms, faults, remote reset, 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 TCC to provide. All non-factory option solutions shall be highlighted within the shop drawing submittals of both the equipment manufacturer and the TCC. 3. Refer to sheets M4.01, M4.02 and M4.03 for detailed Sequences of Operation. PART 3 EXECUTION 3.1 INSTALLATION A. Install wiring in a neat and workmanlike manner. Wiring to finished spaces shall be routed, concealed. B. All work is to be installed by a qualified person skilled in the installation of electronic control systems. The control company representative is responsible for the proper installation of the control system and will provide supervision of the installation. C. Wire the flow switches and other control devices not factory wired. D. Provide and install damper actuators for all automatic dampers. E. Install terminal equipment controllers on terminal boxes and provide all necessary control wiring. F. Install system and materials in accordance with manufacturer's instructions and roughing-in drawings, and details and drawings. Install electrical work and use electrical products complying with requirements. Mount controllers at convenient locations and heights. G. Wiring. The term "wiring" is defined to include providing of wire, conduit and miscellaneous materials as required for mounting and connecting electric control devices. H. Wiring System. Install complete wiring system for electric-electronic temperature controls. Conceal wiring, except in mechanical rooms and areas where other conduit and piping are exposed. Provide multi-conductor instrument harness (bundle) in place of single conductors where number of conductors can be run along common path. Fasten flexible conductors bridging cabinets and doors, neatly along hinge side, and protect against abrasion. Tie and support conductors neatly. I. Number-code or color-code conductors, appropriately for future identification and servicing of control system. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-22 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 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. 1. 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 NE Date 2. Manually generate an alarm at the remote DDC Controller as selected by the Architect/Engineer to demonstrate the capability of the workstation and alarm printer to receive alarms within 5 seconds. User Date NE Date 3. Disconnect one DDC Controller from the network to demonstrate that a single device failure shall not disrupt or halt peer-to-peer communication. Panel to be disconnected shall be selected by the Architect/Engineer. User Date NE Date 4. 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. c. 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 stcgsd database. User Date A/E r_:; Bate 5. At the Architect/Engineer's choice, disconnect the trunk connection mr sstratelllack of reliance on a DDC Controller to maintain full control functionality. c7—C • '""" r User Date NE ;-Z .Jte City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-23 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 3.3 SERVICE AND GUARANTEE A. General Requirements. Provide all services, materials and equipment necessary for the successful operation of the entire BAS System for a period of one year after completion of successful performance test. Provide necessary material required for the work. Minimize impacts on facility operations when performing scheduled adjustments and non-scheduled work. B. Description of Work. The adjustment and repair of the system includes all computer equipment, software updates, transmission equipment and all sensors and control devices. Provide the manufacturer's required adjustment and all other work necessary. C. .. Pers.pnnel. Provide qualified personnel to accomplish all work promptly and satisfactorily. Owner O w shatt1e advised in writing of the name of the designated service representative, and of any changes imp�ersonnel. c:_ - W D. dule of Work. Provide two minor inspections at 6 month intervals and two major inspections ..� 'f c5fsg,equally between the minor inspections to effect quarterly inspection of alternating magnitude, artll work required as specified. Schedule major inspections in July and January. Minor iaspections shall include visual checks and operational test of all equipment delivered. Major �-- insStions shall include all work described for minor inspections and the following work: 1. Clean all equipment, including interior and exterior surfaces. 2. Perform signal, voltage and system isolation checks of system workstations and peripherals. 3. Check and calibrate each field device. Check all analog points and digital points. 4. Run all diagnostics and correct all previously diagnosed problems. 5. Resolve and correct any previous outstanding problems. E. Emergency Service. Owner shall initiate service calls when the system is not functioning properly. Qualified personnel shall be available to provide service to the complete system. Furnish Owner with a telephone number where service representative can be reached at all times. Service personnel shall be at the site within 4 hours after receiving a request for service. Restore the control system to proper operating condition within 24 hours. F. Operation. Performance of scheduled adjustment and repair shall verify operation of the system as demonstrated by the initial performance test. G. Systems Modifications. Provide any recommendations for system modification in writing to Owner. Do not make any system modifications, including operating parameters and control settings, without prior approval of Owner. Any modifications made to the system shall be incorporated into the operations and maintenance manuals, and other documentation affected. H. Software. Provide all software updates and verify operation in the system. These updates shall be accomplished in a timely manner, fully coordinated with the system operators, and shall be incorporated into the operations and maintenance manuals, and software documentation. 