SCOPE OF WORK - City of Evanston

355
Revised 1-15 CITY OF EVANSTON SPECIFICATIONS AND BID DOCUMENTS Construction Bid with Subcontractors BID NUMBER: 17-56 For Chandler Newberger Electrical & HVAC Improvements Phase I October 5, 2017 BID OPENING TIME, DATE, PLACE: 2:00 P.M., Tuesday, October 31, 2017, Room 2404, Lorraine H. Morton Civic Center, 2100 Ridge Avenue, Evanston, Illinois 60201 NON-MANDATORY 1:00 P.M., October 11, 2017, PRE-BID MEETING Chandler Newberger Center 1028 Central Street Evanston, Illinois 60201 BID BOND: 5% of Contract Amount PERFORMANCE/MATERIAL & LABOR PAYMENT BOND: 110% of Contract Amount CONTRACT PERIOD: Contract award through June 30, 2018 SEALED BIDS TO BE RETURNED TO: CITY OF EVANSTON PURCHASING DIVISION, ROOM 4200, LORRAINE H. MORTON CIVIC CENTER 2100 RIDGE AVENUE, EVANSTON, IL 60201 Phone: 847/866-2935 * Fax: 847/448-8128

Transcript of SCOPE OF WORK - City of Evanston

Revised 1-15

CITY OF EVANSTON

SPECIFICATIONS AND BID DOCUMENTS

Construction Bid with Subcontractors

BID NUMBER: 17-56

For

Chandler Newberger Electrical & HVAC Improvements Phase I

October 5, 2017

BID OPENING

TIME, DATE, PLACE: 2:00 P.M., Tuesday, October 31, 2017,

Room 2404,

Lorraine H. Morton Civic Center,

2100 Ridge Avenue,

Evanston, Illinois 60201

NON-MANDATORY 1:00 P.M., October 11, 2017,

PRE-BID MEETING Chandler Newberger Center

1028 Central Street

Evanston, Illinois 60201

BID BOND: 5% of Contract Amount

PERFORMANCE/MATERIAL

& LABOR PAYMENT BOND: 110% of Contract Amount

CONTRACT PERIOD: Contract award through June 30, 2018

SEALED BIDS TO BE RETURNED TO: CITY OF EVANSTON

PURCHASING DIVISION, ROOM 4200, LORRAINE H. MORTON CIVIC CENTER

2100 RIDGE AVENUE, EVANSTON, IL 60201 Phone: 847/866-2935 * Fax: 847/448-8128

TABLE OF CONTENTS i

TABLE OF CONTENTS

SPECIFICATION SECTION PAGES

NUMBERS

DIVISION 0 – BIDDING REQUIREMENTS Notice to Bidders ................................................................................ 1 page Instructions to Bidders/Requirements for Bidding .............................. 12 pages General Conditions ............................................................................ 11 pages Insurance Requirements .................................................................... 1 page

DOCUMENTS TO BE RETURNED WITH THE BID Exhibit A Bid Form ........................................................................... 8 pages

Exhibit B City of Evanston M/W/EBE Policy ................................ 1 page

Exhibit C M/W/EBE Participation Compliance Form ................... 1 page

Exhibit D M/W/EBE Participation Waiver Request ...................... 1 page

Exhibit E Construction Contractors’ Assistance Organizations 1 page

*Exhibit F Local Employment Program Compliance .................. 2 pages Exhibit G Certification of Bidder Regarding Equal Employment Opportunity ................................................. 1 page Exhibit H Disclosure of Ownership Interests .................................... 4 pages Exhibit I Additional Information Sheet ............................................ 1 page Exhibit J Certification of Compliance with Prevailing Wage Rate Act ........................................................................... 1 page Exhibit K Major Subcontractors Listing ........................................... 1 page Exhibit L Conflict of Interest ............................................................ 1 page Exhibit M Signature Form ................................................................. 1 page

Exhibit N Contractor Services Agreement Acknowledgement ... 1 page

Exhibit N Contractor Services Agreement ………………………... 23 pages

Exhibit O BID/Proposal Submittal Label ………………………….... 1 page

DIVISION 1 – General Requirements 01 00 00 – Project Requirements……………………………………… 3 pages 01 01 00 – Summary of Work………………………………………….. 2 pages 01 02 70 – Applications for Payment………………………………….. 2 pages 01 04 50 – Cutting and Patching……………………………………… 2 pages 01 06 00 – Regulatory Requirements………………………………… 2 pages 01 09 50 – Referenced Standards……………………………………. 5 pages 01 10 50 – Existing Utility Procedures………………………………... 2 pages 01 20 00 – Project Meetings…………………………………………… 3 pages 01 21 00 – Allowances…………………………………………………. 2 pages 01 30 00 – Submittals…………………………………………………… 7 pages 01 40 00 – Quality Control…………………………………………..… 3 pages 01 50 00 – Temporary Facilities………………………………..…….. 3 pages 01 56 00 – Temporary Environmental Controls………………..…… 2 pages

TABLE OF CONTENTS ii

01 60 00 – Materials & Equipment…………………………………… 3 pages 01 63 00 – Substitutions………………………………………………. 2 pages 01 70 00 – Project Closeout…………………………………………… 2 pages 01 71 00 – Cleaning……………………………………………………. 2 pages 01 72 00 – Project Record Documents………………………………. 2 pages 01 73 00 – Operations and Maintenance Data……………………… 3 pages 01 74 00 – Warranties and Bonds……………………………………. 2 pages

DIVISION 2 – EXISTING CONDITIONS 02 41 19 – Selective Demolition………………………………………. 3 pages

DIVISION 5 – METALS 05 50 00 – Metal Fabrications………………………………………..... 3 pages

DIVISION 7 – THERMAL MOISTURE PROTECTION 07 52 00 – Modified Bitumen Membrane Roofing……………..……. 11 pages

DIVISION 9 – FINISHES 09 05 11 – Acoustical Panel Ceiling………………………………….. 4 pages 09 09 12 – Painting…………………………………………………….. 9 pages 09 29 00 – Gypsum Board…………………………………………….. 2 pages

DIVISION 23 – HEATING VENTILATION AND AIR CONDITIONING 23 05 13 – Common Motor Requirements for HVAC Equipment ….. 3 pages 23 05 29 – Hangers and Supports for HVAC Equipment…………… 9 pages 23 05 53 – Identification for HVAC Piping and Equipment………….. 4 pages 23 05 93 – Testing, Adjusting and Balancing for HVAC…………….. 7 pages 23 07 00 – HVAC Insulation……………………………………………. 4 pages 23 09 00 – HVAC Instrumentation…………………………………….. 5 pages 23 09 23 – Direct Digital Controls……………………………………… 13 pages 23 11 23 – Facility Natural Gas Piping………………………………… 6 pages 23 31 00 – HVAC Ducts and Casings…………………………………. 7 pages 23 33 00 – Air Duct Accessories……………………………………….. 5 pages 23 36 19 – Variable Air Volume Changeover Bypass……………… 6 pages 23 37 00 – Air Outlets and Inlets………………………………………. 2 pages 23 81 06 – Packaged Rooftop Units…………………………………… 7 pages

DIVISION 26 – ELECTRICAL 26 05 19 – Low Voltage Electrical power Conductors and Cables… 5 pages 26 05 26 – Grounding and Bonding for Electrical Systems………… 4 pages 26 05 29 – Hangers and Supports for Electrical Systems………….. 8 pages 26 05 33 – Raceway and Boxes for Electrical Systems…………….. 8 pages 26 05 53 – Identification for Electrical Systems……………………… 5 pages 26 09 23 – Lighting Control Devices…………………………………. 9 pages 26 24 13 – Switchboards……………………………………………….. 6 pages 26 24 16 – Panel Boards……………………………………………….. 4 pages 26 27 26 – Wiring Devices……………………………………………… 4 pages 26 28 13 – Fuses……………………………………………………….. 3 pages 26 28 19 – Enclosed Switches………………………………………… 3 pages

TABLE OF CONTENTS iii

26 29 13 – Enclosed Controllers………………………………………. 3 pages 26 29 23 – Variable Frequency Motor Controllers…………………… 6 pages 26 43 13 – Surge Protective Devices…………………………………. 3 pages 26 51 00 – Interior Lighting…………………………………………….. 5 pages 26 52 00 – Emergency Lighting……………………………………….. 3 pages

DIVISION 27 – LOW VOLTAGE 27 51 16 – Gymnasium Public Address System……………………… 6 pages

DIVISION 32 – SITE 32 14 16 – Brick Unit Paving…………………………………………… 3 pages 32 91 13 – Soil Preparation………………………………………..….. 1 pages 32 92 23 – Sodding…..…..…..…..……………………………………… 2 pages

DRAWINGS 22 pages

*NOTE: THE SELECTED BIDDER WILL BE SUBJECT TO THE REGULATIONS

CONTAINED IN CITY OF EVANSTON ORDINANCE 60-O-14 AMENDMENTS TO THE

LOCAL EMPLOYMENT PROGRAM (LEP)

CITY OF EVANSTON

NOTICE TO BIDDERS Sealed bids will be received by the City’s Purchasing Office in Room 4200 of the Lorraine H. Morton Civic Center located at 2100 Ridge Avenue, Evanston, Illinois 60201, until 2:00 P.M. local time Tuesday, October 31, 2017 and will be publicly read thereafter in room 2404. Bids shall cover the following:

Chandler-Newberger Center HVAC and Electrical Improvements Phase I

Bid Number: 17-56 Work on this project includes replacing and relocating a roof top unit air handler, reworking associated duct work as necessary for new location, replacing electrical switch gear, replacing distribution panels, replacing lighting fixtures for portions of the building and installing a new emergency electrical connection for the building. A non-mandatory pre-bid meeting will be held at the Chandler-Newberger Community Center, 1028 Central Street, Evanston, IL 60201 at 1:00 p.m. on Wednesday, October 11, 2017. The above item shall conform to the Invitation for Bids on file in the Purchasing Office. The bid document, including all necessary plans and specifications, will be available in the Purchasing Office on Thursday, October 5, 2017. Parties interested in submitting a bid should contact the Purchasing Office to receive a copy of the bid or see the City’s website at: www.cityofevanston.org/business/bids-proposals/ or Demandstar at: www.demandstar.com. The City of Evanston (the City) in accordance with the laws of the State of Illinois, hereby notifies all Bidders that it will affirmatively ensure that the contract(s) entered into pursuant to this Notice will be awarded to the successful Bidders without discrimination on the ground of race, color, religion, sex, age, sexual orientation, marital status, disability, familial status or national origin. The State of Illinois requires under Public Works contracts that the general prevailing rate of wages in this locality be paid for each craft or type of worker hereunder. This requirement is in accordance with The Prevailing Wage Act (820 ILCS 130) as amended. The City of Evanston reserves the right to reject any or all submittals or to accept the submittal(s) deemed most advantageous to the City. The Evanston City Council also reserves the right to award the contract to an Evanston firm if that firm's bid is within 5% of the low bid. Each Bidder shall be required to submit with their bid a disclosure of ownership interest statement form in accordance with the provisions of City Code Section 1-18-1 et seq. Failure to submit such information will result in the disqualification of such bid.

Jillian Ostman Purchasing Specialist

INSTRUCTIONS TO BIDDERS 1

INSTRUCTIONS TO BIDDERS/REQUIREMENTS FOR BIDDING

(CONTRACTS OVER $20,000)

1. ON-LINE NOTIFICATION OF SOLICITATIONS

The City is utilizing Demandstar.com (www.demandstar.com) for on-line notification purposes only for sealed bids when it is anticipated that the amount of the resulting contract will be in excess of its formal bid limit of $20,000, such as this requirement. Interested Bidders are required to submit a sealed bid to the City by the date/time indicated for this requirement on the forms provided by the City.

2. SUBMISSION OF BIDS

A. All bids will be received in The City of Evanston Purchasing Office, Room

4200, Lorraine H. Morton Civic Center, 2100 Ridge Avenue, Evanston, IL

60201. Cut out and tape label included in this bid package as Exhibit O (BID/Proposal Submittal Label). All submittals are to be placed in a sealed opaque envelope addressed to: The City of Evanston Purchasing Office, Room 4200, Lorraine H. Morton Civic Center, 2100 Ridge Avenue, Evanston, Illinois 60201; clearly marked on the OUTSIDE with the following:

Bid name and number

Name and address of Firm

Date and time of Bid deadline

B. NOTE: Purchasing will accept bid responses in one of two formats:

1. Three (3) copies of the bid information, as well as any other information

required in the solicitation document, must be submitted on the forms

provided with all blank spaces for bid prices filled in ink or typewritten and

containing all required information. Each copy must contain the same

information (except one set must have original signatures and stamps).

2. An electronic PDF response on a USB drive (along with any paper bid

bonds as required) may be submitted in lieu of paper copies.

C. ANY BIDS RECEIVED AFTER THE TIME AND DATE SPECIFIED FOR THE

RECEIPT OF BIDS WILL BE RETURNED TO THE BIDDER UNOPENED. It is the sole responsibility of the Bidder to insure that his or her bid is delivered by the stated bid opening time. Mailed bids which are delivered after the specified hour will not be accepted regardless of post marked time on the envelope. THE CITY IS NOT RESPONSIBLE FOR MISDIRECTED PACKAGES.

D. Bids will be publicly opened on the date and time specified for the receipt of bids in

designated room of the Lorraine H. Morton Civic Center in Evanston, Illinois.

E. Any Bidder may withdraw his or her bid by letter or with proper identification by personally securing his or her bid at any time prior to the stated bid opening time. No telephone request for withdrawal of bids will be honored.

F. No bids will be received via the internet.

INSTRUCTIONS TO BIDDERS 2

3. PREPARATION OF BIDS

The Bidder must prepare the bid on the attached bid forms. Unless otherwise stated, all blank spaces on the bid form or pages must be filled in. Either a unit price, lump sum price, or a "no-bid", as the case may be, must be stated for each and every item and must be either typed in or written in ink.

4. SIGNING OF BIDS

A. Bids which are signed for a partnership should be signed in the firm’s name by all partners, or in the firm’s name by Attorney-in-Fact. If signed by Attorney-in-Fact, there should be attached to the bid a Power of Attorney evidencing authority to sign the bid, dated the same date as the bid and executed by all partners of the firm.

B. Bids which are signed for a corporation should have the correct corporate name

thereon and signature of an authorized officer of the corporation manually written below the corporate name following words "By: _____". title of office held by the person signing for corporation, which shall appear below signature of an officer.

C. Bids which are signed by an individual doing business under a fictitious name should

be signed in the name of the individual "doing business as. ______.”

D. The name of each person signing the bid shall be typed or printed below his or her signature.

5. CONSIDERATION OF BIDS

The Purchasing Specialist shall represent and act for the City in all matters pertaining to this bid and the contract in conjunction therewith.

6. WITHDRAWAL OF BIDS

Bidders may withdraw or cancel their bids at any time prior to the advertised bid opening time. After the bid opening time, no bid shall be withdrawn or canceled for a period of sixty (60) calendar days. When contract approval is required by another agency, such as the Federal Government or the State of Illinois, no bid shall be withdrawn or canceled for a period of ninety (90) calendar days.

7. ERRORS IN BIDS

Bidders are cautioned to verify their bids before submission. Negligence on the part of the respondent in preparing the bid confers no right for withdrawal or modification of the bid after it has been opened. In case of error in the extension of prices in the bid, unit prices will govern.

8. ADDENDA

A. Any and all changes to the specifications/plans are valid only if they are included by written addendum to all Bidders. Each Bidder must acknowledge receipt of any addenda by indicating on the Bid form. Each Bidder, by acknowledging receipt of any addenda, is responsible for the contents of the addenda and any changes to the bid therein. Failure to acknowledge any addenda may cause the bid to be

INSTRUCTIONS TO BIDDERS 3

rejected.

B. Addenda information is available over the internet at: City of Evanston Notices to Bidders or www.demandstar.com, or by contacting the Purchasing Office.

9. RESERVED RIGHTS

The City of Evanston reserves the right at any time and for any reason to cancel his or her solicitation, to accept or reject any or all bids or any portion thereof, or to accept an alternate response. The City reserves the right to waive any immaterial defect in any response. The City may seek clarification from any respondent at any time, and failure to respond within a reasonable time period, or as otherwise directed, will be cause for rejection.

10. AWARD

It is the intent of the City to award a contract to the lowest responsible Bidder meeting specifications. The City reserves the right to determine the lowest responsible Bidder on the basis of an individual item, groups of items, or in any way determined to be in the best interest of the City. Award will be based on the following factors (where applicable): (a) adherence to all conditions and requirements of the bid specifications; (b) price; (c) qualifications of the Bidder, including past performance, financial responsibility, general reputation, experience, service capabilities, and facilities; (d) delivery or completion date; (e) product appearance, workmanship, finish, taste, feel, overall quality, and results of product testing; (f) maintenance costs and warranty provisions; and (g) repurchase or residual value.

11. INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS

Bidder’s shall promptly notify the City of any ambiguity, inconsistency, or error that they discover upon examination of the bidding documents. Interpretations, corrections, and changes will be made by addendum. Each Bidder shall ascertain prior to submitting a bid that all addenda have been received and are acknowledged in the bid.

12. INCONSISTENCIES AND OMISSIONS

These specifications and the accompanying plans, if any, are intended to include all information necessary for the work contemplated. If, by inadvertence or otherwise, the plans or specifications omit some information necessary for that purpose, the contractor shall, nevertheless, be required to perform such work at no additional cost to the City so that the project may be completed according to the true intent and purpose of the plans and specifications.

13. CONDITIONS

Bidders are advised to become familiar with all conditions, instructions, and specifications governing his or her bid. Once the award has been made, failure to have read all the conditions, instructions and specifications of this contract shall not permit the Bidder to amend contract or to request additional compensation.

INSTRUCTIONS TO BIDDERS 4

14. VERIFICATIONS OF DATA

A. It is understood and agreed that the unit quantities given in these specifications are approximate only, and the contractor shall verify these quantities before bidding as no claim shall be made against the City on, or account of, any excess or deficiency in the same.

B. The contractor shall have visited the premises and determined for itself, by actual observation, boring, test holes, or other means, the nature of all soil and water conditions (both above and below ground in the line of work) that may be encountered in all construction work under this contract. The cost of all such inspection, borings, etc. shall be borne by the contractor, and no allowance will be made for the failure of the contractor to estimate correctly the difficulties attending the execution of the work.

15. SPECIFICATIONS

Reference to brand names and numbers is meant to be descriptive, not restrictive, unless otherwise specified. Bids on equivalent items will be considered, provided the Bidder clearly states exactly what is proposed to be furnished, including complete specifications. Unless the Bidder specifies otherwise, it is understood the Bidder is offering a referenced brand item as specified or is bidding as specified when no brand is referenced, and does not propose to furnish an “equal.” The City reserves the right to determine whether a substitute offer is equivalent to, and meets the standard of quality indicated by the brand name and number.

16. SAMPLES

When samples of items are called for by the specifications, samples must be furnished free of expense, and if not destroyed in the evaluation process will be returned at the Bidder’s expense upon request. Request for the return of samples must accompany the sample and must include a UPS/Fed-Ex Pickup Slip, postage, or other acceptable mode of return. Individual samples must be labeled with Bidder’s name, invitation number, item reference, manufacturer’s brand name and number.

17. REGULATORY COMPLIANCE

Each Bidder represents and warrants that the goods or services furnished hereunder (including all labels, packages and containers for said goods) comply with all applicable standards, rules and regulations in effect under the requirements of all Federal, State, and local laws, rules and regulations as applicable, including the Occupational Safety and Health Act as amended, with respect to design, construction, manufacture, or use for their intended purpose of said goods or services. Each Bidder must furnish a “Material Safety Data Sheet” in compliance with the Illinois Toxic Substances Disclosure to Employees Act when required.

18. PRICING

The price quoted for each item is the full purchase price, including delivery to

INSTRUCTIONS TO BIDDERS 5

destination, and includes all transportation and handling charges, materials or service costs, patent royalties, and all other overhead charges of every kind and nature. Unless otherwise specified, prices shall remain firm for the contract period.

19. DISCOUNTS

Prices quoted must be net after deducting all trade and quantity discounts. Where cash discounts for prompt payment are offered, the discount period shall begin with the date of receipt of a correct invoice or receipt or final acceptance of goods, whichever is later.

20. INSPECTION

Materials or equipment purchased are subject to inspection and approval at the City’s destination. The City reserves the right to reject and refuse acceptance of items which are not in accordance with the instructions, specifications, drawings or data of Seller’s warranty (express or implied). Rejected materials or equipment shall be removed by, or at the expense of, the Seller promptly after rejection.

21. BIDS AND PLAN DEPOSITS

A. When required on the cover sheet, all bids shall be accompanied by a bid deposit in the amount specified. Bid deposits shall be in the form of cash, a certified check, or cashier's check drawn on a responsible bank doing business in the United States and shall be made payable to the City of Evanston. Bid Bonds are also acceptable. All bids not accompanied by a bid deposit, when required, will be rejected.

B. Within 20 days after the bid date the City will return the bid deposits of all but the 3 lowest qualified Bidders, whose deposit will be held until contract award or at the expiration of the sixty-day or ninety-day period for bid award.

C. The bid deposit of the successful Bidder will be retained until contract documents have been executed and the Contractor has submitted all the required information. Failure to comply with the terms of this specification may be cause for forfeiture of said deposit.

D. When required, plan deposits will be refunded should the plans be returned in good condition within 10 days of the bid opening.

22. DISPUTES

Any dispute concerning a question of fact arising under this bid shall be decided by the Purchasing Specialist, who shall issue a written decision to the Bidder. The decision of the Purchasing Specialist shall be final and binding.

23. CATALOGS

Each Bidder shall submit, when requested by the Purchasing Specialist, catalogs, descriptive literature, and detailed drawings, fully detailing features, designs, construction, appointments, finishes and the like not covered in the specifications, necessary to fully describe the material or work proposed to be furnished.

INSTRUCTIONS TO BIDDERS 6

24. TAXES

A. Federal Excise Tax does not apply to materials purchased by the City of Evanston by virtue of Exemption Certificate No. A-208762, Illinois Retailers' Occupation Tax, Use Tax, and Municipal Retailers' Occupation Tax do not apply to materials or services purchased by the City of Evanston by virtue of Statute.

B. The City of Evanston is exempt from Illinois Sales Tax by virtue of Exemption

Identification number E9998-1750-07.

C. The City’s federal tax ID number is 36-6005870.

25. PERMITS & FEES

All Bidders awarded a contract must secure and pay for any licenses required by the City of Evanston. Necessary building permits will be required, but all permit fees will be waived and moneys for same must not be included in any bid.

26. ROYALTIES & PATENTS

Seller must pay all royalties and license fees. Seller must defend all suits or claims for infringement of any patent, copyright or trademark rights, and must hold the City harmless from loss on account thereof.

27. LOCAL PREFERENCE POLICY

The Evanston City Council reserves the right to award the contract to an Evanston firm if the firm’s bid is within five (5%) percent of the low bid of a non-Evanston firm.

28. POWER OF ATTORNEY

An Attorney-In-Fact, who signs any and all of the bond or contract bonds submitted with this bid, must file with each bond a certified and effectively dated copy of their Power of Attorney. These dates should be the same or after the date of the contract.

29. WARRANTY

A. The contractor warrants that all goods and services furnished to the City shall be in accordance with specifications and free from any defects of workmanship and materials: that goods furnished to the City shall be merchantable and fit for the City's described purposes, and that no governmental law, regulation, order, or rule has been violated in the manufacture or sale of such goods.

B. The contractor warrants all equipment furnished to be in acceptable condition, and

to operate satisfactorily for a period of one (1) year from delivery of, or the completion of installation, whichever is latest, unless stated otherwise in the specifications, and that if a defect in workmanship and/or quality of materials are evidenced in this period, the Seller shall remit full credit, replace, or repair at City's discretion immediately, such equipment and/or parts that are defective at no additional cost to the City.

INSTRUCTIONS TO BIDDERS 7

C. The contractor warrants to the City that each item furnished hereunder, and any

component part thereof, will be new and in conformity with the specifications in all respects, unless otherwise specified, and is of the best quality of its respective kind, free from faulty workmanship, materials, or design, and installed sufficiently to fulfill any operating conditions specified by the City.

D. The contractor shall repair or replace any item or component part thereof found not

to be in conformity with this paragraph provided the City notified the Seller of such nonconformity within one (1) year after initial use or within eighteen (18) months after delivery, whichever occurs first. In the event Seller fails to proceed diligently to so replace or repair within a reasonable time after receipt of such notice, the City may undertake or complete such replacement or repair for Seller's account, and the seller will be responsible for any additional costs. Acceptance shall not relieve the seller of its responsibility.

30. INCURRED COSTS

The City will not be liable for any costs incurred by Bidders in replying to this invitation for bids.

31. VARIANCES

Each Bidder must state or list by reference any variations to specifications, terms and/or conditions set forth herein with its bid.

32. INDEMNIFICATION

A. The awarded Bidder/Contractor shall defend, indemnify and hold harmless the City and its officers, elected and appointed officials, agents, and employees from any and all liability, losses, or damages as a result of claims, demands, suits, actions, or proceedings of any kind or nature, including but not limited to costs, and fees, including attorney’s fees, judgments or settlements, resulting from or arising out of any negligent or willful act or omission on the part of the Contractor or Contractor’s subcontractors, employees, agents or subcontractors during the performance of this Agreement. Such indemnification shall not be limited by reason of the enumeration of any insurance coverage herein provided. This provision shall survive completion, expiration, or termination of this Agreement.

B. Nothing contained herein shall be construed as prohibiting the City, or its officers,

agents, or employees, from defending through the selection and use of their own agents, attorneys, and experts, any claims, actions or suits brought against them. The Contractor shall be liable for the reasonable costs, fees, and expenses incurred in the defense of any such claims, actions, or suits. Nothing herein shall be construed as a limitation or waiver of defenses available to the City and employees and agents, including but not limited to the Illinois Local Governmental and Governmental Employees Tort Immunity Act, 745 ILCS 10/1-101 et seq.

C. At the City Corporation Counsel’s option, Contractor must defend all suits brought

INSTRUCTIONS TO BIDDERS 8

upon all such Losses and must pay all costs and expenses incidental to them, but the City has the right, at its option, to participate, at its own cost, in the defense of any suit, without relieving Contractor of any of its obligations under this Agreement. Any settlement of any claim or suit related to this Project by Contractor must be made only with the prior written consent of the City Corporation Counsel, if the settlement requires any action on the part of the City.

D. To the extent permissible by law, Contractor waives any limits to the amount of its

obligations to indemnify, defend, or contribute to any sums due under any Losses, including any claim by any employee of Contractor that may be subject to the Illinois Compensation Act, 820 ILCS 305/1 et seq. or any other related law or judicial decision, including but not limited to, Kotecki v. Cyclops Welding Corporation, 146 Ill. 2d 155 (1991). The City, however, does not waive any limitations it may have on its liability under the Illinois Workers Compensation Act, the Illinois Pension Code or any other statute.

E. The Contractor shall be responsible for any losses and costs to repair or remedy

work performed under this Agreement resulting from or arising out of any act or omission, neglect, or misconduct in the performance of its Work or its subcontractors’ work. Acceptance of the work by the City will not relieve the Contractor of the responsibility for subsequent correction of any such error, omissions and/or negligent acts or of its liability for loss or damage resulting therefrom.

F. All provisions of this Section 32 shall survive completion, expiration, or

termination of this Agreement.

33. DEFAULT

Time is of the essence as to the awarded contract and, of delivery or acceptable items or rending of services is not completed by the time promised, the City reserves the right, without liability, in addition to its other rights and remedies, to terminate the contract by notice effective when received by Seller, as to stated items not yet shipped or services not yet rendered and to purchase substitute items or services elsewhere and charge the Seller with all losses incurred. The City shall be entitled to recover its attorney’s fees and expenses in any successful action by the City to enforce this contract.

34. GOVERNING LAW

This contract shall be governed by and construed according to the laws of the State of Illinois. In the event of litigation, the venue will be Cook County, Illinois.

35. EQUAL EMPLOYMENT OPPORTUNITY

A. In the event of the contractor's noncompliance with any provision of the Illinois Human Rights Act or Section 1-12-5 of the Evanston City Code, the contractor may be declared non-responsible and therefore ineligible for future contracts or subcontracts with the City of Evanston, and the contract may be canceled or voided

INSTRUCTIONS TO BIDDERS 9

in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked as provided by Statute or regulation.

B. During the performance of this contract, the contractor agrees as follows:

1. That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin or ancestry, or age or physical or mental handicap that does not impair ability to work, and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify

any such under utilization. Contractor shall comply with all requirements of City of Evanston Code Section 1-12-5.

2. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin or ancestry. 3. That, if it hires additional employees in order to perform this contract, or any

portion hereof, it will determine that availability (in accordance with the Fair Employment Commission's Rules and Regulations for Public Contracts) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized.

4. That it will send to each labor organization or representative of workers with

which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the contractor's obligations under the Illinois Fair Employment Practices Act and the Fair Employment Practices Commission's Rules and Regulations for Public Contracts. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules and Regulations, the contractor will promptly so notify the Illinois Fair Employment Practices Commission and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations hereunder.

5. That it will submit reports as required by the Illinois Fair Employment Practices

Commission's Rules and Regulations for Public Contracts, furnish all relevant information as may from time to time be requested by the Fair Employment Practices Commission or the contracting agency, and in all respects comply with the Illinois Fair Employment Practices Commission's Rules and regulations for Public Contracts.

6. That it will permit access to all relevant books, records, accounts and work

sites by personnel of the contracting agency, the City Manager, the Commission and the Illinois Fair Employment Practices Commission for

INSTRUCTIONS TO BIDDERS 10

purposes of investigation to ascertain compliance with the Illinois Fair Employment Practices Act and the Fair Employment Practices Act and the Fair Employment Practices Commission's Rules and Regulations for Public Contract.

7. That it will include verbatim or by reference the provisions of subsections (A)

through (G) of this clause in every performance subcontract as defined in Section 2.10(b) of the Fair Employment Practices Commission's Rules and Regulations for Public Contracts so that such provisions will be binding upon every such subcontractor; and that it will also include the provisions of subsections (A), (E), (F), and (G) in every supply subcontract as defined in Section 2.10(a) of the Fair Employment Practices Commission's Rules and Regulations for Public Contracts so that such provisions will be binding upon every such subcontractor. In the same manner as with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by all its subcontractors; and further it will promptly notify the contracting agency and the Illinois Fair Employment Practices Commission in the event any subcontractor fails or refuses to comply therewith. In addition, no contractor will utilize any subcontractor declared by the Fair Employment Practices Commission to be non-responsible and therefore ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations.

36. M/W/EBE GOAL

The City of Evanston has a goal of awarding 25% of its contracts to Minority-Owned, Women-Owned, and Evanston-based businesses (M/W/EBEs). All Bidders must state the proposed involvement of M/W/EBEs in completing a portion of the services required by the City by completing the attached M/W/EBE forms. Any questions regarding M/W/EBE compliance should be submitted in writing to Sharon A. Johnson, Business Workforce Compliance Coordinator at [email protected] or Tammi Nunez Purchasing Manager at [email protected].

37. LOCAL EMPLOYMENT PROGRAM REQUIREMENTS

In an effort to increase hiring of economically disadvantaged Evanston residents on certain City construction projects, the contractor shall comply with the provisions of the City of Evanston’s Local Employment Program Ordinance (LEP) set forth in Section 1-17-1 (C) of the Evanston City Code. The intent of the LEP is to have Evanston residents employed at the construction site as laborers, apprentices and journeymen in such trades as electrical, HVAC, carpenters, masonry, concrete finishers, truck drivers and other construction occupations necessary for the project. Any questions regarding LEP compliance should be submitted in writing to Sharon A. Johnson, Business Workforce Compliance Coordinator at [email protected] or Tammi Nunez Purchasing Manager at [email protected].

NOTE: CITY OF EVANSTON ORDINANCE 60-O-14 AMENDMENT LOCAL

INSTRUCTIONS TO BIDDERS 11

EMPLOYMENT PROGRAM (LEP) available on the City website at:

Ordinance 60-O-14 Amendment LEP

38. Questions

All questions related to this bid document should be submitted in writing to Jillian Ostman, Purchasing Specialist at [email protected] with a copy to Shane Cary, at [email protected]. Only inquiries received a minimum of five (5) working days prior to the date set for the opening of bids, will be given any consideration.

39. COORDINATION OF EXISTING SITE WITH DRAWINGS

A. Before submitting a bid, bidders shall carefully examine the drawings and specifications, visit the site, and fully inform themselves as to all conditions and limitations.

B. Should a bidder find discrepancies in, or omissions from the drawings or

specifications, or should be in doubt as to their meaning, the bidder should at once notify the Purchasing Specialist, who will issue necessary instructions to all bidders in the form of an addendum.

40. AFFIRMATIVE ACTION IN SUB-CONTRACTING (EXCERPT FROM

RESOLUTION 59-R-73)

“Contractor agrees that he shall actively solicit bids for the subcontracting of goods or services from qualified minority businesses. At the request of the City, Contractor shall furnish evidence of his compliance with this requirement of minority solicitation. Contractor further agrees to consider the grant of subcontracts to said minority bidders on the basis of substantially equal bids in the light most favorable to said minority businesses. Contractor further affirms that in obtaining his performance and bid bonds, he will seek out and use companies who have records of, and/or who will make commitments to, the bonding of minority contractors on a rate basis comparable to their bonding of similar non-minority contractors. The contractor may be required to submit this evidence as part of the bid or subsequent to it.”

41. COMPLIANCE WITH LAWS

A. The bidder shall at all times observe and comply with all laws, ordinances and regulations of the Federal, State, Local and City Governments, which may in any manner affect the preparation of bids or the performance of the contract.

42. QUALIFICATION OF BIDDERS

A. All bidders must be qualified in accordance with the instructions, procedures and methods set forth in this specification.

B. In awarding contract, City may take into consideration, skill, facilities, capacity,

experience, ability, responsibility, previous work, financial standing of bidder, amount of work being carried on by bidder, quality and efficiency of construction equipment proposed to be furnished, period of time within which proposed

INSTRUCTIONS TO BIDDERS 12

equipment is furnished and delivered, necessity of prompt and efficient completion of work herein described. Inability of any bidder to meet requirements mentioned above may be cause for rejection of the bid. In addition, if the project covered by this contract is a minority set-aside project, the contractor's qualifications as a minority firm will determine the eligibility of the contractor to bid.

43. COMPETENCY OF BIDDER

A. No bid will be accepted from or contract awarded to any person, firm or corporation that is in arrears or is in default to the City of Evanston upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to said City, or had failed to perform faithfully any previous contract with the City.

B. The bidder, if requested, must present within forty eight (48) hours evidence

satisfactory to the Purchasing Manager of performance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of these specifications and contract documents.

44. PREFERENCE TO CITIZENS

The Contractor shall abide by the Illinois Preference Act, 30 ILCS 570 et seq., which stipulates that whenever there is a period of excessive unemployment in Illinois, defined as any month immediately following two (2) consecutive months during which the level of unemployment in Illinois exceeds five percent (5%) as measured by the U.S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, the Contractor shall employ only Illinois laborers unless otherwise exempted as so stated in the Act. (“Illinois laborer” means any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident) Other laborers may be used IF Illinois laborers are not available or are incapable of performing the particular type of work involved if so certified by the Contractor and approved by the project engineer.

GENERAL CONDITIONS 1

GENERAL CONDITIONS

1. BASIS OF AWARD

The City of Evanston reserves the right to award a contract to a responsive and responsible Bidder(s) who submits the lowest total bid, or to reject any or all bids and bidding, when in its opinion the best interest of the City will be served by such action. The City reserves the right to consider the specified alternates in its evaluation of the bids.

2. BIDS

A. LUMP SUM BID

1. The bidder is to submit a lump sum bid for each bid line on the Bid Form which includes all costs incidental to performing the specified work. It is understood and agreed that the unit quantities given in the supporting pages are approximate only and the bidder shall verify these quantities before bidding as no claim shall be made against the City on account of any excess or deficiency in the same.

2. Unit prices given in the supporting pages shall be used by the City and the Contractor for any subsequent changes in the contract.

3. QUANTITIES

Any quantities shown on the Bid Form are estimated only for bid canvassing purposes, the City has made a good faith effort to estimate the quantity requirements for the Contract term. The City reserves the right to increase or decrease quantities ordered under this contract.

4. CONTRACT TERM

Bidder must fully complete the work within the period specified hereinafter award of the contract by the City.

5. PURCHASE ORDER/CONTRACT

A. Upon approval of the required bonds and insurance documents, the City will issue a Purchase Order to the Contractor for the contract amount. All Applications for Payment must reference the Purchase Order number.

B. When it is necessary to issue a Change Order that increases/decreases the contract

amount, a Change Order form will be issued and a modified Purchase Order will be issued reflecting the revised contract amount.

C. When it is necessary to issue a Change Order that only increases/decreases the

contract period, only a Change Order form will be issued establishing the revised contract period.

D. Upon Award the contractor shall execute the Contractor Services Agreement.

GENERAL CONDITIONS 2

6. PAYMENT

A. Progress payments will be made in accordance with “Applications for Payment” and “Project Closeout” sections of the specifications, less a 10% retainage for each payment, which will be held until final acceptance of the work by the City. Certification of each Application for Payment will be made by the City’s representative.

B. All payments will be made in accordance with Illinois Local Government Prompt

Payment Act.

7. DECISIONS TO WITHHOLD CERTIFICATION FOR PAYMENT

A. The City may not certify payment and may withhold payment in whole or in part, to the extent reasonably necessary to protect the City, if the quality of the work is not in accordance with the contract documents. If the City is unable to certify payment in the amount of the invoice, the City will promptly issue payment for the amount of the Work completed in accordance with the contract documents. The City may not certify payment due to any contractor negligence or contract non-compliance.

a. Defective work not remedied b. Third party claims filed or reasonable evidence indicating probable filing of

such claims c. Failure of Contractor to make payments properly to Subcontractors for labor,

materials or equipment d. Reasonable evidence that the work cannot be completed for the unpaid

balance of the Contract Sum e. Damage to the City or another contractor f. Reasonable evidence that the work will not be completed within the Contract

period and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay

g. Persistent failure to carry out work in accordance with the Contract Documents.

8. CHANGES IN WORK

A. The City reserves the right to make changes in the plans and specifications by altering, adding to, or deducting from the work, without invalidating the contract. All such changes shall be executed under the conditions of the original contract, except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change.

B. No change shall be made unless a written Change Order and/or modified Purchase

Order is issued by the City stating that the City has authorized the change, and no claim for an addition to the contract shall be valid unless so ordered.

C. If such changes diminish the quantity of work to be done they shall not constitute a

claim for damage or anticipated profits on the work, such increase shall be paid in one or more of the following ways:

GENERAL CONDITIONS 3

1. by estimate and acceptance in lump sum 2. by unit prices named in the contract’s bid form or subsequently agreed upon

9. DEDUCTION FOR UNCORRECTED WORK

If the City deems it expedient to correct work damaged or not done in accordance with the contract, the difference in value, together with a fair allowance for damage shall be deducted from the contract amount due. The value of such deduction shall be determined by the City.

10. CITY’S RIGHT TO TERMINATE CONTRACT

The City reserves the right, in addition to other rights to termination, to terminate the contracts in accordance with all provisions of the executed contract.

11. LIENS

A. Neither the final payment nor any part of any retained percentages, shall become due until the contractor, if required, delivers to the City, a complete release of all liens arising out of this contract, or receipts in full in lieu thereof and, if required in either case, an affidavit that so far as it has knowledge or information the releases and receipts include all the labor and material for which a lien could be filed. If any lien remains unsatisfied after all payments are made the contractor shall refund to the City all moneys that the latter may be compelled to pay in discharging such a lien, including all costs and attorney's fees.

12. SEPARATE CONTRACTS

A. The City reserves the right to let other contracts in connection with this work. The contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his or her work with theirs. If any part of the contractor's work depends on proper execution or results upon the work of any other contractor, the contractor shall inspect and promptly report to the City any defects in such work that render it unsuitable for such proper execution and results. His or her failure to so inspect and report shall constitute an acceptance of other contractor's work as fit and proper.

B. To insure the proper execution of his or her subsequent work, the contractor shall

measure work already in place and shall at once report to the City any discrepancy between the executed work and the drawings which will affect his or her work.

13. PROTECTION & SAFEGUARDS

A. Unless otherwise specified, the contractor, as a part of this contract, shall provide, erect and maintain temporary roads, fences, bracing, lights, warning signs, barricades, etc. necessary for the protection of the construction materials, adjacent property and the public.

GENERAL CONDITIONS 4

B. The contractor shall contact all utilities which will be affected by its operations and notify the owners of the utilities of its operations and their limits within forty-eight (48) hours prior to beginning construction. The contractor shall be responsible for damage to utilities and shall, at his or her own expense, restore such property to a condition equal to that which existed before its work, as may be directed by the owners.

C. The contractor shall protect all work and unused materials of this contract from any

and all damage and shall be solely responsible for the condition of such work and materials.

14. MATERIAL STORAGE

A. On-site areas may be designated for material/equipment storage. The contractor will assume all risk and liability associated with the storage of material/equipment at on-site locations.

15. CLEANING UP

A. The contractor shall at all times keep the premises free from accumulation of waste material or rubbish caused by its employees or work and at the completion of the work it shall remove all its rubbish, tools, and surplus materials from the premises, leaving the area in a neat and workmanlike condition. In case of dispute, the City may remove the rubbish and charge the cost to the contractor.

B. Contractor recognizes that proper cleanup and removal of construction debris is an

important safety consideration. The Contractor shall be solely responsible for daily construction site/area cleanup and removal of all construction debris in accordance with City-approved disposal practices. Contractor shall be solely responsible for identifying and removing at its expense all hazardous material and waste which it uses and generates.

16. RESTORATION OF SITE

A. Prior to final payment, contractor shall fully restore all property disturbed or damaged during the course of this work. This includes, but is not limited to public property, (walks, curbs, roadways, trees, etc.) private property, and utilities. This shall also include removal of temporary facilities erected during the course of this contract and restoration of these areas.

B. All restoration work shall be subject to the approval of the City and shall restore the

property to a condition at least equal to that existing prior to the start of this contract.

C. All restoration work of property damaged by contractor shall be accomplished at the sole expense of the contractor.

17. PREVAILING WAGE

A. Prospective Bidders shall thoroughly familiarize themselves with the provisions of the above-mentioned Act and shall prepare any and all bids/bids in strict compliance

GENERAL CONDITIONS 5

therewith.