3.4 EXAMINATION A. The project plans shall be thoroughly examined for control device and equipment locations, and any discrepancies, conflicts, or omissions shall be reported to the Architect/Engineer for resolution before rough-in work is started. 3. 5 GENERAL WORKMANSHIP A. Install equipment, piping, wiring/conduit parallel to building lines (i.e. horizontal, vertical, and parallel to walls)wherever possible. B. Provide sufficient slack and flexible connections to allow for vibration of piping and equipment. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-24 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC C. Install all equipment in readily accessible location as defined by chapter 1 article 100 part A of the NEC. Control panels shall be attached to structural walls unless mounted in equipment enclosure specifically designed for that purpose. Panels shall be mounted to allow for unobstructed access for service. D. Verify integrity of all wiring to ensure continuity and freedom from shorts and grounds. E. All equipment, installation, and wiring shall comply with acceptable industry specifications and standards for performance, reliability, and compatibility and be executed in strict adherence to local codes and standard practices. F. Coordinate with the testing and balancing contractor to adjust low leakage dampers if damper leak rate exceeds specifications. 71. 3.6 INSTALLATION OF SENSORS • A. Install sensors in accordance with the manufacturer's recommendations. • --' w %i . �, ! B. Mount sensors rigidly and adequate for the environment within which the sensor operates. C. Room temperature sensors shall be installed on concealed junction boxes properly supported by the wall framing. In retrofit locations, use shallow-depth surface mounted junction boxes served by Wiremold 700 dropped vertically down from the ceiling or wall penetration at structure. D. All wires attached to sensors shall be air sealed in their conduits or in the wall to stop air transmitted from other areas affecting sensor readings. E. Install duct static pressure tap with tube end facing directly down-stream of airflow. F. Sensors used in mixing plenums, and hot and cold decks shall be of the averaging type. Averaging sensors shall be installed in a serpentine manner horizontally across duct. Each bend shall be supported with a capillary clip. G. All pipe mounted temperature sensors shall be installed in wells. Install all liquid temperature sensors with heat conducting fluid in thermal wells. H. Wiring for space sensors shall be concealed in building walls. EMT conduit is acceptable within mechanical and service rooms. I. Install outdoor air temperature sensors on north wall complete with sun shield at designated location. 3.7 FLOW SWITCH AND PRESSURE DIFFERENTIAL SWITCH INSTALLATION A. Install using a thread-o-let in steel pipe. In copper pipe use C x C x F Tee, no pipe extensions or substitutions allowed. B. Mount a minimum of 5 pipe diameters up stream and 5 pipe diameters downstream or 2 feet whichever is greater, from fittings and other obstructions. C. Install in accordance with manufacturer's instructions. D. Assure correct flow direction and alignment. E. Mount in horizontal piping -flow switch on top of the pipe. (rat F. Pressure differential switches mounted on horizontal sections of pipe shai ns*led or714 side or top of pipes to avoid accumulation of debris. c).� -�-. 3.8 ACTUATORS --IC') A. Mount and link control damper actuators per manufacturer's instructions.� � tot City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-25 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC B. Check operation of damper/actuator combination to confirm that actuator modulates damper smoothly throughout stroke to both open and closed positions. C. Valves -Actuators shall be mounted on valves with adapters approved by the actuator manufacturer. Actuators and adapters shall be mounted following manufacturer's recommendations. 3.9 WARNING LABELS 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 C) ; ; '= any time without warning. '3.10 IDEN 4FIc },IDN OF HARDWARE AND WIRING AI4yEng and cabling, including that within factory-fabricated panels, shall be labeled at each end a•wit# c " of termination with a cable identifier and other descriptive information. o c.3 � B. x Pernlently label or code each point of field terminal strips to show the instrument or item served. C. "' Identify control panels with minimum 1 cm letters on laminated plastic nameplates. D. Identify all other control components with permanent labels. Identifiers shall match record documents All plug-in components shall be labeled such that removal of the component does not remove the label. 3.11 CONTROLLERS A. Provide a dedicated controller(i.e. B-AAC or B-ASC) for water-to-air heat pumps, energy recovery units, and other equipment as required to provide the indicated controls; coordinate with individual equipment Sections as some controllers may be specified to be factory-installed. Points used for control loop reset such as outside air or space temperature are exempt from this requirement. B. Building Controllers and Custom Application Controllers shall be selected to provide a minimum of 15% spare I/O point capacity for each point type found at each location. If input points are not universal, 15% of each type is required. If outputs are not universal, 15% of each type is required. A minimum of one spare is required for each type of point used. C. Future use of spare capacity shall require providing the field device, field wiring, point database definition, and custom software. No additional Controller boards or point modules shall be required to implement use of these spare points. 