B. All contractors and subcontractors on public works projects must submit certified payrolls on a monthly basis to the City’s project manager and business work force development coordinator, along with a statement affirming that such records are true and accurate, that the wages paid to each worker are not less than the required prevailing rate and that the contractor is aware that filing records her or she knows to be false is a Class B misdemeanor.

C. The certified payroll record must include for every worker employed on the public

works project the name, address, telephone number, social security number, job classification, hourly wages paid in each pay period, number of hours worked each day, and starting and ending time of work each day. These certified payroll records are considered public records and public bodies must make these records available to the public under the Freedom of Information Act, with the exception of the employee’s address, telephone number and social security number. Any contractor who fails to submit a certified payroll or knowingly files a false certified payroll is guilty of a Class B misdemeanor.

D. All certified payrolls shall be submitted in electronic format, preferably a PDF file.

E. As a condition of receiving payment, Contractor must (i) be in compliance with the

Agreement, (ii) pay its employees prevailing wages when required by law (Examples of prevailing wage categories include public works, printing, janitorial, window washing, building and grounds services, site technician services, natural resource services, security guard and food services). Contractor is responsible for contacting the Illinois Dept. of Labor 217-782-6206; http://www.illinois.gov/idol/Laws-Rules/CONMED/Pages/Rates.aspx to ensure compliance with prevailing wage requirements), (iii) pay its suppliers and subcontractors according to the terms of their respective contracts, and (iv) provide lien waivers to the City upon request.

18. CONTRACTOR REQUIREMENTS

A. The Contractor shall abide by and comply with all local, State and federal laws and regulations relating to contracts involving public funds and the development/construction of public works, buildings, or facilities. The scale of wages to be paid shall be obtained from Illinois Department of Labor and posted by the Contractor in a prominent and accessible place at the project work site.

B. The Contractor certifies it has not been barred from being awarded a contract with a

unit of State or local government as a result of bid rigging or bid rotating or any similar offense (720 ILCS 5/33 E-3, E-4).

C. The Contractor certifies, pursuant to the Illinois Human Rights Act (775 ILCS 5/2-

105), that it has a written sexual harassment policy that includes, at a minimum, the following information: (1) the illegality of sexual harassment, (2) the definition of sexual harassment under State law, (3) a description of sexual harassment utilizing

GENERAL CONDITIONS 6

examples, (4) the Contractor’s internal complaint process including penalties, (5) legal recourse, investigation and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission and directions on how to contact both; and (6) protection against retaliation as provided by Section 6-101 of the Illinois Human Rights Act.

D. The Contractor shall abide by the “Illinois Preference Act” which stipulates that

whenever there is a period of excessive unemployment in Illinois, defined as any month immediately following two (2) consecutive months during which the level of unemployment in Illinois exceeds five percent (5%) as measured by the U.S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, the Contractor shall employ only Illinois laborers unless otherwise exempted as so stated in the Act. (“Illinois laborer” means any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident) Other laborers may be used IF Illinois laborers are not available or are incapable of performing the particular type of work involved if so certified by the Contractor and approved by the project engineer.

19. SUBCONTRACTORS

A. The term “Subcontract” means any agreement, arrangement or understanding, written or otherwise between a Contractor and any person (in which the parties do not stand in the relationship of an employer or an employee) for the furnishing of supplies or services or for the use of real or personal property, including lease arrangements, which, in whole or in part, is utilized in the performance of any one or more Contracts under which any portion of the Contractor’s obligation under any one or more Contracts is performed, undertaken or assumed.

B. The Bidder is specifically advised that any person, firm or party, to whom it is

proposed to award a Subcontract under this contract must be acceptable to the City. Approval for the proposed Subcontract Award cannot be given by the City until the proposed Subcontractor has submitted evidence showing that it has fully complied with any reporting requirements to which it is, or was, subject.

C. The contractor, shall, within ten (10) days after award of the Contract, submit to the

City in writing, names and addresses and respective amounts of money for proposed contracts with Subcontractors/major suppliers. The City will review and may direct the Contractor that they shall not employ any that are not acceptable as provided above.

D. The subcontractor shall abide by and comply with all local, State and federal laws

and regulations relating to contracts involving public funds and the development/construction of public works, buildings, or facilities.

20. PAYMENTS TO SUBCONTRACTORS

A. Within seven days after the receipt of amounts paid by the City for work performed by a subcontractor under this contract, the Contractor shall either:

GENERAL CONDITIONS 7

1. Pay the Subcontractor for the proportionate share of the total payment

received from the City attributable to the work performed by the Subcontractor under this contract; or,

2. Notify the City and Subcontractor, in writing, of his intention to withhold all or

a part of the Subcontractor's payment and the reason for non-payment.

B. The Contractor shall pay interest to the Subcontractor on all amounts owed that remain unpaid beyond the seven day period except for amounts withheld as allowed in item 2 above.

C. Unless otherwise provided under the terms of this contract, interest shall accrue at

the rate of one percent per month.

D. The Contractor shall include in each of its subcontracts a provision requiring each Subcontractor to include or otherwise be subject to the same payment and interest requirements as set forth above with respect to each lower-tier subcontractor.

E. The Contractor's obligation to pay an interest charge to a Subcontractor pursuant

to this provision may not be construed to be an obligation of the City.

21. BOND – PERFORMANCE, MATERIAL, & LABOR

A. When required by the specifications herein, the successful Bidder or Bidders shall, within ten (10) calendar days after acceptance of the Bidder's bid by the City, furnish a performance bond for 110% of the full amount of the contract from insurance companies having not less than A+ Policyholders Rating from the most recent Alfred M. Best and Co., Inc. listing available. Certification of the insurance company's rating shall be provided prior to contract implementation and quarterly thereafter until contract completion. Should such rating fall below the required A+ level during performance of the contract, it will be the contractor's responsibility to notify the City and provide a new bond from an insurance company whose rating meets the City's requirements.

B. When required by the specifications herein, all Bidders shall submit with the bid a

bid bond. A letter of credit may be furnished in lieu of a bid bond only if the following conditions are met: 1) An irrevocable letter of credit must be obtained from an accredited bank which shall include an agreement that the bank will honor a demand by the City for payment due to Plaintiff failure to complete the project. 2) An irrevocable letter of credit must be in writing and signed by an authorized representative of the bank. 3) The irrevocable letter of credit must expressly state that it is irrevocable until the bid has been awarded. 4) The letter of credit must be for the percentage specified in the bid documents.

C. The City may reject the use of an irrevocable letter of credit if the financial

soundness of the issuing bank is found to be unacceptable.

GENERAL CONDITIONS 8

D. In the event that the Bidder fails to furnish a performance bond in said period of

ten (10) calendar days after acceptance of the Bidder's bid by the City, the City may withdraw its acceptance of the bid and retain the Bidder's deposit as liquidated damages and not as a penalty.

E. If the contractor has more than one project for which there is a contract with the City of Evanston the contractor shall provide a separate Performance Bond for each project.

22. INDEMNITY

A. The Contractor shall defend, indemnify and hold harmless the City and its officers, elected and appointed officials, agents, and employees from any and all liability, losses, or damages as a result of claims, demands, suits, actions, or proceedings of any kind or nature, including but not limited to costs, and fees, including attorney’s fees, judgments or settlements, resulting from or arising out of any negligent or willful act or omission on the part of the Contractor or Contractor’s subcontractors, employees, agents or subcontractors during the performance of this Agreement. Such indemnification shall not be limited by reason of the enumeration of any insurance coverage herein provided. This provision shall survive completion, expiration, or termination of this Agreement.

B. Nothing contained herein shall be construed as prohibiting the City, or its officers,

agents, or employees, from defending through the selection and use of their own agents, attorneys, and experts, any claims, actions or suits brought against them. The Contractor shall be liable for the reasonable costs, fees, and expenses incurred in the defense of any such claims, actions, or suits. Nothing herein shall be construed as a limitation or waiver of defenses available to the City and employees and agents, including but not limited to the Illinois Local Governmental and Governmental Employees Tort Immunity Act, 745 ILCS 10/1-101 et seq.

C. At the City Corporation Counsel’s option, Contractor must defend all suits brought

upon all such Losses and must pay all costs and expenses incidental to them, but the City has the right, at its option, to participate, at its own cost, in the defense of any suit, without relieving Contractor of any of its obligations under this Agreement. Any settlement of any claim or suit related to this Project by Contractor must be made only with the prior written consent of the City Corporation Counsel, if the settlement requires any action on the part of the City.

D. To the extent permissible by law, Contractor waives any limits to the amount of

its obligations to indemnify, defend, or contribute to any sums due under any Losses, including any claim by any employee of Contractor that may be subject to the Illinois Workers Compensation Act, 820 ILCS 305/1 et seq. or any other related law or judicial decision, including but not limited to, Kotecki v. Cyclops Welding Corporation, 146 Ill. 2d 155 (1991). The City, however, does not waive any limitations it may have on its liability under the Illinois Worker

GENERAL CONDITIONS 9

Compensation Act, the Illinois Pension Code or any other statute.

E. The Contractor shall be responsible for any losses and costs to repair or remedy work performed under this Agreement resulting from or arising out of any act or omission, neglect, or misconduct in the performance of its Work or its subcontractors’ work. Acceptance of the work by the City will not relieve the Contractor of the responsibility for subsequent correction of any such error, omissions and/or negligent acts or of its liability for loss or damage resulting therefrom.

23. CONTRACTOR’S LIABILITY INSURANCE

A. THE CONTRACTOR SHALL NOT COMMENCE WORK UNDER THIS CONTRACT UNTIL THEY HAVE OBTAINED ALL INSURANCE REQUIRED HEREIN AND SUCH INSURANCE HAS BEEN APPROVED BY THE CITY. Nor shall the contractor allow any subcontractor to commence work until all similar insurance required of the subcontractor has been so obtained.

B. The City of Evanston shall be named as an additional insured on the policy of the

contractor for whatever the policy limits are for the contractor, but in no event shall the Comprehensive General Liability limits be less than $3,000,000.00.

C. If the contractor has more than one project for which he has a contract with the City

of Evanston there shall be separate Certificates of Insurance naming the City as an additional insured on each separate policy.

D. In the event of accidents, injuries, or unusual events, whether or not any injury

occurred, the contractor shall promptly furnish the City with copies of all reports of such incidents.

E. The contractor shall furnish one (1) copy of a certificate, with the City named as an

additional insured, showing the following minimum coverage with insurance company acceptable to the City.

24. PRE-CONSTRUCTION MEETING

A. A pre-construction meeting will be scheduled for the successful Contractor at a date immediately following awarding of the Contracts.

25. LIQUIDATED DAMAGES

A. The Contractor must commence work within 10 days of notice from the City and the work must be completed by 6/30/2018. In the event the work is not substantially completed by 6/30/2018, then in addition to any remedies available to the City, the Contractor will pay to the City the sum of $500.00 per day for each calendar day beyond those dates, until substantial completion of the work has been achieved. This payment is for liquidated damages, in addition to any other damages that may be incurred by the City, and not as a penalty. All such liquidated damages may be set-off against any moneys that may be due the contractor.

GENERAL CONDITIONS 10

B. Substantial Completion shall be defined as the stage in the progress of the work

when the work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so that the City can occupy or utilize the work for its intended use. Substantial Completion will be certified by the issuance of a Certificate of Substantial Completion, to be issued by the City’s representative, when the Contractor has satisfied the above statement and billed the City for a minimum of 90% of the total value of the work.

26. EXTENSION OF TIME

A. Delays due to causes beyond the control of the contractor other than such as reasonable would be expected to occur in connection with or during the performance of the work, may entitle the contractor to an extension of time for completing the work sufficient to compensate for such delay. No extension of time shall be granted, however, unless the contractor shall notify the City in writing thereof, within ten (10) days from the initiation of the delay and unless he shall, within ten (10) days after the expiration of the delay, notify the City in writing of the extension of time claimed on account thereof and then only to the extent, if any, allowed by the City.

27. DEFAULT

A. The City may, subject to the provisions of this section, by written notice of default to Contractor, terminate the whole or any part of this contract in any one of the following circumstances:

1. if the Contractor fails to perform the services within the time specified herein,

or any extension thereof; or 2. if the contractor fails to perform any of the other provisions of this contract, or

so fails to make progress as to endanger performance of this contract in accordance with its terms, and in either of these two circumstances does not cure failure within a period of 10 days (or such other extended period as the City may authorize in writing) after receipt of notice from the City specifying such failure

B. In the event the City terminates this contract in whole or in part as provided in this

section, the City may procure, upon such terms and in such manner as the City may deem appropriate, services similar to those so terminated, and the Contractor will be liable to the City for any excess costs for such similar services.

C. The Contractor will not be liable for any excess of costs if acceptable evidence

has been submitted to the City that the failure to perform the contract was due to causes beyond the control and without fault or negligence of the Contractor.

D. Contractors who default may not be considered for awards of future City contracts.

GENERAL CONDITIONS 11

28. USE OF PREMISES

A. The contractor shall confine his apparatus, the storage of materials and the operations of his workers, to limits indicated by law, ordinances, permits or directions of the City.

29. DISCLOSURES AND POTENTIAL CONFLICTS OF INTEREST (30 ILCS

500/50-35)

A. The City of Evanston’s Code of Ethics prohibits public officials or employees from performing or participating in an official act or action with regard to a transaction in which he has or knows he will thereafter acquire an interest for profit, without full public disclosure of such interest. This disclosure requirement extends to the spouse, children and grandchildren, and their spouses, parents and the parents of a spouse, and brothers and sisters and their spouses.

To ensure full and fair consideration of all bids, the City of Evanston requires all

Bidders including owners or employees to investigate whether a potential or actual conflict of interest exists between the Bidder and the City of Evanston, its officials, and/or employees. If the Bidder discovers a potential or actual conflict of interest, the Bidder must disclose the conflict of interest in its bid, identifying the name of the City of Evanston official or employee with whom the conflict may exist, the nature of the conflict of interest, and any other relevant information. The existence of a potential or actual conflict of interest does NOT, on its own, disqualify the disclosing Bidder from consideration. Information provided by Bidders in this regard will allow the City of Evanston to take appropriate measures to ensure the fairness of the bidding process.

The City of Evanston requires all bidders to submit a certification, enclosed with

this bid packet, that the bidder has conducted the appropriate investigation and disclosed all potential or actual conflicts of interest.

By submitting a bid, all Bidders acknowledge and accept that if the City of

Evanston discovers an undisclosed potential or actual conflict of interest, the City of Evanston may disqualify the Bidder and/or refer the matter to the appropriate authorities for investigation and prosecution.

INSURANCE REQUIREMENTS 1

INSURANCE REQUIREMENTS

TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Bodily Injury and Consequent Death Property Damage Each Occurrence Aggregate___ Commercial General Liability including: $3,000,000 $3,000,000 1. Comprehensive form 2. Premises - Operations 3. Explosion & Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard

6. Contractual Insurance – With Insurance Certificate Must State:

an endorsement on the The City Of Evanston is Named

face of the certificate as Additional Insured that it includes the "Indemnity" paragraph of the specifications. 7. Broad Form Property Damage - construction projects only 8. Independent contractors 9. Personal Injury Automobile Liability Owned, Non-owned or Rented $ 1,000,000 $1,000,000 Workmen's Compensation and Occupational Diseases As required by applicable laws. Employer's Liability $ 500,000 Thirty day notice of cancellation required on all certificates.

EXHIBIT A 1

EXHIBIT A – BID FORM

For

Chandler-Newberger Center HVAC and Electrical Improvements Phase I

(BID #17-56)

1.01 BID TO:

THE CITY OF EVANSTON 2100 Ridge Avenue Evanston, Illinois 60201 hereinafter called “OWNER”.

1.02 BID FROM:

____________________________________ (Hereinafter call "BIDDER") ______________________________________ Address ______________________________________ Telephone Number ______________________________________ Fax Number

1.03 BID FOR: CHANDLER-NEWBERGER CENTER HVAC AND ELECTRICAL

IMPROVEMENTS PHASE I

1.04 ACKNOWLEDGEMENT:

A. The Bidder, in compliance with the Invitation for Bids, having carefully examined the Drawings and Project Manual with related documents and having visited the site of the proposed Work, and being familiar with all of the existing conditions and limitations surrounding the construction of the proposed project, including the structure of the ground, subsurface conditions, the obstacles which may be encountered, local restrictions, and all other relevant matters concerning the Work to be performed, hereby PROPOSES to perform everything required to be performed, and to provide all labor, materials, necessary tools and equipment, expendable equipment, all applicable permits and taxes and fees, and provide all utility and transportation services necessary to perform and complete in a workmanlike

EXHIBIT A 2

manner the Project in accordance with all the plans, specifications and related Contract Documents as prepared by the City of Evanston.

B. The undersigned hereby acknowledges receipt of Invitation of Bids, Instruction to Bidder, the Project Manual, Drawings, and other Contract Documents and acknowledges receipt of the following Addenda:

Addendum No. Dated Addendum No. Dated

Addendum No. Dated

1.05 GENERAL STATEMENTS

A. The undersigned has checked all of the figures contained in this proposal and further understands that the Owner will not be responsible for any errors or omissions made therein by the undersigned.

B. It is understood that the right is reserved by the Owner to reject any or all proposals, to waive all informality in connection therewith and to award a Contract for any part of the work or the Project as a whole.

C. The undersigned declares that the person(s) signing this proposal is/are fully authorized to sign on behalf of the named firm and to fully bind the named firm to all the conditions and provisions thereof.

D. It is agreed that no person(s) or company other than the firm listed below or as otherwise indicated hereinafter has any interest whatsoever in this proposal or the Contract that may be entered into as a result thereof, and that in all respects the proposal is legal and fair, submitted in good faith, without collusion or fraud.

E. It is agreed that the undersigned has complied and/or will comply with all requirements concerning licensing and with all other local, state and national laws, and that no legal requirement has been or will be violated in making or accepting this proposal, in awarding the Contract to him, and/or in the prosecution of the Work required hereunder.

F. To be considered a bona fide offer, this proposal must be completed in full and accompanied by a bid deposit or a bid bond when required by Contract Documents or Addenda.

1.06 ALTERNATES

A. When alternate proposals are required by Contract Documents or Addenda thereto, the undersigned proposes to perform alternates for herein stated additions to or deductions from herein before stated Base Bid. Additions and deductions include all modifications of Work or additional Work that the undersigned may be required to perform by reason of the acceptance of alternates.

EXHIBIT A 3

1.07 ALLOWANCE

A. The allowance is intended to address items not able to be precisely determined prior to bidding including unforeseen conditions that are discovered during the course of construction. At the end of the project, unspent allowance shall be credited to owner via change order. See Section 1210 – Allowances for additional information.

1.08 AGREEMENT

A. In submitting this Bid, the undersigned agrees:

1. To hold this Bid open for sixty (60) days from submittal date.

2. To enter into and execute a Contract with the Owner within ten (10) days after receiving Notice of Award from the Owner.

3. To accomplish the work in accordance with the Contract Documents.

4. To complete the work by the time stipulated in the General Conditions

B. The Owner reserves the right to reject any and all Bids and to waive any informalities in Bidding.

1.09 SCHEDULE

A. See General Conditions for required schedule of completion dates. 1.10 PROPOSED PRICES

A. The Bidder hereby proposes to furnish all labor, materials, equipment, transportation, construction plant and facilities necessary to complete, in a workmanlike manner and in accordance with the contract documents, the contract of work bid upon herein for compensation in accordance with the following prices:

BASE BID AMOUNT: $____________________

ALLOWANCE (ADDITIONAL WORK – GENERAL): $ + $50,000

TOTAL BASE BID AMOUNT: $____________________

1.11 UNIT PRICING LIST

The undersigned submits the following UNIT PRICING LIST to be performed as shown on the Plans and/or described in the Specifications, and agrees that items of work not specifically mentioned in the Schedule which are necessary and required to complete the work intended shall be done incidental to and as part of the work for which a unit price is given, and understands that no additional payment will be made for such incidental work from the estimated quantities shown below. Unit prices for individual line items shall be used for the project’s schedule of values, pay applications and will also be used to determine the amount to ADD TO or DEDUCT

EXHIBIT A 4

FROM the contract LUMP SUM PRICE for properly authorized additional or deducted work. Bidders shall examine plans and determine actual work items and quantities for the work involved for bid analysis by the Owner.

Item Description Unit Base

Bid

Quantity

Add

Cost *

Deduct

Cost **

1 Not Applicable

$ $

* Add costs to be provided by Bidder ** Deduct costs to be provided by Bidder

1.12 BID SECURITY

Accompanying this proposal is a bank draft, bid bond, Cashier's check or Certified check as surety in the amount of not less than five percent (5%) of the Total Bid payable to the City of Evanston. The amount of the check or draft is: $______________________ If this bid is accepted and the undersigned shall fail to execute a contract and contract bond as required it is hereby agreed that the amount of the check or draft or bidder’s bond substituted in lieu thereof, shall become the property of the City and shall be considered as payment of damages due to delay and other causes suffered by the City because of the failure to execute said contract and contract bond; otherwise said check or draft shall be returned to the undersigned. ATTACH BANK DRAFT, BANK CASHIER’S CHECK OR CERTIFIED CHECK HERE. In the event that one check or draft is intended to cover two or more bids, the amount must be equal to the sum of the proposal guarantees of the individual sections covered. If the check or draft is placed on another proposal, state below where it may be found, as follows: The check or draft will be found in the proposal for: ____________________ .

1.13 PERFORMANCE/PAYMENT BOND

The undersigned bidder agrees to provide Performance Bond and Payment Bond executed in accordance with Contract Performance Bond form furnished by and acceptable to the Owner written with in the amount of 110% of the Contract Sum (Total Base Bid and all accepted alternatives and adjustments) the cost of which is included in the Bid.

Cost of bond for change order is ___________ percent of change order cost.

EXHIBIT A 5

1.14 LIQUIDATED DAMAGES

The undersigned Bidder understands and agrees to the provisions stated under "LIQUIDATED DAMAGES" in the General Conditions and shall be assessed at the specified daily rate for each calendar day or partial calendar day until completion as defined herein.

1.15 MATERIAL SUBSTITUTION SHEET

The following is a schedule of substitute materials I propose to furnish on this job, with the difference in price being added to or deducted from the Base Bid. The Base Bid is understood to include only those items which are definitely specified by trade names or otherwise. I understand that if no price difference is indicated, then the selection of materials is optional with the Owner, and approval or rejection of the substitution below will be indicated prior to signing of Contracts. PRODUCT NAME AND/OR MANUFACTURER ADD DEDUCT ____________________________________ _____ ______ _____________________________________ _____ ______ _____________________________________ _____ ______

EXHIBIT A 6

1.16 PROPOSAL SIGNATURE (REQUIRED)

A. SOLE PROPRIETOR

Signature of Bidder: ___________________________________________

SUBSCRIBED AND SWORN to before me this _____ day of______, 20__ ___________________________________ Notary Public

Commission Expires: __________________

B. PARTNERSHIP Signature of All Partners: ___________________________ __________________________

Name (typed or printed) ___________________________ __________________________ Name (typed or printed)

SUBSCRIBED AND SWORN to before me this ____ day of _____, 20___ ___________________________________ Notary Public

Commission Expires: __________________

C. CORPORATION Signature of Authorized Official: _________________________________ Title: _______________________________________________________ Name above (typed or printed): __________________________________ (If other than the president, attach a certified copy of that section of corporate by-laws or other authorization by the Corporation which permits the person to execute the offer for the Corporation.) (Corporate Seal) Attest: _____________________________

Secretary

SUBSCRIBED AND SWORN to before me this ____ day of _____, 20___ ___________________________________ Notary Public

Commission Expires: __________________

EXHIBIT A 7

1.17 DISCLOSURE

A. The undersigned duly sworn deposes and says on oath that the bidder has withheld no disclosures of ownership interest and the information provided herein to the best of its knowledge is current and said undersigned has not entered into any agreement with any other bidder or prospective bidder or with any other person, firm or corporation relating to the price named in said proposal or any other proposal, nor any agreement or arrangement under which any person, firm or corporation is to refrain from bidding, nor any agreement or arrangement for any act or omission in restraint of free competition among bidders and has not disclosed to any person, firm or corporation the terms of this bid or the price named herein. Bidder: ______________________________________________ Business Address: ____________________________________

____________________________________ Telephone Number: ____________________________________

1.18 CONTACTS

A. In the event the Evanston City Council approves this bid response, list the name, address, telephone, and fax number of the person to be contacted:

Bidder: _____________________________________________ Address: ____________________________________________

____________________________________________ Telephone Number: ___________________________________ Fax Number: ________________________________________

EXHIBIT A 8

1.19 REFERENCES

A. Provide three (3) references for which your firm has completed work of a similar scope in the past.

1. Name: _______________________________________

Address: _____________________________________ Contact Person: ________________________________ Phone: _______________________________________ Contract Value: ________________________________ Contract Dates: ________________________________

2. Name: _______________________________________

Address: _____________________________________ Contact Person: ________________________________ Phone: __________________________________ ___ Contract Value: Contract Dates: ________________________________

3. Name: _______________________________________

Address: _____________________________________ Contact Person: ________________________________ Phone: _______________________________________ Contract Value: ________________________________ Contract Dates: ________________________________

EXHIBIT B 1

EXHIBIT B

City of Evanston M/W/EBE Policy A City of Evanston goal is to provide contracting and subcontracting opportunities to Minority Business Enterprises, Women Business Enterprises, and Evanston Business Enterprises. The goal of the Minority, Women and Evanston Business Enterprise Program (M/W/EBE) is to assist such businesses with opportunities to grow. To assist such growth, the City’s goal is to have general contractors utilize M/W/EBEs to perform no less than 25% of the awarded contract. Firms bidding on projects with the City must work to meet the 25% goal or request a waiver from participation. It is advised that bidders place advertisements requesting subcontractors and that they email or contact individual firms that would be appropriate to partner in response to the project. For samples of possible advertisements, see the City of Evanston’s Business Diversity Section http://www.cityofevanston.org/business/business-diversity/ (Sample Advertisement). If you request a paper copy of the additional documents, it will be available free of charge from the Purchasing Office, 2100 Ridge Road Suite 4200, Evanston, IL 60201. If a bidder is unable to meet the required M/W/EBE goal, the Bidder must seek a waiver or modification of the goal on the attached forms. Bidder must include:

1. A narrative describing the Bidder’s efforts to secure M/W/EBE participation prior to

the bid opening.

2. Documentation of each of the assist agencies that were contacted, the date and

individual who was contacted, and the result of the conversation (see form)

3. A letter attesting to instances where the bidder has not received inquiries/proposals

from qualified M/W/EBEs

4. Names of owners, addresses, telephone numbers, date and time and method of

contact of qualified M/W/EBE who submitted a proposal but were not found acceptable.

5. Names of owners, addresses, telephone numbers, date and time of contact of at

least 15 qualified M/W/EBEs the bidder solicited for proposals for work directly related to

the Bid prior to the bid opening (copies must be attached).

If a bidder is selected with a Subcontractor listed to meet the M/W/EBE goal, a “monthly utilization report” will be due to the City prior to each payment being issued to the Contractor. This report will include documentation of the name of the firm hired, the type of work that firm performed, etc. Should the M/W/EBE not be paid according to the schedule proposed in this document, the City reserves the right to cancel the contract. Examples of this monthly form can be found on the City’s website: http://www.cityofevanston.org/business/business-diversity/ (MWEBE Monthly Utilization Report).

1

EXHIBIT C

M/W/EBE PARTICIPATION COMPLIANCE FORM I do hereby certify that _________________________________________________ (Name of firm) intends to participate as a Subcontractor or General Contractor on the project referenced above. This firm is a (check only one):

______ Minority Business Enterprise (MBE), a firm that is at least 51% managed and controlled by a minority, certified by a certifying agency within Illinois.

______ Women’s Business Enterprise (WBE), a firm that is at least 51% managed and controlled by a woman, certified by a certifying agency within Illinois.

______ Evanston Based Enterprise (EBE), a firm located in Evanston for a minimum of one year and which performs a “commercially useful function”.

Total proposed price of response $_____________________

Amount to be performed by a M/W/EBE $_____________________

Percentage of work to be performed by a M/W/EBE _____________________%

Information on the M/W/EBE Utilized:

Name __________________________________________________________

Address ____________________________________________________

Phone Number

Signature of firm attesting to participation ____________________________

Title and Date ____________________________________________________

Please attach

1. Proper certification documentation if applying as a M/WBE and check the

appropriate box below. This M/WBE will be applying with documentation from:

Cook County State Certification

Federal Certification Women’s Business Enterprise National Council

City of Chicago Chicago Minority Supplier Development Council

2. Attach business license if applying as an EBE

EXHIBIT D 1

EXHIBIT D

M/W/EBE PARTICIPATION WAIVER REQUEST I am of , and I have authority to (Title) (Name of Firm)

execute this certification on behalf of the firm. I do (Name) hereby certify that this firm seeks to waive all or part of this M/W/EBE partcipation goal for the following reason(s):

(CHECK ALL THAT APPLY. SPECIFIC SUPPORTING DOCUMENTATION MUST BE

ATTACHED.) ______ 1. No M/W/EBEs responded to our invitation to bid.

______ 2. An insufficient number of firms responded to our invitation to bid.

For #1 & 2, please provide a narrative describing the outreach efforts

from your firm and proof of contacting at least 15 qualified M/W/EBEs

prior to the bid opening. Also, please attach the accompanying form

with notes regarding contacting the Assist Agencies.

______ 3. No subcontracting opportunities exist.

Please provide a written explanation of why subcontracting is not

feasible.

______ 4. M/W/EBE participation is impracticable.

Please provide a written explanation of why M/W/EBE participation is

impracticable.

Therefore, we request to waive _____of the 25% utilization goal for a revised goal of

_____%.

Signature: Date:

(Signature)

EXHIBIT E 1

EXHIBIT E

Construction Contractors' Assistance Organizations (“Assist Agencies”) Form

AGENCY DATE CONTACTED

CONTACT PERSON

RESULT OF CONVERSATION

Association of Asian Construction Enterprises (AACE) 5500 Touhy Ave., Unit K Skokie, IL. 60077 Phone: 847/5259693 Perry Nakachii, President

Black Contractors United (BCU) 400 W. 76th Street Chicago, IL 60620 Phone: 773/483-4000 Fax: 773/483-4150 Email: [email protected]

Chicago Minority Business Development Council 105 West Adams Street Chicago, Illinois 60603 Phone: 312-755-8880 Fax: 312-755-8890 Email: [email protected] Shelia Hill, President

Federation of Women Contractors 5650 S. Archer Avenue Chicago, Illinois 60638 Phone: 312/360-1122 Fax: 312/360-0239 Email: [email protected] Contact Person: Beth Doria Maureen Jung, President

Hispanic American Construction Industry (HACIA) 901 W. Jackson, Suite 205 Chicago, IL 60607 Phone: 312/666-5910 Fax: 312/666-5692 Email: [email protected]

Women’s Business Development Ctr 8 S. Michigan Ave, Suite 400 Chicago, Illinois 60603 Phone: 312-853-3477 Fax: 312-853-0145 Email: [email protected] Carol Dougal, Director

EXHIBIT F 1

EXHIBIT F

CITY OF EVANSTON

LOCAL EMPLOYMENT PROGRAM (LEP) COMPLIANCE

Effective Date January 1, 2015

City of Evanston Ordinance 60-O-14, Local Employment Program (LEP) New Penalties:

Ordinance 60-O-14, Amendment to the MWEBE/LEP revising the penalty section from a $100/per day to a 1.0% of total project value penalty can be found at: Ordinance 60-O-14 Amendment MWEBE LEP of the Evanston City Code Section 1-17-1 (C) can be found at Municode Library. The following are excerpts from Ordinance 60-O-14, Amending City Code Section 1-17-1(C)(11): Penalty.

If the contactor or subcontractor fails to comply: The City may impose a fine up to one percent (1.0%) of the approved project price in total. Contractors or subcontractors that are out of compliance due to a resident termination or resignation shall immediately notify the Business Workforce Compliance Coordinator of this occurrence within two (2) business days. Subsequently, the contractor or subcontractor shall have five (5) additional business days to replace a terminated or resigned worker with another resident.

If the contactor or subcontractor fails to comply: If the contractor or subcontractor fails to make the replacement or to notify the Business Workforce Compliance Coordinator of this occurrence, the offending party will also be subject to a penalty up to one percent (1.0%) of the approved project price. If the noncompliant contractor makes a good faith effort to replace the resident, the fine may be waived.

If the contactor or subcontractor fails to comply: At the sole discretion of the City, a contractor or subcontractor that has violated the terms of the Local Employment Program within a three-year period may be determined a non-responsible bidder and excluded from bidding on future projects for a period of not less than one year.

If the employee (LEP Evanston resident) fails to comply: At the sole discretion of the City, an employee that has been hired through the LEP may be removed from the program for a period of not less than one year for failing to adhere to program guidelines or due to termination by the contractor for cause. Such termination process will be reviewed by the Business Workforce Compliance Coordinator.

**Detailed Local Employment Program Instructions “How to Comply” can be found at: Local

Employment Program Detailed Instructions

Local Employment Program or Exhibit F Questions: City staff is available for assistance to help with compliance. Submit questions in writing to Sharon A. Johnson, Business Workforce Compliance Coordinator at [email protected].

EXHIBIT F 2

EXHIBIT F

LOCAL EMPLOYMENT PROGRAM COMPLIANCE CITY CODE SECTION 1-17-1(C): LOCAL EMPLOYMENT PROGRAM

I have read and understood the requirements of the City of Evanston Local Employment Program (“LEP”) as set forth in City of Evanston Code Section 1-17-1(C): Local Employment Program. I intend to comply with the program as follows:

Estimated total labor cost = __________ 15% of total labor cost = _________

________ My total bid, including all alternates, is under $250,000, and the LEP does not apply. ________ My total bid, including all alternates, is equal to or greater than $250,000, and I already employ, and will continue

to employ for the duration of the contract for which I am submitting this bid, Evanston residents (residing in zip codes 60201 or 60202) for at least 15% of all hours worked at the construction site by construction trade workers.

________ My total bid, including all alternates, is equal to or greater than $250,000, and I will employ, for the duration of the contract for which I am submitting this bid, through use of the City of Evanston database or otherwise, Evanston residents (residing in zip codes 60201 or 60202) for at least 15% of all hours worked at the construction site by construction trade workers.

________ My total bid, including all alternates, is equal to or greater than $250,000, and I have been unable to comply with the LEP requirements but am willing to work with the City to achieve compliance.

________ My total bid, including all alternates, is equal to or greater than $250,000, and after having made sincere attempt to comply as noted below, I seek a waiver on a portion or all of the LEP requirements on this contract. Complete next section “Reasons for Waiver Request” below.

I UNDERSTAND THAT FAILURE TO COMPLY WITH THE LEP, REGARDLESS OF INTENT, MAY RESULT IN MAXIMUM PENALTY AS SET FORTH IN CITY CODE SECTION 1-17-1(C)(11), AS AMENDED.

WAIVER WILL BE GRANTED ONLY AFTER SINCERE ATTEMPT TO COMPLY* REASONS FOR WAIVER REQUEST: PLEASE CHECK ALL THAT APPLY AND COMPLETE INFORMATION REQUESTED: 1. I have made sincere attempt as otherwise indicated below, but have nonetheless been unable to comply. a. I do or will employ Evanston residents for the project, but such employment amounts to ____% of total labor cost. 2. The nature of the job is so technical that after having made sincere attempt as otherwise indicated below, I have been

unable to locate any Evanston residents qualified to perform any aspects of the work. Please describe applicable job requirements/qualifications. Attach separate sheet if necessary: _________________________________________________________________________________________ _________________________________________________________________________________________

*THE FOLLOWING DEMONSTRATE SINCERE ATTEMPT TO COMPLY: PLEASE CHECK EACH BOX COMPLETED, AS APPLICABLE: 3. I have utilized the local resident database and otherwise worked with the City in attempt to hire Evanston residents in

compliance with LEP on this project, and have nonetheless been unable to comply; 4. I have placed one or more ads in a local newspaper seeking to hire Evanston residents in compliance with LEP on this

project, and have nonetheless been unable to comply; and 5. If I am utilizing union labor, I have contacted Chicagoland labor unions to request Evanston residents for employment in

compliance with LEP on this project, and have nonetheless been unable to comply. I have read The City of Evanston, Local Employment Program (LEP) requirements as set forth in City Code Section 1-17-1(C): Local Employment Program. I understand and will comply with the LEP requirements for this project with respect to the job and/or any waiver, as applicable. I UNDERSTAND THAT IF MY APPLICATION IS NOT COMPLETE, MY BID MUST BE REJECTED. SIGNED: _____________________________ ___________________________ _______________ Signature Printed Name and Title Date On behalf of Company: _______________________________________

EXHIBIT G 1

EXHIBIT G

CERTIFICATION OF BIDDER REGARDING

EQUAL EMPLOYMENT OPPORTUNITY

(Only if Contract Exceeds $10,000)

This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted.

CERTIFICATION OF BIDDER

Name and Address of Bidder (Include ZIP Code) IRS EMPLOYER I.D. NUMBER 36-_____________________________

1. Bidder has participated in a previous contract or subcontract subject to the Equal

Opportunity Clause. ____Yes ___No 2. Bidder has filed all compliance reports due under applicable instructions. ___Yes ___No 3. Have you ever been or are you being considered for sanction due to violation of

Executive Order 11246, as amended? ___Yes ___No

Name: ____________________________ Title: ____________________________ Signature: _______________________ Date: _____________________________

EXHIBIT H 1

EXHIBIT H

DISCLOSURE OF OWNERSHIP INTERESTS City of Evanston Ordinance 15-0-78 requires all persons (APPLICANT) seeking to do business with the City to provide the following information with their bid. Every question must be answered. If the question is not applicable, answer with "NA". APPLICANT NAME:_______________________________________________________ APPLICANT ADDRESS: _________________________________________________ TELEPHONE NUMBER: _________________________________________________ FAX NUMBER: _________________________________________________

APPLICANT is (Check One) 1. Corporation ( ) 2. Partnership ( ) 3. Sole Owner ( ) 4. Association ( ) 5. Other ( ) ______________________________________________________________ Please answer the following questions on a separate attached sheet if necessary.

SECTION I - CORPORATION 1a. Names and addresses of all Officers and Directors of Corporation. ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ 1b. (Answer only if corporation has 33 or more shareholders.) Names and addresses of

all those shareholders owning shares equal to or in excess of 3% of the proportionate ownership interest and the percentage of shareholder interest. (Note: Corporations which submit S.E.C. form 10K may substitute that statement for the material required herein.)

____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________

EXHIBIT H 2

1c. (Answer only if corporation has fewer than 33 shareholders.) Names and addresses

of all shareholders and percentage of interest of each herein. (Note: Corporations which submit S.E.C. form 10K may substitute that statement for the material requested herein.)

____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________

SECTION 2 - PARTNERSHIP/ASSOCIATION/JOINT VENTURE 2a. The name, address, and percentage of interest of each partner whose interests

therein, whether limited or general, is equal to or in excess of 3%. ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ 2b. Associations: The name and address of all officers, directors, and other members

with 3% or greater interest. ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________

SECTION 3 - TRUSTS 3a. Trust number and institution. ____________________________________________________________________ 3b. Name and address of trustee or estate administrator. ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________

EXHIBIT H 3

3c. Trust or estate beneficiaries: Name, address, and percentage of interest in total

entity. ____________________________________________________________________ ____________________________________________________________________ __________________________________________________________________

SECTION 4 - ALL APPLICANTS - ADDITIONAL DISCLOSURE 4a. Specify which, if any, interests disclosed in Section 1, 2, or 3 are being held by an

agent or nominee, and give the name and address of principal. ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ 4b. If any interest named in Section 1, 2, or 3 is being held by a "holding" corporation or

other "holding" entity not an individual, state the names and addresses of all parties holding more than a 3% interest in that "holding" corporation or entity as required in 1(a), 1(b), 1(c), 2(a), and 2(b).

____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ 4c. If "constructive control" of any interest named in Sections 1, 2, 3, or 4 is held by

another party, give name and address of party with constructive control. ("Constructive control" refers to control established through voting trusts, proxies, or special terms of venture of partnership agreements.)

____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________

EXHIBIT H 4

I have not withheld disclosure of any interest known to me. Information provided is accurate and current. ______________________ __________________________________ Date Signature of Person Preparing Statement ______________________ Title ATTEST: ___________________________ (Notary Seal) Notary Public Commission Expires: ____________________

EXHIBIT I 1

EXHIBIT I

ADDITIONAL INFORMATION SHEET

Bid/Proposal Name: _______________________________________________ Bid/Proposal Number #: ____________________________________________ Company Name: __________________________________________________ Contact Name: ___________________________________________________ Address: ________________________________________________________ City,State, Zip: ____________________________________________________ Telephone/FAX: #_________________________________________________ E-mail: __________________________________________________________

Comments: _____________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________

EXHIBIT J 1

EXHIBIT J

CERTIFICATE OF COMPLIANCE

WITH PREVAILING WAGE RATE ACT

The undersigned, upon being first duly sworn, hereby certifies to the City

of Evanston, Cook, County, Illinois, that all work under this contract shall

comply with the Prevailing Wage Rate Act of the State of Illinois, 820

ILCS 130 et seq, and as amended by Public Acts 86-799 and 86-693 and

current City of Evanston Resolution, with rates to be paid in effect at time

work is performed. Contractors shall submit monthly certified payroll

records to the city.

Name of Contractor: By:____________ _ By: State of , County of _________________ Subscribed and sworn to before me this ___________ day of___________, __________.

Notary Public

EXHIBIT K 1

EXHIBIT K

MAJOR SUBCONTRACTORS LISTING

The following Tabulation of Major Subcontractors shall be attached and made a condition of the Bid. The Bidder expressly understands and agrees to the following provisions:

A. If awarded a Contract as a result of this Bid, the major subcontractors used in the prosecution of the work will be those listed below.

B. The following list includes all subcontractors who will perform work

representing 5% (five percent) or more of the total Base Bid. C. The subcontractors listed below are financially responsible and are qualified

to perform the work required. D. The subcontractors listed below comply with the requirements of the

Contract Documents. E. Any substitutions in the subcontractors listed below shall be requested in

writing by the Contractor and must be approved in writing by the Owner. All pertinent financial, performance, insurance and other applicable information shall be submitted with the request for substitutions(s). Owner shall respond to such requests within 14 calendar days following the submission of all necessary information to the full satisfaction of the Owner.

Address and

Category Name of Subcontractor Telephone

Number

_______

(Attach additional sheets as required)

END OF SECTION

EXHIBIT L 1

EXHIBIT L

CONFLICT OF INTEREST ___________________________________________________, hereby certifies that it has conducted an investigation into whether an actual or potential conflict of interest exists between the Bidder, its owners and employees and any official or employee of the City of Evanston. Bidder further certifies that it has disclosed any such actual or potential conflict of interest and acknowledges if Bidder/proposer has not disclosed any actual or potential conflict of interest, the City of Evanston may disqualify the bid/proposal. _____________________________________________________________________ (Name of Bidder/proposer if the Bidder/proposer is an Individual) (Name of Partner if the Bidder/proposer is a Partnership) (Name of Officer if the Bidder/proposer is a Corporation)

The above statements must be subscribed and sworn to before a notary public. Subscribed and Sworn to this _______ day of ______________, 20

__________________________________ (Notary Seal) Notary Public Commission Expires: ________________

EXHIBIT M

i

EXHIBIT M

SIGNATURE FORM

THE SECTION BELOW MUST BE COMPLETED IN FULL AND SIGNED

The undersigned hereby certifies that they have read and understand the contents of this solicitation and attached service agreements, and agree to furnish at the prices shown any or all of the items above, subject to all instructions, conditions, specifications and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or to accept any request for additional compensation. By signing this document, the proposer hereby certifies that they are not barred from bidding on this contract as a result bid rigging or bid rotating or any similar offense (720 ILCS 5/33 E-3, E-4).

Authorized Signature: ___________________________________________________ Company Name: _______________________________________________________

Typed/Printed Name: ____________________________________________________ Date: ________________________________________________________________

Title: _________________________________________________________________ Telephone Number: _____________________________________________________

E-mail _________________________________________________________________ Fax Number: ____________________________________________________________

EXHIBIT N

Exhibit N

Contractor Services Agreement Acknowledgement Page

The City has attached its standard contractor services agreement as an exhibit to this bid document. Identify all exceptions to the agreement that would prevent your firm from

executing it. The City shall not consider or negotiate regarding exceptions submitted

at any time after the submission of the Bidder’s response. Please check one of the following statements:

____I have read the contractor services agreement and plan on executing the agreement without any exceptions. My firm cannot execute the City’s standard contractor service agreement unless the exceptions noted below or in the attached sample contractor services agreement are made.

***Please be aware that submitting exceptions to the contract may impact the

likelihood of your firm being selected to perform this work. List exceptions in the area below: ______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

Authorized

Signature:

Company

Name:

Typed/Printed

Name and Title:

Date:

EXHIBIT N

Exhibit N

CONTRACTOR SERVICES AGREEMENT

The parties referenced herein desire to enter into an agreement for professional services for

Chandler-Newberger Electrical and HVAC Improvements Phase I

(BID #17-56)

THIS AGREEMENT (hereinafter referred to as the “Agreement”) is entered into between the City of

Evanston, an Illinois municipal corporation with offices located at 2100 Ridge Avenue, Evanston

Illinois 60201 (hereinafter referred to as the “City”), and [Insert Contractor name here], with offices

located at [Insert Contractor address here], (hereinafter referred to as the “Contractor”).

Compensation (the “Compensation”) for all basic services provided by the Contractor pursuant to the

terms of this Agreement shall not exceed $[Insert fee here].

Revision June 2013

EXHIBIT N

TABLE OF CONTENTS

1 Services and Duties of the Contractor................................................................................. 1

2 Standard Certifications ........................................................................................................ 4

3 Additional Services/Change Orders .................................................................................... 7

4 Bonds .................................................................................................................................. 9

5 Liquidated Damages in the Event Contractor Fails to Complete the Work ...................... 10

6 The City’s Responsibilities ............................................................................................... 10

7 Period of Service ............................................................................................................... 10

8 Payment for Services and Reimbursements ...................................................................... 11

9 Notice and Cure/Termination ........................................................................................... 12

10 Insurance ........................................................................................................................... 13

11 Indemnification ................................................................................................................. 14

12 Drawings and Documents ................................................................................................. 15

13 Successors and Assigns ..................................................................................................... 16

14 Force Majeure ................................................................................................................... 16

15 Amendments and Modifications ....................................................................................... 17

16 Standard of Care & Warranty ........................................................................................... 17

17 Savings Clause .................................................................................................................. 18

18 Non-Waiver of Rights ....................................................................................................... 18

19 Entire Agreement .............................................................................................................. 18

20 Governing Law ................................................................................................................. 19

21 Ownership of Contract Documents ................................................................................... 19

22 Notice ................................................................................................................................ 19

23 Severability ....................................................................................................................... 19

24 Execution of Agreement ................................................................................................... 20

25 Counterparts ...................................................................................................................... 20

26 Authorizations ................................................................................................................... 20

27 Time of Essence ................................................................................................................ 20

EXHIBIT N

RECITALS

WHEREAS, the City intends to retain the services of a qualified and experienced contractor

for the following:

Chandler-Newberger Electrical and HVAC Improvements Phase I, Bid 17-56.

WHEREAS, this Agreement shall include the following documents which are attached

hereto:

a) City of Evanston Bid 17-56, attached as Exhibit A.

b) Contractor’s response to Bid 17-56, attached as Exhibit B.

c) Any subcontractor subcontracts related to this Agreement, attached as Exhibit C.

d) Project Fee Schedule and hourly rates, attached as Exhibit D.

NOW, THEREFORE, in consideration of the mutual covenants hereinafter set forth, the

parties agree as follows:

1 Services and Duties of the Contractor

1.1 The Contractor shall perform professional services and provide equipment (the

“Work”) in accordance with Exhibits A, B, C and D. The Contractor retains the right to control the

manner of performance of the services provided for in this Agreement and is an independent

contractor and not agent or an employee of the City. All employees and subcontractors of the

Contractor shall likewise not be considered to be employees of the City. Contractor is solely

responsible for the means and methods of all work performed under the terms of this Agreement for

this Project (“the Project”). Contractor is an independent Contractor and is solely responsible for all

taxes, withholdings, and other statutory or contractual obligations of any sort, including but not

limited to, Worker’s Compensation Insurance. Nothing in this Agreement accords any third-party

beneficiary rights whatsoever to any non-party to this Agreement that any non-party may seek to

enforce. Contractor acknowledges and agrees that should Contractor or its subcontractors provide

false information, or fail to be or remain in compliance with this Agreement, the City may void this

Agreement.

1.2 The Contractor warrants and states that it has read the Contract Documents, and

agrees to be bound thereby, including all performance guarantees as respects Contractor’s work and

all indemnity and insurance requirements. Contractor further affirms that it has visited the Project

site and has become familiar with all special conditions, if any, at the Project site. Contractor shall

perform the Work and its obligations under this Agreement in accordance with and subject to the

Contract Documents to the full extent that each such provision is applicable to the Work. Contractor

shall take necessary precautions to properly protect the Work of others, if any, from damage caused

by operations under this Agreement. In addition, Contractor shall protect the work during normal

and adverse weather conditions until the Project is complete and accepted by the City, or until the

Contractor has fully completed its work under this Agreement. Contractor’s obligations include, but

are not limited to, placing and adequately maintaining at or about all locations of Project work,

sufficient guards, barricades, lights, and enclosures to protect the Work.

EXHIBIT N

1.3 The Contractor shall not have any public or private interest and shall not acquire

directly or indirectly any such interest which conflicts in any manner with the performance of its

services under this Agreement.

1.4 The Contractor shall designate, in writing, a person to act as its Project Manager for

the work to be performed under this Agreement. Such person shall have complete authority to

transmit instructions, receive information, interpret and define the Contractor’s policies and

decisions with respect to the work covered by this Agreement.

1.5 The Contractor shall employ only persons duly licensed by the State of Illinois to

perform the professional services required under this Agreement for which applicable Illinois law

requires a license, subject to prior approval of the City. The Contractor shall employ only well

qualified persons to perform any of the remaining services required under this Agreement, also

subject to prior approval of the City. The City reserves the right to require replacement of Contractor,

subcontractor, or supplier personnel for any reason. Contractor will replace the unacceptable

personnel at no charge to the City. For all solicitations or advertisements placed by or on behalf of

Contractor for employees for this Project it will state that the Contractor is an Equal Opportunity

Employer.

1.6 Pursuant to the Illinois Freedom of Information Act, 5 ILCS 140/7(2), records in the

possession of others whom the City has contracted with to perform a governmental function are

covered by the Act and subject to disclosure within limited statutory timeframes (five (5) working

days with a possible five (5) working day extension). Upon notification from the City that it has

received a Freedom of Information Act request that calls for records within the Contractor’s control,

the Contractor shall promptly provide all requested records to the City so that the City may comply

with the request within the required timeframe. The City and the Contractor shall cooperate to

determine what records are subject to such a request and whether or not any exemptions to the

disclosure of such records, or part thereof, is applicable. Contractor shall indemnify and defend the

City from and against all claims arising from the City’s exceptions to disclosing certain records

which Contractor may designate as proprietary or confidential. Compliance by the City with an

opinion or a directive from the Illinois Public Access Counselor or the Attorney General under

FOIA, or with a decision or order of Court with jurisdiction over the City, shall not be a violation of

this Section.

1.7 The Contractor shall obtain prior approval from the City prior to subcontracting with

any entity or person to perform any of the work required under this Agreement. The Contractor may,

upon request of the City, submit to the City a draft subcontractor agreement for City review and

approval prior to the execution of such an agreement. Any previously entered into subcontractor

agreement(s) are attached as Exhibit C. If the Contractor subcontracts any of the services to be

performed under this Agreement, the subcontractor agreement shall provide that the services to be

performed under any such agreement shall not be sublet, sold, transferred, assigned or otherwise

disposed of to another entity or person without the City’s prior written consent. The Contractor shall

be responsible for the accuracy and quality of any subcontractor’s work.

EXHIBIT N

1.8 The Contractor shall cooperate fully with the City, other City contractors, other

municipalities and local government officials, public utility companies, and others, as may be

directed by the City. This shall include attendance at meetings, discussions and hearings as requested

by the City. This cooperation shall extend to any investigation, hearings or meetings convened or

instituted by OSHA relative to this Project, as necessary. Contractor shall cooperate with the City in

scheduling and performing its Work to avoid conflict, delay in or interference with the work of

others, if any, at the Project.

1.9 The Contractor acknowledges that it shall enforce and comply with all applicable

Occupational Safety and Health Administration standards (OSHA) for this Project in effect as of the

date of the execution of this Agreement, or as otherwise promulgated by OSHA in the future taking

effect during the pendency of this Project. Contractor shall enforce all such standards and ensure

compliance thereto as to its own agents and employees, and as to the agents and employees of any

subcontractor throughout the course of this Project. Contractor is solely responsible for enforcing and

complying with all applicable safety standards and requirements on this Project, and is solely

responsible for correcting any practices or procedures which do not comply with the applicable

safety standards and requirements for this Project. Any Project specific safety requirements

applicable to this Project must be followed by Contractor and any subcontractor(s) on the Project.

Additionally, all such safety requirements shall be made a part of any subcontractor agreement.

1.10 The Contractor shall submit to the City a progress report each month this Agreement

is in effect. The report shall include the following items:

a) A summary of the Contractor’s project activities, and any subcontractor project activities that

have taken place during the invoice period;

b) A summary of the Contractor’s project activities and any subcontractor project activities, that

shall take place during the next invoice period;

c) A list of outstanding items due to or from the City; and

d) A status of the Project schedule.

1.11 The Contractor shall perform the work required under this Agreement pursuant to

high quality industry standards expected by the City. The Contractor shall apply for and receive all

appropriate permits before performing any work in the City. The Contractor shall also provide the

appropriate permit drawings for Building Permits to be issued for the Project, if said permits are

obligated by the Project. The City will assist the Contractor with obtaining the appropriate building

and right-of-way permits.

1.12 The Contractor shall provide drawings of record, in the following 3 electronic formats

for all locations where equipment has been installed and/or work has been performed. The electronic

formats required by this Section 1.12 are AutoCad Version 2014, ArcView and PDF.

1.13 Contractor recognizes that proper cleanup and removal of construction debris is an

important safety consideration. The Contractor shall be solely responsible for daily construction

site/area cleanup and removal of all construction debris in accordance with City-approved disposal

EXHIBIT N

practices. Contractor shall be solely responsible for identifying and removing at its expense all

hazardous material and waste which it uses and generates.

1.14 To the extent that there is any conflict between a provision specified in this

Agreement, with a provision specified in any of the other Contract Documents, as defined in Section

1.15, this Agreement shall control. The City and the Contractor may amend this Section 1.14 as

provided by Section 15 herein.

The Contractor acknowledges and agrees that the City has no retained control over any of the

Work done pursuant to this Agreement, and that the City is expressly exempt from the retained

control exception as defined in the Restatement of Torts, Second, Section 414. This provision shall

survive completion, expiration, or termination of this Agreement.

1.15 The Contract Documents for this Project consist of:

a) This Agreement;

b) The City’s RFP/RFQ, and the plans, specifications, general conditions, drawings

addenda, and modifications thereto;

c) The Contractor’s response to the RFP/RFQ/Bid;

d) Other exhibits and schedules, if any, listed in this Agreement;

e) Amendments or Other Contract Documents, if any; and

f) Amendments/Modifications to this Agreement issued after execution thereof.

1.16 As a condition of receiving payment, Contractor must (i) be in compliance with the

Agreement, (ii) pay its employees prevailing wages when required by law (Examples of prevailing

wage categories include public works, printing, janitorial, window washing, building and grounds

services, site technician services, natural resource services, security guard and food services).

Contractor is responsible for contacting the Illinois Dept. of Labor 217-782-6206;

http://www.illinois.gov/idol/Laws-Rules/CONMED/Pages/Rates.aspx to ensure compliance with

prevailing wage requirements), (iii) pay its suppliers and subcontractors according to the terms of

their respective contracts, and (iv) provide lien waivers to the City upon request.

2 Standard Certifications

Contractor acknowledges and agrees that compliance with this section and each subsection

for the term of the Agreement is a material requirement and condition of this Agreement. By

executing this Agreement, Contractor certifies compliance with this section and each subsection and

is under a continuing obligation to remain in compliance and report any non-compliance.

This section, and each subsection, applies to subcontractors used on this Agreement.

Contractor shall include these Standard Certifications in any subcontract used in the performance of

the Agreement.

If this Agreement extends over multiple fiscal years, Contractor and its subcontractors shall

confirm compliance with this section in the manner and format determined by the City by the date

EXHIBIT N

specified by the City and in no event later than January 1 of each year that this Agreement remains in

effect.

If the City determines that any certification in this section is not applicable to this Agreement,

it may be stricken, subject to sole approval by the City, without affecting the remaining subsections.

2.1 As part of each certification, Contractor acknowledges and agrees that should

Contractor or its subcontractors provide false information, or fail to be or remain in compliance with

the Standard Certification requirements, one or more of the following sanctions will apply:

the Agreement may be void by operation of law,

the City may void the Agreement, and

Contractor and its subcontractors may be subject to one or more of the following: suspension,

debarment, denial of payment, civil fine, or criminal penalty.

2.2 By signing this Agreement, the Contractor certifies that it has not been barred from

being awarded a contract with a unit of State or local Government as a result of bid rigging or bid

rotating or similar offense, nor has it made any admission of guilt of such conduct that is a matter of

public record. (720 ILCS 5/33 E-3, E-4).

2.3 In the event of the Contractor’s noncompliance with any provision of Section 1-12-5

of the Evanston City Code, the Illinois Human Rights Act or any other applicable law, the Consultant

may be declared nonresponsible and therefore ineligible for future contracts or subcontracts with the

City, and the contract may be cancelled or voided in whole or in part, and such other sanctions or

penalties may be imposed or remedies invoked as provided by statute or regulation.

2.4 During the term of this Agreement, the Contractor agrees as follows:

a) That it will not discriminate against any employee or applicant for employment

because of race, color, religion, sex, sexual orientation, marital status, national origin

or ancestry, or age or physical or mental disabilities that do not impair ability to

work, and further that it will examine all job classifications to determine if minority

persons or women are underutilized and will take appropriate affirmative action to

rectify any such underutilization. Consultant shall comply with all requirements of

City of Evanston Code Section 1-12-5.

b) That, in all solicitations or advertisements for employees placed by it on its behalf, it

will state that all applicants will be afforded equal opportunity without discrimination

because of race, color, religion, sex, sexual orientation, marital status, national origin,

ancestry, or disability.

2.5 The Contractor certifies pursuant to the Illinois Human Rights Act (775 ILCS 5/2105

et. seq.), that it has a written sexual harassment policy that includes, at a minimum, the following

information:

EXHIBIT N

a) The illegality of sexual harassment;

b) The definition of sexual harassment under State law;

c) A description of sexual harassment utilizing examples;

d) The Contractor’s internal complaint process including penalties;

e) Legal recourse, investigation and complaint process available through the Illinois

Department of Human Rights and the Human Rights Commission, and directions on

how to contact both; and

f) Protection against retaliation as provided to the Department of Human Rights.

2.6 In accordance with the Steel Products Procurement Act (30 ILCS 565), Contractor

certifies steel products used or supplied in the performance of a contract for public works shall be

manufactured or produced in the U.S. unless the City grants an exemption.

2.7 Contractor certifies that it is properly formed and existing legal entity and as

applicable has obtained an assumed name certificate from the appropriate authority, or has registered

to conduct business in Illinois and is in good standing with the Illinois Secretary of State.

2.8 If Contractor, or any officer, director, partner, or other managerial agent of Contractor,

has been convicted of a felony under the Sarbanes-Oxley Act of 2002, or a Class 3 or Class 2 felony

under the Illinois Securities Law of 1953, Contractor certifies at least five years have passed since

the date of the conviction.

2.9 Contractor certifies that if more favorable terms are granted by Contractor to any

similar governmental entity in any state in a contemporaneous agreement let under the same or

similar financial terms and circumstances for comparable supplies or services, the more favorable

terms will be applicable under this Agreement.

2.10 Contractor certifies that it is not delinquent in the payment of any fees, fines,

damages, or debts to the City of Evanston.

2.11 The Contractor certifies that all Design Professionals performing the Work under this

Agreement will ensure that the Project shall be designed in conformance with the Americans with

Disabilities Act of 1990, 42 U.S.C. Section 12101, et seq., and all regulations promulgated

thereunder. Design Professional means any individual, sole proprietorship, firm, partnership, joint

venture, corporation, professional corporation, or other entity that offers services under the Illinois

Architecture Practice Act of 1989 (225 ILCS 305/), the Professional Engineering Practice Act of

1989 (225 ILCS 325/), the Structural Engineering Licensing Act of 1989 (225 ILCS 340/), or the

Illinois Professional Land Surveyor Act of 1989 (225 ILCS 330/).

2.12 The Contractor shall comply with all federal, state and local laws, statutes,

ordinances, rules, regulations, orders or other legal requirements now in force or which may be in

force during the term of this Agreement. The Contractor shall comply with the Illinois Human Rights

Act, 775 ILCS 5/1-101 et. seq, Title VII of the Civil Rights Act of 1964, and the Illinois Prevailing

Wage Act, 820 ILCS 130/0.01 et. seq.

EXHIBIT N

3 Additional Services/Change Orders

3.1 If the representative of the City responsible for the Project verbally requests the

Contractor to perform additional services, the Contractor shall confirm in writing that the services

have been requested and that such services are additional services. Failure of the City to respond to

the Contractor’s confirmation of said services within thirty (30) calendar days of receipt of the notice

shall be deemed a rejection of, and refusal to pay for the additional services. Contractor shall not

perform any additional services until City has confirmed approval of said additional services in

writing. If authorized in writing by the City, the Contractor shall furnish, or obtain from others,

additional services of the following types, which shall be paid for by the City as set forth in Section 9

of this Agreement:

a) Additional Services due to significant changes in scope of the Project or its design,

including, but not limited to, changes in size, complexity or character of construction,

or time delays for completion of work when such delays are beyond the control of the

Contractor;

b) Revisions of previously approved studies, reports, design documents, drawings or

specifications;

c) Preparation of detailed renderings, exhibits or scale models for the Project;

d) Investigations involving detailed consideration of operations, maintenance and

overhead expenses for the preparation of rate schedules, earnings and expense

statements, feasibility studies, appraisals and valuations, detailed quantity surveys of

material and labor, and material audits or inventories required for certification of

force account construction performed by the City;

e) Services not otherwise provided for in this Agreement.

3.2 The City may, upon written notice, and without invalidating this Agreement, require

changes resulting in the revision or abandonment of work already performed by the Contractor, or

require other elements of the work not originally contemplated and for which full compensation is

not provided in any portion of this Agreement. Any additional services, abandonment of services

which were authorized by the City, or changes in services directed by the City which result in the

revision of the scope of services provided for in Exhibits A, B, C, and D that cause the total

Compensation due Contractor under this Agreement to exceed $20,000 or more, or increase or

decrease the contract duration by more than 30 days are subject to approval by the Evanston City

Council. These actions must be addressed either in a written Change Order or in a written

amendment to this Agreement approved by both parties.

3.3 Contractor acknowledges and agrees that the Public Works Construction Change

Order Act, 50 ILCS 525/1 et seq. shall apply to all Change Orders for the Project. It is expressly

understood and agreed to by Contractor that it shall not be entitled to any damages or Compensation

from the City on account of delay or suspension of all or any part of the Work. Contractor

acknowledges that delays are inherent in construction projects and Contractor assessed that risk and

fully included that risk assessment within its contract sum specified in its Response to the City Bid

for this Project. The City shall not compensate Contractor for work that is more difficult than the

EXHIBIT N

contract sum specified in its Response would reflect. Delays to minor portions of the Work will not

be eligible for extensions of time.

Delays to the Project caused by labor disputes or strikes involving trades not directly related

to the Project, or involving trades not affecting the Project as a whole will not be eligible for an

extension of time.

The City will not grant an extension of time for a delay by the Contractor’s inability to obtain

materials unless the Contractor first furnishes to the City documentary proof. The proof must be

provided in a timely manner in accordance with the sequence of the Contractor’s operations and

accepted construction schedule.

In addition to any other changes requested by City (as described in Sections 3.1 and 3.2), the

Company shall be entitled to request (and the City may grant) Change Orders with respect to:

(a) The City-caused delays;

(b) Change in Law;

(c) Force Majeure Events.

The foregoing events shall entitle the Contractor to a change in the Compensation for this

Project, if the Contractor demonstrates that it will unavoidably incur reasonable costs as a result

thereof and the Contractor provides reasonable and detailed documentary support with respect to any

such price impact.

The parties agree to reasonably confer regarding any such disputes with respect to the

issuance of a Change Order.

Any payment for compensable delay will only be based upon actual costs excluding, without

limitation, what damages, if any, the Contractor may have reasonably avoided. The Contractor

understands that this is the sole basis for recovering delay damages and explicitly waives any right to

calculate daily damages for office overhead, profit, or other purported loss.

All Contractor Change Orders authorized under this Section 3 shall be made in writing. In

remitting a Change Order, the Contractor must first show in writing that:

(a) The work was outside the scope of this Agreement,

(b) The extra work was not made necessary due to any fault of Contractor;

(c) The circumstances said to necessitate the change in performance were not reasonably

foreseeable at the time the Agreement was signed;

(d) The change is germane to the original Agreement; and

(e) The Change Order is in the best interest of the City and authorized by law.

Any person who fails to first obtain the City’s written authorization for a Change Order

commits a Class 4 felony. The written determination and the written Change Order resulting from

EXHIBIT N

that determination shall be preserved in the contract's file which shall be open to the public for

inspection.

The City reserves all rights and causes of action, at law or equity, to seek redress

against entities or persons who violate the requirements of this Section 3. By initialing below,

Contractor hereby acknowledges that it is bound by this Section 3.

Contractor’s Initials: ___________

3.4 The Contractor is required to include the City of Evanston as a reference whenever

and wherever the Contractor provides references for similar projects for a period of one (1) year from

the date of Final Acceptance by the City of the Work for this Project.

4 Bonds

4.1 Before the Scheduled Construction Commencement Date, the Contractor is required

to furnish unconditional performance and payment bonds in the amount of 110% of the

Compensation as security for the faithful performance and completion of all the Contractor’s

obligations under the Contract Documents and covering the payment of all materials used in the

performance of this Agreement and for all labor and services performed under this Agreement. All

Bonds shall be issued on a form acceptable to the City. The bonds must be for the entire term of the

Agreement. Failure to provide these bonds shall constitute a breach of Contractor’s obligations under

this Agreement. Each surety providing the Bonds must have a Best’s rating not less than A/X and be

licensed in Illinois and shall be named in the current list of “Companies Holding Certificates of

Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as

published in Circular 570 as published in the Federal Register and available on the website of the

U.S. Department of the Treasury, Financial Management Service, at

www.fms.treas.gov/c570/c570.html. All Bonds signed by an agent must be accompanied by a

certified copy of his or her authority to act. It shall be the duty of the Contractor to advise the surety

or sureties of any Change Orders that result in an increase to the Compensation and to ensure that the

amounts of the Bonds are updated to reflect and cover any such increases throughout the course of

the Project. The cost of such Bonds shall be included within the Compensation.

4.2 If the surety behind any Bond furnished by the Contractor is declared bankrupt or

becomes insolvent or its right to do business is terminated in the State or it ceases to meet any of the

requirements of this Contract, the Contractor shall, within [5] five days thereafter, substitute another

Bond of equivalent value and surety, both of which must be acceptable to the City. In addition, no

further progress payments under the Agreement will be made by the City until the Contractor

complies with the provisions of this Agreement. The Contractor shall furnish to the City proof of any

required bonds and proof of required insurance as one of the conditions precedent to payment under

the Agreement. Upon the request of any person or entity appearing to be a potential beneficiary of

bonds covering payment or performance of obligations arising under the Contract, the Contractor

shall promptly furnish a copy of the bonds or authorize a copy to be furnished. All surety Bonds

provided for in this Section shall incorporate by reference this Agreement, and any language that may

be in any such surety Bond which conflicts with the provisions of this Agreement that define the

EXHIBIT N

scope of the surety(‘s) duty(ies) shall be of no force and effect.

5 Liquidated Damages in the Event Contractor Fails to Complete the Work

5.1 The parties agree that failure of Contractor to timely complete the Work required by

this Agreement constitutes a default. The parties agree that this default will result in damage and

injury to City. The parties further agree, however, that actual damages incurred by City as result of

such default is difficult if not impossible to ascertain with any degree of certainty or accuracy.

Accordingly, the parties have negotiated and have agreed that for each calendar day after written

notice is delivered to Contractor and Contractor fails to cure such default, that Contractor will pay

City, as and for liquidated damages, and not as a penalty, the sum of (five hundred dollars)

$500.00/per day. Contractor shall reimburse the City for all costs, expenses and fees (including,

without limitation, attorneys’ fees), if any, paid by the City in connection with such written demand

by City. Contractor stipulates and agrees that the sums payable by Contractor under this Section are

reasonable under the circumstances existing as of the execution of this Agreement. This Section 5.1

is not intended to limit any direct damages that may be recoverable by City related to the Contractor's

failure to complete the Work in accordance with this Agreement. There shall be no early completion

bonus if the Work is completed before the substantial completion date. The City, at its option, may

withhold liquidated damages from progress payments payable to Contractor before the substantial

completion date.

6 The City’s Responsibilities

6.1 The City may evaluate the Contractor’s and any subcontractor’s performance (interim

and final). Timeliness in meeting the Project schedule and the overall relationship with the

Contractor are factors that will be considered in the Contractor’s performance rating. An unfavorable

performance rating may be a factor when future assignments are being considered.

6.2 The City makes no representation or warranty of any nature whatsoever as to the

accuracy of information or documentation provided by the City to the Contractor which were

generated or provided by third parties.

7 Period of Service

7.1 The Contractor shall commence work on the Project after supplying the City with the

Contractor’s performance and payment bonds and all required insurance documents before starting

its Work on this Project. The City shall determine when the Contractor has completed the Work

required pursuant to this Agreement, and shall determine the date of Final Acceptance. Contractor

recognizes time is of the essence regarding its performance on this Project. Contractor shall continue

to perform its obligations while any dispute concerning the Agreement is being resolved, unless

otherwise directed by the City.

EXHIBIT N

7.2 Each phase of the project shall be completed in accordance with the activities outlined

in the City’s Bid 17-56, Exhibit A.

8 Payment for Services and Reimbursements 8.1 Within the first five (5) business days of each month, the Contractor shall invoice the

City for Work completed during the previous month. The Contractor shall provide a detailed invoice

that relates invoiced items to the Contractor’s response to Bid 17-56 in both quantity and unit cost.

Any discrepancies in the monthly invoice shall be promptly brought to the attention of the Contractor

by the City Project Manager and efforts shall be made to promptly resolve said discrepancies

between the City and Contractor. In the event the City and Contractor cannot resolve invoice

discrepancies, items in dispute will be removed from the invoice and the City shall approve the

remainder of the invoice. Payment will be made as soon as possible following the City Council

meeting in which the item appeared on the bills list, and in accordance with all applicable laws and

rules of the City of Evanston and the State of Illinois.

8.2 In the event of termination by the City of this Agreement pursuant to paragraph 9.1

after completion of any phase of the basic services, fees due the Contractor for services rendered

through such phase shall constitute final payment for such services, and no further fees shall be due

to the Contractor. In the event of such termination by the City during any phase of the basic services,

the Contractor shall be paid for services rendered on the basis of the proportion of work completed

on the phase to date of termination.

8.3 The City shall have the right to withhold payment to the Contractor due to the quality

of a portion or all of the work performed hereunder which is not in accordance with the requirements

of this Agreement, or which is unsatisfactory, or is due to the Contractor’s failure or refusal to

perform any of its obligations hereunder. Compensation in excess of the total contract amount

specified in this Agreement will not be allowed unless justified in the City’s sole judgment and

authorized in advance as provided for in Section 3 of this Agreement. Compensation for improper

performance by the Contractor is disallowed.

8.4 Upon completion of the Work performed by the Contractor, prior to the submission of

a request for final payment, the City and Contractor shall perform a final acceptance test and review

of the Work performed and/or equipment installed pursuant to the Agreement. A punch list of items

outstanding will be jointly developed by the City and Contractor. In addition, the Contractor shall

submit drawings of record for the Project for the City to approve. The Contractor shall promptly

resolve all punch list items to the satisfaction of the City, and shall transmit to the City in writing

confirmation that all punch list items have been resolved. The City will review, and the Contractor

shall modify, as necessary, any drawings of record to the satisfaction of the City. Punch list items and

drawings of record must be approved by the City prior to the Contractor submitting its final invoice

for payment.

8.5 The Contractor shall submit an Affidavit and a final waiver of its lien, and all final

waivers of liens of any subcontractors, suppliers, and sub-subcontractors, if applicable, with its final

invoice, stating that all obligations incurred in performance of the professional services have been

paid in full. The Affidavit will also include a statement stating that the professional services were

EXHIBIT N

performed in compliance with the terms of the Agreement. The Affidavit and all final lien waivers

shall be on a form acceptable to the City.

8.6 All Project invoices shall be sent to:

City of Evanston

Shane Cary

Public Works Department

Rm 3806

2100 Ridge Avenue

Evanston, Illinois 60201

9 Notice and Cure/Termination

9.1 In furtherance of Contractor’s Work on this Project, the City and the Contractor agree

that the following Notice and Cure provision in this Section 9.1 shall apply during the duration of

Contractor’s work on this Project, in addition to the reserved rights of the City enumerated in this

Agreement as follows:

5.1 Liquidated Damages;

8.3 City’s right to withhold payment;

16.2 Contractor’s duty to revise and correct errors; and

16.3 Contractor’s duty to respond to City’s notice of errors and omissions.

The City may notify Contractor of its intent to terminate this Agreement within (7) seven calendar

days of issuance by the City of written notice to Contractor’s Project Manager regarding defects in

the Project or in Contractor’s Work. The City shall specify any such nonconforming Work or defects

in the Project in its notice to Contractor under this Section 9.1. Contractor will have the opportunity

to cure the non-conforming Work within (7) seven calendar days after receipt of the written notice

issued by the City. All such curative work done shall be performed and completed to the City’s

satisfaction. Nothing in this Section 9.1 shall otherwise affect the City’s right to exercise its rights in

Section 9.2.

9.2 The City shall have the right to terminate this Agreement upon fifteen (15) days

written notice for any reason. Mailing of such notice shall be equivalent to personal notice and shall

be deemed to have been given at the time of receipt.

Payments made by the City pursuant to this Agreement are subject to sufficient

appropriations made by the City of Evanston City Council. In the event of termination resulting

from non-appropriation or insufficient appropriation by the City Council, the City’s obligations

hereunder shall cease and there shall be no penalty or further payment required.

9.3 Within thirty (30) days of termination of this Agreement, the Contractor shall turn

over to the City any documents, drafts, and materials, including but not limited to, outstanding work

product, data, studies, test results, source documents, AutoCad Version 2014, ArcView, PDF, Word,

EXHIBIT N

Excel spreadsheets, technical specifications and calculations, and any other such items specifically

identified by the City related to the Work herein. Upon receipt of said items, the Contractor shall be

paid for labor and expenses incurred to the date of termination as provided in Section 8.2. This

Agreement is subject to termination by either party if either party is restrained by a state or federal

court of competent jurisdiction from performing the provisions of this Agreement. Upon such

termination, the liabilities of the parties to this Agreement shall cease, but they shall not be relieved

of the duty to perform their obligations through the date of termination. No lien shall be filed by the

Contractor in the event of a termination of this Agreement by the City.

9.4 If, because of death or any other occurrence, including, but not limited to, Contractor

becoming insolvent, it becomes impossible for any principal or principals of the Contractor to render

the services set forth in this Agreement, neither the Contractor, nor its surviving principals shall be

relieved of their obligations to complete the professional services. However, in the event of such an

occurrence, the City at its own option may terminate this Agreement if it is not furnished evidence

that competent professional services can still be furnished as scheduled.

9.5 In the event of an emergency or threat to the life, safety or welfare of the citizens of

the City, the City shall have the right to terminate this Agreement without prior written notice.

10 Insurance

10.1 The Contractor shall, at its own expense, secure and maintain in effect throughout the

duration of this contract, insurance against claims for injuries to persons or damages to property

which may arise from or in connection with the performance of the Work hereunder by the

Contractor, its agents, representatives, employees or subcontractors. Contractor acknowledges and

agrees that if it fails to comply with all requirements of this Section 10, the City may void the

Agreement.

The Contractor must give to the City Certificates of Insurance identifying the City to be an

Additional Insured for all Work done pursuant to this Agreement before City staff recommends

award of the contract to City Council. Any limitations or modifications on the Certificate(s) of

Insurance issued to the City in compliance with this Section that conflict with the provisions of this

Section 10 shall have no force and effect.

After award of the Contract to Contractor, the Contractor shall give the City a certified

copy(ies) of the insurance policy(ies) evidencing the amounts set forth in Section 10.2, and copies of

the Additional Insured endorsement to such policy(ies) which name the City as an Additional Insured

for all Work done pursuant to this Agreement before Contractor does any Work pursuant to this

Agreement. Contractor’s certificate of insurance shall contain a provision that the coverage afforded

under the policy(s) will not be canceled or reduced without thirty (30) days prior written notice (hand

delivered or registered mail) to the City. Contractor shall promptly forward new certificate(s) of

insurance evidencing the coverage(s) required herein upon annual renewal of the subject policies.

The policies and the Additional Insured endorsement must be delivered to the City within

two (2) weeks of the request. All insurance policies shall be written with insurance companies

EXHIBIT N

licensed or authorized to do business in the State of Illinois and having a rating of not less than A-VII

according to the A.M. Best Company. Should any of the insurance policies be canceled before the

expiration date, the issuing company will mail thirty (30) days written notice to the City. The

Contractor shall require and verify that all subcontractors maintain insurance meeting all of the

requirements stated herein.

Any deductibles or self-insured retentions must be declared to and approved by the City. At

the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured

retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor

shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related

investigations, claim administration and defense expenses.

10.2 Contractor shall carry and maintain at its own cost with such companies as are

reasonably acceptable to City all necessary liability insurance (which shall include as a minimum the

requirements set forth below) during the term of this Agreement, for damages caused or contributed

to by Contractor, and insuring Contractor against claims which may arise out of or result from

Contractor’s performance or failure to perform the Services hereunder:

a) Worker’s compensation in statutory limits and employer’s liability insurance in the

amount of at least five hundred thousand dollars ($500,000);

b) Comprehensive general liability coverage which designates the City as an additional

insured for not less than three million dollars ($3,000,000) combined single limit for

bodily injury, death and property damage, per occurrence;

c) Comprehensive automobile liability insurance covering owned, non-owned, and

leased vehicles for not less than one million dollars ($1,000,000) combined single

limit for bodily injury, death, or property damage, per occurrence; and

Contractor understands that the acceptance of Certificates of Insurance, policies, and any

other documents by the City in no way releases the Contractor and its subcontractors from the

requirements set forth herein.

Contractor expressly agrees to waive its rights, benefits and entitlements under the “Other

Insurance” clause of its commercial general liability insurance policy as respects the City.

Contractor expressly agrees that its insurance coverage is required to be primary by this Agreement,

that its insurance coverage shall be on a primary and non-contributory basis, and that it and its

insurance carrier are estopped from denying such coverage is primary. In the event Contractor fails to

purchase or procure insurance as required above, the parties expressly agree that Contractor shall be

in default under this Agreement, and that the City may recover all losses, attorney’s fees and costs

expended in pursuing a remedy, or reimbursement, at law or in equity, against Contractor.

11 Indemnification

11.1 The Contractor shall defend, indemnify and hold harmless the City and its officers,

elected and appointed officials, agents, and employees from any and all liability, losses, or damages

as a result of claims, demands, suits, actions, or proceedings of any kind or nature, including but not

EXHIBIT N

limited to costs, and fees, including attorney’s fees, judgments or settlements, resulting from or

arising out of any negligent or willful act or omission on the part of the Contractor or Contractor’s

subcontractors, employees, agents or subcontractors during the performance of this Agreement. Such

indemnification shall not be limited by reason of the enumeration of any insurance coverage herein

provided. This provision shall survive completion, expiration, or termination of this Agreement.

11.2 Nothing contained herein shall be construed as prohibiting the City, or its officers,

agents, or employees, from defending through the selection and use of their own agents, attorneys,

and experts, any claims, actions or suits brought against them. The Contractor shall be liable for the

costs, fees, and expenses incurred in the defense of any such claims, actions, or suits. Nothing herein

shall be construed as a limitation or waiver of defenses available to the City and employees and

agents, including but not limited to the Illinois Local Governmental and Governmental Employees

Tort Immunity Act, 745 ILCS 10/1-101 et seq.

At the City Corporation Counsel’s option, Contractor must defend all suits brought upon all

such Losses and must pay all costs and expenses incidental to them, but the City has the right, at its

option, to participate, at its own cost, in the defense of any suit, without relieving Contractor of any

of its obligations under this Agreement. Any settlement of any claim or suit related to this Project by

Contractor must be made only with the prior written consent of the City Corporation Counsel, if the

settlement requires any action on the part of the City.

To the extent permissible by law, Contractor waives any limits to the amount of its

obligations to indemnify, defend, or contribute to any sums due under any Losses, including any

claim by any employee of Contractor that may be subject to the Illinois Workers Compensation Act,

820 ILCS 305/1 et seq. or any other related law or judicial decision, including but not limited to,

Kotecki v. Cyclops Welding Corporation, 146 Ill. 2d 155 (1991). The City, however, does not waive

any limitations it may have on its liability under the Illinois Workers Compensation Act, the Illinois

Pension Code or any other statute.

11.3 The Contractor shall be responsible for any losses and costs to repair or remedy work

performed under this Agreement resulting from or arising out of any act or omission, neglect, or

misconduct in the performance of its Work or its subcontractors’ work. Acceptance of the work by

the City will not relieve the Contractor of the responsibility for subsequent correction of any such

error, omissions and/or negligent acts or of its liability for loss or damage resulting therefrom.

11.4 All provisions of this Section 11 shall survive completion, expiration, or termination

of this Agreement.

12 Drawings and Documents

12.1 Any drawings, survey data, reports, studies, specifications, estimates, maps, plans,

computations, and other documents required to be prepared by the Contractor for the Project shall be

considered Works for Hire and the sole property of the City.

12.2 The Contractor and its subcontractor shall maintain for a minimum of three (3) years

EXHIBIT N

after the completion of this Agreement, or for three (3) years after the termination of this Agreement,

whichever comes later, adequate books, records and supporting documents to verify the amounts,

recipients and uses of all disbursements of funds passing in conjunction with the Agreement. The

Agreement and all books, records and supporting documents related to the Agreement shall be

available for review and audit by the City and the federal funding entity, if applicable, and the

Contractor agrees to cooperate fully with any audit conducted by the City and to provide full access

to all materials. Failure to maintain the books, records and supporting documents required by this

Subsection shall establish a presumption in favor of the City for recovery of any funds paid by the

City under the Agreement for which adequate books, records, and supporting documentation are not

available to support their purported disbursement.

13 Successors and Assigns

13.1 The City and the Contractor each bind themselves and their partners, successors,

executors, administrators, and assigns to the other party of the Agreement and to the partners,

successors, executors, administrators, and assigns of such other party in respect to all covenants of

this Agreement. Neither the City nor the Contractor shall assign, sublet, or transfer its interest in this

Agreement without the written consent of the other. Nothing herein shall be construed as creating

any personal liability on the part of any officer or agent of any public body, which may be a party

hereto, nor shall it be construed as giving any right or benefits hereunder to anyone other than the

City and the Contractor.

14 Force Majeure

14.1 Whenever a period of time is provided for in this Agreement for the Contractor or the

City to do or perform any act or obligation, neither party shall be liable for any delays or inability to

perform if such delay is due to a cause beyond its control and without its fault or negligence

including, without limitation:

a) Acts of nature;

b) Acts or failure to act on the part of any governmental authority other than the City or

Contractor, including, but not limited to, enactment of laws, rules, regulations, codes

or ordinances subsequent to the date of this Agreement;

c) Acts or war;

d) Acts of civil or military authority;

e) Embargoes;

f) Work stoppages, strikes, lockouts, or labor disputes;

g) Public disorders, civil violence, or disobedience;

h) Riots, blockades, sabotage, insurrection, or rebellion;

i) Epidemics or pandemics;

j) Terrorist acts;

k) Fires or explosions;

l) Nuclear accidents;

m) Earthquakes, floods, hurricanes, tornadoes, or other similar calamities;

n) Major environmental disturbances; or

o) Vandalism.