3.12 PROGRAMMING A. Provide sufficient internal memory for the specified control sequences and trend logging. There shall be a minimum of 25% of available memory free for future use. B. Point Naming. System point names shall be modular in design, allowing easy operator interface without the use of a written point index. C. v Software Programming • • }1. Provide programming for the system as per specifications and adhere to the strategy algorithms provided. All other system programming necessary for the operation of the et) system but not specified in this document shall also be provided by the Control System c Contractor. Imbed into the control program sufficient comment statements to clearly describe each section of the program. The comment statements shall reflect the language used in the • sequence of operations. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-26 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC D. Operators' Interface 1. The controls contractor shall provide all the labor necessary to install, initialize, start-up, and trouble-shoot all operator interface software and their functions as described in this section. This includes any operating system software, the operator interface data base, and any third party software installation and integration required for successful operation of the operator interface. 2. As part of this execution phase, the controls contractor will perform a complete test of the operator interface. Test duration shall be a minimum of 16 hours on-site. Tests shall be made in the presence of the Owner or Owner's representative. E. Demonstration. A complete demonstration and readout of the capabilities of the monitoring and control system shall be performed. The contractor shall dedicate a minimum of 4 hours on-site with the Owner and his representatives for a complete functional demonstration of all the system requirements. This demonstration constitutes a joint acceptance inspection, and permits acceptance of the delivered system for on-line operation. F. Software Backup 1. Once the demonstration has been completed to the satisfaction of the Owner, provide a complete software backup of the entire building system. 3.13 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. 3.14 PROTECTION A. The Contractor shall protect all work and material from damage by his/her work or workers, and shall be liable for all damage thus caused. 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. 3.15 FIELD QUALITY CONTROL' , A. All work, materials and equipment shall comply with the rules and regulaticril icabrencal, state, and federal codes and ordinances as identified in Part 1 of this Sechor B. Contractor shall continually monitor the field installation for code compliancid quality workmanship. All visible piping and or wiring runs shall be installed parallel:V buil g lir�nd properly supported. ,_, _ _ CJ C. Contractor shall arrange for field inspections by local and/or state authorities havirxtjurisdiction over the work. City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-27 SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 3.16 ACCEPTANCE A. The control systems will not be accepted as meeting the requirements of Completion until all tests described in this specification have been performed to the satisfaction of both the Engineer and Owner. Any tests that cannot be performed due to circumstances beyond the control of the Contractor may be exempt from the Completion requirements if stated as such in writing by the Owner's representative. Such tests shall then be performed as part of the warranty. eiC Li °- _W,,>: END OF SECTION u N-- I }-ta r-- Lr r0 c ,t-._ r I c Cl City of IC Building Automation Upgrades Improvement Projects 2017 Instrumentation and Control for HVAC Project No. 116463-0 23 0900-28 Lie -47) Prepared by:Brett Zimmerman,Public Works,410 E.Washington St.,Iowa City,IA 52240,(319)356-5044 Resolution No. 17-339 Resolution setting a public hearing on November 21 , 2017 on plans, specifications, form of contract, and estimate of cost for the construction of the City of Iowa City Building Automation Upgrades and Improvement Projects 2017, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in account#R4332. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: 1. A public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 21 St day of November, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four(4) nor more than twenty(20)days before said hearing. 3. A copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 6th day of November , 2017 Ma $7ovedbY City Clerk City Attorney's Office !d 3/ /7 It was moved by Botchway and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton e �a • PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit"A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002523476 11/13/17 11/13/17 $34.03 Copy of Advertisement Exhibit"A" Subscribed and sworn to before me by said affiant this 13th day of November, 2017 \‘‘,. .......42, q-19 • Notary blic ( ; PUB��G �• 'i,,,-- eaw ps"�'a,� Pub lish Q� a NOTICE OFE PUBLIC HEARING ON PLANS SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECTS 2017 IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY IOWA CITY, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the Cit Council of the City of Iowa City, Iowa, will con-duct a public hearing on plans, specifications, form of contract and estimated cost for the con-struction of the City of Iowa City Building Automation Upgrades and Improvement Projects 2017 in said City at 7 p.m. on the 21st day of November, 2017, said meeting to be held in the Emma J. Ha vat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City (,ouncil for the purpose of making objections to and comments concerning said plans specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of ptthhe Cityd y of Iowa Ci IoEwa K. FRUEHLING,law.ITY CLERK Prepared by:Brett Zimmerman,Public Works,410 E.Washington St.,Iowa City,IA 52240 (319)356-5044 Resolution No. 17-349 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the City of Iowa City Building Automation Upgrades and Improvement Projects 2017, 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 plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in account# R4332. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to 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 14th day of December, 2017. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 19th day of December, 2017, or at a special meeting called for that purpose. Passed and approved this 21st day of November , 2017. Ma or A proved by AttestL>` e�c_:e City Clerk ity Attorney's Office 6 Resolution No. 17-349 Page 2 It was moved by Botchway and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton A,2,.(-1-10 IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Building Automation Upgrades and Improvement Project 2017 Classified ID: 106125 A printed copy of which is attached and made part of this certificate, provided on 11/22/2017 to be posted on the Iowa League of Cities' interne site on the following date: November 22 , 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 11/22/2017 �V R Alan Kemp, Executive Director NOTICE TO BIDDERS CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 14th day of December,2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 19th day of December,2017, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Thursday, November 30, 2017 in City Hall in the Helling Lobby Conference Room located at 410 East Washington Street, Iowa City, Iowa. The Project will involve the following: The project consists of modifications and upgrades to temperature controls systems at three buildings for the City of Iowa City: City Hall, Robert A. Lee Recreation Center and Mercer Aquatic Center/Scanlon Gymnasium for the purpose of integrating existing HVAC systems into the City's existing Building Automation System. The contractor will be responsible for all associated mechanical, structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen(15)calendar days following award of the contract,or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent(100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1)year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Robert A. Lee Recreation Center and Mercer Aquatic Center, Start Date: January 15, 2018, Substantial Completion date June 15, 2018 and Final Completion Date is July 13, 2018. City Hall, Start Date July 14, 2018, Substantial completion date December 14, 2018 and Final Completion Date,January 11,2019. Liquidated Damages: $250.00/day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll-Free 800-779- 0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract.This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. KELLIE K. FRUEHLING, CITY CLERK Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Monday, November 27, 2017 4:41 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 11.27.17 Notice To Bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned,the duly qualified and acting President/CEO of the CU Network,and that as such President/CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS City Of Iowa City- Building Automation Upgrades& Improvements 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): November 27, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. CiL-4 Ltd November 27, 2017 Date President/CEO of The Construction Update Plan Room Network Carla Long—Project Information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d) 515-657-4400(o) 515-288-7339 (f) 515-288-8718 (e) mbiplanroom-dsm@mbionline.com (w)www.mbionline.com I I Iowa's tint arid only ccun/ehrnsive date Project Information � `onsrr`KUor'� "��r'c,, IowaBidDate.com Stay • Loss? Connected in , v ? 1 RECEIVED NOTICE TO BIDDERS NOV 2 2 2011 CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 14th day of December,2017.Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 19th day of December,2017,or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m.local time on Thursday, November 30,2017 in City Hall in the Helling Lobby Conference Room located at 410 East Washington Street, Iowa City, Iowa. The Project will involve the following: The project consists of modifications and upgrades to temperature controls systems at three buildings for the City of Iowa City: City Hall, Robert A. Lee Recreation Center and Mercer Aquatic Center/Scanlon Gymnasium for the purpose of integrating existing HVAC systems into the City's existing Building Automation System. The contractor will be responsible for all associated mechanical,structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen(15)calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent(100%)of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1)year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Robert A. Lee Recreation Center and Mercer Aquatic Center, Start Date: January 15, 2018, Substantial Completion date June 15, 2018 and Final Completion Date is July 13, 2018. City Hall, Start Date July 14, 2018, Substantial completion date December 14,2018 and Final Completion Date,January 11,2019. Liquidated