EXHIBIT N

If a delay is caused by any of the force majeure circumstances set forth above, the time period

shall be extended for only the actual amount of time said party is so delayed. Further, either party

claiming a delay due to an event of force majeure shall give the other party written notice of such

event within three (3) business days of its occurrence or it shall be deemed to be waived.

15 Amendments and Modifications

15.1 Except as otherwise provided herein, the nature and scope of Work specified in this

Agreement may only be modified by a written Change Order, or a written amendment to this

Agreement, approved by both parties. This Agreement may be modified or amended from time to

time provided, however, that no such amendment or modifications shall be effective unless reduced

to writing and duly authorized and signed by the authorized representatives of the parties.

16 Standard of Care & Warranty

16.1 The Contractor shall perform all of the provisions of this Agreement to the

satisfaction of the City. The City shall base its determination of the Contractor’s fulfillment of the

scope of the work in accordance with generally accepted professional standards applicable to the

Work for this Project. The Contractor shall perform all of the provisions of this Agreement with that

degree of care and skill ordinarily exercised by members of the same profession currently practicing

under similar conditions.

16.2 The Contractor shall be responsible for the accuracy of its professional services under

this Agreement and shall promptly make revisions or corrections resulting from its errors, omissions,

or negligent acts without additional compensation. The City’s acceptance of any of the Contractor’s

professional services shall not relieve the Contractor of its responsibility to subsequently correct any

such errors or omissions. If a Contractor has provided the City with specifications for this Project

which are determined to be incorrect or which require revision during the solicitation process

(including but not limited to Requests for Proposals, Requests for Qualifications, or bids), the

Contractor shall make such corrections or revisions to the specifications at no cost to the City.

Further, upon receipt of an invoice from the City, the Contractor shall promptly reimburse the City

for the reasonable costs associated with the preparation and dissemination of said corrections or

revisions to appropriate parties, including but not limited to preparation of the corrected or revised

documents, and printing and distribution costs.

16.3 During the pendency of its Work on this Project, the Contractor shall respond to the

City’s notice of any errors or omissions within twenty-four (24) hours. The Contractor shall be

required to promptly visit the Project site(s) if directed to by the City.

16.4 The Contractor shall comply with all federal, state, and local statutes, regulations,

rules, ordinances, judicial decisions, and administrative rulings applicable to its performance under

this Agreement.

EXHIBIT N

16.5 Contractor guarantees and warrants to the City that:

a) All materials and equipment furnished under this Agreement shall be of good quality

and new, unless otherwise required or permitted by the Contract Documents;

b) The Work of this Agreement shall be free from defects which are not inherent in the

quality required; and

c) The Work shall comply with the requirements set forth in the Contract Documents.

This warranty and guarantee shall be for a period of one (1) year from the date of completion

and Final Acceptance of the Work by the City, or as otherwise provided in the Contract Documents.

If, within the one year warranty period, after the Contractor has received a final payment

under this Agreement, any of the Work is found to be not be in accordance with the requirements of

this Agreement, or where defects in materials or workmanship may appear, or be in need of repair,

the Contractor shall correct non-conforming and/or defective work or materials promptly after

receipt of written notice from the City. Contractor shall immediately at its own expense repair,

replace, restore, or rebuild any such Work. This remedy is in addition to any other legal or equitable

remedies the City may have under this Agreement or the law.

This guarantee and warranty shall not relieve Contractor of liability for latent defects, and

shall be in addition to the City’s rights under the law or other guarantees or warranties, express or

implied.

16.6 The provisions of this Section 16 shall survive the completion, expiration or

termination of this Agreement.

17 Savings Clause

17.1 If any provision of this Agreement, or the application of such provision, shall be

rendered or declared invalid by a court of competent jurisdiction, or by reason of its requiring any

steps, actions, or results, the remaining parts or portions of this Agreement shall remain in full force

and effect.

18 Non-Waiver of Rights

18.1 No failure or delay by the City to exercise any power given to it hereunder or to insist

upon strict compliance by Contractor with its obligations hereunder, nor any payment made by the

City under this Agreement, shall constitute a waiver of the City’s right to demand strict compliance

with the terms hereof, unless such waiver is in writing and signed by the City.

19 Entire Agreement

19.1 This Agreement sets forth all the covenants, conditions and promises between the

parties with regard to the subject matter set forth herein. There are no covenants, promises,

agreements, conditions or understandings between the parties, either oral or written, other than those

EXHIBIT N

contained in this Agreement. This Agreement has been negotiated and entered into by each party

with the opportunity to consult with its counsel regarding the terms therein. No portion of the

Agreement shall be construed against a party due to the fact that one party drafted that particular

portion as the rule of contra proferentem shall not apply.

20 Governing Law

20.1 This Agreement shall be construed in accordance with and subject to the laws and

rules of the City of Evanston and the State of Illinois both as to interpretation and performance.

Venue for any action arising out of or due to this Agreement shall be in Cook County, Illinois. The

City shall not enter into binding arbitration to resolve any dispute related to this Agreement. The

City does not waive tort immunity by entering into this Agreement.

21 Ownership of Contract Documents

21.1 Contractor is specifically prohibited from using in any form or medium, the name or

logo of the City for public advertisement, unless expressly granted written permission by the City.

Submission or distribution of documents to meet official regulatory requirements or for similar

purposes in connection with this Project is not to be construed as publication in derogation of the

City’s reserved rights.

22 Notice

22.1 Any notice required to be given by this Agreement shall be deemed sufficient if made

in writing and sent by certified mail, return receipt requested, or by personal service, to the persons

and addresses indicated below or to such other addresses as either party hereto shall notify the other

party of in writing pursuant to the provisions of this Subsection:

City of Evanston Project Manager, Bid 17-56

2100 Ridge Avenue

Evanston, Illinois 60201

if to the Contractor:

_______________________________

_______________________________

_______________________________

22.2 Mailing of such notice as and when provided above shall be equivalent to personal

notice and shall be deemed to have been given at the time of mailing.

23 Severability

23.1 Except as otherwise provided herein, the invalidity or unenforceability of any

particular provision, or part thereof, of this Agreement shall not affect the other provisions, and this

Agreement shall continue in all respects as if such invalid or unenforceable provision had not been

EXHIBIT N

contained herein.

24 Execution of Agreement

24.1 This Agreement shall be signed last by the City Manager.

25 Counterparts

25.1 For convenience, this Agreement may be executed in any number of counterparts,

each of which shall be deemed to be an original.

26 Authorizations

26.1 The Contractor’s authorized representatives who have executed this Agreement

warrant that they have been lawfully authorized by the Contractor’s board of directors or its bylaws

to execute this Agreement on its behalf. The City Manager affirms that he/she has been lawfully

authorized to execute this Agreement. The Contractor and the City shall deliver upon request to each

other copies of all articles of incorporation, bylaws, resolutions, ordinances, or other documents

which evidence their legal authority to execute this Agreement on behalf of their respective parties.

27 Time of Essence

27.1 Time is of the essence with respect to each provision hereof in which time is a factor.

EXHIBIT N

IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be signed by

their duly authorized representatives. The effective date of this Agreement will be the date this

Agreement is signed by the City Manager.

CONTRACTOR

By: _______________________________

Name: _______________________________

Its: _______________________________

Date: _____________

CITY OF EVANSTON

By: __________________________________

Wally Bobkiewicz

Its: City Manager Date: ______________

Approved as to form:

By: __________________________________

W. Grant Farrar

Its: Corporation Counsel

Revision: June 2013

EXHIBIT O

EXHIBIT O

BID/PROPOSAL SUBMITTAL LABEL

CUT AND ATTACH LABEL ON OUTSIDE OF SEALED BID/PROPOSAL SUBMITTAL

---------------------------------------------------------------------------------------------------------------------------------------

ADDRESS SUBMITTALS: CITY OF EVANSTON - PURCHASING OFFICE, ROOM 4200

LORRAINE H. MORTON CIVIC CENTER

2100 RIDGE AVENUE - EVANSTON, ILLINOIS 60201

SUBMITTAL NUMBER: __________________________________________________________

SUBMITTAL NAME: __________________________________________________________

__________________________________________________________

SUBMITTAL DUE DATE/TIME: __________________________________________________________

COMPANY NAME: __________________________________________________________

COMPANY ADDRESS: __________________________________________________________

COMPANY TELEPHONE #: __________________________________________________________

-------------------------------------------------------------------------------------------------------------------------------------------

CHANDLER NEWBERGER ELEC & HVAC PROJECT REQUIREMENTS SECTION 01000 - 1

SECTION 1000 PROJECT REQUIREMENTS

PART 1 – GENERAL

1.01 GENERAL NOTE

A. The following requirements are a component part of all contract divisions and form a part of each specification section in so far as they may be in any way applicable thereto.

1.02 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and all other Divisions of the Project Manual, apply to this section. 1.03 SCHEDULE OF DRAWINGS

A. The following drawings form a component part of all contract documents for this project.

Title of the Drawings: Sheet No. Drawing Title

GENERAL 1G0.00 COVER HEATING/VENTILATION 1H0.10 HVAC LEGEND, GENERAL NOTES AND ABBREVIATIONS 1H1.10 FIRST FLOOR HVAC DEMOLITION PLAN 1H1.20 ROOF LEVEL HVAC DEMOLITION PLAN 1H2.10 FIRST FLOOR HVAC NEW WORK PLAN 1H2.20 ROOF LEVEL HVAC NEW WORK PLAN 1H3.10 HVAC SECTIONS 1H4.10 HVAC SCHEMATICS 1H5.10 HVAC SCHEDULES 1H6.10 HVAC DETAILS ELECTRICAL 1E0.10 LEGENDS,GENERAL NOTES AND ABBREVIATIONS 1E1.10 LIGHTING DEMOLITION PLAN 1E1.20 POWER AND SYSTEMS DEMOLITION PLAN 1E2.10 LIGHTING PLAN 1E2.20 POWER AND SYSTEMS PLAN 1E3.10 ONE LINE DIAGRAM-DEMOLITION 1E3.20 ONE LINE DIAGRAM-NEW WORK 1E3.30 LIGHITNG CONTROL DIAGRAMS 1E3.40 SOUND DETAILS 1E4.10 SCHEDULES 1E4.20 EXISTING PANELS SCHEDULES 1E4.30 NEW PANELS SCHEDULE

1.04 PROJECT SUMMARY A. Work on Base Bid includes:

1. Remove existing roof top unit, patch roof and remove duct work to allow installation of new VVT system.

2. Install new roof top units including new electrical systems, gas piping and ductwork as indicated.

3. Remove existing electrical service and distribution system and replace it with new electrical service, switchgear and distribution system.

4. Install new supply air distribution system, and new return air distribution system. 5. Patch roof and wall openings in the building as indicated on plans. 6. Provide new lighting and controls as shown on drawings.

CHANDLER NEWBERGER ELEC & HVAC PROJECT REQUIREMENTS SECTION 01000 - 2

1.05 SPECIAL PROCEDURES AND REQUIREMENTS A. Fire Protection

1. Regulations: The Contractor shall comply with all federal, state and local fire regulations.

2. Fires: The Contractor shall prohibit the lighting of fires about the premises and use due diligence to see that such prohibition is enforced. Debris and waste materials shall not be burned at the construction site but shall be promptly removed to prevent the accumulation of combustibles on the site.

3. Smoking: Smoking shall be restricted to designated exterior locations. The Contractor shall furnish and post “NO SMOKING” signs at appropriate locations throughout the site where operations are conducted.

4. Flammables: Gasoline and other fuels shall be kept and handled from National Board of Fire underwriter’s approved safety cans and shall be stored away from hazardous work areas.

B. Limit of Contractor’s Operations 1. Work Areas: Work areas shall be confined to the limits of the construction site. The

allotment of work areas within the site to Subcontractors shall be made by the Contractor. The general scheme of operations, work area assignments and use of the job site shall be subject to the Owner’s approval.

2. Site Access: Uncontrolled or unrestricted site access will not be permitted for materials, debris or equipment. All access routes and methods shall be controlled by the Contractor so as to minimize the disruption of the Owner’s operations and shall be subject to approval by the Owner. Walks, roads and other existing site features used in moving materials shall be properly protected to prevent damage thereto.

3. The building will not public access during March 24th, 2018 and April 1st, 2018. Contractor is required to complete all electrical shutdown work during this time frame. Contractor will not be allowed any additional shutdowns if contractor does not meet these dates. Any temporary electrical service or generator required for temporary power will be responsibility of the contractor.

4. All contractor personnel shall carry identification tags including picture, name, and company name.

5. All contractor personnel shall be required to perform a background check through City of Evanston police department. Contractor personnel will not be allowed to enter premises without proper authorization.

C. Hoists, Scaffolds and Ladders 1. Hoists: The Contractor shall furnish, erect, operate and maintain suitable hoisting

equipment as may be necessary for constructing the work. Material hoists shall be constructed and maintained in accordance with all applicable federal, state and local laws, regulations and ordinances. Location of hoists shall be subject to approval by the Owner’s representative.

2. Scaffolds and Ladders: The Contractor shall furnish, erect, maintain and move all scaffold and ladders required for his work. Scaffolds shall be constructed and maintained in accordance with all applicable federal, state and local laws, regulations and ordinances. Scaffolds and ladders shall be promptly removed after their purpose has been served.

D. Documentation of Existing Conditions 1. Before starting any work, the Contractor shall examine the site to be worked on and

the grounds in the staging area and areas adjacent to the site that will be worked on for any existing damage. The Contractor should notify the City’s representative of any damage found immediately. The City will photograph and note any existing damage that has been brought to his attention by the Contractor. After the Work has been completed the City will inspect the area used by the Contractor. If any damage is found that was not reported previously, this damage would be considered to have been done by the Contractor. The cost to repair said damage shall be solely borne by the Contractor.

CHANDLER NEWBERGER ELEC & HVAC PROJECT REQUIREMENTS SECTION 01000 - 3

1.06 TEMPORARY CONSTRUCTION FACILITIES A. The following temporary utilities and facilities on the construction site shall be provided by

the party indicated below: ITEM PROVIDER

Telephone Not required Electricity Owner

Water Owner Toilets General Contractor Parking spaces for Contractor vehicles Within job site only, no street parking Parking spaces for workmen Limited street parking (3 spaces)

Storage areas & facilities Limited unsecured space within job site or contractor provided storage containers in parking lot

Temporary Heating/Cooling General Contractor Job-site trailers & offices Owner (for Meetings only)

PART 2 – PRODUCTS (NOT APPLICABLE)

PART 3 – EXECUTION (NOT APPLICABLE)

END OF SECTION 01000

CHANDLER NEWBERGER ELEC & HVAC SUMMARY OF WORK SECTION 01010 - 1

SECTION 1010 SUMMARY OF WORK

PART 1 – GENERAL

1.01 WORK COVERED BY CONTRACT DOCUMENTS

A. The Project Manual and accompanying drawings are intended to cover the work necessary to construct the various headings of work as described in detail herein.

B. The work to be performed under this contract shall consist of the furnishing of all materials, equipment, supplies, labor and transportation, and performing all work as required to strictly conform to the provisions of the specifications, schedules and drawings, all of which are made a part herein, together with such detail drawings as may be furnished by the Owner from time to time during the prosecution of the work in amplification of said drawings and specifications.

1.02 RELATED WORK

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and all other Divisions of the Project Manual, apply to this section.

1.03 CONTRACT ORGANIZATION

A. This Construction Project is organized under a single contract between the Owner and the Contractor. The Contractor is responsible for all plans and specification sections as presented in this project manual.

1.04 WORK SEQUENCE

A. All work and sequence of operations shall be as scheduled in conjunction with all subcontractors, and the Owner in such a manner as not to hinder or delay any other contractors in the progress of their work, and to an end that will expedite the work to completion at the earliest possible date.

B. Both Contractor and Subcontractor shall cooperate to execute their work as scheduled to minimize the delays to each other and to cause the least inconvenience to the Owner and the public.

1.05 CONTRACTORS’ USE OF PREMISES

A. The Contract shall limit his use of the premises for work and for storage to allow for: 1. Work by other contractors 2. Owner occupancy 3. Public use

B. Coordinate the use of the premises under direction of the Owner. Stage work so as to avoid disruption to Owner’s operation.

C. Assume full responsibility for the protection and safekeeping of products under this Contract, which are stored at the project site or on the Contractor’s property.

D. Move any stored products, under Contractor’s control, which interfere with operation of the Owner or separate contractor.

E. Obtain and pay for the use of additional storage or work areas needed for operations.

1.06 OWNER OCCUPANCY A. Owner will occupy the premises during the entire period of construction for the conduct of its

normal operations. Cooperate with the Owner in all construction operations to minimize conflict and to facilitate owner usage.

B. Contractor shall not utilize or prevent access to existing utility easement areas during the entire construction period.

1.07 LINES, LEVELS AND LAYOUT OF WORK

A. The Contractor shall establish and guarantee all lines, levels, etc. called for on the drawings, including the lines, levels, etc. of all Subcontractors.

CHANDLER NEWBERGER ELEC & HVAC SUMMARY OF WORK SECTION 01010 - 2

1.08 WORK HOURS A. Work hours are 7:00 am to 6:00 pm, Monday through Friday and 8:00 am to 5:00 pm on

Saturday. No work is allowed on Sundays. Access to the site will not be allowed outside of normal work hours.

PART 2 – PRODUCTS (NOT APPLICABLE)

PART 3 – EXECUTION

(NOT APPLICABLE)

END OF SECTION 01010

CHANDLER NEWBERGER ELEC & HVAC APPLICATIONS FOR PAYMENT SECTION 01027 - 1

SECTION 1027 APPLICATIONS FOR PAYMENT

PART 1 – GENERAL

1.01 SUMMARY

A. Contractor shall comply with procedures described in this Section when applying for progress payments and final payment under the Contract.

1.02 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and all other Divisions of the Project Manual, apply to this Section. B. Payments upon Substantial Completion and Completion of the Work are described in

Section 01700 – PROJECT CLOSEOUT. C. The Owner’s approval of applications for progress payment and final payment may be

contingent upon the Owner’s approval of status of Project Record Documents as described in Section 01720 – PROJECT RECORD DOCUMENTS of these Specifications.

1.03 QUALITY ASSURANCE A. Prior to start of construction, secure the Owner’s approval of the schedule of values

required to be submitted as specified below. B. During progress of the Work, modify the schedule of values as approved by the Owner to

reflect changes in the Contract Sum due to Change Orders or other modifications of the Contract.

C. All requests for payment shall be based on the approved Schedule of Values for the project.

D. All modifications to the contract shall be based on the approved Schedule of Values for the project.

1.04 SCHEDULE OF VALUES A. Coordinate preparation of the Schedule of Values with preparation of the Contractor’s

Construction Schedule. 1. Correlate line items in the Schedule of Values with other required administrative

schedules and forms, including: a. Contractor’s construction schedule. b. Application for Payment forms. c. List of subcontractors. d. Schedule of alternates. e. List of products. f. List of principal suppliers and fabricators. g. Schedule of submittals.

2. Submit the Schedule of Values to the Owner at the earliest feasible date, but in no case later than seven (7) days before the date scheduled for submittal of the initial Application for Payment.

B. The format and content of the Schedule of Values shall be based on the itemized Unit Price List as described in Section 00300 – BID FORM and shall include a complete dollar value for each unit item. The Contractor is strongly encouraged to utilize spreadsheet software for preparation of all pay applications. 1. Include the following Project identification on the Schedule of Values:

a. Project name and location. b. Purchase order number. c. Contractor’s name and address. d. Date of submittal.

2. Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed: a. Itemized description. b. Related Specification Section c. Name of subcontractor.

CHANDLER NEWBERGER ELEC & HVAC APPLICATIONS FOR PAYMENT SECTION 01027 - 2

d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that have affected value. g. Dollar value. h. Percentage of Contract Sum to the nearest one-hundredth percent,

adjusted to total 100 percent. 3. For each part of the Work where an Application for Payment may include

materials or equipment, purchased or fabricated and stored, but not yet installed, provide separate line items on the Schedule of Values for initial cost of the materials, for each subsequent stage of completion, and for total installed value of that part of the Work.

4. Show line items for indirect costs and margins on actual costs, only to the extent that such items will be listed individually in Applications for Payment. Each item in the Schedule of Values and Applications for Payment shall be complete including its total cost and proportionate share of general overhead and profit margin.

5. Update and resubmit the Schedule of Values when Change Orders result in a change in the Contract Sum.

1.05 PROCEDURES A. Informal submittal

1. Make informal submittal of request for payment by filling in, with erasable pencil, pertinent portions of AIA Document G702, “Application and Certification for Payment,” plus continuation sheet or sheets of AIA Document G703.

2. Make this preliminary submittal to the Architect and Owner in accordance with the Owner’s payment schedule.

3. Revise the informal submittal of the request for payment as directed by the Owner, initialing all copies.

B. Formal submittal 1. Make formal submittal of request for payment by filling in the agreed data, by

typewriter or neat lettering in ink, on AIA Document G702, “Application and Certification for Payment,” plus continuation sheet(s) of AIA Document G703.

2. Sign and notarize the Application and Certificate for Payment. 3. Reference Purchase Order number on Application for Payment 4. Secure and file with submittal progress waivers for all materials incorporated

into and labor and equipment employed on the work before payment requests are processed. a. Initial payment will be processed without progress waivers. Subsequent

requests will require progress waivers for previous payment. 5. Submit the original of the Application and Certificate for Payment and the

continuation sheet or sheets to the Architect and Owner for approval. 6. The Architect and Owner will compare the formal submittal with the approved

informal submittal and, when approved, will sign the Application and Certificate for Payment, will make and distribute required copies. The Owner will disburse directly to the Contractor the amount certified less 10% retainage.

7. Approved formal submittals must be received by the Owner in accordance with the Owner’s payment schedule.

PART 2 – PRODUCTS (NOT APPLICABLE)

PART 3 – EXECUTION

(NOT APPLICABLE) END OF SECTION 01027

CHANDLER NEWBERGER ELEC & HVAC CUTTING AND PATCHING SECTION 01045 - 1

SECTION 1045 CUTTING AND PATCHING

PART 1 – GENERAL

1.01 SUMMARY

A. This Section establishes general requirements pertaining to cutting (including excavation), fitting and patching of the Work required.

1.02 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and all other Divisions of the Project Manual, apply to this Section. B. Execute cutting (including excavation), filling or patching of work, required to:

1. Make several parts fit properly. 2. Uncover work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to the Contract requirements. 5. Remove samples of installed work as specified for testing. 6. Install specified work in existing construction.

C. In addition to Contract requirements, upon written instruction of the Owner: 1. Uncover work to provide for observation of covered work. 2. Remove samples of installed materials for testing. 3. Remove work to provide for alteration of existing work.

D. Do not cut or alter work of another contractor without written consent of the Owner. 1.03 SUBMITTALS

A. Prior to cutting which affects structural safety of Project, or work of another contractor, submit written notice to the Owner requesting consent to proceed with cutting.

B. Include the following: 1. Project identification. 2. Description of affected work. 3. Necessity for cutting. 4. Effect on other work and on structural integrity of Project. 5. Description of proposed work. Designate:

a. Scope of cutting and patching. b. Contractor and trades to execute the work. c. Products proposed to be used. d. Extent of refinishing.

6. Alternatives to cutting and patching. 7. Designation of party responsible for cost of cutting and patching.

C. Prior to cutting and patching done by instruction of Owner, submit cost estimate. D. Should conditions of work or schedule indicate change of materials or methods, submit

recommendations to the Owner, including: 1. Conditions indicating change. 2. Recommendation for alternative materials or methods. 3. Submittals as required for substitutions.

E. Submit written notice to the Owner, designating time the work will be uncovered to provide for observation.

1.04 PAYMENT FOR COSTS A. Costs caused by ill-timed or defective work, or work not conforming to Contract

Documents: Party responsible for ill-timed, rejected or non-conforming work. B. Work done on instruction of the Owner (by Change Order), other than defective or non-

conforming work shall be paid for by the Owner. 1.05 QUALITY ASSURANCE

A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section.

CHANDLER NEWBERGER ELEC & HVAC CUTTING AND PATCHING SECTION 01045 - 2

PART 2 – PRODUCTS 2.01 MATERIALS

A. For replacement of work removed, comply with Specifications for type of work to be performed.

PART 3 – EXECUTION

3.01 INSPECTION

A. Inspect existing conditions of work, including elements subject to movement or damage during: 1. Cutting and patching. 2. Excavating and backfilling

B. After uncovering work, inspect conditions affecting installation of new products. 3.02 PREPARATION

A. Prior to cutting: 1. Provide shoring, bracing and support as required to maintain structural integrity

of project. 2. Provide protection for other portions of the project. 3. Provide protection from the elements.

3.03 PERFORMANCE A. Execute fitting and adjustment or provide finished installation to comply with specified

tolerances and finishes. B. Execute cutting and demolition by methods which will prevent damage to other work,

and will provide proper surfaces to receive installation of repairs and new work. C. Execute excavating and backfilling by methods which will prevent damage to other work,

and will prevent settlement. D. Restore work which has been cut or removed; install new products to provide complete

work in accordance with contract requirements. E. Refinish entire surfaces as necessary to provide an even finish.

1. Continuous surfaces: to nearest intersection (s). 2. Assembly: entire refinishing.

END OF SECTION 01045

CHANDLER NEWBERGER ELEC & HVAC REGULATORY REQUIREMENTS SECTION 01060 - 1

SECTION 1060 REGULATORY REQUIREMENTS

PART 1 – GENERAL

1.01 SUMMARY

A. Contractors shall comply with all laws, rules and regulations governing the Work. 1. When Contractor observes that Contract Documents are in variance with

specified codes, notify the Owner in writing immediately. The Owner will issue all changes in accord with the General Conditions.

2. When Contractor performs any Work knowing or having reason to know that the Work is contrary to such laws, rules and regulations and fails to so notify the Owner, the Contractor shall pay all costs arising therefrom. However, it will not be the Contractor’s primary responsibility to make certain that the Contract Documents are in accord with such laws, rules and regulations.

1.02 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and all other Divisions of the Project Manual, apply to this Section.. 1.03 DEFINITIONS AND ABBREVIATIONS

A. Definitions 1. “Codes” means rules, regulations or statutory requirements of government

agencies. 2. “Standards” means requirements set by authorities, custom or general consent

and establish accepted criteria. B. Abbreviations

1. ADA Americans with Disabilities Act 2. AGCI Associated General Contractors in Illinois 3. ANSI American National Standards Institute 4. ASHRAE American Society of Heating, Refrigeration and Air

Conditioning Engineers 5. ASTM American Society of Testing and Materials 6. BOCA Building Officials Code Association 7. COE City of Evanston 8. CPSC Consumer Product Safety Commission (Federal) 9. FM Factory Mutual Engineering Corp. 10. IDOL Illinois Department of Labor 11. IDOT Illinois Department of Transportation 12. IDPH Illinois Department of Public Health 13. IEPA Illinois Environmental Protection Agency 14. ISPE Illinois Society of Professional Engineers 15. NFPA National Fire Protection Association 16. SFM Office of State Fire Marshall 17. UL Underwriters Laboratories, Inc.

1.04 QUALITY ASSURANCE

A. Contractor shall: 1. Ensure that copies of specified codes and standards are readily available to

Contractor’s personnel. Copies are available at Contractor’s expense from source or publisher.

2. Ensure that Contractor’s personnel are familiar with workmanship and installation requirements of specified codes and standards.

1.05 REFERENCE SPECIFICATIONS A. The Specifications referred to herein shall be interpreted to mean the following and shall

include all addenda, changes to, etc. Reference to Engineer shall mean Owner.

CHANDLER NEWBERGER ELEC & HVAC REGULATORY REQUIREMENTS SECTION 01060 - 2

1. “Standard Specifications” – The Illinois Department of Transportation’s (IDOT’s) “Standard Specifications for Road and Bridge Construction”, latest edition.

2. “Supplemental Specifications” – IDOT’s “Supplemental Specifications and Recurring Special Provisions”, latest edition.

3. “Traffic Specifications” – IDOT’s “Standard Specifications for Traffic Control Items”, latest edition.

4. “Standard Sewer Specifications” – The “Standard Specifications for Water and Sewer Main Construction in Illinois”, latest edition.

1.06 REGULATORY REQUIREMENTS A. Source and requirements:

1. EBA: “Environmental Barriers Act” Illinois Accessibility Code 2. ADA: Americans with Disabilities Act 3. ISPC: Illinois State Plumbing Code, current edition 4. IEPA: (current editions at date of bidding documents)

a. Air Pollution Standards b. Noise Pollution Standards c. Water Pollution Standards d. Public Water Supplies e. Solid Waste Standards f. Illinois Recommended Standards for Sewage Work

5. Illinois Purchasing Act, as amended (Illinois Compiled Statutes, 30 ILCS 505/1 et seq)

6. OSFM: a. Gasoline and Volatile Oils (Illinois Compiled Statutes, 430 ILCS

15/0.01 et seq) b. Liquefied Petroleum Gases (Illinois Compiled Statutes, 430 ILCS

5/0.01 et seq) c. Liquefied Petroleum Gas Containers (Illinois Compiled Statutes, 430

ILCS 10/0.01 et seq) d. Boiler and Pressure Vessel Safety Act and Rules and Regulations

(Illinois Compiled Statutes, 430 ILCS 75/1 et seq) e. Illinois Rules and Regulations for Fire Prevention and Safety, as

amended 24 December 1973. 7. CODES:

a. City of Evanston “City Ordinances” and “Building Code”, current editions.

b. Uniform Building Code; BOCA National Building Code (as applicable) c. Work not covered by above codes: Use NFPA National Fire Codes,

current edition. B. The Owner may reference other codes or standards throughout the Project Manual when

deemed appropriate for proper compliance with regulatory requirements.

PART 2 – PRODUCTS (NOT APPLICABLE)

PART 3 – EXECUTION

(NOT APPLICABLE)

END OF SECTION 01060

CHANDLER NEWBERGER ELEC & HVAC REFERENCE STANDARDS AND DEFINITIONS

SECTION 01095 - 1

SECTION 1095 REFERENCE STANDARDS AND DEFINITIONS

PART 1 – GENERAL

1.01 RELATED WORK

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and all other Divisions of the Project Manual, apply to this Section.

1.02 DEFINITIONS A. General: basic contract definitions are included in the General Conditions. B. Indicated: the term “indicated” refers to graphic representations, notes or schedules on

the Drawings, other paragraphs or schedules in the Specifications, and similar requirements in the Contract Documents. Where terms such as “shown,” “noted,” “scheduled” and “specified” are used, it is to help the reader locate the reference; no limitation on location is intended.

C. Directed: terms such as “directed,” requested,” “authorized,” “selected,” “approved,” “required” and “permitted” mean “directed by the Owner,” “requested by the Owner” and similar phrases.

D. Approve: the term “approved,” where used in conjunction with the Owner action on the Contractor’s submittals, applications and requests, is limited to the Owner’s duties and responsibilities as stated in the General Conditions.

E. Regulation: the term “regulations” includes laws, ordinances, statutes and lawful orders issued by authorities having jurisdiction, as well as rules, conventions and agreements within the construction industry that control performance of the Work.

F. Furnish: the term “furnish” is used to mean “supply and deliver to the Project site, ready for unloading, unpacking, assembly, installation and similar operations.”

G. Install: the term “install” is used to describe operations at project site including the actual “unloading, unpacking, assembly, installation, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations.”

H. Provide: the term “provide” means “to furnish and install, complete and ready for the intended use.

I. Installer: an “installer” is the Contractor or an entity engaged by the Contractor, either as an employee, subcontractor or sub-subcontractor, for performance of a particular construction activity, including installation, erection, application and similar operations. Installers are required to be experienced in the operations they are engaged to perform.

1.03 INDUSTRY STANDARDS A. Applicability of Standards: except where the Contract Documents include more stringent

requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents. Such standards are made a part of the Contract Documents by reference.

B. Publication Dates: where the date of issue of a referenced standard is not specified, comply with the standard in effect as of date of Contract Documents.

C. Conflicting Requirements: where compliance with two or more standards is specified, and the standards establish different or conflicting requirements for minimum quantities or quality levels, refer requirements that are different, but apparently equal, and uncertainties to the Owner for a decision before proceeding. 1. Minimum Quality or Quantity Levels: the quantity or quality level shown or

specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. In complying with these requirements, indicated numeric values are minimum or maximum, as appropriate for the context of the requirements. Refer uncertainties to the Owner for a decision before proceeding.

D. Copies of Standards: each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity’s construction activity. Copies of applicable standards are not bound with the Contract Documents.

CHANDLER NEWBERGER ELEC & HVAC REFERENCE STANDARDS AND DEFINITIONS

SECTION 01095 - 2

1. Where copies of standards are needed for performance of a required construction activity, the Contractor shall obtain copies directly from the publication source.

2. Although copies of standards needed for enforcement of requirements may be included as part of required submittals, the Owner reserves the right to require the Contractor to submit additional copies as necessary for enforcement of requirements.

E. Abbreviations and Names: trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction or other entity applicable to the context of the text provision. Refer to the “Encyclopedia of Associations,” published by Gale Research Co., available in most libraries. The following acronyms or abbreviations as referenced in Contract Documents are defined to mean the associated names. Names and addresses are subject to change and are believed to be but are not assured to be accurate and up to date as of date of Contract Documents.

AA Aluminum Assoc. 900 19th St, NW, Suite 300 Washington, DC 20006 (202) 862-5100

AAMA American Architectural Manufacturer’s Assoc. 1540 E. Dundee Rd, Suite 310 Palatine, IL 60067 (708) 202-1350

AAN American Assoc. of Nurserymen 1250 Eye St, NW, Suite 500 Washington, DC 20005 (202) 789-2900

AASHTO American Assoc. of State Highway and Transportation Officials 444 N. Capitol St, Suite 225 Washington, DC 20001 (202) 624-5800

ACI American Concrete Institute PO Box 19150 Detroit, MI 48219-0150 (313) 532-2600

ACIL American Council of Independent Laboratories 1725 K St, NW Washington, DC 20006 (202) 887-5872

ACPA American Concrete Pipe Assoc. 8320 Old Courthouse Rd. Vienna, VA 22180 (703) 821-1990

AGA American Gas Assoc. 1515 Wilson Blvd. Arlington, VA 22209 (703) 841-8400

AHA American Hardboard Assoc. 520 N. Hicks Rd. Palatine, IL 60067-3609 (708) 934-8800

AI Asphalt Institute Research Park Drive PO Box 14052 Lexington, KY 40512-4052 (606) 288-4960

AIA American Institute of Architects 1735 New York Ave, NW Washington, DC 20006 (202) 626-7300

A.I.A. American Insurance Assoc. 1130Connecticut Ave, NW Washington, DC 20036 (202) 828-7100

AISC American Institute of Steel Construction 1 E. Wacker Dr, Suite 3100 Chicago, Il 60601-2001 (312) 670-2400

AISI American Iron and Steel Institute 1101 17th St. NW, Suite 1300 Washington, DC 20005-2701 (202) 452-7100

AITC American Institute of Timber Construction 11818 SE Mill Plain Blvd, Ste.415 Vancouver, WA 98684-5092 (206) 254-9132

ALI Associated Laboratories 641 S. Vermont St. Palatine, IL 60067 (708) 358-7400

ALSC American Lumber Standards Committee PO Box 210 Germantown, MD 20874 (301) 972-1700

ANSI American National Standards Institute 11 W. 42nd Street New York, NY 10036 (212) 354-3300

AOSA Assoc. of Official Seed Analysts C/o Jim Lair Illinois Dept. of Agriculture Seed Lab Box 19281 Springfield, IL 62794 (217) 782-7655

APA American Plywood Assoc. PO Box 11700 Tacoma, WA 98411 (206) 565-6600

API American Petroleum Institute 1220 L St, NW Washington, DC 20005 (202) 682-8000

ASC Adhesive and Sealant Council 1627 K Street, NW, Suite 1000 Washington, DC 20006 (202) 452-1500

ASHRAE American Society of Heating, Refrigerating and Air-conditioning Engineers, Inc. 1791 Tullie Circle, NE Atlanta GA 30329-2305

ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017

ASPE American Society of Plumbing Engineers 3617 Thousand Oaks Blvd, Suite 210 Westlake, CA 91362 (805) 495-7120

ASSE American Society of Sanitary Engineers PO Box 40362 Bay Village, OH 44140 (216) 835-3040

ASTM American Society for Testing and Materials 1916 Race St Philadelphia, PA 19103 (215) 299-5400

AWI Architectural Woodwork Institute 2310 S. Walter Reed Dr. Arlington, VA 22206 (703) 671-9100

AWPA American Wood Preservers Assoc. PO Box 286 Woodstock, MD 21163 (410) 465-3169

AWPB American Wood Preservers Bureau PO Box 5283 Springfield, VA 22150 (703) 339-6660

AWS American Welding Society PO Box 351040 550 LeJeune Road, NW

AWWA American Water Works Assoc. 6666 W Quincy Ave Denver, CO 80235

BANC Brick Assoc. of North Carolina PO Box 13290 Greensboro, NC 27415

CHANDLER NEWBERGER ELEC & HVAC REFERENCE STANDARDS AND DEFINITIONS

SECTION 01095 - 3

Miami, FL 33135 (305) 443-9353

(303) 794-7711 (919) 273-5566

BHMA Builders Hardware Manufacturers Assoc. 355 Lexington Ave, 17th Floor New York, NY 10017 (212) 661-4261

BIA Brick Institute of America 11490 Commerce Park Dr. Suite 300 Reston, VA 22091 (703) 620-0010

CISPI Cast Iron Soil Pipe Institute 5959 Shallowford Rd, Ste 419 Chattanooga, TN 37421 (615) 892-0137

CRSI Concrete Reinforcing Steel Institute 933 Plumb Grove Rd. Schaumburg, IL 60195 (708) 517-1200

EJMA Expansion Joint Manufacturers Assoc. 25 N. Broadway Tarrytown, NY 10591 (914) 332-0040

ETL ETL Testing Laboratories Inc. PO Box 2040 Route 11, Industrial Park Cortland, NY 13045 (607) 753-6711

HMA Hardwood Manufacturers Assoc. 2831 Airways Blvd., Ste 205, Bldg. B Memphis, TN 38132 (901) 346-2222

HPMA Hardwood Plywood Manufacturers Assoc. 1825 Michael Farraday Dr PO Box 2789 Reston, VA 22090-2789 (703) 435-2900

ICEA Insulated Cable Engineers Assoc. Inc. PO Box 440 South Yarmouth, MA 02664 (617) 394-4424

IEEE Institute of Electrical and Electronic Engineers 345 E. 47th Street New York, NY 10017 (212) 705-7900

IESNA Illuminating Engineering Society of North America 345 E 47th Street New York, NY 10017 (212) 705-7926

ILI Indiana Limestone Institute of America Stone City Bank Bldg, Ste 400 Bedford, IN 47421 (812) 275-4426

IMSA International Municipal Signal Assoc. PO Box 539 1115 N. Main Street Newark, NY 14513 (315) 331-2182

IRI Industrial Risk Insurers 85 Woodland St Hartford, CT 06102 (203) 520-7300

LPI Lightning Protection Institute PO Box 1029 Woodstock, IL 60098 (815) 337-0277

MBMA Metal Building Manufacturers Assoc. 1230 Keith Building Cleveland, OH 44115-2180

MCAA Mechanical Contractors Assoc. of America 5410 Grosvenor Lane, Ste 120 Bethesda, MD 20814 (301) 897-0770

NAAMM National Assoc. of Architectural Metal Manufacturers 600 S. Federal St, Ste 400 Chicago, IL 60605 (312) 922-6222

NAPA National Asphalt Pavement Assoc. Calvert Building, Suite 620 6811 Kenilworth Ave. Riverdale, MD 20737 (301) 779-4880

NAPF National Assoc. of Plastic Fabricators (Now DLPA)

NBGQA National Building Granite Quarries Assoc. PO Box 482 Barre, VT 05641 (802) 476-3115

NBHA National Builders hardware Assoc. (Now DHI)

NCMA National Concrete Masonry Assoc. 2302 Horse Pen Rd PO Box 781 Herndon, VA 22070-3406 (703) 435-4900

NEC National Electric Code (Now NfiPA)

NECA National Electrical Contractors Assoc. 7315 Wisconsin Ave Bethesda, MD 20814 (301) 657-3110

NEMA National Electrical Manufacturers Assoc. 2101 L St, NW, Ste 300 Washington, DC 20037 (202) 457-8400

NFiPA National Fire Protection Assoc. 1 Batterymarch Park Quincy, MA 02269 (617) 770-3000

NFoPA National Forest Products Assoc. 1250 Connecticut Ave, NW, Suite 200 Washington DC 20036 (202) 463-2700

NHLA National Hardwood Lumber Assoc. PO Box 34518 Memphis, TN 38184 (901) 377-1818

NLGA National Lumber Grades Authority 1055 W Hastings St. Ste 260 Vancouver, British Columbia Canada V6E 2H1 (604) 687-2171

NPA National Particleboard Assoc. 18928 Premiere Court Gaithersburg, MD 20879-1569 (301) 670-0604

NPCA National Paint and Coatings Assoc. 1500 Rhode Island Ave, NW Washington, DC 20005 (202) 462-6272

NSF National Sanitation Foundation PO Box 1468 3475 Plymouth Rd Ann Arbor, MI 48106 (313) 769-8010

NWMA National Woodwork Manufacturers Assoc. (Now NWWDA)

PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 60077-4321 (847) 966-6200

PCI Prestressed Concrete Institute 175 W Jackson Blvd Chicago, IL 60604-9773 (312) 786-0300

PDI Plumbing and Drainage Institute C/o Saul Baker 1106 W. 77th Street, South Dr. Indianapolis, IN 4626 (317) 251-6970

RIS Redwood Inspection Service 405 Enfrente Dr, Suite 300 Novato, CA 94949 (415) 382-0662

RMA Rubber Manufacturers Assoc. 1400 K St, NW Washington, DC 20005 (202) 682-4800

SHLMA Southern Hardwood Lumber Manufacturers Assoc. (Now HMA)

SJI Steel Joist Institute Suite A 1205 48th Ave North Myrtle Beach, SC 29577

SPIB Southern Pine Inspection Bureau 4709 Scenic Highway Pensacola, FL 32504 (904) 434-2611

CHANDLER NEWBERGER ELEC & HVAC REFERENCE STANDARDS AND DEFINITIONS

SECTION 01095 - 4

SSPC Steel Structures Painting Council

4400 Fifth Ave. Pittsburgh, PA 15213 (412) 268-3327

SSPMA Sump and Sewage Pump Manufacturers Assoc. 560 W Washington St, Ste 301 Chicago IL, 60606 (312) 332-4146

TPI Truss Plate Institute 583 D’Onofrio Drive Suite 200 Madison, WI 53719

UL Underwriters Laboratories 333 Pfingsten Rd. Northbrook, IL 60062 (847) 272-8800

WCLIB West Coast Lumber Inspection Bureau PO Box 23145 Portland, OR 97223 (503) 639-0651

WIC Woodwork Institute of California PO Box 11428 Fresno, CA 93773 (209) 233-9035

WRI Wire Reinforcement Institute 1101 Connecticut Ave, NW Washington, DC 20036-4303 (703) 790-9790

WWPA Western Wood Products Assoc. 522 SW 5th Ave, Yeon Bldg. Portland,OR 97204-2122 (503) 224-3930

W.W.P.A. Woven Wire Products Assoc. 2515 N. Nordica Ave. Chicago, IL 60635 (312) 637-1359

F. Federal Government Agencies: names and titles of federal government standard or

specification producing agencies are often abbreviated. The following acronyms or abbreviations referenced in the Contract Documents indicate names of standard or specification producing agencies of the federal government. Names and addresses are subject to change; they are believed to be but are not assured to be accurate and up to date as of the date of the Contract Documents.

CE Corps of Engineers (US Dept of the Army) Chief of Engineers – Referral Washington, DC 20314 (202) 272-0660

CFR Code of Federal Regulations Available from the Government Printing Office N. Capitol St between G and H St, NW Washington, DC 20402 (202) 783-3238 (Material is usually first published in the Federal Register)

CPSC Consumer Product Safety Commission 5401 Westbard Ave, Room 700 Washington, DC 20816 (800) 638-2772

CS Commercial Standard (US Dept of Commerce) Government Printing Office Washington, DC 20402 (202) 377-2000

DOC Department of Commerce 14th St and Constitution Ave, NW Washington, DC 20230 (202) 377-2000

DOT Department of Transportation 400 7th St, SW Washington, DC 20590 (202) 366-4000

EPA Environmental Protection Agency 401 M St, SW Washington, DC 20460 (202) 382-2090

FAA Federal Aviation Administration (US Dept of Transportation) 800 Independence Ave, SW Washington, DC 20590 (202) 366-4000

FCC Federal Communications Commission 1919 M St, NW Washington, DC 20554 (202) 632-7000

FHA Federal Housing Administration (US Dept of Housing and Urban Development) Director Manufactured Housing and Construction Standards Division 451 7th St, SW, Room 9158 Washington, DC 20201 (202) 755-5210

FS Federal Specification (from GSA) Supt. Of Documents, Government Printing Office 7th and D St, SW Washington, DC 20234 (202) 472-2205 or 472-2140

GSA General Services Administration F St and 18th St, NW Washington, DC 20405 (202) 472-1082

MIL Military Standardization Documents (US Dept of Defense) Naval Publications and Forms Center 5801 Tabor Ave Philadelphia, PA 19120

NIST National Institute of Standards and Technology (US Dept of Commerce) Gaithersburg, MD 20899 (301) 975-2000

OSHA Occupational Safety and Health Administration (US Dept of Labor) Government Printing Office Washington, DC 20402 (202) 523-6091

PS Product Standard of NBS National Institute of Standards and (DOC) Technology Standards Management Program A 625 Administration Gaithersburg, MD 20899 (202) 783-3238

USDA US Dept of Agriculture Independence Ave btwn. 12th and 14th St, SW Washington, DC 20250 (202) 447-8732

USPS US Postal Service 475 L’Enfant Plaza, SW Washington, DC 20260 (202) 268-2000

1.04 GOVERNING REGULATIONS/AUTHORITIES

A. The Owner has contacted authorities having jurisdiction where necessary to obtain information necessary for preparation of Contract Documents; that information may or

CHANDLER NEWBERGER ELEC & HVAC REFERENCE STANDARDS AND DEFINITIONS

SECTION 01095 - 5

may not be of significance to the Contractor. Contact authorities having jurisdiction directly for information and decisions having a bearing on the Work.

B. Copies of Regulations: Obtain copies of the applicable regulations and retain at the Project site, available for reference by parties who have a reasonable need for such reference.

1.05 SUBMITTALS A. Permits, Licenses and Certificates: for the Owner’s records, submit copies of permits,

licenses, certifications, inspection reports, releases, jurisdictional, settlements, notices, receipts for fee payments, judgements and similar documents, correspondence, and records established in conjunction with compliance with standards and regulations bearing upon performance of the Work.

PART 2 – PRODUCTS (NOT APPLICABLE)

PART 3 – EXECUTION

(NOT APPLICABLE)

END OF SECTION 01095

CHANDLER NEWBERGER ELEC & HVAC EXISTING UTILITY PROCEDURES SECTION 01105 - 1

SECTION 1105 EXISTING UTILITY PROCEDURES

PART 1 – GENERAL

1.01 SUMMARY

A. Perform the work associated with existing utilities, including removal, relocation, interruption and protection, meeting requirements of this section.

1.02 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and all other Divisions of the Project Manual, apply to this section. 1.03 GENERAL

A. Notification: before beginning any work, the Contractor shall notify all utility companies, public and private as applicable and any other party owning, operating or maintaining utility facilities on or in vicinity of project site in accordance with notification procedures of each utility company or any other party.

B. Protection: 1. Before beginning any work, the Contractor shall investigate and inform himself

of locations and extent of all utilities on and in vicinity of project site which may be encountered in performing the work and shall take suitable care to protect and prevent damage and cessation of operation to such utilities from his operations.

2. When performing adjacent to existing sewers, drains, water and gas lines; electric, telephone or telegraph conduit or cable; pole lines or poles, or other utility facilities, equipment or structures, which are to remain in operation, contractor shall maintain such utility facilities, equipment and structures in place and protect from damage and cessation of operation and shall cooperate with applicable utility company and any other party owning, operating or maintaining such utility facilities, equipment or structures.

3. Methods of protection shall be subject to approval of utility company and any other party owning, operating or maintaining such utility, equipment or structure.

C. Damages: 1. Should existing utilities which are to remain in operation be damaged during

construction operations, the Contractor shall immediately notify utility company, Owner and any other party owning, operating or maintaining such utility.

2. The Contractor shall be responsible for and shall repair or replace at the Contractor’s expense, as applicable, damages to any such utility facilities, equipment or structures caused by his acts, whether negligent or otherwise, or his omission to act, whether negligent or otherwise, and shall leave such utility facilities, equipment or structures in as good condition as existed prior to commencement of his operations as approved by utility company and any other party owning, operating or maintaining such utility. In addition, the Contractor shall be responsible for any damages or liability which the Owner may be held liable. Materials and methods of repair or replacement shall be subject to approval of utility company and other party owning, operating or maintaining such utility.

3. However, any such utility equipment or structures damaged as a result of any act, or omission to act, of the Contractor, may, at option of applicable utility company and any other party owning, operating or maintaining such utility facilities, equipment or structures damaged, be repaired or replaced by such applicable utility company or other party. In such event cost of repairs or replacement shall be the responsibility of the Contractor at no addition to the Contract Sum.

CHANDLER NEWBERGER ELEC & HVAC EXISTING UTILITY PROCEDURES SECTION 01105 - 2

1.04 PROCEDURES A. Locations:

1. Request all utility companies and any other party owning, operating or maintaining utility facilities on or in vicinity of project site as applicable, to locate or stakeout locations, extent, alignment and elevation of such utility facilities.

2. Approximate locations and extent of known existing utility facilities, equipment and structures may be determined by examining documents of utility companies and any other party owning, operating or maintaining such utility facilities, and available information documents and Drawings for the work.

3. Should uncharted or incorrectly charted existing utility facilities, equipment and structures be encountered during performance of the Work, consult utility companies and other party owning, operating or maintaining such utility facilities for directions.

4. After such utilities have been uncovered and their actual locations and extent determined, the Owner will furnish additional Drawings, if relocation is required, subject to approval of utility companies and any other parties owning, operating or maintaining such utility facilities.

5. Submit record drawings showing locations and extent discrepancies of utilities those indicated in available reference documents or Drawings for the Work, regardless of cause of location or extent discrepancy, meeting, requirements of the general conditions.

B. Scheduling: 1. General: existing utilities shall not be disturbed until utility companies and any

other party owning, operating or maintaining such utility facilities and users of such utilities have been notified in accordance with notification procedure of such utility companies or any other parties. Contractor shall conduct work so that utility may be removed, relocated or supported during construction operations and maintained in service until the work to be provided under Contract is completed.

2. Any existing utility should be relocated only as approved by utility companies and any other parties owning, operating or maintaining such utility facilities. Contractor shall cooperate with utility companies and any other parties in performance of this work.

3. Interruptions: when Contractor desires to take an existing utility service out of operation, notify Owner at least 72 hours in advance of such time and obtain written permission of utility company or other parties owning, operating or maintaining such utility facilities prior to interrupting service. Interruption of service shall be kept to an absolute minimum. a. Utility company and any or other parties owning, operating or

maintaining such utility facilities shall have right to require Contractor to perform work which requires such interruptions in stages and during non-standard working hours to reduce time of each interruption, at no addition to Contract Sum.

b. When necessary, provide acceptable temporary utility services during such interruptions, before taking utility service out of operation, at no addition to Contract Sum.

PART 2 – PRODUCTS (NOT APPLICABLE)

PART 3 – EXECUTION

(NOT APPLICABLE)

END OF SECTION 01105

CHANDLER NEWBERGER ELEC & HVAC PROJECT MEETINGS SECTION 01200 - 1

SECTION 1200 PROJECT MEETINGS

PART 1 – GENERAL

1.01 SUMMARY

A. This section specifies administrative and procedural requirements for project meetings including but not limited to: 1. Pre-construction Conference 2. Pre-installation Conferences 3. Coordination Meetings 4. Progress Meetings

B. Construction schedules are specified in Section 01300 – SUBMITTALS. 1.02 RELATED WORK

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and all other Divisions of the Project Manual, apply to this Section.

1.03 PRE-COSTRUCTION CONFERENCE A. The Owner shall schedule a pre-construction conference and organizational meeting at

the Project site or other convenient location no later than 15 days after execution of the Agreement and prior to commencement of construction activities. Conduct the meeting to review responsibilities and personnel assignments.

B. Attendees: The Owner, the Contractor and its superintendent, major subcontractors, manufacturers, suppliers and other concerned parties shall each be represented at the conference by persons familiar with and authorized to conduct matters relating to the Work.

C. Agenda: Discuss items of significance that could affect progress including such topics as: 1. Tentative construction schedule 2. Critical Work sequencing 3. Designation of responsible personnel 4. Procedures for processing field decisions and Change Orders 5. Procedures for processing Applications for Payment 6. Distribution of Contract Documents 7. Submittal of Shop Drawings, Product Data and Samples 8. Preparation of record documents 9. Use of the premises 10. Office, Work and storage areas 11. Equipment deliveries and priorities 12. Safety procedures 13. First aid 14. Security 15. Housekeeping 16. Construction activity policies and working hours 17. MBE/WBE/EBE requirements 18. Coordination with affected utilities and governing jurisdictions

1.04 PRE-INSTALLATION CONFERENCE A. Conduct a pre-installation conference at the site before each construction activity that

requires coordination with other construction. The installer and representatives of manufacturers and fabricators involved in or affected by the installation, and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meting. Advise the Owner of scheduled meeting dates.

B. Review the progress of other construction activities and preparations for the particular activity under consideration at each pre-installation conference, including requirements for: 1. Contract Documents 2. Options 3. Related Change Orders

CHANDLER NEWBERGER ELEC & HVAC PROJECT MEETINGS SECTION 01200 - 2

4. Purchases 5. Deliveries 6. Shop Drawings, Product Data and quality control samples 7. Possible conflicts 8. Compatibility problems 9. Time schedules 10. Weather limitations 11. Manufacturer’s recommendations 12. Compatibility of materials 13. Acceptability of substrates 14. Temporary facilities 15. Space and access limitations 16. Governing regulations 17. Safety 18. Inspection and testing requirements 19. Required performance results 20. Recording requirements 21. Protection

C. Record significant discussions and agreements and disagreements of each conference, along with the approved schedule. Distribute the record of the meeting to everyone concerned, promptly, including the Owner.

D. Do not proceed if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of Work and reconvene the conference at the earliest feasible date.

1.05 PROGRESS MEETINGS (Minimum one (1) per week) A. Conduct progress meetings at the Project site at regularly scheduled intervals. Notify the

Owner of scheduled meeting dates. Coordinate dates of meetings with preparation of the payment requests.

B. Attendees: in addition to the Owner, each subcontractor, supplier or other entity concerned with current progress or involved in planning, coordination or performance of future activities shall be represented at these meetings by persons familiar with the Project and authorized to conclude matters relating to progress.

C. Agenda: Review and correct or approve minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the current status of the Project.

D. Contractor’s Construction Schedule: review progress since the last meeting. Determine where each activity is in relation to the Contractor’s Construction Schedule, whether on time, ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Period.

E. Review the present and future needs of each entity present, including such items as: 1. Interface requirements 2. Time 3. Sequences 4. Deliveries 5. Off-site fabrication problems 6. Access 7. Site utilization 8. Temporary facilities and services 9. Hours of Work 10. Hazards and risks 11. Housekeeping 12. Quality and Work standards 13. Change Orders 14. Documentation of information for payment requests.

CHANDLER NEWBERGER ELEC & HVAC PROJECT MEETINGS SECTION 01200 - 3

F. Reporting: no later than three (3) days after each progress meeting date, distribute copies of minutes of the meeting to each party present and to other parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report.

G. Schedule Updating: revise the construction schedule after each progress meting where revisions to the schedule have been made or recognized. Issue the revised schedule concurrently with the report of each meeting.

PART 2 – PRODUCTS (NOT APPLICABLE)

PART 3 – EXECUTION

(NOT APPLICABLE)

END OF SECTION 01200

CHANDLER NEWBERGER ELEC & HVAC ALLOWANCES SECTION 01210-1

SECTION 01210 ALLOWANCES

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

B. Other provisions concerning Allowances also may be stated in other Sections of these Specifications. 1.2 SUMMARY

A. The allowance is general and is to be used to provide adequate budget and bonding to cover items not able to be precisely determined by the Owner prior to bidding including any unforeseen conditions that are discovered. Allow within the proposed Total Base Bid Amount the amounts described in this Section.

B. Unless otherwise provided in the Contract Documents: 1. Allowances shall cover the cost to the Contractor of materials and equipment delivered at the site

and all required taxes, less applicable trade discounts. 2. Contractor’s cost for unloading and handling at the site, labor, installation costs, overhead, profit,

and similar costs related to products and materials ordered by the Owner and selected by the Consultant under an allowance shall be included in the Lump Sum Base Bid Amount and not as a part of the allowance.

3. Allowance work and estimated costs shall be pre-approved prior to the start of and during the Construction with Proposals documenting the work to be performed, with clearly stated not-to-exceed estimates and step by step method of procedures for the proposed work stated on the forms provided in the Contract Documents. Proposals must be submitted and accepted by the Owner prior to starting any allowance work. After discovering an unforeseen condition, the contractor shall submit a Proposal that includes a report summarizing the found condition. The Consultant and Owner will view the unforeseen condition to determine if the work will be authorized. Allowance work shall only be authorized by written Change Order. Under no circumstances shall the Contractor move forward with the work in question nor shall the contractor expend allowance without an approved Change Order.

1.3 ALLOWANCE RESPONSIBILITIES

A. Consultant Responsibilities: 1. Consult with Contractor in consideration and selection of products, suppliers and installers.

2. Select products or services in consultation with Owner. 3. Review method of procedure and estimated maximum costs documented on Proposals submitted by

the Contractor and transmit Owner’s decision to Contractor. Owner approved Change Orders are required prior to proceeding with Allowance Work.

4. Review, recommend and transmit Change Orders to Owner for approval. 5. Transmit Owner’s decision to the Contractor. B. Contractor’s Responsibilities: 1. Assist Consultant in selection of products, suppliers and installers.

2. Obtain proposals from suppliers and installers and offer recommendations and review of proposals submitted. Transmit to Consultant on Proposal forms provided in Contract Documents, attaching all supporting documentation. Include any bond cost adjustments with the proposal. Include scheduling information and assessment of impact of other work.

3. On notification of selection by Consultant, execute purchase agreement with designated supplier and installer.

4. Arrange for and process shop drawings, product data and samples. Arrange for delivery. 5. Promptly inspect products upon delivery for completeness, damage and defects. Submit claims for

transportation damage. 6. Document thoroughly all costs related to the work.

7. Advise the Consultant immediately of any material changes in estimated cost, scope or timing. Contractor may not exceed estimated maximum cost without written acceptance by Owner.

8. Provide the Consultant with fully documented Change Orders detailing all allowance work performed. Including all documentation required.

1.4 ALLOWANCE DOCUMENTATION

A. All work covered by Allowances must be thoroughly documented as follows: 1. Upon encountering Allowance work or any field conditions which is not as shown in Construction

Documents, the Contractor shall immediately notify the Consultant and develop a written Proposal

CHANDLER NEWBERGER ELEC & HVAC ALLOWANCES SECTION 01210-2

detailing any additional work required. Proposals shall include a report summarizing the found condition to the Consultant. Contractor work initiated without submitting a completed Proposal and obtaining the Owner’s written approval by Change Order is performed entirely at Contractor’s own risk and cost, regardless of any prior verbal approval.

2. The Consultant shall review the Proposal and provide the Owner with a written recommendation regarding the proposed work.

3. The Owner shall review the Contractor’s Proposal and the Consultant’s recommendation and, if appropriate, provide written approval via Change Order for use of the Allowance.

1.5 SCHEDULE OF ALLOWANCES

Allowance Number 1, Additional Work General: $50,000.00.

1.6 ALLOWANCE EXCLUSIONS

A. General 1. Additional costs related to improper scheduling, sequencing or coordination will not be covered

within the Allowance, as determined solely by the Owner. C. Existing Building Component Exclusions

1. All work required to protect existing building surfaces and components is included in the Base Bid and will not be covered within the Allowance.

PART 2 – PRODUCTS

(Not Used)

PART 3 – EXECUTION (Not Used)

END OF SECTION 01210

CHANDLER NEWBERGER ELEC & HVAC SUBMITTALS SECTION 01300 - 1

SECTION 1300 SUBMITTALS

PART 1 – GENERAL

1.01 SUMMARY

A. This section specifies administrative and procedural requirements for submittals required for performance of the Work, including: 1. Contractor’s construction schedule 2. Submittal schedule 3. Daily construction reports 4. Shop Drawings 5. Product Data 6. Samples

B. Administrative Submittals: refer to other Division 0 and 1 sections and other Contract Documents for requirements for administrative submittals. Such submittals include but are not limited to: 1. Permits 2. Applications for payment 3. Performance and payment bonds 4. Insurance certificates 5. List of subcontractors

C. The Schedule of Values submittal is included in Section 1027 – APPLICATION FOR PAYMENT.

D. Inspection and test reports are included in Section 1400 – QUALITY CONTROL SERVICES.

1.02 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and all other Divisions of the Project Manual, apply to this Section. 1.03 SUBMITTAL PROCEDURES

A. Coordination: coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other

submittals and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related elements of the

Work so processing will not be delayed by the need to review submittals concurrently for coordination. a. The Owner reserves the right to withhold action on a submittal

requiring coordination with other submittals until related submittals are received.

3. Processing: allow sufficient review time so that installation will not be delayed as a result of the time required to process submittals, including time for re-submittals. a. Allow two weeks for initial review. Allow additional time if processing

must be delayed to permit coordination with subsequent submittals. The Owner will promptly advise the Contractor when a submittal being processed must be delayed for coordination.

b. If an intermediate submittal is necessary, process the same as the initial submittal.

c. Allow two weeks for re-processing each submittal. d. No extension of Contract Time will be authorized because of failure to

transmit submittals to the Owner sufficiently in advance of the Work to permit processing.

CHANDLER NEWBERGER ELEC & HVAC SUBMITTALS SECTION 01300 - 2

B. Submittal Preparation: place a permanent label or title block on each submittal for identification. Indicate the name of the entity that prepared each submittal on the label or title block. 1. Provide a space approximately 4” x 5” on the label or beside the title block on

Shop Drawings to record the Contractor’s review and approval markings and the action taken.

2. Include the following information on the label for processing and recording action taken. a. Project name b. Date c. Name and address of Owner d. Name and address of Contractor e. Name and address of subcontractor f. Name and address of supplier g. Name of manufacturer h. Number and title of appropriate Specification Section i. Drawing number and detail reference, as appropriate

C. Submittal Transmittal: package each submittal appropriately for transmittal and handling. Transmit each submittal from Contractor to Owner using a transmittal form. Submittals received from sources other that the Contractor will be returned without action. 1. On the transmittal record relevant information and requests for data. On the

form, or separate sheet, record deviations from Contract Document requirements, including minor variations and limitations. Include Contractor’s certification that information complies with Contract Document requirements.

2. Transmittal Form: use AIA Document G 810. 1.04 CONTRACTOR’S CONSTRUCTION SCHEDULE

A. Bar-Chart Schedule: prepare a fully developed, horizontal bar-chart type Contractor’s construction schedule. Submit within 30 days of the date established for “Commencement of the Work”. 1. Provide a separate time bar for each significant construction activity. Provide a

continuous vertical line to identify the first working day of each week. Use the same breakdown of units of the Work as indicated in the “Schedule of Values”.

2. Within each time bar indicate estimated completion percentage in 10 percent increments. As Work progresses, place a contrasting mark in each bar to indicate Actual Completion.

3. Prepare a schedule on a sheet, or series of sheets, of stable transparency, or other reproducible media, of sufficient width to show data for the entire construction period.

4. Secure time commitments for performing critical elements of the Work from parties involved. Coordinate each element on the schedule with other construction activities; include minor elements involved in the sequence of the Work. Show each activity in proper sequence. Indicate graphically sequences necessary for completion of related portions of the Work.

5. Coordinate the Contractor’s construction schedule with the schedule of values, list of subcontracts, submittal schedule, progress report, payment requests and other schedules.

6. Indicate completion in advance of the date established for Substantial Completion. Indicate Substantial Completion on the schedule to allow time for Owner’s procedures necessary for certification of Substantial Completion.

B. Phasing: Provide notations on the schedule to show how the sequence of the Work is affected by requirements for phased completion to permit Work by separate Contractors and partial occupancy by the Owner prior to Substantial Completion.

C. Work Stages: Indicate important stages of construction for each major portion of the Work, including testing and installation.

CHANDLER NEWBERGER ELEC & HVAC SUBMITTALS SECTION 01300 - 3

D. Area Separations: Provide a separate time bar to identify each major construction area for each major portion of the Work. Indicate where each element in an area must be sequenced or integrated with other activities.

E. Cost Correlation: At the head of the schedule, provide a two item cost correlation line, indicating "pre-calculated" and "actual" costs. On the line show dollar-volume of Work performed as of the dates used for preparation of payment requests. 1. Refer to Section 01027 - APPLICATION FOR PAYMENT for cost reporting

and payment procedures. F. Distribution: Following response to the initial submittal, print and distribute copies to the

Owner, subcontractors, and other parties required to comply with scheduled dates. Post copies in the Project meeting room and temporary field office. 1. When revisions are made, distribute to the same parties and post in the same

locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities.

G. Schedule Updating: Revise the schedule after each meeting or activity, where revisions have been recognized or made. Issue the updated schedule concurrently with report of each meeting.

1.05 SUBMITTAL SCHEDULE A. After development and acceptance of the Contractor's construction schedule, prepare a

complete schedule of submittals. Submit the schedule within 10 days of the date required for establishment of the Contractor's construction schedule. 1. Coordinate submittal schedule with the list of subcontracts, schedule of values

and the list of products as well as the Contractor's construction schedule. 2. Prepare the schedule in chronological order; include submittals required during

the first 90 days of construction. Provide the following information: 1. Scheduled date for the first submittal. 2. Related Section number. 3. Submittal category. 4. Name of subcontractor. 5. Description of the part of the Work covered. 6. Scheduled date for resubmittal 7. Scheduled date of the Owner’s final release or approval.

B. Distribution: Following response to initial submittal, print and distribute copies to the Owner, subcontractors, and other parties required to comply with submittal dates indicated. Post copies in the Project meeting room and field office 1. When revisions are made, distribute to the same parties and post in the same

locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities.

C. Schedule Updating: Revise the schedule after each meeting or activity, where revisions have been recognized or made. Issue the updated schedule concurrently with report of each meeting.

1.06 DAILY CONSTRUCTION REPORTS A. Prepare a daily construction report, recording the following information concerning

events at the site; and submit duplicate copies to the Owner at weekly intervals: 1. List of subcontractors at the site. 2. Approximate count of personnel at the site. 3. High and low temperatures, general weather conditions. 4. Accidents and unusual events. 5. Meetings and significant decisions. 6. Stoppages, delays, shortages, losses. 7. Meter readings and similar recordings. 8. Emergency procedures. 9. Orders and requests of governing authorities. 10. Change Orders received, implemented.

CHANDLER NEWBERGER ELEC & HVAC SUBMITTALS SECTION 01300 - 4

11. Services connected, disconnected. 12. Equipment or system tests and start-ups. 13. Partial Completions, occupancies. 14. Substantial Completions authorized.

1.07 SHOP DRAWINGS A. Submit newly prepared information, drawn to accurate scale. Highlight, encircle, or

otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not considered Shop Drawings.

B. Shop Drawings include fabrication and installation drawings, setting diagrams, schedules, patterns, templates and similar drawings. Include the following information: 1. Dimensions. 2. Identification of products and materials included. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar full- size Drawings,

submit Shop Drawings on sheets at least 8-1/2" x 11" but no larger than 36" x 48".

7. Submit one correctable translucent reproducible print and three blue- or black-line print for the Owner's review; the reproducible print will be returned.

C. One of the prints returned shall be marked-up and maintained as a "Record Document". D. Do not use Shop Drawings without an appropriate final stamp indicating action taken in

connection with construction. E. Coordination drawings are a special type of Shop Drawing that show the relationship and

integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or function as intended. 1. Submit coordination Drawings for integration of different construction elements.

Show sequences and relationships of separate components to avoid conflicts in use of space.

1.08 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system.

Product Data includes printed information such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing-in diagrams and templates, standard wiring diagrams and performance curves. Where Product Data must be specially prepared because standard printed data is not suitable for use, submit as "Shop Drawings." 1. Mark each copy to show applicable choices and options. Where printed Product

Data includes information on several products, some of which are not required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer's printed recommendations. b. Compliance with recognized trade association standards. c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements.

2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed.

3. Preliminary Submittal: Submit a preliminary single-copy of Product Data where selection of options is required.

4. Submittals: Submit 2 copies of each required submittal; submit 4 copies where required for maintenance manuals. The Owner will retain one, and will return the other marked with action taken and corrections or modifications required.

CHANDLER NEWBERGER ELEC & HVAC SUBMITTALS SECTION 01300 - 5

a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal.

5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until an applicable copy of Product

Data applicable is in the installer's possession. b. Do not permit use of unmarked copies of Product Data in connection

with construction. 1.09 SAMPLES

A. Submit full-size, fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture and pattern. 1. Mount, display, or package Samples in the manner specified to facilitate review

of qualities indicated. Prepare Samples to match the Owner's Sample. Include the following: a. Generic description of the Sample. b. Sample source. c. Product name or name of manufacturer. d. Compliance with recognized standards. e. Availability and delivery time.

2. Submit Samples for review of kind, color, pattern, and texture, for a final check of these characteristics with other elements, and for a comparison of these characteristics between the final submittal and the actual component as delivered and installed. a. Where variation in color, pattern, texture or other characteristics are

inherent in the material or product represented, submit multiple units (not less than 3), that show approximate limits of the variations.

b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation and similar construction characteristics.

c. Refer to other Sections for Samples to be returned to the Contractor for incorporation in the Work. Such Samples must be undamaged at time of use. On the transmittal, indicate special requests regarding disposition of Sample submittals.

3. Preliminary submittals: Where Samples are for selection of color, pattern, texture or similar characteristics from a range of standard choices, submit a full set of choices for the material or product. a. Preliminary submittals will be reviewed and returned with the Owner's

mark indicating selection and other action. 4. Submittals: Except for Samples illustrating assembly details, workmanship,

fabrication techniques, connections, operation and similar characteristics, submit 3 sets; one will be returned marked with the action taken.

5. Maintain sets of Samples, as returned, at the Project site, for quality comparisons throughout the course of construction. a. Unless noncompliance with Contract Document provisions is observed,

the submittal may serve as the final submittal. b. Sample sets may be used to obtain final acceptance of the construction

associated with each set. B. Distribution of Samples: Prepare and distribute additional sets to subcontractors,

manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms.

C. Mock ups specified in individual Sections are special types of Samples. Mock ups are full-size examples erected on site to illustrate finishes, coatings, or finish materials and to establish the standard by which the Work will be judged.

CHANDLER NEWBERGER ELEC & HVAC SUBMITTALS SECTION 01300 - 6

D. Comply with submittal requirements to the fullest extent possible. Process transmittal forms to provide a record of activity.

1.10 CONTRACTOR'S RESPONSIBILITIES A. Review shop drawings, product data and samples prior to submission. B. Verify:

1. Field dimensions 2. Field construction criteria 3. Catalog numbers and similar data

C. Coordinate each submittal with requirements of Work and of Contract Documents. D. Contractor's responsibility for errors and omissions in submittals is not relieved by

Owner's review of submittals. E. Contractor's responsibility for deviations in submittals from Contract Document

requirements is not relieved by Owner's review of submittals. F. Notify Owner in writing at time of submission, of deviations in submittals from contract

requirements. G. Do not begin any work which requires submittals without having Owner's stamp and

initials or signature indicating review. H. After Owner’s review, make response required by Owner, stamp and distribute copies.

1.11 SUBMISSION REQUIREMENTS A. Make all submissions within 35 business days after date of Notice to Proceed. B. Submit number of copies of shop drawings, project data and samples which Contractor

requires for distribution plus 3 copies which will be retained by the Owner. C. Submit number of samples specified in each of specification sections. D. Accompany submittals with transmittal letter, in duplicate, containing:

1. Date 2. Project title and number 3. Contractor's name and address 4. The number of each shop drawing, product datum and sample submitted 5. Notification of deviations from contract 6. Other pertinent data

E. Submittals shall include: 1. Date and revision dates 2. Project title and number 3. Names of:

a. Contractor b. Subcontractor c. Supplier d. Manufacturer e. Separate detailer when pertinent

4. Identification of product or material 5. Relation to adjacent structure or material 6. Field dimensions, clearly identified as such 7. Specification Section and page number 8. Applicable standards, such as ASTM number or federal specification 9. Identification of deviation(s) from Contract Documents 10. Contractor's stamp, initialed or signed, certifying to review of submittal,

verification of field measurements, and compliance with Contract. 1.12 RESUBMISSION REQUIREMENTS

A. Shop drawings: Revise initial drawings as required and resubmit as specified for initial submittal. Indicate on drawings all changes which have been made other than those requested by Owner.

B. Product Data and Samples: Submit new datum and samples as required for initial submittal.

C. Make all resubmittals within 10 business days after date on Owner's stamp. 1.13 DISTRIBUTION OF SUBMITTALS AFTER REVIEW

CHANDLER NEWBERGER ELEC & HVAC SUBMITTALS SECTION 01300 - 7

A. Distribute copies of shop drawings and project datum which carry Owner's stamp: 1. Contractor's file 2. Job site file 3. Record documents file 4. Subcontractors 5. Supplier 6. Fabricator

B. Distribute samples as directed. 1.14 OWNER'S ACTION

A. Except for submittals for record, information or similar purposes, where action and return is required or requested, the Owner will review each submittal, mark to indicate action taken, and return promptly. 1. Compliance with specified characteristics is the Contractor's responsibility.

B. Action Stamp: The Owner will stamp each submittal with a uniform, self-explanatory action stamp. The stamp will be appropriately marked, as follows, to indicate the action taken: 1. Final Unrestricted Release: Where submittals are marked "Furnish as

Submitted," that part of the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents; final acceptance will depend upon that compliance.

2. Final-But-Restricted Release: When submittals are marked "Furnish as Corrected," that part of the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents; final acceptance will depend on that compliance.

3. Returned for Resubmittal: When submittal is marked "Revise and Resubmit", do not proceed with that part of the Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal in accordance with the notations; resubmit without delay. Repeat if necessary to obtain a different action mark.

4. Returned, Improper Submittal: When submittal is marked "Rejected" do not proceed with that part of the Work covered by the submittal, including purchasing, fabrication delivery or other activity. The submittal does not conform with project requirements. Prepare a new submittal without delay.

5. Do not permit submittals marked "Rejected, Revise and Resubmit" to be used at the Project site, or elsewhere where Work is in progress.

6. Other Action: Where a submittal is primarily for information or record purposes, special processing or other activity, the submittal will be returned, marked "Action Not Required".

PART 2 – PRODUCTS (NOT APPLICABLE)

PART 3 – EXECUTION

(NOT APPLICABLE)

END OF SECTION 01300

CHANDLER NEWBERGER ELEC & HVAC QUALITY CONTROL SERVICES SECTION 01400 - 1

SECTION 01400 QUALITY CONTROL SERVICES

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies administrative and procedural requirements for quality control services. B. Quality control services include inspections and tests and related actions including reports,

performed by independent agencies, governing authorities, and the Contractor. They do not include Contract enforcement activities performed by the Owner.

C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with Contract Document requirements.

D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1. Specific quality control requirements for individual construction activities are specified in

the Sections that specify those activities. Those requirements, including inspections and tests, cover production of standard products as well as customized fabrication and installation procedures.

2. Inspections, test and related actions specified are not intended to limit the Contractor's quality control procedures that facilitate compliance with Contract Document requirements.

3. Requirements for the Contractor to provide quality control services required by the Owner, or authorities having jurisdiction are not limited by provisions of this Section.

1.02 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions

and all other Divisions of the Project Manual, apply to this Section. 1.03 RESPONSIBILITIES

A. The Contractor shall provide inspections, tests and similar quality control services, specified in individual Specification Sections and required by governing authorities, except where they are specifically indicated to be the Owner's responsibility, or are provided by another identified entity; these services include those specified to be performed by an independent agency and not by the Contractor. Costs for these services shall be included in the Contract Sum. 1. The Owner will select and the Contractor shall employ and pay an independent agency, to

perform specified quality control services. a. Where the Owner has engaged a testing agency or other entity for testing and

inspection of a part of the Work, and the Contractor is also required to engage an entity for the same or related element, the Contractor shall not employ the entity engaged by the Owner, unless otherwise agreed in writing with the Owner.

2. Re-testing: The Contractor is responsible for re-testing where results of required inspections, tests or similar services prove unsatisfactory and do not indicate compliance with Contract Document requirements, regardless of whether the original test was the Contractor's responsibility. a. Cost of re-testing construction revised or replaced by the Contractor is the

Contractor's responsibility, where required tests were performed on original construction.

3. Associated Services: The Contractor shall cooperate with agencies performing required inspections, tests and similar services and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include but are not limited to: a. Providing access to the Work and furnishing incidental labor and facilities

necessary to facilitate inspections and tests. b. Taking adequate quantities of representative samples of materials that require

testing or assisting the agency in taking samples. c. Providing facilities for storage and curing of test samples, and delivery of

samples to testing laboratories.

CHANDLER NEWBERGER ELEC & HVAC QUALITY CONTROL SERVICES SECTION 01400 - 2

d. Providing the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency.

e. Security and protection of samples and test equipment at the Project site. B. Duties of the Testing Agency: The independent testing agency engaged to perform inspections,

sampling and testing of materials and construction specified in individual Specification Sections shall cooperate with the Owner and Contractor in performance of its duties, and shall provide qualified personnel to perform required inspections and tests. 1. The agency shall notify the Owner and Contractor promptly of irregularities or

deficiencies observed in the Work during performance of its services. 2. The agency is not authorized to release, revoke, alter or enlarge requirements of the

Contract Documents, or approve or accept any portion of the Work. 3. The agency shall not perform any duties of the Contractor.

C. Coordination: The Contractor and each agency engaged to perform inspections, tests and similar services shall coordinate the sequence of activities to accommodate required services with a minimum of delay. In addition the Contractor and each agency shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. 1. The Contractor is responsible for scheduling times for inspections, tests, taking samples

and similar activities. 1.04 SUBMITTALS

A. The independent testing agency shall submit a certified written report of each inspection, test or similar service, to the Owner, in duplicate, and a copy to the Contractor. 1. Submit additional copies of each written report directly to the governing authority, when

the authority so directs. 2. Report Data: Written reports of each inspection, test or similar service shall include, but

not be limited to: a. Date of issue. b. Project title and number. c. Name, address and telephone number of testing agency. d. Dates and locations of samples and tests or inspections. e. Names of individuals making the inspection or test. f. Designation of the Work and test method. g. Identification of product and Specification Section. h. Complete inspection or test data. i. Test results and an interpretations of test results. j. Ambient conditions at the time of sample-taking and testing. k. Comments or professional opinion as to whether inspected or tested Work

complies with Contract Document requirements. l. Name and signature of laboratory inspector. m. Recommendations on re-testing.

1.05 QUALITY ASSURANCE A. Qualification for Service Agencies: Engage inspection and testing service agencies, including

independent testing laboratories, which are prequalified as complying with "Recommended Requirements for Independent Laboratory Qualification" by the American Council of Independent Laboratories, and which specialize in the types of inspections and tests to be performed. 1. Each independent inspection and testing agency engaged on the Project shall be

authorized by authorities having jurisdiction to operate in the State of Illinois. B. Meet basic requirements of ASTM E329 Standard of Recommended Practice for Inspection and

Testing Agencies for Concrete and Steel Used in Construction.” C. Submit copy of report of inspection of facilities made by Materials Reference Laboratory of

National Bureau of Standards during most recent tour of inspection; with memorandum of remedies of all deficiencies reported by inspection.

D. Testing Equipment: 1. Calibrated at maximum 12-month intervals by devices of accuracy traceable to either:

a. National Bureau of Standards b. Accepted values of natural physical constants.

2. Submit copy of certificate of calibration, made by accredited calibration agency. 1.06 LABORATORY DUTIES: LIMITS OF AUTHORITY

CHANDLER NEWBERGER ELEC & HVAC QUALITY CONTROL SERVICES SECTION 01400 - 3

A. Cooperate with Owner and Contractor; provide qualified personnel promptly on notice. B. Perform specified inspections, sampling and testing of materials and construction methods.

1. Comply with specified Standards: ASTM, other recognized authorities, and as specified. 2. Ascertain compliance with Contract requirements.

C. Promptly notify Owner and Contractor of irregularities or deficiencies of work which are observed during performance of services.

D. Promptly submit 5 copies of reports of inspections and tests to Owner including: 1. Date issued 2. Project title and number 3. Testing Laboratory name and address 4. Name and signature of Inspector 5. Date of inspection and sampling 6. Record of temperature and weather 7. Date of test 8. Identification of product and Specification Section 9. Location in project 10. Type of inspection or test 11. Observations regarding compliance with Contract Documents

E. Perform additional services as required by Owner. F. Laboratory is not authorized to:

1. Release, revoke, alter or enlarge on, Contract requirements. 2. Approve or accept any portion of work. 3. Perform any duties of the Contractor.

1.07 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with Laboratory personnel, provide access to work, to manufacturer's operations. B. Provide Laboratory, preliminary representative samples of materials for testing, in required

quantities. C. Furnish copies of mill test reports. D. Furnish casual labor and facilities:

1. To provide access to work to be tested. 2. To obtain and handle samples at site. 3. To facilitate inspections and tests. 4. For Laboratory's exclusive use for storage and curing of test samples.

E. Notify Laboratory sufficiently in advance of operations to allow for personnel assignment of test scheduling.

F. Employ, and pay for, services of a separate, equally qualified, Independent Testing Laboratory to perform additional inspections, sampling and testing required. 1. For Contractor's convenience. 2. When initial tests indicate work does not comply with Contract.

PART 2 - PRODUCTS

(Not Applicable)

PART 3 - EXECUTION 3.01 REPAIR AND PROTECTION

A. General: Upon completion of inspection, testing, sample-taking and similar services, repair damaged construction and restore substrates and finishes to eliminate deficiencies, including deficiencies in visual qualities of exposed finishes. Comply with Contract Document requirements for "Cutting and Patching."

B. Protect construction exposed by or for quality control services, and protect repaired construction. C. Repair and protection is the Contractor's responsibility, regardless of the assignment of

responsibility for inspection, testing or similar services.

END OF SECTION 01400

CHANDLER NEWBERGER ELEC & HVAC TEMPORARY FACILITIES SECTION 01500 - 1

SECTION 01500 TEMPORARY FACILITIES

PART 1 - GENERAL

1.01 SUMMARY

A. This section specifies administrative and procedural requirements for temporary services and facilities, including utilities, construction and support facilities, and security and protection. 1. Contractor shall be solely responsible for adequacy of temporary facilities, including

design and engineering thereof. B. Construction and support facilities required include but are not limited to:

1. Temporary roadway paving and/or steel plates. 2. Field offices and/or storage sheds. 3. Sanitary facilities, including toilets and drinking water. 4. Dewatering facilities and drains. 5. Temporary enclosures. 6. Waste disposal services. 7. Rodent and pest control. 8. Construction aids and miscellaneous general services and facilities.

C. Security and protection facilities and services required include but are not limited to: 1. Barricades, warning signs and lights. 2. Enclosure fences. 3. Environmental protection.

1.02 RELATED WORK A. Drawings and general provisions of Contract, including General and Supplementary Conditions

and all other Divisions of the Project Manual, apply to this Section. 1.03 QUALITY ASSURANCE

A. Regulations: comply with local codes and ordinances of governing authorities having jurisdiction. B. Standards: contractor determines and complies with applicable standards for temporary and

construction facilities. C. Inspections: arrange for authorities having jurisdiction to inspect and test each utility before use.

Obtain required certification and permits. 1.04 PROJECT CONDITIONS

A. Conditions of use: keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Do not overload temporary services or facilities, or permit them to interfere with construction progress. Do not allow hazardous, dangerous or unsanitary conditions or public nuisances to develop or persist on the site.

B. Easements: obtain necessary easements for temporary facilities when required.

PART 2 - PRODUCTS

2.01 MATERIALS AND EQUIPMENT A. General: provide new materials and equipment or undamaged previously used materials and

equipment in serviceable condition. Provide materials and equipment suitable for the use intended. B. Water: provide potable water approved by local health authorities. C. First aid supplies: comply with governing regulations. D. Fire extinguishers: provide hand-carried, portable UL-rated, class “A” fire extinguishers for

temporary offices and similar spaces. In other locations, provide hand-carried, portable UL-rated, class “ABC” dry chemical extinguishers, or a combination of extinguishers of NFPA recommended classes for the exposures. 1. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required

by location and class of fire exposure. E. Work zone traffic control: comply with IDOT 701 and 702.