Damages:$250.00/day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone:319-354-5950 Fax:319-354-8973 Toll-Free 800-779- 0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract.This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals,and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. KELLIE K. FRUEHLING, CITY CLERK • � 1 Prepared by:Brett Zimmerman,Public Works,410 E.Washington St.,Iowa City,IA 52240 (319)356-5044 Resolution No. 17-369 Resolution fixing new time and place for receipt of bids for the bidding of the City of Iowa City Building Automation Upgrades and Improvement Projects 2017, and directing City Clerk to publish advertisement for bids. Whereas, on November 21, 2017, the City Council approved plans and specifications and set a bid date for December 14, 2017 for the City of Iowa City Building Automation Upgrades and Improvement Projects 2017; and Whereas, no bids were received on December 14, 2017; and Whereas, contractors required additional time to provide a bid; and Whereas, the Department of Public Works recommends that the Council set a new date for receipt of bids. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. 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. 2. 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 25th day of January, 2018. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 6th day of February, 2018, or at a special meeting called for that purpose. Passed and approved this 19th day of December 2017 Ma or Approved by Atte t: Gt , ty Clerk CI y Attorney's Office /z/!D/7 It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Botchway x Cole x Dickens • Resolution No. 17-369 Page 2 Mims x Taylor x Thomas X Throgmorton o 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 Notice to Bidders - Building Automation Upgrades and Improvement Project 2017 Classified ID: 106630 A printed copy of which is attached and made part of this certificate,provided on 12/20/2017 to be posted on the Iowa League of Cities' interne site on the following date: December 20 , 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 12/20/2017 a-34". VV Alan Kemp, Executive Director NOTICE TO BIDDERS CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 25th day of January, 2018. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M.on the 6th day of February 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Thursday, January 11, 2018 in City Hall in the Emma J. Harvat Hall located at 410 East Washington Street, Iowa City, Iowa. The Project will involve the following: The project consists of modifications and upgrades to temperature controls systems at three buildings for the City of Iowa City: City Hall, Robert A. Lee Recreation Center and Mercer Aquatic Center/Scanlon Gymnasium for the purpose of integrating existing HVAC systems into the City's existing Building Automation System. The contractor will be responsible for all associated mechanical, structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen(15)calendar days following award of the contract,or until rejection is made.Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent(100%)of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1)year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Robert A. Lee Recreation Center and Mercer Aquatic Center, Start Date: February 20, 2018, Substantial Completion date June 19, 2018 and Final Completion Date is July 19, 2018. City Hall, Start Date July 14, 2018, Substantial completion date December 14,2018 and Final Completion Date,January 11,2019. Liquidated Damages: $250.00/day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll-Free 800-779- 0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract.This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. KELLIE K. FRUEHLING, CITY CLERK Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, December 21, 2017 4:35 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 12.21.17 Notice To Bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned,the duly qualified and acting President/CEO of the CU Network, and that as such President/CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City Building Automation Upgrades And Improvement Project 2017 Iowa City Happy Hollow Park Restroom And Shelter Replacement Project A printed copy of which is attached and made part of this certificate,to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): December 21, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. L(& December 21, 2017 Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Construction Update powered by ConstructConnect 221 Park St— PO Box 695 — Des Moines— Iowa — 50306 (D) 515.657.4400 (0) 515.288.8904 (E) Clonq( MBIonline.com (W) www.MBlonline.com ear.% t t, ,. Project Information °"' `Ot fl,g'°"twid.4te`.slet 1.+' IowaBidDate.com Stay • c `rin• Connected In . y fir ., i RECEIVED DEC 202017 NOTICE TO BIDDERS CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 25th day of January, 2018. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M.on the 6th day of February 2018,or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Thursday, January 11, 2018 in City Hall in the Emma J.Harvat Hall located at 410 East Washington Street, Iowa City, Iowa. The Project will involve the following: The project consists of modifications and upgrades to temperature controls systems at three buildings for the City of Iowa City: City Hall, Robert A. Lee Recreation Center and Mercer Aquatic Center/Scanlon Gymnasium for the purpose of integrating existing HVAC systems into the City's existing Building Automation System. The contractor will be responsible for all associated mechanical,structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen(15)calendar days following award of the contract,or until rejection is made.Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent(100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1)year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Robert A. Lee Recreation Center and Mercer Aquatic Center, Start Date: February 20, 2018, Substantial Completion date June 19, 2018 and Final Completion Date is July 19, 2018. City Hall, Start Date July 14, 2018, Substantial completion date December 14,2018 and Final Completion Date, January 11,2019. Liquidated Damages:$250.00/day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone:319-354-5950 Fax:319-354-8973 Toll-Free 800-779- 0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals,and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. KELLIE K. FRUEHLING,CITY CLERK Prepared by:Brett Zimmerman,Public Works,410 E.Washington St..Iowa City,IA 52240(319)356-5044 • Resolution No. 18-28 Resolution rejecting bids received on January 25, 2018 for the City of Iowa City Building Automation Upgrades and Improvement Projects 2017. Whereas, one bid was received on January 25, 2018, for the City of Iowa City Building Automation Upgrades and Improvement Projects 2017; and Whereas, the one bid received exceed the amount available in the project fund; and Whereas, the Department of Public Works recommends that the Council reject the bid. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa that all bids received on January 25, 2018, for the City of Iowa City Building Automation Upgrades and Improvement Projects 2017 are rejected. Passed and approved this 6th day of February , 2018. Ma r Approved by Attests �� � - It? Ci Clerk . Cr-) ,- City Attorney's Office It was moved by Salih and seconded by Botchway the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Botchway x _ Cole x Mims x _ Salih x Taylor x Thomas x Throgmorton NOTICE TO BIDDERS CITY OF IOWA CITY BUILDING AUTOMATION UPGRADES AND IMPROVEMENT PROJECT 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 25ih day of January, 2018. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 6th day of February 2018,or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Thursday, January 11, 2018 in City Hall in the Emma J. Harvat Hall located at 410 East Washington Street, Iowa City, Iowa. The Project will involve the following: The project consists of modifications and upgrades to temperature controls systems at three buildings for the City of Iowa City: City Hall, Robert A. Lee Recreation Center and Mercer Aquatic Center/Scanlon Gymnasium for the purpose of integrating existing HVAC systems into the City's existing Building Automation System. The contractor will be responsible for all associated mechanical, structural and electrical work. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of lowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15)calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1)year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Robert A. Lee Recreation Center and Mercer Aquatic Center, Start Date: February 20, 2018, Substantial Completion date June 19, 2018 and Final Completion Date is July 19, 2018. City Hall, Start Date July 14, 2018, Substantial completion date December 14, 2018 and Final Completion Date, January 11, 2019. Liquidated Damages: $250.00/day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll-Free 800-779- 0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals,and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. KELLIE K. FRUEHLING, CITY CLERK S1REC1Govemme,4 Bul:d:ngs and Focil:boo LlanagementlPro;oC'sIBul:d;ng Auton-.a'.ion Controls BAS for City Buie,ngslFrontondsl.Notice to bidders for BUILD:NG AUTOMATION UPGRADES AND IMPROVMENT PROJECT 2017-bd December 2017.doc NTB-1 I CITY OF IOWA CI ofo6-18 mAjat� *tif� if�ti COUNCIL ACTION REPOL2) February 6, 2018 Resolution rejecting bids received on January 25, 2018 for the City of Iowa City Building Automation Upgrades and Improvement Projects 2017. Prepared By: Brett Zimmerman - Civil Engineer Reviewed By: Juli Seydell Johnson - Parks & Recreation Director Kumi Morris - Facilities Manager Jason Havel - City Engineer Ron Knoche - Public Works Director Geoff Fruin - City Manager Fiscal Impact: None Recommendations: Staff: Approval Commission: N/A Attachments: Resolution Executive Summary: This agenda item rejects bids received for the City of Iowa City Building Automation Upgrades and Improvement Projects 2017. This project includes modifications and upgrades to temperature control systems at three buildings for the purpose of integrating existing HVAC systems into the City's existing Building Automation System. Included was related mechanical and electrical work to be performed at the following three buildings: • City Hall - 410 East Washington Street, Iowa City, Iowa 52240 • Robert A. Lee Recreation Center- 220 South Gilbert Street, Iowa City, Iowa 52240 • Mercer Aquatic Center and Scanlon Gymnasium -2701 Bradford Drive, Iowa City, Iowa 52240 The project bid letting was held on January 25, 2018 and the following bid was received: Company Base Bid All Temp Refrigeration $533,950 The bid received from All Temp Refrigeration is 10% above the project estimate of $485,000. Staff recommends that the Council reject this bid. Staff is currently evaluating the project scope to determine a project that meets the available budget. Background /Analysis: The existing HVAC and BAS systems in City Hall, Robert A. Lee Recreation Center, Mercer Aquatic Center and Scanlon Gymnasium are reaching the end of their useful lives and require upgrades and/or replacement. This work would reduce operating costs and energy consumption in these facilities. INSERT PLANS HERE Building Automation Upgrade Improvements 2017