CHANDLER NEWBERGER ELEC & HVAC TEMPORARY FACILITIES SECTION 01500 - 2

PART 3 - EXECUTION

3.01 INSTALLATION A. Locate facilities where they will best serve the Project and result in minimum interference with

performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required.

Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities.

3.02 TEMPORARY INSTALLATION A. Provide earthen embankments and similar barriers in and around excavations and subgrade

construction, sufficient to prevent flooding by runoff of storm water from heavy rains. 3.03 TEMPORARY CONSTRUCTION AND SUPPORT FACILITY INSTALLATION

A. Storage and fabrication sheds (optional): install storage and fabrication sheds, sized, furnished and equipped to accommodate materials and equipment involved, including temporary utility service. Sheds may be open shelters or fully enclosed spaces on the site.

B. Sanitary facilities: comply with regulations and health codes for the type, number, location, operation and maintenance of fixtures and facilities. Install where facilities will best serve the Project’s needs. 1. Provide self-contained, single-occupant toilet units of the chemical, aerated recirculation or

combustion type, properly vented and fully enclosed with a glass fiber reinforced polyester shell or similar nonabsorbent material.

2. Provide toilet tissue, paper towels, paper cups and similar disposable materials for each facility. Provide covered waste containers for used material.

C. Temporary enclosures: provide temporary enclosure for protection of construction in progress and completed from exposure, foul weather, other construction operations and similar activities. 1. Where heat is needed, provide temporary enclosures where there is no other provision for

containment of heat. Coordinate enclosure with ventilating and materials drying or curing requirements to avoid dangerous conditions and effects.

D. Temporary signs: prepare and install signs to inform the public and persons seeking entrance to the Project. Support on the posts or framing of preservative treated wood or steel. Do not permit installation of unauthorized signs.

E. Collection of disposal of waste: collect waste from project site daily. Comply with requirements of NFPA 241 for removal of combustible waste materials and debris. Enforce requirements strictly. Do not hold materials more than seven days during normal weather and three days when the temperature is expected to rise above 80 degrees Fahrenheit. Handle hazardous, dangerous or unsanitary waste materials separately from other waste by containerizing properly. Dispose of material in a lawful manner.

3.04 SHORING, BRACING AND UNDERPINNING (as required) A. Provide shoring and bracing necessary to protect existing buildings, streets, walkways, utilities and

other improvements and excavation against loss of ground or caving embankments. Maintain shoring and bracing. Remove temporary shoring and bracing when no longer required.

B. Whenever shoring is required, locate the system to clear permanent construction and to permit forming and finishing of concrete surfaces. Provide shoring system, adequately anchored and braced to resist earth and hydrostatic pressures.

C. Shoring systems retaining earth on which the support or stability of existing structure is dependent must be left in place at completion of work.

D. Maintain bracing until structural elements are rebraced by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures.

E. Remove sheeting, shoring and bracing in stages to avoid disturbance to underlying soils and damage to structures, pavements, facilities and utilities.

F. Repair or replace as acceptable by Owner, adjacent work damaged or displaced through the installation or removal of shoring and bracing work.

3.05 SECURITY AND PROTECTION FACILITIES A. Barricades, warning signs and lights: Comply with IDOT 701,702 and local code requirements.

Paint with appropriate colors, graphics and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed, provide lighting, including flashing red or amber lights.

CHANDLER NEWBERGER ELEC & HVAC TEMPORARY FACILITIES SECTION 01500 - 3

B. Environmental protection: provide environmental protection as outlined in Section 01560 – TEMPORARY ENVIRONMENTAL CONTROLS.

C. Site security to be provided by the Contractor as required. 3.06 OPERATION, TERMINATION AND REMOVAL

A. Supervision: enforce strict discipline in use of temporary facilities. Limit availability of temporary facilities to essential and intended uses to minimize waste and abuse.

B. Maintenance: maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control,

ventilation and similar facilities on a 24-hour a day basis where required to achieve indicated results and to avoid the possibility of damage.

C. Termination and removal: remove each temporary facility when the need has ended, or when replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the temporary facility. Repair damaged Work, clean exposed surfaces and replace construction that cannot be satisfactorily repaired.

D. Materials and facilities that constitute temporary facilities are the property of the Contractor.

END OF SECTION 01500

CHANDLER NEWBERGER ELEC & HVAC TEMPORARY ENVIRONMENTAL CONTROLS

SECTION 01560 - 1

SECTION 01560 TEMPORARY ENVIRONMENTAL CONTROLS

PART 1 - GENERAL

1.01 WORK INCLUDES

A. Contractors shall: 1. Provide controls over environmental conditions at the construction site and related areas

under the Contractor's control. 2. Remove physical evidence of temporary controls at completion of work or as directed.

1.02 RELATED WORK A. Drawings and general provisions of Contract, including General and Supplementary Conditions

and all other Divisions of the Project Manual, apply to this Section. 1.03 QUALITY CONTROL

A. Illinois Procedures and Standards for Urban Soil Erosion and Sedimentation Control - "Green Book"

1.04 DUST CONTROL A. Provide dust control materials to minimize dust from construction operations. Prevent air-borne

dust from dispersing into the atmosphere. 1.05 WATER CONTROL

A. Control surface water to prevent damage to the project, the site or adjoining properties. 1. Control fill, grading and ditching to direct surface drainage away from excavations, pits,

tunnels, and other construction areas; direct drainage to proper runoff. B. Provide, operate and maintain hydraulic equipment of adequate capacity to control surface water. C. Dispose of drainage water in a manner to prevent flooding, erosion sitting or runoff of silt or

sediment or other damage to all portions of the site or to adjoining areas. 1.06 RODENT CONTROL

A. Provide rodent control to prevent infestation of construction or storage areas. 1. Use methods and materials, which will not adversely affect conditions at the site or on

adjoining properties. 2. Maintain site in clean condition.

a. Dispose of garbage and debris. b. Do not keep items on site which attract rodents.

3. When the use of rodenticides is deemed necessary, submit a copy of proposed program to the Owner. Clearly indicate: a. Areas to be treated. b. Rodenticides to be used, with copy of manufacturer's current printed instructions. c. Pollution preventative measures to be employed. d. Illinois licensed pesticides applicator.

1.06 DEBRIS CONTROL A. Maintain all areas under Contractor's control free of extraneous debris. B. Initiate and maintain a specific program to prevent accumulation of debris at construction site,

storage and parking areas or along access roads and haul routes. 1. Provide containers specified in SECTION 01710 - CLEANING for deposit of debris. 2. Prohibit overloading of trucks to prevent spillages on access and haul routes.

a. Provide daily inspection of traffic areas to enforce requirements. C. Schedule collection and disposal of debris is specified in SECTION 01710 - CLEANING.

1. Provide additional collections and disposals of debris whenever regular schedule is inadequate to prevent accumulation.

1.07 POLLUTION CONTROL A. Prevent contamination of soil, water or atmosphere by the discharge of noxious substances from

construction operations. B. Provide equipment and personnel, perform emergency measures to contain all spillages, and to

remove contaminated soils or liquids. Excavate and dispose of all contaminated earth off-site. Replace with suitable compacted fill and topsoil.

CHANDLER NEWBERGER ELEC & HVAC TEMPORARY ENVIRONMENTAL CONTROLS

SECTION 01560 - 2

C. Take special measures to prevent harmful substances from entering public waters or spilling onto the ground. Prevent disposal of wastes, effluents, chemicals or other such substances adjacent to streams, or in sanitary or storm sewers, including waste from portable toilets.

D. Provide systems for control of atmospheric pollutants. 1. Prevent toxic concentrations of chemicals. 2. Prevent harmful dispersal of pollutants into the atmosphere.

1.08 EROSION CONTROL A. Plan and execute construction and earthwork in a manner to control surface drainage from cuts and

fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. 1. Minimize the areas of bare soil exposed at one time. 2. Provide temporary control measures such as berms, dikes and drains. 3. Provide temporary control measures to prevent silting or runoff of silt or sediment from

site. B. Construct fills and waste areas by selective placement to eliminate surface silts or clays which will

erode. C. Periodically inspect earthwork to detect evidence of the start of erosion. Apply corrective

measures to control erosion.

PART 2 - PRODUCTS (NOT APPLICABLE)

PART 3 - EXECUTION (NOT APPLICABLE)

END OF SECTION 01560

CHANDLER NEWBERGER ELEC & HVAC MATERIALS AND EQUIPMENT SECTION 01600 - 1

SECTION 01600 MATERIALS AND EQUIPMENT

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies administrative and procedural requirements governing the Contractor's selection of products for use in the Project.

B. The Contractor's Construction Schedule and the Schedule of Submittals are included under Section 01300 - SUBMITTALS.

C. Standards: Refer to Section 01095 - REFERENCE STANDARDS AND DEFINITIONS for applicability of industry standards to products specified.

1.02 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions

and all other Divisions of the Project Manual, apply to this Section. 1.03 DEFINITIONS

A. Definitions used in this Article are not intended to change the meaning of other terms used in the Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," and similar terms. Such terms such are self-explanatory and have well recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, whether purchased for the

Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent.

2. "Named Products" are items identified by manufacturer's product name, including make or model designation, indicated in the manufacturer's published product literature, that is current as of the date of the Contract Documents.

1.04 QUALITY ASSURANCE A. Source Limitations: To the fullest extent possible, provide products of the same kind, from a single

source. 1. When specified products are available only from sources that do not or cannot produce a

quantity adequate to complete project requirements in a timely manner, consult with the Owner for a determination of the most important product qualities before proceeding. Qualities may include attributes relating to visual appearance, strength, durability, or compatibility. When a determination has been made, select products from sources that produce products that possess these qualities, to the fullest extent possible.

B. Compatibility of Options: When the Contractor is given the option of selecting between two or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. 1. The Contractor is responsible for providing products and construction methods that are

compatible with products and construction methods of subcontractors. 2. If a dispute arises between the general Contractor and subcontractors over concurrently

selectable, but incompatible products, the Owner will determine which products shall be retained and which are incompatible and must be replaced.

C. Nameplates: Except for required labels and operating data, do not attach or imprint manufacturer's or producer's nameplates or trademarks on exposed surfaces of products which will be exposed to view. 1. Labels: Locate required product labels and stamps on a concealed surface or, where

required for observation after installation, on an accessible surface that is not conspicuous.

D. Manufacturer’s Instructions 1. When contract documents specify that installation shall comply with manufacturer’s

printed instructions, obtain and distribute copies of such instructions to all parties involved in the installation, including the Owner.

2. Maintain one set of complete instructions with the Project Record Documents at the job site during installation and until completion.

CHANDLER NEWBERGER ELEC & HVAC MATERIALS AND EQUIPMENT SECTION 01600 - 2

1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store and handle products in accordance with the manufacturer's recommendations, using

means and methods that will prevent damage, deterioration and loss, including theft. 1. Schedule delivery to minimize long-term storage at the 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, or theft. 3. Deliver products to the site in the manufacturer's original sealed container or other

packaging system, complete with labels and instructions for handling, storing, unpacking, protecting and installing.

4. Inspect products upon delivery to ensure compliance with the Contract Documents, and to ensure that products are undamaged and properly protected.

5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units.

6. Store heavy materials away from the Project structure in a manner that will not endanger the supporting construction.

7. Store products subject to damage by the elements above ground, under cover in a weathertight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions.

B. Arrange for transportation and deliveries of materials and equipment in accord with approved current construction schedules and in ample time to facilitate inspection prior to installation.

C. Coordinate deliveries to avoid conflict with work and conditions at site: 1. Work of other contractors or Owner, or their use of premises. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products.

PART 2 - PRODUCTS

2.01 PRODUCT SELECTION

A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, unused at the time of installation. 1. Provide products complete with all accessories, trim, finish, safety guards and other

devices and details needed for a complete installation and for the intended use and effect. 2. Standard Products: Where available, provide standard products of types that have been

produced and used successfully in similar situations on other projects. 3. Comply with size, make, type and quality specified. 4. Manufactured and fabricated products:

a. Design, fabricate and assemble in accord with best engineering and shop practices.

b. Manufacture like parts of duplicate units to standard interchangeable sizes. c. Two or more items of the same kind shall be identical from the same

manufacturer. d. All system parts shall be from the same manufacturer to the greatest extent

practical. e. Adhere to equipment capacities, sizes and dimensions shown or specified unless

variations are specifically approved by Change Order. B. Product Selection Procedures: Product selection is governed by the Contract Documents and

governing regulations, not by previous Project experience. Procedures governing product selection include the following: 1. Proprietary Specification Requirements: Where only a single product or manufacturer is

named, provide the product indicated. No substitutions will be permitted. 2. Semi-proprietary Specification Requirements: Where two or more products or

manufacturers are named, provide one of the products indicated. No substitutions will be permitted. a. Where products or manufacturers are specified by name, accompanied by the

term "or equal," or "or approved equal" comply with the Contract’s provisions concerning "substitutions" to obtain approval for use of an unnamed product.

CHANDLER NEWBERGER ELEC & HVAC MATERIALS AND EQUIPMENT SECTION 01600 - 3

3. Non-Proprietary Specifications: When the Specifications list products or manufacturers that are available and may be incorporated in the Work, but do not restrict the Contractor to use of these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product.

4. Descriptive Specification Requirements: Where Specifications describe a product or assembly, listing exact characteristics required, with or without use of a brand or trade name, provide a product or assembly that provides the characteristics and otherwise complies with Contract requirements.

5. Performance Specification Requirements: Where Specifications require compliance with performance requirements, provide products that comply with these requirements, and are recommended by the manufacturer for the application indicated. General overall performance of a product is implied where the product is specified for a specific application. a. Manufacturer's recommendations may be contained in published product

literature, or by the manufacturer's certification of performance. 6. Compliance with Standards, Codes and Regulations: Where the Specifications only

require compliance with an imposed code, standard or regulation, select a product that complies with the standards, codes or regulations specified.

7. Visual Matching: Where Specifications require matching an established Sample, the Owner’s decision will be final on whether a proposed product matches satisfactorily. a. Where no product available within the specified category matches satisfactorily

and also complies with other specified requirements, comply with provisions of the Contract Documents concerning "substitutions" for selection of a matching product in another product category, or for noncompliance with specified requirements.

8. Visual Selection: Where specified product requirements include the phrase "...as selected from manufacturer's standard colors, patterns, textures..." or a similar phrase, select a product and manufacturer that complies with other specified requirements. The Owner will select the color, pattern and texture from the product line selected.

C. Deliver products in undamaged condition in original containers or packaging, with identifying labels intact and legible.

D. Clearly mark partial deliveries of component parts or assemblies or equipment to permit easy identification of parts and to facilitate assembly.

E. Immediately on delivery, inspect shipment to assure: 1. Product complies with contract documents and Owner 2. Quantities are correct. 3. Containers and packages are intact and labels are legible. 4. Products are properly protected and undamaged.

PART 3 - EXECUTION

3.01 INSTALLATION OF PRODUCTS:

A. Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place, accurately located and aligned with other Work. 1. Clean exposed surfaces and protect as necessary to ensure freedom from damage and

deterioration at time of Substantial Completion. B. Provide equipment and personnel to handle products and equipment, including those furnished by

the Owner. Prevent damage to products or packaging. C. Provide additional protection during handling to prevent scraping, marring or otherwise damaging

products, equipment or surrounding surfaces. D. Handle products and equipment in manner to prevent bending or overstressing. E. Lift packages, equipment or components only at designated lift points.

END OF SECTION 01600

CHANDLER NEWBERGER ELEC & HVAC SUBSTITUTIONS AND PRODUCT OPTIONS

SECTION 01630 - 1

SECTION 01630 SUBSTITUTIONS AND PRODUCT OPTIONS

PART 1 - GENERAL

1.01 WORK INCLUDES

A. Base all bids on providing all products exactly as specified. B. For products specified only by reference or performance standards, select any product which meets

or exceeds standards, by any manufacturer, subject to the Owner's approval. C. For products specified by naming several products or manufacturers, select any product and

manufacturer named. 1.02 RELATED WORK

A. Drawings and general provisions of Contract, including General and Supplementary Conditions, Special Provisions and all other Divisions of the Project Manual, apply to this Section.

1.03 SUBSTITUTIONS, BIDDER/CONTRACTOR OPTIONS A. Prior to Bid Opening: The Owner will consider written requests to amend the bidding documents

to add products not specified provided such requests are received at least 10 calendar days prior to bid opening date. Requests received after that time will not be considered. When a request is approved, the Owner will issue an appropriate addendum not less than three (3) calendar days prior to bid opening date.

B. With Bid: A bidder may propose substitutions with his bid by completing the Product Substitution List in the Bid Form, subject to the provisions stated thereon. The Owner will review Proposed Product Substitution List of low bidder and recommend approval or rejection by the Owner prior to award of contract.

C. After Award of Contract: No substitutions will be considered after Notice of Award except under one or more of the following conditions: 1. Substitution required for compliance with final interpretations of code requirement or

insurance regulations. 2. Unavailability of specified products, through no fault of the Contractor. 3. Subsequent information discloses inability of specified product to perform properly or to

fit in designated space. 4. Manufacturer/fabricator refusal to certify or guarantee performance of specified product

as specified. 5. When a substitution would be substantially to Owner's best interest.

1.04 SUBSTITUTION REQUIREMENTS A. Submit three (3) copies of each request for substitution. Include in request:

1. Complete date substantiating compliance of proposed substitution with contract documents.

2. For products: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature:

1) Product description 2) Performance and test data 3) Reference standards

c. Samples d. Name and address of similar projects on which product was used and dates of

installation. 3. For construction methods:

a. Detailed description of proposed method. b. Drawings illustrating methods.

4. Itemized comparison of proposed substitution with product or method specified. 5. Data relating to changes in construction schedule. 6. Identify:

a. Changes or coordination required. b. Other contracts affected.

7. Accurate cost data on proposed substitution in comparison with product or method specified.

CHANDLER NEWBERGER ELEC & HVAC SUBSTITUTIONS AND PRODUCT OPTIONS

SECTION 01630 - 2

B. In making request for substitution, bidder/contractor represents: 1. He has personally investigated proposed product or method and determined that it is

equal or superior in all respects to that specified. 2. He will provide the same guarantee for substitution as for product or method specified. 3. He will coordinate installation of accepted substitutions into the work, making all changes

for work to be complete in all respects. 4. Cost data is complete and includes all related costs under his contract, but excludes:

a. Owner's redesign. b. Administrative costs of Owner. c. Costs under separate contracts.

5. He will pay all additional costs and expenses for Owner and other contractors. C. Substitutions will not be considered when:

1. They are indicated or implied on shop drawings or product data submittals without formal request submitted in accordance with this Section.

2. Acceptance will require substantial revision of contract documents.

PART 2 – PRODUCTS (NOT APPLICABLE)

PART 3 – EXECUTION (NOT APPLICABLE)

END OF SECTION 01630

CHANDLER NEWBERGER ELEC & HVAC PROJECT CLOSEOUT SECTION 01700 - 1

SECTION 01700 PROJECT CLOSEOUT

PART 1 - GENERAL

1.01 WORK INCLUDES

A. Substantial completion, final completion, closeout submittals, and application for final payment. B. This Section specifies administrative and procedural requirements for project closeout, including

but not limited to: 1. Inspection procedures. 2. Project record document submittal. 3. Operating and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. 6. Final payment.

1.02 RELATED WORK A. Drawings and general provisions of Contract, including General and Supplementary Conditions

and all other Divisions of the Project Manual, apply to this Section. 1.03 SUBSTANTIAL COMPLETION

A. When the Contractor considers the work substantially complete, Contractor shall submit written declaration to the Owner that the work, or designated portion thereof, is substantially complete. Include list of items to be completed or corrected.

B. Owner and Contractor will make an inspection within seven days after receipt of certification. C. Should the Owner consider that the work is substantially complete:

1. The Owner will prepare and issue a Certificate of Substantial Completion, containing: a. Date of Substantial Completion. b. Punch list of items to be completed or corrected. c. The time within which Contractor shall complete or correct work of listed items. d. Date and time Owner will assume possession of work or designated portion

thereof. e. Responsibilities of Owner and Contractor for:

(1.) Insurance (2.) Utilities (3.) Operation of mechanical, electrical and other systems. (4.) Maintenance and cleaning. (5.) Security

f. Signatures of Owner and Contractor D. Should the Owner consider that work is not substantially completed:

1. The Owner shall immediately notify Contractor, in writing, stating reasons. 2. The Contractor shall complete work and send a second written notice to Owner, certifying

that project, or designated portion of project, is substantially complete. 3 The Owner will re-inspect work.

1.04 FINAL INSPECTION A. When the Contractor considers the work complete, the Contractor shall submit written declaration

to the Owner that the work is complete. Contractor shall submit written certification that: 1. Contract documents have been reviewed. 2. Project has been inspected for compliance with contract. 3. Work has been completed in accord with contract. 4. Equipment and systems have been tested in the Owner’s presence and are operational. 5. Project is completed, ready for final inspection.

B. The Owner will make final inspection within seven days after receipt of certification. C. Should the Owner consider that work is finally complete in accord with Contract Document

requirements, he shall request contractor to make project closeout submittals. D. Should the Owner consider that work is not finally complete:

1. The Owner shall notify the Contractor, in writing, stating reasons. 2. The Contractor shall take immediate steps to remedy the stated deficiencies, and send

second written notice to the Owner certifying that the work is complete.

CHANDLER NEWBERGER ELEC & HVAC PROJECT CLOSEOUT SECTION 01700 - 2

3. The Owner will re-inspect work. 1.06 CLOSEOUT SUBMITTALS

A. Project Record Documents: In accordance with requirements of SECTION 01720 - PROJECT RECORD DOCUMENTS.

B. Deliver evidence of compliance with requirements of governing authorities. C. Deliver Certificate of Insurance for products and completed operations. Certificate shall include a

evidence that insurance required by the Contract Documents to remain in force after final payment is currently in effect and will not be canceled or allowed to expire until at least 30 days prior notice has been given to the Contractor. Contractor shall include a written statement that Contractor knows of no substantial reason that the insurance will not be renewable to cover the period required by the Contract Documents.

D. Evidence of payments, release of liens 1. Consent of Surety to Final Payment. 2. Other data establishing payment or satisfaction of obligations including receipts,

Contractor’s releases and waivers of liens, claims, security interests or encumbrances arising out of the Contract, to the extent and form as required by the City.

3. Separate releases of waivers of liens for subcontractors, suppliers and others with lien rights against property of Owner together with list of those parties.

4. Paid utility bills, if any. 5. An affidavit that payrolls, bills for materials and equipment and other indebtedness

connected to the work for which the City or the City’s property might be responsible or encumbered (less any amounts withheld by City) have been paid or otherwise satisfied.

1.07 INSTRUCTION A. Instruct Owner's personnel in operation of all systems, mechanical, electrical and other equipment.

1.08 FINAL ADJUSTMENT OF ACCOUNTS A. Submit final statement of accounting to Owner. B. Statement shall reflect all adjustments.

1. Original contract sum. 2. Additions and deductions resulting from:

a. Previous change orders. b. Cash allowances. c. Unit prices. d. Other adjustments. e. Deductions for uncorrected work. f. Deductions for re-inspection payments.

3. Total contract sum, as adjusted. 4. Previous payments. 5. Sum remaining due.

C. The Owner will prepare final change order, reflecting approved adjustments to contract sum not previously made by change orders.

1.09 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit final application in accord with requirements of Conditions of Contract.

1.10 FINAL CERTIFICATE FOR PAYMENT A. The Owner will issue final certificate in accord with provisions of Conditions of contract. B. Should final completion be materially delayed through no fault of the Contractor, the Owner may

issue a Semi-Final Certificate of Payment, in accord with provisions of Conditions of Contract.

PART 2 – PRODUCTS (NOT APPLICABLE)

PART 3 – EXECUTION

(NOT APPLICABLE)

END OF SECTION 01700

CHANDLER NEWBERGER ELEC & HVAC CLEANING SECTION 01710 - 1

SECTION 01710 CLEANING

PART 1 - GENERAL

1.01 WORK INCLUDES

A. Contractor shall maintain premises and public properties free from accumulations of waste, debris, and rubbish, caused by construction operations.

B. At completion of work, Contractor shall remove waste materials, rubbish, tools, equipment, machinery and surplus materials, clean all sight-exposed surfaces and leave project clean and ready for occupancy.

1.02 RELATED WORK A. Drawings and general provisions of Contract, including General and Supplementary Conditions

and all other Divisions of the Project Manual, apply to this Section. 1.03 SAFETY REQUIREMENTS

A. Standards: Maintain project in accord with following safety and insurance standards. 1. Occupational Safety and Health Administration (OSHA).

B. Hazards Control: 1. Store volatile wastes in covered metal containers and remove from premises daily. 2. Prevent accumulation of wastes which create hazardous conditions. 3. Provide adequate ventilation during use of volatile or noxious substances.

C. Conduct cleaning and disposal operations to comply with Federal, State and local ordinances and anti-pollution laws. 1. Do not burn or bury debris, rubbish or other waste materials on project site. 2. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or

sanitary drains. 3. Do not dispose of wastes into streams or waterways.

PART 2 - PRODUCTS

2.01 MATERIALS

A. Select and use all cleaning materials and equipment with care to avoid scratching, marring, defacing, staining or discoloring surfaces cleaned.

B. Use only cleaning materials recommended by manufacturer of surface to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer.

PART 3 - EXECUTION 3.01 DURING CONSTRUCTION

A. Execute cleaning to ensure that grounds and public properties are maintained free from accumulations of waste materials and rubbish.

B. Wet down materials and rubbish to lay dust and to prevent blowing dust. C. At reasonable intervals during progress of work, clean site and public properties, and dispose of

waste materials, debris and rubbish. D. Provide on-site metal containers for collection of waste materials, debris and rubbish. E. Remove waste materials, debris and rubbish from site and legally dispose of at public or private

dumping areas off Owner's property. F. Handle waste materials in a controlled manner with as few handlings as possible; do not drop or

throw materials from heights. G. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process

will not fall on wet, newly painted surfaces. 3.02 FINAL CLEANING

A. General: Provide final cleaning operations when indicated. Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit of Work to the condition expected from a commercial building cleaning and maintenance program. Comply with manufacturer’s instructions.

CHANDLER NEWBERGER ELEC & HVAC CLEANING SECTION 01710 - 2

B. In preparation for substantial completion or occupancy, conduct final inspection of sight-exposed interior and exterior surfaces, and of concealed spaces.

C. Clean the Project site, yard and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste materials, litter and foreign substances. Sweep paved areas broom clean. Remove petro-chemical spills, stains and other foreign deposits. Rake grounds that are neither planted nor paved, to a smooth even-textured surface. 1. Remove tools, construction equipment, machinery and surplus material from the site. 2. Clean exposed exterior 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.

3. Remove debris and surface dust from limited access spaces. 4. Remove labels that are not permanent labels. 5. Touch-up and otherwise repair and restore marred exposed finishes and surfaces.

Replace finishes and surfaces that can not be satisfactorily repaired or restored, or that show evidence of repair or restoration. Do not paint over “UL” and similar labels, including mechanical and electrical name plates.

6. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure.

7. Leave the Project clean and ready for occupancy. E. Repair, patch and touch up marred surfaces to specified finish, to match adjacent surfaces. F. Broom clean paved surfaces; rake clean other surfaces on grounds. G. Maintain cleaning until project, or designated portion thereof, is occupied by Owner.

END OF SECTION 01710

CHANDLER NEWBERGER ELEC & HVAC PROJECT RECORD DOCUMENTS SECTION 01720 - 1

SECTION 01720 PROJECT RECORD DOCUMENTS

PART 1 - GENERAL

1.01 WORK INCLUDES

A. Maintenance of Documents B. Contractor shall:

1. At project site, maintain one (1) copy of: (a.) Contract drawings. (b.) Project Manual. (c.) Interpretations and supplemental instructions. (d.) Addenda. (e.) Reviewed, approved shop drawings and product data. (f.) Other modifications to contract. (g.) Field test records. (h.) All schedules. (i.) Correspondence file. (j.) Change Orders

2. Provide files and racks for document storage. 3. File documents in format in accord with Project Manual Table of Contents. 4. Maintain documents in clean, dry, legible condition. 5. Do not use record documents for field construction purposes. 6. Make documents available at all times for inspection by Owner. 7. Furnish one (1) additional as-built record set (on 3 mil mylar paper) of contract

documents at the completion of the project. This set is not to be the set kept and updated periodically at the job site, but a clean set free of extraneous markings, notations, and erasures showing on a record of final conditions.

1.02 RELATED REQUIREMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions

and all other Divisions of the Project Manual, apply to this Section. 1.03 MARKING DEVICES

A. Provide ballpoint pens, red color. 1.04 RECORDING

A. Label each document "PROJECT RECORD DOCUMENTS" in 2" high printed letters. B. Keep record documents current, updated not less often than monthly. C. Do not permanently conceal any work until specified information has been recorded. D. Contract drawings: Legibly mark to record actual construction:

1. Depths of various elements of foundation in relation to adjacent ground elevations. 2. Horizontal and vertical location of underground utilities and appurtenances referenced to

permanent surface improvements. 3. Location of internal utilities and appurtenances concealed in construction referenced to

visible and accessible features of structure. 4. Field changes of dimension and detail. 5. Changes made by change order. 6. Details not on original contract drawings.

E. Specifications and addenda: Legibly mark-up each section to record: 1. Manufacturer, trade name, catalog number, and supplier of each product and item of

equipment actually installed. 2. Changes made by change order or field order. 3. Other matters not originally specified.

F. Shop drawings: Maintain as record documents; legibly annotate drawings to record changes made after review.

1.05 SUBMITTAL A. At completion of project, deliver record documents to Owner. B. Accompany submittal with transmittal letter, in duplicate, containing:

1. Date.

CHANDLER NEWBERGER ELEC & HVAC PROJECT RECORD DOCUMENTS SECTION 01720 - 2

2. Project title and number. 3. Contractor's name and address. 4. Title and number of each record document. 5. Certification that each document submitted is complete and accurate. 6. Signature of contractor, or his authorized representative.

PART 2 - PRODUCTS (NOT APPLICABLE)

PART 3 - EXECUTION (NOT APPLICABLE)

END OF SECTION 01720

CHANDLER NEWBERGER ELEC & HVAC OPERATING AND MAINTENANCE DATA SECTION 01730 - 1

SECTION 01730 OPERATING AND MAINTENANCE DATA

PART 1 - GENERAL

1.01 WORK INCLUDES

A. Contractor shall: 1. Compile product data and related information appropriate for Owner's maintenance and

operation of products and equipment provided under the Contract. 2. Instruct Owner's personnel in operation and maintenance of products, equipment and

systems. 1.02 RELATED REQUIREMENTS

A. Drawings and general provisions of Contract, including General and Supplementary Conditions and all other Divisions of the Project Manual, apply to this Section.

1.03 QUALITY ASSURANCE A. Maintenance Manual Preparation: In preparation of Maintenance Manuals, use personnel

thoroughly trained and experienced in operation and maintenance of the equipment or system involved. 1. Where written instructions are required, use personnel skilled in technical writing to the

extent necessary for communication of essential data. 2. Where Drawings or diagrams are required, use draftsmen capable of preparing Drawings

clearly in an understandable format. B. Instructions for the Owner's Personnel: For instruction of the Owner's operating and maintenance

personnel, use experienced instructors thoroughly trained and experienced in the operation and maintenance of the equipment or system involved.

1.04 SUBMITTALS A. Form: Manufacturer's standard product or equipment data of same type and form furnished to

manufacturer's maintenance personnel. B. Provide sturdy manila or kraft envelope, properly labelled, of sufficient size to contain all

submittals. C. Submit one copy of data in final form at least fifteen days before final inspection. This copy will

be returned within fifteen days after final inspection, with comments. 1. After final inspection make corrections or modifications to comply with the Owner's

comments. Submit the specified number of copies of each approved manual to the Owner within fifteen days of receipt of the Owner's comments.

D. Form of Submittal: Prepare operating and maintenance manuals in the form of an instructional manual for use by the Owner's operating personnel. Organize into suitable sets of manageable size. Where possible, assemble instructions for similar equipment into a single binder.

E. Binders: For each manual, provide heavy-duty, commercial quality, durable 3-ring vinyl covered loose-leaf binders, in thickness necessary to accommodate contents, sized to receive 8-1/2" by 11" paper. Provide a clear plastic sleeve on the spine, to hold labels describing the contents. Provide pockets in the covers to receive folded sheets.

F. Text Material: Where written material is required as part of the manual use the manufacturer's standard printed material, or if it is not available, specially prepared data, neatly typewritten, on 8-1/2" by 11", 20 pound white bond paper.

G. Drawings: Where drawings or diagrams are required as part of the manual, provide reinforced punched binder tabs on the drawings and bind in with the text.

1.04 MANUAL CONTENT A. Neatly typewritten table of contents for each volume, arranged in systematic order. Follow Project

Manual format. B. In each manual include information specified in the individual Specification Section, and the

following information for each major component of equipment and its controls: 1. General system or equipment description. 2. Design factors and assumptions. 3. Copies of applicable Shop Drawings and Product Data. 4. System or equipment identification, including:

a. Name of manufacturer.

CHANDLER NEWBERGER ELEC & HVAC OPERATING AND MAINTENANCE DATA SECTION 01730 - 2

b. Model number. c. Serial number of each component.

5. Operating instructions. 6. Emergency instructions. 7. Wiring diagrams. 8. Inspection and test procedures. 9. Maintenance procedures and schedules. 10. Precautions against improper use and maintenance. 11. Copies of warranties. 12. Repair instructions including spare parts listing. 13. Sources of required maintenance materials and related services. 14. Manual Index. 15. Contractor, name of responsible principal, address and telephone number 16. List with each product, the name, address and telephone number of:

a. Subcontractor b. Maintenance contractor, as appropriate. c. Identify area of responsibility of each d. Local supply source for parts and replacement.

C. Organize each manual into separate Sections for each piece of related equipment. As a minimum each manual shall contain a title page, a table of contents, copies of Product Data, supplemented by drawings and written text, and copies of each warranty, bond and service Contract issued.

D. General Information: Provide a general information Section immediately following the Table of Contents, listing each product included in the manual, identified by product name. Under each product, list the name, address, and telephone number of the Subcontractor or installer, and the maintenance contractor. Clearly delineate the extent of responsibility of each of these entities. In addition, list a local source for replacement parts and equipment.

E. Product Data: Where manufacturer's standard printed data is included in the manuals, include only sheets that are pertinent to the part or product installed. Mark each sheet to identify each part or product included in the installation. Where more than one item in a tabular format is included, identify each item, using appropriate references from the Contract Documents. Identify data that is applicable to the installation and delete references to information that is not applicable.

F. Written Text: Where manufacturer's standard printed data is not available, and information is necessary for proper operation and maintenance of equipment or systems, or it is necessary to provide additional information to supplement data included in the manual, prepare written text to provide necessary information. Organize the text in a consistent format under separate headings for different procedures. Where necessary, provide a logical sequence of instruction for each operating or maintenance procedure.

G. Drawings: Provide specially prepared drawings where necessary to supplement manufacturer's printed data to illustrate the relationship of component parts of equipment or systems, or to provide control or flow diagrams. Coordinate these drawings with information contained in Project Record Drawings to assure correct illustration of the completed installation.

H. Do not use original Project Record Documents as part of the Operating and Maintenance Manuals. I. Warranties, Bonds and Service Contracts: Provide a copy of each warranty, bond or service

contract in the appropriate manual for the information of the Owner's operating personnel. Provide written data outlining procedures to be followed in the event of product failure. List circumstances and conditions that would affect validity of the warranty or bond. 1. Contractor, name of responsible principal, address and telephone number. 2. List of each product specified to be included, indexed to volume content. 3. List with each product, the name, address and telephone number of:

a. Subcontractor. b. Maintenance contractor, as appropriate. c. Identify area of responsibility of each. d. Local supply source for parts and replacement.

J. Product Data: 1. Include only sheets pertinent to specific product. 2. Annotate each sheet to:

a. Clearly identify specific product or part installed.

CHANDLER NEWBERGER ELEC & HVAC OPERATING AND MAINTENANCE DATA SECTION 01730 - 3

b. Clearly identify data applicable to installation. c. Delete references to inapplicable installation.

K. Drawings: 1. Supplement product data with drawings to clearly illustrate relationship of component

parts of equipment and systems and control and flow diagrams. 2. Coordinate drawings with information in Product Record Documents to assure correct

illustration of completed installation. 3. Do not use Project Record Documents as maintenance drawings.

L. Written text to supplement product data for particular installation: 1. Organize in consistent format under separate headings for different procedures. 2. Provide logical sequence of instructions for each procedure.

M. Copy of each warranty, bond and service contract issued. 1. Provide information sheet for Owner personnel. Give:

a. Proper procedures in event of failure. b. Instances which might affect validity of warranties or bonds.

1.05 MANUAL FOR MATERIALS AND FINISHES A. Submit two (2) copies of complete manual in final form. B. Refer to individual Specification Sections for additional requirements on care and maintenance of

materials and finishes. C. Content for products, applied materials and finishes:

1. Manufacturer's data, giving full information on products. a. Catalog number, size, composition. b. Color and texture designations. c. Information for re-ordering special-manufactured products.

2. Instructions for care and maintenance. a. Manufacturer's recommendations for types of cleaning agents and methods. b. Cautions against cleaning agents and methods detrimental to product. c. Recommended cleaning and maintenance schedule.

D. Moisture-Protection and Weather-Exposed Products: Provide complete manufacturer's data with instructions on inspection, maintenance and repair of products exposed to the weather or designed for moisture-protection purposes.

E. Manufacturer's Data: Provide manufacturer's data giving detailed information, including the following, as applicable: 1. Applicable standards. 2. Chemical composition. 3. Installation details. 4. Inspection procedures. 5. Maintenance information. 6. Repair procedures.

PART 2 - PRODUCTS (NOT APPLICABLE)

PART 3 - EXECUTION (NOT APPLICABLE)

END OF SECTION 01730

CHANDLER NEWBERGER ELEC & HVAC WARRANTIES AND BONDS SECTION 01740 - 1

SECTION 01740 WARRANTIES AND BONDS

PART 1 - GENERAL

1.01 SUMMARY

A. This Section specifies general administrative and procedural requirements for warranties and bonds required by the Contract Documents, including manufacturer’s standard warranties on products and special warranties. 1. Warranties for the Work and products and installations of each Contractor shall be one

(1) year unless specified otherwise in the individual Sections of Divisions 2 through 16. B. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do

not relieve the Contractor of the warranty on the Work that incorporates the products, nor does it relieve suppliers, manufacturers, and Contractors required to countersign special warranties with the Contractor.

1.02 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions

and all other Divisions of the Project Manual, apply to this Section. 1.03 WARRANTY REQUIREMENTS

A. Related Damages and Losses: When correcting warranted Work that has failed, remove and replace other Work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted Work.

B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation.

C. Replacement cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requires of the Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life.

D. Owner's Recourse: Written warranties made to the Owner are in addition to implied warranties, and shall limit the duties, obligations, rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the Owner can enforce such other duties, obligations, rights or remedies. 1. Rejection of Warranties: The Owner reserves the rights to reject warranties and to limit

selections to products with warranties not in conflict with requirements of the Contract Documents.

E. The Owner reserves the right to refuse to accept Work for the Project where a special warranty, certification, or similar commitment is required on such Work or part of the Work, until evidence is presented that entities required to countersign such commitments are willing to do so.

F. For specific warranty requirements related to landscape materials, refer to the applicable Section. 1.04 SUBMITTALS A. Submit written warranties to the Owner prior to the date certified for Substantial Completion. If the

Owner’s Certificate of Substantial Completion designates a commencement date for warranties other that the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the Owner.

1. When a designated portion of the Work is completed and occupied or used by the Owner, by separate agreement with the Contractor during the construction period, submit properly executed warranties to the Owner within fifteen days of completion of that designated portion of the Work.

B. Form of Submittal: At Final Completion, compile two copies of each required warranty and bond properly executed by the Contractor, or by the Contractor, Subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual.

C. Bind warranties and bonds in heavy-duty, commercial quality, durable 3-ring vinyl covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2" by 11" paper.

CHANDLER NEWBERGER ELEC & HVAC WARRANTIES AND BONDS SECTION 01740 - 2

1. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the 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 the installer.

2. Identify each binder on the front and the spine with the typed or printed title "WARRANTIES AND BONDS", the project title or name, and the name of the Contractor.

3. When operating and maintenance manuals are required for warranted construction, provide additional copies of each required warranty, as necessary, for inclusion in each required manual.

PART 2 - PRODUCTS (NOT APPLICABLE)

PART 3 - EXECUTION (NOT APPLICABLE)

END OF SECTION 01740

Clark Dietz, Inc. Selective Demolition

E0140040 024119 - 1

SECTION 024119 SELECTIVE DEMOLITION

PART 1 GENERAL 1.1 SECTION INCLUDES

A. Preparation.

B. Examination.

C. Equipment Removal.

D. Salvage Requirements.

E. Demolition.

1.2 CLOSEOUT SUBMITTALS

A. Project Record Documents: Accurately record actual locations of capped utilities, concealed utilities discovered during demolition, and subsurface obstructions.

1.3 QUALITY ASSURANCE

A. Conform to applicable code for demolition work, dust control, products requiring electrical disconnection and re-connection.

B. Conform to applicable code for procedures when hazardous or contaminated materials are

discovered.

C. Obtain required permits from authorities having jurisdiction. 1.4 SCHEDULING

A. Cooperate with Owner in scheduling noisy operations and waste removal that may impact Owners operation and adjoining spaces.

B. Coordinate with the Owner any building service interruptions.

1. Do not disable or disrupt building fire or life safety systems without three calendar

days prior written notice to Owner. 2. Schedule tie-ins to existing systems to minimize disruption. 3. Coordinate Work to ensure fire alarms, smoke detectors, emergency lighting, exit

signs and other life safety systems remain in full operation in occupied areas.

1.5 PROJECT CONDITIONS

A. Conduct demolition to minimize interference with adjacent building areas. B. Cease operations immediately if structure appears to be in danger and notify Engineer. Do not

resume operations until directed.

PART 2 PRODUCTS Not Used.

Clark Dietz, Inc. Selective Demolition

E0140040 024119 - 2

PART 3 EXECUTION

3.1 PREPARATION

A. Mark location and termination of utilities.

B. Erect, and maintain temporary barriers and security devices at locations indicated, including warning signs and lights, and similar measures, for protection of the Owner and existing improvements indicated to remain.

C. Erect and maintain temporary partitions to prevent spread of dust, odors, and noise to permit

continued Owner occupancy, where necessary. D. Prevent movement of structure; provide temporary bracing and shoring as required to ensure

safety of existing structure.

E. Provide appropriate temporary signage including signage for exit or building egress. F. Do not close or obstruct building egress path.

3.2 EXAMINATION

A. Examine existing equipment and structures indicated to be demolished before demolition. B. Determine where removals may result in structural deficiency or unplanned building collapse

during demolition. Coordinate demolition sequence and procedures to prevent structures from becoming unstable.

C. Determine where demolition may affect structural integrity or weather resistance of adjacent

buildings or structures indicated to remain.

1. Identify measures required to protect adjacent buildings and structures from damage.

2. Identify remedial work including patching, repairing, bracing, and other work required to leave buildings and structures indicated to remain in structurally sound and weathertight and watertight condition.

3.3 EQUIPMENT REMOVAL

A. The existing equipment shown on the Contract Drawings shall be removed by the Contractor.

B. The equipment shall be removed from the site by the Contractor at his own expense. The equipment shall be removed from the site within seven (7) days of removing it from the building.

3.4 SALVAGE REQUIREMENTS

A. Coordinate with Owner/Engineer to identify equipment required to be removed and delivered to Owner.

B. Tag components and equipment Owner designates for salvage. Identification tags shall

remain intact on all removed equipment and identify the date and location from which the salvaged item was removed.

C. Protect designated salvage items from demolition operations until items can be removed.

Clark Dietz, Inc. Selective Demolition

E0140040 024119 - 3

D. Remove materials to be re-installed or retained in manner to prevent damage. Store and

protect in accordance with requirements of Section 01 60 00.

E. Carefully remove building components and equipment indicated to be salvaged.

F. Package small and loose parts to avoid loss.

G. Mark equipment and packaged parts to permit identification and consolidation of components of each salvaged item.

H. Prepare assembly instructions consistent with disassembled parts. Package assembly

instructions in protective envelope and securely attach to each salvaged item. 3.5 DEMOLITION

A. Conduct demolition to minimize interference with adjacent building areas. B. Maintain protected egress from and access to adjacent existing buildings at all times.

C. Do not close or obstruct roadways or sidewalks without Owner approval.

D. Cease operations immediately if structure appears to be in danger and notify Engineer.

E. Disconnect and remove designated utilities within demolition areas.

F. Cap and identify abandoned utilities at termination points when utility is not completely

removed. Annotate Record Drawings indicating location and type of service for capped utilities remaining after demolition.

G. Demolish in orderly and careful manner. Protect existing improvements and supporting

structural members.

H. Remove demolished materials from site except where specifically noted otherwise. Do not burn or bury materials on site.

I. Remove materials as Work progresses. Upon completion of Work, leave areas in clean

condition.

END OF SECTION 024119

Clark Dietz, Inc. Metal Fabrications

E0140040 055000 - 1

SECTION 055000 METAL FABRICATIONS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Steel tube columns for supporting aluminum louver screen assemblies. 2. Miscellaneous steel trim.

1.2 ACTION SUBMITTALS

A. Product Data: For the following: 1. Paint products. 2. Grout.

B. Shop Drawings: Show fabrication and installation details. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items

PART 2 - PRODUCTS

2.1 METALS

A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes.

B. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M.

C. Usually retain Type 304 in "Stainless-Steel Bars and Shapes" Paragraph below; Type 316L is for corrosive environments.

D. Steel Tubing: ASTM A 500/A 500M, cold-formed steel tubing.

2.2 FASTENERS

A. Usually retain Type 304 in "General" Paragraph below; retain Type 316 if required for corrosive environments.

B. General: Unless otherwise indicated, provide Type 304 or Type 316 stainless-steel fasteners for exterior use. Select fasteners for type, grade, and class required.

1. Provide stainless-steel fasteners for fastening aluminum.

Clark Dietz, Inc. Metal Fabrications

E0140040 055000 - 2

2.3 MISCELLANEOUS MATERIALS

A. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer complying with MPI#79 and compatible with topcoat.

1. Use primer containing pigments that make it easily distinguishable from zinc-rich primer.

B. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it.

C. Nonshrink, Nonmetallic Grout: Factory-packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107/C 1107M. Provide grout specifically recommended by manufacturer for interior and exterior applications.

D. Concrete: Comply with requirements in Section 033000 "Cast-in-Place Concrete" for normal-weight, air-entrained, concrete with a minimum 28-day compressive strength of 3000 psi

2.4 FABRICATION, GENERAL

A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Use connections that maintain structural value of joined pieces.

B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges. Remove sharp or rough areas on exposed surfaces.

C. Weld corners and seams continuously to comply with the following:

1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals.

2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended.

D. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Locate joints where least conspicuous.

E. Fabricate seams and other connections that are exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate.

2.5 MISCELLANEOUS FRAMING AND SUPPORTS

A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work.

2.6 MISCELLANEOUS STEEL TRIM

A. Unless otherwise indicated, fabricate units from steel shapes, plates, and bars of profiles shown with continuously welded joints and smooth exposed edges. Miter corners and use concealed field splices where possible.

Clark Dietz, Inc. Metal Fabrications

E0140040 055000 - 3

B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work.

C. Galvanize exterior miscellaneous steel trim.

2.7 FINISHES, GENERAL

A. Finish metal fabrications after assembly.

2.8 STEEL AND IRON FINISHES

A. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A 153/A 153M for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products.

PART 3 - EXECUTION

3.1 INSTALLATION, GENERAL

A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels.

B. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections.

C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction.

3.2 ADJUSTING AND CLEANING

A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces.

B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780/A 780M.

END OF SECTION 055000

Clark Dietz, Inc. Modified Bitumen Membrane Roofing E0140040 075200 - 1

SECTION 075200 MODIFIED BITUMEN MEMBRANE ROOFING

PART 1 - GENERAL 1.1 SUMMARY

A. Provide modified bitumen roofing system including tapered rigid insulation and all necessary flashing at eaves, curbs, roof drains, vents and other penetrations including both new installation and repairs or modifications to existing installation.

1.2 SECTION INCLUDES

A. Base Sheet Application B. Insulation Application

C. Roof Membrane Application

D. Roof Flashing Application

1.3 RELATED SECTIONS

A. Division 1 Section “Submittals” for submittals of samples, product data, test reports, maintenance data.

B. Division 15 Sections for Plumbing and Mechanical for roof drains, vent stacks, ventilation hoods and

other roof accessories. 1.4 REFERENCE STANDARDS

References in these specifications to standards, test methods, codes etc., are implied to mean the latest edition of each such standard adopted. The following is an abbreviated list of associations, institutions, and societies that may be used as references throughout these specifications.

ASTM American Society for Testing and Materials Philadelphia, PA

FM Factory Mutual Engineering and Research Norwood, MA

NRCA National Roofing Contractors Association Rosemont, IL

OSHA Occupational Safety and Health Administration Washington, DC

SMACNA Sheet Metal and Air Conditioning Contractors National Association Chantilly, VA

UL Underwriters Laboratories Northbrook, IL

Clark Dietz, Inc. Modified Bitumen Membrane Roofing E0140040 075200 - 2

1.5 SUBMITTALS

All submittals that do not conform to the following requirements will be rejected.

A. Submittals Prior to Contract Award:

1. Letter from the proposed primary roofing manufacturer confirming that the bidder is an acceptable Contractor authorized to install the proposed system.

2. Letter from the primary roofing manufacturer stating that the proposed application will comply with

the Manufacturer's requirements in order to qualify the project for the specified guarantee. 1.6 QUALITY ASSURANCE

A. Acceptable Products: Provide primary roofing products, including each type of sheet, all manufactured in the United States, supplied by a single manufacturer that has been successfully producing the specified types of primary products for not less than 2 years. Provide secondary or accessory products that are acceptable to the manufacturer of the primary roofing products.

B. Product Quality Assurance Program: Primary roofing materials shall be manufactured under a quality

management system that is monitored regularly by a third party auditor under the ISO 9001:2000 audit process. A certificate of analysis for reporting/confirming the tested values of the actual material being supplied for the project will be required prior to project closeout.

C. Agency Approvals: The proposed roof system shall conform to the following requirements. No other

testing agency approvals will be accepted.

1. Factory Mutual Approval Standard 4470 listing for the proposed membrane system. The roof membrane configuration shall be approved by FM for Class 1-SH (severe hail) exposure. The roof configuration (including fastening of base sheet, insulation, etc.) shall be approved by FM for minimum 1-75 wind uplift construction.

D. Project Acceptance: Submit a completed manufacturer's application for roof guarantee form along with

shop drawings of the roofs showing all dimensions, penetrations, and details. The form shall contain all the technical information applicable to the project including deck types, roof slopes, base sheet and/or insulation assemblies (with method of attachment, and fastener type), and manufacturer's membrane assembly proposed for installation. The form shall also contain accurate and complete information requested including proper names, addresses, zip codes, and telephone numbers. The project must receive approval, through this process, prior to shipment of materials to the project site.

E. Scope of Work: The work to be performed under this specification shall include but is not limited to the

following:

1. Attend necessary job meetings and furnish competent and full time supervision, experienced roof mechanics, all materials, tools, and equipment necessary to complete, in an acceptable manner, the roof installation in accordance with this specification including both removal of existing roofing in designated areas as well as new roof installation, where required or noted.

2. Comply with the latest written application instructions of the manufacturer of the primary roofing products. In addition, application practice shall comply with requirements and recommendations contained in the latest edition of the Handbook of Accepted Roofing Knowledge (HARK) as

Clark Dietz, Inc. Modified Bitumen Membrane Roofing E0140040 075200 - 3

published by the National Roofing Contractor's Association, amended to include the acceptance of a phased roof system installation.

F. Local Regulations: Conform to regulations of public agencies, including any specific requirements of

the city and/or state of jurisdiction.

G. Manufacturer Requirements: The primary roofing materials manufacturer shall provide direct trained company personnel to attend necessary job meetings, perform periodic inspections as necessary, and conduct a final inspection upon successful completion of the project.

H. Preinstallation Conference: Conduct conference at Project site. Comply with requirements in Division 1

Section "Coordination". Review methods and procedures related to roofing system including, but not limited

1. Meet with Architect, Owner's representative, roofing Installer, roofing system manufacturer's representative, deck repair contractor, and installers whose work interfaces with or affects roofing including installers of roof accessories and roof-mounted equipment.

2. Review methods and procedures related to roofing installation, including manufacturer's written instructions.

3. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays.

4. Examine deck substrate conditions and finishes for compliance with requirements, including flatness and fastening.

5. Review structural loading limitations of roof deck during and after roofing. 6. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment

curbs, and condition of other construction that will affect roofing system. 7. Review governing regulations and requirements for insurance and certificates if applicable. 8. Review temporary protection requirements for roofing system during removal of existing roof,

during repairs to decking, during installation of insulation and during and after installation of roofing.

9. Review roof observation and repair procedures after roofing installation. 1.7 PRODUCT DELIVERY STORAGE AND HANDLING

A. Delivery: Deliver materials in the manufacturer's original sealed and labeled containers and in quantities required to allow continuity of application.

B. Storage: Store materials out of direct exposure to the elements. Store roll goods on a clean, flat and

dry surface. All material stored on the roof overnight shall be stored on pallets. Rolls of roofing must be stored on ends. Store materials on the roof in a manner so as to preclude overloading of deck and building structure. Store materials such as solvents, adhesives and asphalt cutback products away from open flames, sparks or excessive heat. Cover all material using a breathable cover such as a canvas. Polyethylene or other non-breathable plastic coverings are not acceptable.

C. Handling: Handle all materials in such a manner as to preclude damage and contamination with

moisture or foreign matter. Handle rolled goods to prevent damage to edges or ends.

D. Damaged Material: Any materials that are found to be damaged or stored in any manner other than stated above will be automatically rejected, removed, and replaced at the Contractor's expense.

Clark Dietz, Inc. Modified Bitumen Membrane Roofing E0140040 075200 - 4

1.8 PROJECT/SITE CONDITIONS

A. Requirements Prior to Job Start

1. Notification: Give a minimum of 5 days notice to the Owner and manufacturer prior to commencing any work and notify both parties on a daily basis of any change in work schedule.

2. Safety: Familiarize every member of the application crew with all fire and safety regulations

recommended by OSHA, NRCA and other industry or local governmental groups.

B. Environmental Requirements

1. Precipitation: Do not apply roofing materials during precipitation or in the event there is a probability of precipitation during application. Take adequate precautions to ensure that materials, applied roofing, and building interiors are protected from possible moisture damage or contamination.

2. Temperature Restrictions - asphalt: At ambient temperatures of 40°F (4°C) and below, special

precautions must be taken to ensure that the specified Type IV asphalt maintains a minimum acceptable 400°F (204°C) at the point of sheet application. The asphalt must not be overheated to compensate for cold conditions. The use of insulated handling equipment is strongly recommended. Hot luggers, mop carts, and kettle-to-roof supply lines should be insulated. Hand mops should be constructed with a smaller yarn head to facilitate short moppings. Luggers and mop carts should never be more than half filled at all times.

3. Temperature Restrictions - cold adhesive: At low temperatures, the specified cold adhesive

becomes more viscous, making even distribution more difficult. The optimal temperature of the adhesive at point of application is 70°F (21°C). To facilitate application when ambient temperatures are below 50°F (10°C), store the adhesive and roll goods in a warm place immediately prior to use. Roll or broom the sheets to ensure contact with the underlying adhesive. Suspend application in situations where the adhesive cannot be kept at temperatures allowing for even distribution.

C. Protection Requirements

1. Membrane Protection: Provide protection against staining and mechanical damage for newly

applied roofing and adjacent surfaces throughout this project. 2. Torch Safety: Designate one person on each crew to perform a daily fire watch. The designated

crew member shall watch for fires or smoldering materials on all areas of roof construction. Continue the fire watch after roofing material application has been suspended for the day.

3. Debris Removal: Remove all debris daily from the project site and take to a legal dumping area

authorized to receive such materials. 4. Site Condition: Complete, to the owner's satisfaction, all job site clean-up including building

interior, exterior and landscaping where affected by the construction.

Clark Dietz, Inc. Modified Bitumen Membrane Roofing E0140040 075200 - 5

1.9 GUARANTEE

A. Roof Membrane Guarantee: Upon successful completion of the project, and after all post installation procedures have been completed, furnish the Owner with the manufacturer's ten year labor and materials membrane guarantee. The guarantee shall be a term type, without deductibles or limitations on coverage amount, and shall be issued at no additional cost to the Owner. This guarantee shall not exclude random areas of ponding from coverage.

Siplast ten-year Roof Membrane Guarantee or equivalent from approved systems

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, provide Siplast Paradeine 20/30 fully-adhered, non-ballasted type, multi-ply elastomeric roof system to match existing roof installation and system or approved equal SBS modified bituminous membrane roofing system by one of the following::

1. Bitec Inc. 2. Firestone 3. GAF Materials Corporation. 4. MBTechnology Corporation. 5. TAMKO Roofing Products, Inc. 6. U.S. Intec, Inc.

2.2 ROOFING SYSTEM ASSEMBLY/PRODUCTS

A. Base Sheet

1. Base Sheet: A fiberglass reinforced, asphalt coated sheet with a polyolefin film backing, having a minimum weight of 20 lb/sq. The sheet shall conform to ASTM D 4601, Type II requirements.

Parabase FS by Siplast; Irving, TX

2. Modified Base Sheet: A fiberglass reinforced, Styrene-Butadiene-Styrene (SBS) modified asphalt

coated sheet having a minimum weight of 30 lb/sq.

Parabase Plus by Siplast; Irving, TX

B. Rigid Roof Insulation: Roof insulation shall be UL and FM approved. Insulation shall be approved in writing by the insulation manufacturer for intended use and for use with the specified roof assembly. Maintain a maximum panel size of 4 feet by 4 feet where polyisocyanurate / fiberboard insulation is specified to be installed in hot asphalt or insulation adhesive. 1. Polyisocyanurate: A closed cell, rigid polyisocyanurate foam core material, integrally laminated

between glass fiber reinforced organic facers, in full compliance with ASTM C 1289, Type II, Class

Clark Dietz, Inc. Modified Bitumen Membrane Roofing E0140040 075200 - 6

1, Grade 2 (20 psi). Panels shall have a nominal thickness equal to those of the existing roof system inches. Acceptable types are as follows:

Paratherm by Siplast; Irving, TX or equal

2. Polyisocyanurate Tapered Roof Insulation: Tapered panels and standard fill panels composed of a

closed cell, rigid polyisocyanurate foam core material, integrally laminated between glass fiber reinforced organic facers, in full compliance with ASTM C 1289, Type II, Class 1, Grade 2 (20 psi). The tapered system shall provide for a roof slope of [---] inch per foot. Acceptable types are as follows.

Tapered Paratherm by Siplast; Irving, TX or equal

2.3 DESCRIPTION OF SYSTEMS

A. Roofing Membrane Assembly: A roof membrane assembly consisting of two plies of a prefabricated, reinforced, homogeneous Styrene-Butadiene-Styrene (SBS) block copolymer modified asphalt membrane, applied over a prepared substrate. Reinforcement mats shall be impregnated/saturated and coated each side with SBS modified bitumen blend. The cross sectional area of the sheet material shall contain no oxidized or non-SBS modified bitumen. The roof system shall pass 500 cycles of ASTM D 5849 Resistance to Cyclic Joint Displacement (fatigue) at 14°F (-10°C). Passing results shall show no signs of membrane cracking or interply delamination after 500 cycles. The roof system shall pass 200 cycles of ASTM D 5849 after heat conditioning performed in accordance with ASTM D 5147. The assembly shall possess waterproofing capability, such that a phased roof application, with only the modified bitumen base ply in place, can be achieved for prolonged periods of time without detriment to the watertight integrity of the entire roof system.

Siplast Paradiene 20/30 FR BW roof system or equivalent from approved systems

1. Modified Bitumen Base and Stripping Ply

a) Thickness (avg): 91 mils (2.3 mm) (ASTM D 5147) b) Thickness (min): 87 mils (2.2 mm) (ASTM D 5147) c) Weight (min per 100 ft² of coverage): 62 lb (3.0 kg/m²) d) Maximum filler content in elastomeric blend - 35% by weight e) Low temperature flexibility @ -13ºF (-25ºC): PASS (ASTM D 5147) f) Maximum Load (avg) @ 73ºF (23ºC): 30 lbf/inch (5.3 kN/m) (ASTM D 5147) g) Maximum Load (avg) @ 0ºF (-18ºC): 70 lbf/inch (12.3 kN/m) (ASTM D 5147) h) Elongation @ 5% Maximum Load (avg.) @ 73ºF (23ºC): 50% (ASTM D 5147) i) Dimensional Stability (max): 0.1% (ASTM D 5147) j) High Temperature Stability (min): 250ºF (121ºC) (ASTM D 5147) k) Approvals: UL Class listed, FM Approved (products shall bear seals of approval) l) Reinforcement: fiberglass mat or other meeting the performance and dimensional stability

criteria

Siplast Paradiene 20 or equivalent from approved system

2. Modified Bitumen Finish Ply

a) Thickness (avg): 130 mils (3.3 mm) (ASTM D 5147) b) Thickness at selvage (coating thickness) (avg): 98 mils (2.5 mm) (ASTM D 5147)

Clark Dietz, Inc. Modified Bitumen Membrane Roofing E0140040 075200 - 7

c) Thickness at selvage (coating thickness) (min): 94 mils (2.4 mm) (ASTM D 5147) d) Weight (min per 100 ft² of coverage): 90 lb (4.4 kg/m²) e) Maximum filler content in elastomeric blend: 35% by weight f) Low temperature flexibility @ -13º F (-25º C): PASS (ASTM D 5147) g) Maximum Load (avg) @ 73ºF (23ºC): 30 lbf/inch (5.3 kN/m) (ASTM D 5147) h) Maximum Load (avg) @ 0ºF (-18ºC): 75 lbf/inch (13.2 kN/m) (ASTM D 5147) i) Elongation @ 5% Maximum Load (avg.) @ 73ºF (23ºC): 55% (ASTM D 5147) j) Dimensional Stability (max): 0.1% (ASTM D 5147) k) High Temperature Stability (min): 250ºF (121º C) (ASTM D 5147) l) Granule Embedment (max loss): 2.0 grams per sample (ASTM D 5147) m) Approvals: UL Class listed, FM Approved (products shall bear seals of approval) n) Reinforcement: fiberglass mat or other meeting the performance and dimensional stability

criteria o) Surfacing: ceramic granules

Siplast Paradiene 30 FR or equivalent from approved system

B. Flashing Membrane Assembly: A flashing membrane assembly consisting of a prefabricated, reinforced, Styrene-Butadiene-Styrene (SBS) block copolymer modified asphalt membrane with a continuous, channel-embossed metal-foil surfacing. The finish ply shall conform to ASTM D 6298 and the following physical and mechanical property requirements.

Siplast Veral flashing system, aluminum finish or equivalent from approved system

1. Metal-Clad Modified Bitumen Flashing Sheet

a) Thickness (avg): 150 mils (3.6 mm) (ASTM D 5147) b) Thickness (min): 146 mils (3.5 mm) (ASTM D 5147) c) Weight (min per 100 ft² of coverage): 96 lb (4.5 kg/m²) d) Coating Thickness – back surface (min): 40 mils (1 mm) (ASTM D 5147) e) Maximum filler content in elastomeric blend: 35% by weight f) Low temperature flexibility @ zeroº F (-18º C): PASS (ASTM D 5147) g) Maximum Load (avg) @ 73ºF (23ºC): 85 lbf/inch (15 kN/m) (ASTM D 5147) h) Maximum Load (avg) @ 0ºF (-18ºC): 180 lbf/inch (31.7 kN/m) (ASTM D 5147) i) Elongation @ 5% Maximum Load (avg) @ 73ºF (23ºC): 45% (ASTM D 5147) j) Tear-Strength (avg): 120 lbf (0.54 KN) (ASTM D 5147) k) Dimensional Stability (max): 0.2% (ASTM D 5147) l) High Temperature Stability (min): 225ºF (107ºC) (ASTM D 5147) m) Cyclic Thermal Shock Stability (maximum): 0.2% (ASTM D 6298) n) Approvals: UL Approved, FM Approved (products shall bear seals of approval) o) Reinforcement: fiberglass scrim mat or other meeting the performance and dimensional

stability criteria p) Surfacing: aluminum metal foil

Siplast Veral Aluminum or equivalent from approved system Flashing Reinforcing Ply - (Same as roof system base ply)

2.4 ROOFING ACCESSORIES

A. Insulation Adhesives

Clark Dietz, Inc. Modified Bitumen Membrane Roofing E0140040 075200 - 8

1. Insulation Adhesive: A single component, moisture cured, polyurethane foam adhesive, dispensed from a portable, pre-pressurized container used to adhere insulation panels to the substrate, as well as to other insulation panels.

Para-Stik Insulation Adhesive by Siplast; Irving, TX

2. Insulation Adhesive: A dual component, polyurethane foam adhesive used to adhere insulation

panels to the substrate, as well as to other insulation panels.

Parafast Insulation Adhesive by Siplast; Irving, TX

B Roofing Adhesives

1. Mopping Asphalt: Type IV asphalt certified for full compliance with the requirements listed in Table I, ASTM D 312. Each container or bulk shipping ticket shall indicate the equiviscous temperature, EVT, the finished blowing temperature, FBT, and the flash point, FP. Mopping asphalt shall be approved in writing by the roof membrane manufacturer.

Siplast PA-100 Asphalt by Siplast/Icopal; Irving, TX or equivalent from approved system

2. Membrane Cold Adhesive: A blend of special adhesive asphalts and safe, high-flash, quick drying solvents that meets or exceeds ASTM D 4479, Type II requirements.

Siplast PA-311 Adhesive by Siplast/Icopal; Irving, TX or equivalent from approved system B. Primers

1. Primer: An asphalt/solvent blend meeting ASTM D 41, South Coast Air Quality District and Ozone

Transport Commission requirements.

PA-917 LS Primer by Siplast; Irving, TX 2. Primer: An asphalt, solvent blend conforming to ASTM D 41 requirements.

PA-1125 Asphalt Primer by Siplast; Irving, TX

3. Primer for Self-Adhesive Sheets: A quick drying, low-VOC, water-based, high-tack primer specifically

designed to promote adhesion of roofing and waterproofing sheets to approved substrates. Primer shall meet South Coast Air Quality District and Ozone Transport Commission requirements. TA-119 Primer by Siplast; Irving, TX

C. Sealant: A moisture-curing, non-slump elastomeric sealant designed for roofing applications. The sealant shall be approved by the roof membrane manufacturer for use in conjunction with the roof membrane materials. Acceptable types are as follows:

Siplast PS-209 Elastomeric Sealant by Siplast/Icopal; Irving, TX or equivalent from approved system

Clark Dietz, Inc. Modified Bitumen Membrane Roofing E0140040 075200 - 9

D. Ceramic Granules: No. 11 grade specification ceramic granules of color scheme matching the granule surfacing of the finish ply.

E. Perlite Cant Strips: A cant strip composed of expanded volcanic minerals combined with waterproofing

binders. The top surface shall be pre-treated with an asphalt based coating. The face of the cant shall have a nominal 4 inch dimension.

F. Fasteners

As recommended by manufacturer of roofing system for decking and insulation underlayment

PART 3 - EXECUTION 3.1 PREPARATION

A. General: Sweep or vacuum all surfaces, removing all loose aggregate and foreign substances prior to commencement of roofing.

3.2 SUBSTRATE PREPARATION

A. Remove existing roofing membrane and any damaged or unsuitable insulation in all designated areas by carefully cutting membranes and other substrate materials using appropriate tools and equipment to avoid damage to areas not scheduled for repair or replacement, adjoining mechanical or electrical equipment, and existing roof deck. Cutting and removal shall leave clean, well-defined and vertical edges to permit installation of new insulation, where necessary, and to fully prepare roof deck for installation of new roof system. Remove all damaged materials from site as part of removal and preparation procedures.

B. Insulation: Install insulation in one layer with tightly butted joints and neatly fitted around penetrations in accordance with roof system manufacturer’s specifications for adhesives and necessary base sheets. Set tapered units in pattern to ensure drainage flow toward existing roof drain locations with ridges and valleys as per pattern submitted and approved. Where insulation has been removed as part of repairs, provide straight and vertical edges where new insulation is to be fitted into existing roof installation and provide additional layers if needed to maintain existing thickness..

3.3 ROOF MEMBRANE INSTALLATION

A. Membrane Application: Apply roofing in accordance with roofing system manufacturer's instructions and the following requirements. Application of roofing membrane components shall immediately follow application of base sheet and/or insulation as a continuous operation.

B. Aesthetic Considerations: An aesthetically pleasing overall appearance of the finished roof application

is a standard requirement for this project. Make necessary preparations, utilize recommended application techniques, apply the specified materials (i.e. granules, metallic powder), and exercise care in ensuring that the finished application is acceptable to the Owner. Coordinate installation with installation of new standing seam metal roof system to prevent damage to exposed finish metal roof by installation of modified roof system or by materials and equipment used during installation.

Clark Dietz, Inc. Modified Bitumen Membrane Roofing E0140040 075200 - 10

C. Priming: Prime metal flanges (all jacks, edge metal, and lead drain flashings) and concrete and

masonry surfaces with a uniform coating of ASTM D 41 asphalt primer.

D. Kettles and Tankers: Kettles and tankers shall be equipped with accurate, fully readable thermometers. Do not heat asphalt to or above its flash point. Avoid heating at or above the FBT, should conditions make this impractical, heating must be no more than 25ºF below the EVT and no more than 25ºF above EVT.

E. Asphalt Temperatures: If the EVT information is not provided, the following asphalt temperature shall

be observed. Maximum heating temperature shall be 525ºF (274ºC). Minimum application temperature shall be 400ºF (204ºC).

F. Asphalt Moppings: Ensure that all moppings do not exceed a maximum of 25 lb./square. Mopping

shall be total in coverage, leaving no breaks or voids.

G. Membrane Adhesive Application: Membrane adhesive can be applied by roller, squeegee, or spray unit. Apply cold adhesive in a smooth, even, continuous layer without breaks or voids. Utilize an application rate of 2 to 2 1/2 gal/sq (0.6 to 1.0 l/m²) over irregular or porous substrates. Utilize an application rate of 1 1/2 to 2 gal/sq (0.6 to 0.8 kg/m²) for interply applications. Double the adhesive application rate at the end laps of granule surfaced sheets.

H. Bitumen Consistency: Cutting or alterations of bitumen, primer, and sealants will not be permitted.

I. Roofing Application: Apply all layers of roofing free of wrinkles, creases, or fishmouths. Exert sufficient

pressure on the roll during application to ensure prevention of air pockets.

1. Apply all layers of roofing perpendicular to the slope of the deck.

2. Fully bond the base ply to the prepared substrate, utilizing minimum 3-inch side and end laps. Apply each sheet directly behind the *[asphalt/cold adhesive] applicator. Cut a dog-ear angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top pressure to top seal T-laps immediately following sheet application. Stagger end laps a minimum of 3 feet.

3. Fully bond the finish ply to the base ply, utilizing minimum 3-inch side and end laps. Apply each

sheet directly behind the *[asphalt/cold adhesive] applicator. Stagger end laps of the finish ply a minimum 3 feet. Cut a dog-ear angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top pressure to top seal T-laps immediately following sheet application. Stagger side laps of the finish ply a minimum 12 inches from side laps in the underlying base ply. Stagger end laps of the finish ply a minimum 3 feet from end laps in the underlying base ply.

4. Maximum sheet lengths and special fastening of the specified roof membrane system may be

required at various slope increments where the roof deck slope exceeds 1/2 inch per foot. The manufacturer shall provide acceptable sheet lengths and the required fastening schedule for all roofing sheet applications to applicable roof slopes.

J. Granule Embedment: Broadcast mineral granules over all bitumen overruns on the finish ply surface,

while the bitumen is still hot or the adhesive is soft, to ensure a monolithic surface color.

Clark Dietz, Inc. Modified Bitumen Membrane Roofing E0140040 075200 - 11

K. Torch-applied Flashing Application (granule-surfaced): Cut the cant-backing sheet into 12 inch widths and peel the release film from the back of the sheet. Set the sheet into place over the primed substrate extending 6 inches onto the field of the roof area and 6 inches up the vertical surface utilizing minimum 3-inch laps. Set the non-combustible cant into place dry prior to installation of the roof membrane base ply. Flash walls and curbs using the reinforcing sheet and the granule-surfaced flashing membrane. After the base ply has been applied to the top of the cant, prime the base ply surfaces to receive the reinforcing sheet. Fully adhere the reinforcing sheet, utilizing minimum 3-inch side laps onto the primed base ply surface and up the primed wall or curb to the desired flashing height. After the final roofing ply has been applied to the top of the cant, prepare the surface area that is to receive flashing coverage by torch heating granular surfaces or by application of asphalt primer; allowing primer to dry thoroughly. Torch apply the granule-surfaced flashing into place using three foot widths (cut off the end of roll) always lapping the factory selvage edge. Stagger the laps of the flashing layer from lap seams in the reinforcing layer. Extend the flashing sheet a minimum of 4 inches beyond the toe of the cant onto the prepared surface of the finished roof and up the wall or curb to the desired flashing height. Exert pressure on the flashing sheet during application to ensure complete contact with the vertical/horizontal surfaces, preventing air pockets. Check and seal all loose laps and edges. Nail the top edge of the flashing on 9-inch centers. (See manufacturer's schematic for visual interpretation).

L Water Cut-Off: At end of day's work, or when precipitation is imminent, construct a water cut-off at all

open edges. Cut-offs can be built using asphalt or plastic cement and roofing felts, constructed to withstand protracted periods of service. Cut-offs must be completely removed prior to the resumption of roofing.

M Sealant: Apply a smooth continuous bead of the specified sealant at the exposed finish ply edge

transition to metal flashings incorporated into the roof system.

3.4 FIELD QUALITY CONTROL AND INSPECTIONS

A. Site Condition: Leave all areas around job site free of debris, roofing materials, equipment, and related items after completion of job.

B. Notification of Completion: Notify the manufacturer by means of manufacturer's printed Notification of

Completion form of job completion in order to schedule a final inspection date.

C. Final Inspection/Post-Installation Meeting: Hold a meeting at the completion of the project, attended by all parties that were present at the pre-job conference. A punch list of items required for completion shall be compiled by the Contractor and the manufacturer's representative. Complete, sign, and mail the punch list form to the manufacturer's headquarters.

D. Correct all items noted on the punch list including restoration, repair or replacement of any damaged

equipment, adjoining roof components or other items

E. Issuance of the Warrantee: Complete all post installation procedures and meet the manufacturer's final endorsement for issuance of the specified guarantee.

END OF SECTION 075200

Clark Dietz, Inc. Acoustical Panel Ceiling E0140040 090511 - 1

SECTION 090511 ACOUSTICAL PANEL CEILING

PART 1 - GENERAL

1.01 SUMMARY

A. This Section includes replacement of acoustical ceiling panels and exposed suspension system, as necessitated by removal of existing ceilings and installation of new HVAC and electrical.

1.02 SUBMITTALS

A. Product Data: For each type of product specified.

B. Coordination Drawings: Reflected ceiling plans drawn to scale and coordinating penetrations and ceiling-mounted items. Show the following: 1. Method of attaching ceiling panels to building structure. 2. Ceiling-mounted items including special moldings at walls and other junctures of acoustical

ceilings with adjoining construction. 3. Minimum Drawing Scale: 1/8 inch = 1 foot (1:96).

C. Samples for Verification: 1. 6-inch- (150-mm-) square samples of acoustical panel.

D. Product Test Reports: Indicate compliance of acoustical panel ceilings and components with requirements based on comprehensive testing of current products.

1.03 QUALITY ASSURANCE

A. Installer Qualifications: Engage an experienced installer who has completed acoustical panel ceilings similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance.

B. Source Limitations for Ceiling Units: Obtain each acoustical ceiling panel from one source with resources to provide products of consistent quality in appearance and physical properties without delaying the Work.

C. Fire-Test-Response Characteristics: Provide acoustical panel ceilings that comply with the following requirements: 1. Surface-burning characteristics of acoustical panels comply with ASTM E 1264 for Class A

materials as determined by testing identical products per ASTM E 84. 2. Fire-resistance-rated assemblies, which are indicated by design designations from UL's "Fire

Resistance Directory," from ITS/Warnock Hersey's "Directory of Listed Products," or from the listings of another testing and inspecting agency, are identical in materials and construction to those tested per ASTM E 119.

3. Products are identified with appropriate markings of applicable testing and inspecting agency.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Deliver acoustical panels to Project site in original, unopened packages and store them in a fully enclosed space where they will be protected against damage from moisture, direct sunlight, surface contamination, and other causes.

B. Before installing acoustical panels, permit them to reach room temperature and a stabilized moisture content.

C. Handle acoustical panels carefully to avoid chipping edges or damaging units in any way.

1.05 PROJECT CONDITIONS

Clark Dietz, Inc. Acoustical Panel Ceiling E0140040 090511 - 2

A. Environmental Limitations: Do not install acoustical panel ceilings until spaces are enclosed and weatherproof, wet-work in spaces is complete and dry, work above ceilings is complete, and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use.

1.06 COORDINATION

A. Coordinate installation of acoustical panels and any necessary suspension system with other construction that adjoins or penetrates ceiling.

1.07 EXTRA MATERIALS

A. Furnish extra materials described below that match products installed, are packaged with protective covering for storage, and are identified with labels describing contents. 1. Acoustical Ceiling Units: Full-size units equal to 2.0 percent of amount installed.

PART 2 - PRODUCTS

2.01 ACOUSTICAL PANELS, GENERAL

A. Acoustical Panel Standard: Provide manufacturer's standard panels of configuration indicated that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical ratings, and light reflectances, unless otherwise indicated.

B. Acoustical Panel Colors and Patterns: Match existing acoustic panels, CertainTeed White Nubby 1462-NBY-1 (Contractor shall confirm).

2.02 METAL SUSPENSION SYSTEMS, GENERAL

A. Metal Suspension System Standard: Provide manufacturer's standard direct-hung metal suspension system together with any edge suspension or support hardware and components to match existing suspension system.

B. Finishes and Colors, General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Provide manufacturer's standard factory-applied finish for type of system indicated.

C. Attachment Devices: Size for five times design load indicated in ASTM C 635, Table 1, Direct Hung, unless otherwise indicated.

D. Wire Hangers, Braces, and Ties: Provide wires complying with the following requirements: 1. Zinc-Coated Carbon-Steel Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper. 2. Size: Select wire diameter so its stress at three times hanger design load (ASTM C 635, Table

1, Direct Hung) will be less than yield stress of wire, but provide not less than 0.106-inch- (2.69-mm-) diameter wire.

E. Sheet-Metal Edge Moldings and Trim: Manufacturer's standard moldings for edges and penetrations that fit acoustical panel edge details and suspension systems indicated; formed from sheet metal of same material and finish as that used for exposed flanges of suspension system runners. 1. Extruded-Aluminum Edge Moldings and Trim: Where indicated, provide manufacturer's Retain

one finish requirement above or below, or delete and insert others. 2. Baked-Enamel Finish: AA-C12C42R1x (Chemical Finish: cleaned with inhibited chemicals;

Chemical Finish: acid-chromate-fluoride-phosphate conversion coating; Organic Coating: as specified below). Comply with paint manufacturer's written instructions for applying and baking and for minimum dry film thickness. a. Organic Coating: Manufacturer's standard thermosetting coating system with a

minimum dry film thickness of 0.8 to 1.2 mils (0.02 to 0.03 mm). b. Color: White.

Clark Dietz, Inc. Acoustical Panel Ceiling E0140040 090511 - 3

3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Armstrong World Industries, Inc. b. Chicago Metallic Corporation. c. USG Interiors, Inc.

F. Hold-Down Clips for Non-Fire-Resistance-Rated Ceilings: For interior ceilings consisting of acoustical panels weighing less than 1 lb/sq. ft. (4.88 kg/sq. m), provide hold-down clips spaced 24 inches (610 mm) o.c. on all cross tees.

PART 3 - EXECUTION

3.01 EXAMINATION

A. Examine substrates and structural framing to which acoustical panel ceilings attach or abut, with Installer present, for compliance with requirements specified in this and other Sections that affect ceiling installation and anchorage, and other conditions affecting performance of acoustical panel ceilings. 1. Proceed with installation only after unsatisfactory conditions have been corrected.

3.02 PREPARATION

A. Measure each ceiling area and establish sizes and layout of new or replacement acoustical panels. Avoid using less-than-half-width panels at borders, and comply with layout shown on reflected ceiling plans.

3.03 INSTALLATION

A. General: Install acoustical panel ceilings to comply with publications referenced below per manufacturer's written instructions and CISCA's "Ceiling Systems Handbook." 1. Standard for Ceiling Suspension System Installations: Comply with ASTM C 636.

B. Suspend ceiling hangers from building's structural members and as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling

plenum that are not part of supporting structure or of ceiling suspension system. 2. Where width of ducts and other construction within ceiling plenum produces hanger spacings

that interfere with location of hangers at spacings required to support standard suspension system members, install supplemental suspension members and hangers in form of trapezes or equivalent devices. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced standards and publications.

3. Secure wire hangers to ceiling suspension members and to supports above with a minimum of three tight turns. Connect hangers directly either to structures or to inserts, eye screws, or other devices that are secure; that are appropriate for substrate; and that will not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures.

4. Space hangers not more than 48 inches (1200 mm) o.c. along each member supported directly from hangers, unless otherwise indicated; and provide hangers not more than 8 inches (200 mm) from ends of each member.

C. Install edge moldings, hangers and trim at required electrical panel soffit at Gymnasium entry in coordination with surface mounted electrical junction box and access panel at ceiling. Set soffit below panel and provide minimum of 6 inches clear at sides of electrical box. Coordinate installation of soffit with new gypsum drywall installation over existing metal louvers above adjacent doorway and Coordinate height of bottom of soffit to provide sufficient clearance to permit removal of acoustic panel at bottom face of soffit without damage to panel. Butt trim at wall and new transom and provide moldings at all corners of soffit.

Clark Dietz, Inc. Acoustical Panel Ceiling E0140040 090511 - 4

D. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and where necessary to conceal edges of acoustical panels. 1. Screw attach moldings to substrate at intervals not more than 16 inches (400 mm) o.c. and

not more than 3 inches (75 mm) from ends, leveling with ceiling suspension system to a tolerance of 1/8 inch in 12 feet (3 mm in 3.6 m). Miter corners accurately and connect securely.

2. Do not use exposed fasteners, including pop rivets, on moldings and trim.

E. Install suspension system runners so they are square and securely interlocked with one another. Remove and replace dented, bent, or kinked members.

F. Install acoustical panels with undamaged edges and fitted accurately into suspension system runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a neat, precise fit. 1. Arrange directionally patterned acoustical panels in alternating pattern:

a. To match existing pattern. 2. For square-edged panels, install panels with edges fully hidden from view by flanges of

suspension system runners and moldings. 3. Paint cut panel edges remaining exposed after installation; match color of exposed panel

surfaces using coating recommended in writing for this purpose by acoustical panel manufacturer.

4. Protect lighting fixtures and air ducts to comply with requirements indicated for fire-resistance-rated assembly.

3.04 CLEANING 1. Clean exposed surfaces of acoustical panel ceilings. Comply with manufacturer's written

instructions for cleaning and touchup of minor finish damage. 2. Remove and replace ceiling components that cannot be successfully cleaned and repaired to

permanently eliminate evidence of damage.

3.05 ACOUSTICAL PANEL CEILING SCHEDULE 1. Cast or Molded, Mineral-Base Acoustical Panels for Acoustical Panel Ceiling: 2. Products: Provide the following or a comparable equivalent:

a. USG 707 Heavy textured 24 x 24 inch, Class A, White, SL-edge panel 3. Classification: Panels fitting ASTM E 1264 for type, form and pattern as follows:

a. Type III, Form 4, pattern F. 4. Surface burning classification: Panels meeting ASTM E 84 for Class A (Flame spread: 25;

Smoke developed: 50) 5. Light Reflectance Coefficient: Not less than LR 0.70 6. Noise Reduction Coefficient: NRC 0.65. 7. Edge Detail: SL. 8. Thickness: 3/4 inch . 9. Size: 24 by 24 inches. 10. Color: White.

END OF SECTION 090511

Clark Dietz, Inc. Painting E0140040 090912- 1

SECTION 090912 PAINTING

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes surface preparation and field painting of exposed exterior and interior items and surfaces.

B. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatment specified in other Sections.

C. Paint exposed surfaces, except where these Specifications indicate that the surface or material is not to be painted or is to remain natural. If an item or a surface is not specifically mentioned, paint the item or surface the same as similar adjacent materials or surfaces. If a color of finish is not indicated, Architect will select from standard colors and finishes available.

D. Painting includes field painting of exposed bare and covered pipes and ducts (including color coding), hangers, exposed steel and iron supports, and surfaces of mechanical and electrical equipment that do not have a factory-applied final finish.

E. Painting included in this Section includes the following: a. New or existing CMU block wall of gypsum wallboard in areas where any patching has occurred,

interior or exterior of the building. b. New exposed HVAC ductwork and fittings

F. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels.

1.2 DEFINITIONS

A. Standard terms used by the coatings industry are defined in ASTM D 16.

B. General: Standard coating terms defined in ASTM D 16 apply to this Section.

C. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at an 85-degree meter.

D. Eggshell refers to low-sheen finish with a gloss range between 20 and 35 when measured at a 60-degree meter.

E. Semigloss refers to medium-sheen finish with a gloss range between 35 and 70 when measured at a 60-degree meter.

F. Full gloss refers to high-sheen finish with a gloss range more than 70 when measured at a 60-degree meter.

1.3 SUBMITTALS

A. Product Data: For each paint system indicated. Include block fillers and primers.

Clark Dietz, Inc. Painting E0140040 090912- 2

B. Material List: An inclusive list of required coating materials. Indicate each material and cross-reference specific coating, finish system, and application. Identify each material by manufacturer's catalog number and general classification.

C. Manufacturer's Information: Manufacturer's technical information, including label analysis and instructions for handling, storing, and applying each coating material.

D. Samples for Initial Selection: For each type of finish-coat material indicated.

E. After color selection, Architect will furnish color chips for surfaces to be coated.

F. Samples for Verification: For each color and material to be applied, with texture to simulate actual conditions, on representative Samples of the actual substrate.

G. Provide stepped Samples, defining each separate coat, including block fillers and primers. Use representative colors when preparing Samples for review. Resubmit until required sheen, color, and texture are achieved.

H. Provide a list of materials and applications for each coat of each Sample. Label each Sample for location and application.

I. Division 1 Section "Submittal Procedures" specifies submission of three Samples as the default requirement. Insert number below only if it differs from the number retained or inserted in the Division 1 Section. Submit Samples on the following substrates for Architect's review of color and texture only: a. Ferrous Metal: 3-inch- square Samples of flat metal of solid metal for each color and finish.

J. Coordinate below with qualification requirements retained in "Quality Assurance" Article.

1.4 QUALITY ASSURANCE

A. Applicator Qualifications: A firm or individual experienced in applying paints and coatings similar in material, design, and extent to those indicated for this Project, whose work has resulted in applications with a record of successful in-service performance.

B. Source Limitations: Obtain block fillers and primers for each coating system from the same manufacturer as the finish coats.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to Project site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label and the following information:

B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg F. Maintain storage containers in a clean condition, free of foreign materials and residue.

C. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily.

1.6 PROJECT CONDITIONS

Clark Dietz, Inc. Painting E0140040 090912- 3

A. Apply waterborne paints only when temperatures of surfaces to be painted and surrounding air are between 50 and 90 deg F.

B. Apply solvent-thinned paints only when temperatures of surfaces to be painted and surrounding air are between 45 and 95 deg F.

C. Do not apply paint in snow, rain, fog, or mist; or when relative humidity exceeds 85 percent; or at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces.

D. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by manufacturer during application and drying periods.

1.7 EXTRA MATERIALS

A. Extra materials may not be allowed for publicly funded projects.

B. Furnish extra paint materials from the same production run as the materials applied and in the quantities described below. Package with protective covering for storage and identify with labels describing contents. Deliver extra materials to Owner.

C. Quantity: Furnish Owner with an additional 5 percent, but not less than 2 gallons, as appropriate, of each material and color applied.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles: a. Benjamin Moore & Co. (Benjamin Moore). b. PPG Industries, Inc. (Pittsburgh Paints). c. Sherwin-Williams Co. (Sherwin-Williams). d. Pratt & Lambert (P &L)

2.2 PAINT MATERIALS, GENERAL

A. Material Compatibility: Provide block fillers, primers, and finish-coat materials that are compatible with one another and with the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience.

B. Material Quality: Provide manufacturer's best-quality paint material of the various coating types specified that are factory formulated and recommended by manufacturer for application indicated. Paint-material containers not displaying manufacturer's product identification will not be acceptable.

C. Colors: As selected by Architect from manufacturer's full range or as provided or necessary to match existing colors.

Clark Dietz, Inc. Painting E0140040 090912- 4

2.3 EXTERIOR PRIMERS

A. Retain primer below over exterior concrete and masonry substrates, and mineral-fiber-reinforced cement panels.

B. Retain primer below over exterior ferrous-metal substrates.

C. Exterior Ferrous-Metal Primer: Factory-formulated rust-inhibitive metal primer for exterior application on HVAC area enclosure. a. Benjamin Moore; Moore's IMC Alkyd Metal Primer No. M06: Applied at a dry film thickness of

not less than 2.0 mils. b. Pittsburgh Paints; 90-712 Pitt-Tech One Pack Interior/Exterior Primer Finish DTM Industrial

Enamel: Applied at a dry film thickness of not less than 3.0 mils (0.076 mm). c. Sherwin-Williams; Kem Kromik Universal Metal Primer B50NZ6/B50WZ1: Applied at a dry film

thickness of not less than 3.0 mils (0.076 mm).

D. Exterior Galvanized Metal Primer: Factory-formulated galvanized metal primer for exterior application, as required, for galvanized steel posts. a. Benjamin Moore; Moore's IMC Acrylic Metal Primer No. M04: Applied at a dry film thickness of

not less than 2.0 mils (0.051 mm). b. Pittsburgh Paints; 90-709 Pitt-Tech One Pack Interior/Exterior Primer/Finish DTM Industrial

Enamel: Applied at a dry film thickness of not less than 3.0 mils (0.076 mm). c. Sherwin-Williams; Galvite HS Paint B50WZ3: Applied at a dry film thickness of not less than 2.0

mils (0.051 mm).

2.4 INTERIOR PRIMERS

A. Interior Gypsum Board Primer: Factory-formulated latex-based primer for interior application on new gypsum door panels or other surfaces a. Benjamin Moore; Moorcraft Super Spec Latex Enamel Undercoater & Primer Sealer No. 253:

Applied at a dry film thickness of not less than 1.2 mils. b. Pittsburgh Paints; 6-2 SpeedHide Interior Quick-Drying Latex Sealer: Applied at a dry film

thickness of not less than 1.0 mil. c. Sherwin-Williams; PrepRite 200 Latex Wall Primer B28W200 Series: Applied at a dry film

thickness of not less than 1.6 mils.

B. Interior Ferrous-Metal Primer: Factory-formulated quick-drying rust-inhibitive alkyd-based metal primer for existing hollow-metal frames. a. Benjamin Moore; Moore's IMC Alkyd Metal Primer No. M06: Applied at a dry film thickness of

not less than 2.0 mils. b. Pittsburgh Paints; 90-709 Pitt-Tech One Pack Interior/Exterior Primer/Finish DTM Industrial

Enamel: Applied at a dry film thickness of not less than 1.5 mils. c. Sherwin-Williams; Kem Kromik Universal Metal Primer B50NZ6/B50WZ1: Applied at a dry film

thickness of not less than 3.0 mils.

C Interior Galvanized Metal Primer: Factory-formulated galvanized metal primer for exterior application, as required, for galvanized steel posts.

a. Benjamin Moore; Moore's IMC Acrylic Metal Primer No. M04: Applied at a dry film thickness of not less than 2.0 mils (0.051 mm).

b. Pittsburgh Paints; 90-709 Pitt-Tech One Pack Interior/Exterior Primer/Finish DTM Industrial Enamel: Applied at a dry film thickness of not less than 3.0 mils (0.076 mm).

c. Sherwin-Williams; Galvite HS Paint B50WZ3: Applied at a dry film thickness of not less than 2.0 mils (0.051 mm).

Clark Dietz, Inc. Painting E0140040 090912- 5

2.5 EXTERIOR FINISH COATS

A. Exterior Full-Gloss Acrylic Enamel for Ferrous and Other Metals: Factory-formulated full-gloss waterborne acrylic-latex enamel for exterior application at HVAC area enclosure. a. Benjamin Moore; Moore's IMC Acrylic Gloss Enamel M28: Applied at a dry film thickness of not

less than 2.0 mils. b. Pittsburgh Paints; 90-300 Series Pitt-Tech One Pack Interior/Exterior High Performance

Waterborne High Gloss DTM Industrial Enamels: Applied at a dry film thickness of not less than 3.0 mils.

c. Sherwin-Williams; DTM Acrylic Coating Gloss (Waterborne) B66W100 Series: Applied at a dry film thickness of not less than 2.4 mils.

2.6 INTERIOR FINISH COATS

A. Interior Low-Luster Acrylic Enamel: Factory-formulated eggshell acrylic-latex interior enamel for gypsum drywall panels in corridors and other public areas. a. Benjamin Moore; Moorcraft Super Spec Latex Eggshell Enamel No. 274: Applied at a dry film

thickness of not less than 1.3 mils. b. Pittsburgh Paints; 6-400 Series SpeedHide Eggshell Acrylic Latex Enamel: Applied at a dry film

thickness of not less than 1.25 mils. c. Sherwin-Williams; ProMar 200 Interior Latex Egg-Shell Enamel B20W200 Series: Applied at a

dry film thickness of not less than 1.6 mils.

B. Interior Full-Gloss Alkyd Enamel for Metal Surfaces: Factory-formulated full-gloss alkyd interior enamel for exposed hollow metal doors or frames and exposed HVAC ductwork. a. Benjamin Moore; Moore's IMC Urethane Alkyd Enamel No. M22: Applied at a dry film thickness

of not less than 2.0 mils. b. Pittsburgh Paints; 7-814 Series Pittsburgh Paints Industrial Gloss-Oil Interior/Exterior Enamel:

Applied at a dry film thickness of not less than 1.5 mils. c. Sherwin-Williams; ProMar 200 Alkyd Gloss Enamel B35W200 Series: Applied at a dry film

thickness of not less than 1.6 mils.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements for paint application. Comply with procedures specified in PDCA P4.

B. Proceed with paint application only after unsatisfactory conditions have been corrected and surfaces receiving paint are thoroughly dry.

C. Start of painting will be construed as Applicator's acceptance of surfaces and conditions within a particular area.

D. Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers.

E. Notify Architect about anticipated problems when using the materials specified over substrates primed by others.

Clark Dietz, Inc. Painting E0140040 090912- 6

3.2 PREPARATION

A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted. If removal is impractical or impossible because of size or weight of the item, provide surface-applied protection before surface preparation and painting.

B. After completing painting operations in each space or area, reinstall items removed using workers skilled in the trades involved.

C. Cleaning: Before applying paint or other surface treatments, clean substrates of substances that could impair bond of the various coatings. Remove oil and grease before cleaning.

D. Schedule cleaning and painting so dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces.

E. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified.

F. Provide barrier coats over incompatible primers or remove and reprime.

G. Ferrous Metals: Clean ungalvanized ferrous-metal surfaces that have not been shop coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with SSPC's recommendations. a. Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before

priming. b. Touch up bare areas and shop-applied prime coats that have been damaged. Wire-brush, clean

with solvents recommended by paint manufacturer, and touch up with same primer as the shop coat.

H. Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum-based solvents so surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods.

I. Material Preparation: Mix and prepare paint materials according to manufacturer's written instructions.

J. Maintain containers used in mixing and applying paint in a clean condition, free of foreign materials and residue.

K. Stir material before application to produce a mixture of uniform density. Stir as required during application. Do not stir surface film into material. If necessary, remove surface film and strain material before using.

L. Use only thinners approved by paint manufacturer and only within recommended limits.

M. Tinting: Tint each undercoat a lighter shade to simplify identification of each coat when multiple coats of same material are applied. Tint undercoats to match the color of the finish coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat.

3.3 APPLICATION

A. General: Apply paint according to manufacturer's written instructions. Use applicators and techniques best suited for substrate and type of material being applied.

Clark Dietz, Inc. Painting E0140040 090912- 7

B. Paint colors, surface treatments, and finishes are indicated in the paint schedules.

C. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film.

D. Provide finish coats that are compatible with primers used.

E. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures, grilles, convector covers, covers for finned-tube radiation, and similar components are in place. Extend coatings in these areas, as required, to maintain system integrity and provide desired protection.

F. Paint interior surfaces of ducts with a flat, nonspecular black paint where visible through registers or grilles.

G. Paint back sides of access panels and removable or hinged covers to match exposed surfaces.

H. Sand lightly between each succeeding enamel or varnish coat.

I. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration.

J. The number of coats and film thickness required are the same regardless of application method. Do not apply succeeding coats until previous coat has cured as recommended by manufacturer. If sanding is required to produce a smooth, even surface according to manufacturer's written instructions, sand between applications.

K. Omit primer over metal surfaces that have been shop primed and touchup painted.

L. If undercoats, stains, or other conditions show through final coat of paint, apply additional coats until paint film is of uniform finish, color, and appearance. Give special attention to ensure that edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces.

M. Allow sufficient time between successive coats to permit proper drying. Do not recoat surfaces until paint has dried to where it feels firm, and does not deform or feel sticky under moderate thumb pressure, and until application of another coat of paint does not cause undercoat to lift or lose adhesion.

N. Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators according to manufacturer's written instructions.

O. Brushes: Use brushes best suited for type of material applied. Use brush of appropriate size for surface or item being painted.

P. Rollers: Use rollers of carpet, velvet-back, or high-pile sheep's wool as recommended by manufacturer for material and texture required.

Q. Spray Equipment: Use airless spray equipment with orifice size as recommended by manufacturer for material and texture required.

R. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's recommended spreading rate to achieve dry film thickness indicated. Provide total dry film thickness of the entire system as recommended by manufacturer.

Clark Dietz, Inc. Painting E0140040 090912- 8

S. Prime Coats: Before applying finish coats, apply a prime coat, as recommended by manufacturer, to material that is required to be painted or finished and that has not been prime coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn-through or other defects due to insufficient sealing.

T. Pigmented (Opaque) Finishes: Completely cover surfaces as necessary to provide a smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be acceptable.

U. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with requirements.

3.4 CLEANING

A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from Project site.

B. After completing painting, clean glass and paint-spattered surfaces. Remove spattered paint by washing and scraping without scratching or damaging adjacent finished surfaces.

3.5 PROTECTION

A. Protect work of other trades, whether being painted or not, against damage from painting. Correct damage by cleaning, repairing or replacing, and repainting, as approved by Architect.

B. Provide "Wet Paint" signs to protect newly painted finishes. After completing painting operations, remove temporary protective wrappings provided by others to protect their work.

C. After work of other trades is complete, touch up and restore damaged or defaced painted surfaces. Comply with procedures specified in PDCA P1.

3.6 EXTERIOR PAINT SCHEDULE

A. Ferrous Metal: Provide the following finish systems over exterior ferrous metal. Primer is not required on shop-primed items.

Full-Gloss Acrylic-Enamel Finish: Two finish coats over a rust-inhibitive primer for existing hollow metal doors and frames, railings and new trash area enclosure and all other painted metal surfaces. a. Primer: Exterior ferrous-metal primer. b. Finish Coats: Exterior full-gloss acrylic enamel for ferrous and other metals.

Full-Gloss Alkyd-Enamel Finish: Two finish coats over a rust-inhibitive primer for existing hollow metal doors and frames, railings and new trash area enclosure and all other painted metal surfaces. c. Primer: Exterior ferrous-metal primer. d. Finish Coats: Exterior full-gloss alkyd enamel.

B. Zinc-Coated Metal: Provide the following finish systems over exterior zinc-coated metal surfaces:

Full-Gloss Acrylic-Enamel Finish: Two finish coats over a galvanized metal primer. a. Primer: Exterior galvanized metal primer. b. Finish Coats: Exterior full-gloss acrylic enamel for ferrous and other metals.

Full-Gloss Alkyd-Enamel Finish: Two finish coats over a galvanized metal primer.

Clark Dietz, Inc. Painting E0140040 090912- 9

c. Primer: Exterior galvanized metal primer. d. Finish Coats: Exterior full-gloss alkyd enamel.

3.7 INTERIOR PAINT SCHEDULE

A. Gypsum Board: Provide the following finish systems over interior gypsum board surfaces:

Low-Luster Acrylic-Enamel Finish Two finish coats over a primer for all new surfaces. a. Primer: Interior gypsum board primer. b. Finish Coats: Interior low-luster acrylic enamel.

B. Ferrous Metal: Provide the following finish systems over ferrous metal:

Full-Gloss Alkyd-Enamel Finish: Two finish coats over a primer. a. Primer: Interior ferrous-metal primer. b. Finish Coats: Interior full-gloss alkyd enamel for wood and metal surfaces.

C. Zinc-Coated Metal: Provide the following finish systems over interior zinc-coated metal surfaces:

Full-Gloss Acrylic-Enamel Finish: Two finish coats over a primer. a. Primer: Interior zinc-coated metal primer. b. Finish Coats: Interior full-gloss acrylic enamel.

END OF SECTION 090912

Clark Dietz, Inc. Gypsum Board

E0140040 092900 - 1

SECTION 092900 GYPSUM BOARD

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Interior gypsum board for providing fire-rated separation and closure at existing louvers over

selected interior doors.

1.2 ACTION SUBMITTALS

A. Product Data: For each type of product.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Fire-Resistance-Rated Assemblies: For fire-resistance-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency.

2.2 GYPSUM BOARD, GENERAL

A. Size: Provide maximum lengths and widths available that will minimize joints in each area and that correspond with support system indicated.

2.3 INTERIOR GYPSUM BOARD

A. Gypsum Board, Type X: ASTM C 1396/C 1396M. 1. Thickness: 5/8 inch

2.4 TRIM ACCESSORIES

A. Interior Trim: ASTM C 1047. 1. Material: Galvanized or aluminum-coated steel sheet 2. Shapes:

a. LC-Bead: J-shaped; exposed long flange receives joint compound.

2.5 JOINT TREATMENT MATERIALS

A. General: Comply with ASTM C 475/C 475M.

B. Joint Tape: 1. Interior Gypsum Board: Paper.

C. Joint Compound for Interior Gypsum Board: For each coat, use formulation that is compatible with other compounds applied on previous or for successive coats.

1. Prefilling: At open joints, rounded or beveled panel edges, and damaged surface areas, use setting-type taping compound.

2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, use drying-type, all-purpose compound. a. Use setting-type compound for installing paper-faced metal trim accessories.

3. Fill Coat: For second coat, use setting-type, sandable topping compound. 4. Finish Coat: For third coat, use setting-type, sandable topping compound.

Clark Dietz, Inc. Gypsum Board

E0140040 092900 - 2

2.6 AUXILIARY MATERIALS

A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's written instructions.

B. Steel Drill Screws: ASTM C 1002 unless otherwise indicated. 1. Use screws complying with ASTM C 954 for fastening panels to steel members from 0.033 to

0.112 inch (0.84 to 2.84 mm) thick.

PART 3 - EXECUTION

3.1 APPLYING AND FINISHING PANELS

A. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged.

B. Comply with ASTM C 840.

C. Indicate perimeter isolation on Drawings. See "Crack Control" Article in the Evaluations.

D. Isolate perimeter of gypsum board applied doorframes. Provide a 1/4 wide reveal at these locations between end of panel and perimeter hollow metal door stops or frames and trim edges with edge trim where edges of panels are exposed.

E. Prefill open joints and damaged surface areas.

F. Apply joint tape over gypsum board joints, except for trim products specifically indicated as not intended to receive tape.

G. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to ASTM C 840: 1. Level 4: At panel surfaces that will be exposed to view above doors

a. Primer and its application to surfaces are specified in Section 099123 "Interior Painting."

3.2 PROTECTION

A. Protect installed products from damage during remainder of the construction period.

B. Remove and replace panels that are wet, moisture damaged, and mold damaged.

END OF SECTION 092900

Clark Dietz, Inc. Common Motor Requirements for HVAC Equipment

E0140040 230513 - 1

SECTION 230513 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes single and three-phase motors for application on equipment provided under other sections.

1.2 REFERENCES

A. American Bearing Manufacturers Association: 1. ABMA 9 - Load Ratings and Fatigue Life for Ball Bearings.

B. National Electrical Manufacturers Association: 1. NEMA MG 1 - Motors and Generators.

C. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and

Systems.

1.3 SUBMITTALS

A. Product Data: Submit catalog data for each motor furnished loose. Indicate nameplate data, standard compliance, electrical ratings and characteristics, and physical dimensions, weights, mechanical performance data, and support points.

B. Test Reports: Indicate procedures and results for specified factory and field testing and inspection.

1.4 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum five years documented experience.

B. Testing Agency: Company member of International Electrical Testing Association and specializing in testing products specified in this section with minimum three years documented experience.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and protect products on site.

B. Lift only with lugs provided. Handle carefully to avoid damage to components, enclosure, and finish.

C. Protect products from weather and moisture by covering with plastic or canvas and by maintaining heating within enclosure.

D. For extended outdoor storage, remove motors from equipment and store separately.

Clark Dietz, Inc. Common Motor Requirements for HVAC Equipment

E0140040 230513 - 2

PART 2 PRODUCTS

2.1 PRODUCT REQUIREMENTS FOR MOTORS FURNISHED WITH EQUIPMENT

A. Motors 3/4 hp and Larger: Three-phase motor as specified below.

B. Motors Smaller Than 3/4 hp: Single-phase motor as specified below, except motors less than 250 watts or 1/4 hp may be equipment manufacturer’s standard.

C. Three-Phase Motors: NEMA MG 1, Design B, energy-efficient squirrel-cage induction motor, with windings to accomplish starting methods and number of speeds as indicated on Drawings. 1. Voltage: As indicated on Drawings. 2. Service Factor: 1.15 3. Enclosure: Meet conditions of installation unless specific enclosure is indicated on Drawings. 4. Design for continuous operation in 40 degrees C environment, with temperature rise in

accordance with NEMA MG 1 limits for insulation class, service factor, and motor enclosure type. 5. Insulation System: NEMA Class F 6. Motor Frames: NEMA Standard T-Frames of steel, aluminum, or cast iron with end brackets of

cast iron or aluminum with steel inserts. 7. Thermistor System (Motor Frame Sizes 254T and Larger): Three PTC thermistors embedded in

motor windings and epoxy encapsulated solid state control relay with wiring to terminal box. 8. Bearings: Grease lubricated anti-friction ball bearings with housings equipped with plugged

provision for re-lubrication, rated for minimum ABMA 9, L-10 life of 200,000 hours. Calculate bearing load with NEMA minimum V-belt pulley with belt center line at end of NEMA standard shaft extension. Stamp bearing sizes on nameplate.

9. Sound Power Levels: Conform to NEMA MG 1.

D. Single Phase Motors: 1. Permanent split-capacitor type where available, otherwise uses split-phase start/capacitor run or

capacitor start/capacitor run motor. 2. Voltage: As indicated on drawings, single phase, 60 Hz.

E. Wiring Terminations: Furnish terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated.

2.2 SOURCE QUALITY CONTROL

A. Test motors in accordance with NEMA MG 1, including winding resistance, no-load speed and current, locked rotor current, insulation high-potential test, and mechanical alignment tests.

PART 3 EXECUTION

3.1 EXISTING WORK

A. Disconnect and remove abandoned motors

B. Maintain access to existing motors and other installations remaining active and requiring access. Modify installation or provide access panel.

3.2 INSTALLATION

A. Install securely on firm foundation. Mount ball bearing motors with shaft in any position.

Clark Dietz, Inc. Common Motor Requirements for HVAC Equipment

E0140040 230513 - 3

B. Install engraved plastic nameplates in accordance with Section 260553.

C. Ground and bond motors in accordance with Section 260526.

3.3 FIELD QUALITY CONTROL

A. Inspect and test in accordance with NETA ATS, except Section 4.

B. Perform inspections and tests listed in NETA ATS, Section 7.15.

END OF SECTION 230513

Clark Dietz, Inc. Hangers and Support for HVAC Equipment

E0140040 230529 - 1

SECTION 230529 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Pipe hangers and supports. 2. Hanger rods. 3. Inserts. 4. Flashing. 5. Sleeves. 6. Mechanical sleeve seals. 7. Formed steel channel. 8. Firestopping relating to HVAC work. 9. Firestopping accessories. 10. Equipment bases and supports.

1.2 REFERENCES

A. American Society of Mechanical Engineers: 1. ASME B31.1 - Power Piping. 2. ASME B31.5 - Refrigeration Piping. 3. ASME B31.9 - Building Services Piping.

B. ASTM International: 1. ASTM E119 - Standard Test Methods for Fire Tests of Building Construction and Materials. 2. ASTM E814 - Standard Test Method for Fire Tests of Through Penetration Fire Stops. 3. ASTM F708 - Standard Practice for Design and Installation of Rigid Pipe Hangers. 4. ASTM E1966 - Standard Test Method for Fire-Resistive Joint Systems.

C. American Welding Society: 1. AWS D1.1 - Structural Welding Code - Steel.

D. FM Global: 1. FM - Approval Guide, A Guide to Equipment, Materials & Services Approved By Factory Mutual

Research For Property Conservation.

E. Underwriters Laboratories Inc.: 1. UL 263 - Fire Tests of Building Construction and Materials. 2. UL 723 - Tests for Surface Burning Characteristics of Building Materials. 3. UL 1479 - Fire Tests of Through-Penetration Firestops. 4. UL 2079 - Tests for Fire Resistance of Building Joint Systems. 5. UL - Fire Resistance Directory.

1.3 DEFINITIONS

A. Firestopping (Through-Penetration Protection System): Sealing or stuffing material or assembly placed in spaces between and penetrations through building materials to arrest movement of fire, smoke, heat, and hot gases through fire rated construction. All existing corridor walls are treated as fire rated walls.

Clark Dietz, Inc. Hangers and Support for HVAC Equipment

E0140040 230529 - 2

1.4 SYSTEM DESCRIPTION

A. Firestopping Materials: ASTM E119, ASTM E814, UL 263, UL 1479 to achieve fire ratings as noted on Drawings for adjacent construction, but not less than 1 hour fire rating.

B. B. Surface Burning: ASTM E84, UL 723 with maximum flame spread / smoke developed rating of 25/450.

C. Firestop interruptions to fire rated assemblies, materials, and components. Fire rating of existing walls is shown on Drawing Sheet A-001.

1.5 PERFORMANCE REQUIREMENTS

A. Firestopping: Conform to applicable code for fire resistance ratings and surface burning characteristics.

1.6 SUBMITTALS

A. Shop Drawings: Indicate system layout with location including critical dimensions, sizes, and pipe hanger and support locations and detail of trapeze hangers.

B. Product Data: 1. Hangers and Supports: Submit manufacturers catalog data including load capacity. 2. Firestopping: Submit data on product characteristics, performance and limitation criteria.

C. Firestopping Schedule: Submit schedule of opening locations and sizes, penetrating items, and required listed design numbers to seal openings to maintain fire resistance rating of adjacent assembly.

D. Manufacturer's Installation Instructions: 1. Hangers and Supports: Submit special procedures and assembly of components. 2. Firestopping: Submit preparation and installation instructions.

E. Manufacturer's Certificate: Certify products meet or exceed specified requirements.

1.7 QUALITY ASSURANCE

A. Through Penetration Firestopping of Fire Rated Assemblies: UL 1479 or ASTM E814 with 0.10 inch water gage minimum positive pressure differential to achieve fire F-Ratings and temperature T-Ratings as indicated on Drawings, but not less than 1-hour. 1. Wall Penetrations: Fire F-Ratings as indicated on Drawings, but not less than 1-hour. 2. Floor [and Roof] Penetrations: Fire F-Ratings and temperature T-Ratings as indicated on

Drawings, but not less than 1-hour. a. Floor Penetrations Within Wall Cavities: T-Rating is not required.

B. Through Penetration Firestopping of Non-Fire Rated Floor and Roof Assemblies: Materials to resist free passage of flame and products of combustion. 1. Noncombustible Penetrating Items: Noncombustible materials for penetrating items connecting

maximum of three stories. 2. Penetrating Items: Materials approved by authorities having jurisdiction for penetrating items

connecting maximum of two stories.

Clark Dietz, Inc. Hangers and Support for HVAC Equipment

E0140040 230529 - 3

C. Fire Resistant Joints in Fire Rated Floor, Roof, and Wall Assemblies: ASTM E1966 or UL 2079 to achieve fire resistant rating as indicated on Drawings for assembly in which joint is installed.

D. Fire Resistant Joints Between Floor Slabs and Exterior Walls: ASTM E119 with 0.10-inch water gage minimum positive pressure differential to achieve fire resistant rating as indicated on Drawings for floor assembly.

E. Surface Burning Characteristics: Maximum 25/450 flame spread/smoke developed index when tested in accordance with ASTM E84.

F. Perform Work in accordance with AWS D1.1 for welding hanger and support attachments to building structure.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Accept materials on site in original factory packaging, labeled with manufacturer's identification.

B. Protect from weather and construction traffic, dirt, water, chemical, and damage, by storing in original packaging.

1.9 ENVIRONMENTAL REQUIREMENTS

A. Do not apply firestopping materials when temperature of substrate material and ambient air is below 60 degrees F.

B. Maintain this minimum temperature before, during, and for minimum 3 days after installation of firestopping materials.

C. Provide ventilation in areas to receive solvent cured materials.

PART 2 PRODUCTS

2.1 PIPE HANGERS AND SUPPORTS

A. Manufacturers: 1. Carpenter & Paterson Inc. 2. Creative Systems Inc. 3. Flex-Weld, Inc. 4. Glope Pipe Hanger Products Inc. 5. Michigan Hanger Co. 6. Superior Valve Co.

B. Hydronic Piping: 1. Conform to ASME B31.9 2. Hangers for Pipe Sizes 1/2 to 1-1/2 inch: Malleable iron or Carbon steel, adjustable swivel, split

ring. 3. Hangers for Cold Pipe Sizes 2 inches and Larger: Carbon steel, adjustable, clevis. 4. Hangers for Hot Pipe Sizes 2 to 4 inches: Carbon steel, adjustable, clevis. 5. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods. 6. Wall Support for Pipe Sizes 3 inches and Smaller: Cast iron hooks. 7. Wall Support for Pipe Sizes 4 inches and Larger: Welded steel bracket and wrought steel clamp. 8. Vertical Support: Steel riser clamp.

Clark Dietz, Inc. Hangers and Support for HVAC Equipment

E0140040 230529 - 4

9. Floor Support for Cold Pipe: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support.

10. Floor Support for Hot Pipe Sizes 4 Inches and Smaller: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support.

11. Copper Pipe Support: Copper-plated, carbon steel ring.

2.2 ACCESSORIES

A. Hanger Rods: Mild steel threaded both ends, threaded on one end, or continuous threaded.

2.3 INSERTS

A. Inserts: Malleable iron case of galvanized steel shell and expander plug for threaded connection with lateral adjustment, top slot for reinforcing rods, lugs for attaching to forms; size inserts to suit threaded hanger rods.

2.4 FLASHING

A. Metal Flashing: 26 gage thick galvanized steel.

B. Metal Counterflashing: 22 gage thick galvanized steel.

C. Lead Flashing: 1. Waterproofing: 5 lb./sq. ft sheet lead. 2. Soundproofing: 1 lb./sq. ft sheet lead.

D. Flexible Flashing: 47 mil thick sheet butyl; compatible with roofing.

E. Caps: Steel, 22 gage minimum; 16 gage at fire resistant elements.

2.5 SLEEVES

A. Sleeves for Pipes Through Non-Fire Rated Floors: 18 gage thick galvanized steel.

B. Sleeves for Pipes Through Non-Fire Rated Beams, Walls, Footings, and Potentially Wet Floors: Steel pipe or 18 gage thick galvanized steel.

C. Sleeves for Round Ductwork: Galvanized steel.

D. Sleeves for Rectangular Ductwork: Galvanized steel or wood.

E. Sealant: Acrylic.

2.6 MECHANICAL SLEEVE SEALS

A. Manufacturers: 1. Thunderline Link-Seal, Inc. 2. NMP Corporation.

B. Product Description: Modular mechanical type, consisting of interlocking synthetic rubber links shaped to continuously fill annular space between object and sleeve, connected with bolts and pressure plates causing rubber sealing elements to expand when tightened, providing watertight seal and electrical insulation.

Clark Dietz, Inc. Hangers and Support for HVAC Equipment

E0140040 230529 - 5

2.7 FORMED STEEL CHANNEL

A. Manufacturers: 1. Allied Tube & Conduit Corp. 2. B-Line Systems 3. Midland Ross Corporation, Electrical Products Division 4. Unistrut Corp.

B. Product Description: Galvanized 12 gage thick steel. With holes 1-1/2 inches on center.

2.8 FIRESTOPPING

A. Manufacturers: 1. Dow Corning Corp. 2. Fire Trak Corp. 3. Hilti Corp. 4. International Protective Coating Corp. 5. 3M fire Protection Products 6. Specified Technology, Inc.

B. Product Description: Different types of products by multiple manufacturers are acceptable as required to meet specified system description and performance requirements; provide only one type for each similar application. 1. Foam Firestopping Compounds: Multiple component foam compound. 2. Fiber Stuffing and Sealant Firestopping: Composite of mineral fiber stuffing insulation with

silicone elastomer for smoke stopping. 3. Intumescent Firestopping: Intumescent putty compound which expands on exposure to surface

heat gain.

C. Color: To be selected by archited/engineer.

2.9 FIRESTOPPING ACCESSORIES

A. Primer: Type recommended by firestopping manufacturer for specific substrate surfaces and suitable for required fire ratings.

B. Dam Material: Permanent: 1. Sheet metal.

C. Installation Accessories: Provide clips, collars, fasteners, temporary stops or dams, and other devices required to position and retain materials in place.

D. General: 1. Furnish UL listed products [or products tested by independent testing laboratory. 2. Select products with rating not less than rating of wall or floor being penetrated.

E. Non-Rated Surfaces: 1. Stamped steel, chrome plated, hinged, split ring escutcheons or floor plates or ceiling plates for

covering openings in occupied areas where piping is exposed. 2. For exterior wall openings below grade, furnish mechanical sealing device to continuously fill

annular space between piping and cored opening or water-stop type wall sleeve.

Clark Dietz, Inc. Hangers and Support for HVAC Equipment

E0140040 230529 - 6

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify openings are ready to receive sleeves.

B. Verify openings are ready to receive firestopping.

3.2 PREPARATION

A. Clean substrate surfaces of dirt, dust, grease, oil, loose material, or other matter affecting bond of firestopping material.

B. Remove incompatible materials affecting bond.

C. Install backing or damming materials to arrest liquid material leakage.

D. Obtain permission from Owner before using powder-actuated anchors.

E. Obtain permission from Owner before drilling or cutting structural members.

3.3 INSTALLATION - INSERTS

A. Install inserts for placement in concrete forms.

B. Install inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams.

C. Provide hooked rod to concrete reinforcement section for inserts carrying pipe 4 inches and larger.

D. Where concrete slabs form finished ceiling, locate inserts flush with slab surface.

E. Where inserts are omitted, drill through concrete slab from below and provide through-bolt with recessed square steel plate and nut flush with top of slab.

3.4 INSTALLATION - PIPE HANGERS AND SUPPORTS

A. Install in accordance with ASME B31.1; ASME B31.5; ASME 31.9; ASTM F708.

B. Support horizontal piping as scheduled.

C. Install hangers with minimum 1/2 inch space between finished covering and adjacent work.

D. Place hangers within 12 inches of each horizontal elbow.

E. Use hangers with 1-1/2 inch minimum vertical adjustment.

F. Support vertical piping at every other floor.

G. Where piping is installed in parallel and at same elevation, provide multiple pipe or trapeze hangers.

H. Support riser piping independently of connected horizontal piping.

Clark Dietz, Inc. Hangers and Support for HVAC Equipment

E0140040 230529 - 7

I. Provide copper plated hangers and supports for copper piping.

J. Design hangers for pipe movement without disengagement of supported pipe.

K. Prime coat exposed steel hangers and supports. Hangers and supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not considered exposed.

L. Provide clearance in hangers and from structure and other equipment for installation of insulation.

3.5 INSTALLATION - EQUIPMENT BASES AND SUPPORTS

A. Provide housekeeping pads of concrete, minimum 3-1/2 inches thick and extending 6 inches beyond supported equipment.

B. Using templates furnished with equipment, install anchor bolts, and accessories for mounting and anchoring equipment.

C. Construct supports of steel members or formed steel channel or steel pipe and fittings. Brace and fasten with flanges bolted to structure.

D. Provide rigid anchors for pipes after vibration isolation components are installed.

3.6 INSTALLATION - FLASHING

A. Provide flexible flashing and metal Counterflashing where piping and ductwork penetrate weather or waterproofed walls, floors, and roofs.

B. Provide acoustical lead flashing around ducts and pipes penetrating equipment rooms for sound control.

C. Provide curbs for roof installations 12 inches minimum high above roofing surface. Flash and counter-flash with sheet metal; seal watertight. Attach Counterflashing to equipment and lap base flashing on roof curbs. Flatten and solder joints.

D. Adjust storm collars tight to pipe with bolts; caulk around top edge. Use storm collars above roof jacks. Screw vertical flange section to face of curb.

3.7 INSTALLATION - SLEEVES

A. Exterior watertight entries: Seal with mechanical sleeve seals.

B. Set sleeves in position in forms. Provide reinforcing around sleeves.

C. Size sleeves large enough to allow for movement due to expansion and contraction. Provide for continuous insulation wrapping.

D. Extend sleeves through floors 1 inch above finished floor level. Caulk sleeves.

E. Where piping or ductwork penetrates floor, ceiling, or wall, close off space between pipe or duct and adjacent work with firestopping insulation and caulk airtight. Provide close fitting metal collar or escutcheon covers at both sides of penetration.

F. Install chrome plated steel stainless steel escutcheons at finished surfaces.

Clark Dietz, Inc. Hangers and Support for HVAC Equipment

E0140040 230529 - 8

3.8 INSTALLATION - FIRESTOPPING

A. Install material at fire rated construction perimeters and openings containing penetrating sleeves, piping, ductwork, and other items, requiring firestopping.

B. Apply primer where recommended by manufacturer for type of firestopping material and substrate involved, and as required for compliance with required fire ratings.

C. Apply firestopping material in sufficient thickness to achieve required fire and smoke rating, to uniform density and texture.

D. Compress fibered material to maximum 40 percent of its uncompressed size.

E. Place foamed material in layers to ensure homogenous density, filling cavities and spaces. Place sealant to completely seal junctions with adjacent dissimilar materials.

F. Place intumescent coating in sufficient coats to achieve rating required.

G. Remove dam material after firestopping material has cured.

H. Fire Rated Surface: 1. Seal opening at floor, wall, partition, ceiling, and roof as follows:

a. Install sleeve through opening and extending beyond minimum of 1 inch on both sides of building element.

b. Size sleeve allowing minimum of 1 inch void between sleeve and building element. c. Pack void with backing material. d. Seal ends of sleeve with UL listed fire resistive silicone compound to meet fire rating of

structure penetrated. 2. Where cable tray, bus, cable bus, conduit, wireway, trough, and penetrates fire rated surface,

install firestopping product in accordance with manufacturer's instructions.

I. Non-Rated Surfaces: 1. Seal opening through non-fire rated wall, partition floor, ceiling, and roof opening as follows:

a. Install sleeve through opening and extending beyond minimum of 1 inch on both sides of building element.

b. Size sleeve allowing minimum of 1 inch void between sleeve and building element. c. Install type of firestopping material recommended by manufacturer.

2. Install escutcheons, floor plates or ceiling plates where conduit, penetrates non-fire rated surfaces in occupied spaces. Occupied spaces include rooms with finished ceilings and where penetration occurs below finished ceiling.

3. Exterior wall openings below grade: Assemble rubber links of mechanical sealing device to size of piping and tighten in place, in accordance with manufacturer's instructions.

4. Interior partitions: Seal pipe penetrations at computer rooms, telecommunication rooms and data rooms. Apply sealant to both sides of penetration to completely fill annular space between sleeve and conduit.

3.9 FIELD QUALITY CONTROL

A. Inspect installed firestopping for compliance with specifications and submitted schedule.

3.10 CLEANING

A. Clean adjacent surfaces of firestopping materials.

Clark Dietz, Inc. Hangers and Support for HVAC Equipment

E0140040 230529 - 9

3.11 PROTECTION OF FINISHED WORK

A. Protect adjacent surfaces from damage by material installation.

3.12 SCHEDULES

A. Copper and Steel Pipe Hanger Spacing:

PIPE SIZE Inches

COPPER TUBING MAXIMUM HANGER SPACING Feet

STEEL PIPE MAXIMUM HANGER SPACING Feet

COPPER TUBING HANGER ROD DIAMETER Inches

STEEL PIPE HANGER ROD DIAMETER Inches

1/2 5 7 3/8 3/8

3/4 5 7 3/8 3/8

1 6 7 3/8 3/8

1-1/4 7 7 3/8 3/8

1-1/2 8 9 3/8 3/8

2 8 10 3/8 3/8

B. Plastic and Ductile Iron Pipe Hanger Spacing:

PIPE MATERIAL

MAXIMUM HANGER SPACING Feet

HANGER ROD DIAMETER Inches

PVC (All Sizes) 4 3/8

C. Note 1: 20 feet maximum spacing, minimum of one hanger for each pipe section close to joint behind bell. Provide hanger at each change of direction and each branch connection. For pipe sizes 6 inches and smaller, subjected to loadings other than weight of pipe and contents, limit span to maximum spacing for water service steel pipe.

END OF SECTION 230529

Clark Dietz, Inc. Identification for HVAC Piping and Equipment

E0140040 230553 - 1

SECTION 230553 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Nameplates. 2. Tags. 3. Stencils. 4. Pipe markers. 5. Duct markers. 6. Labels. 7. Lockout devices.

1.2 REFERENCES

A. American Society of Mechanical Engineers: 1. ASME A13.1 - Scheme for the Identification of Piping Systems.

1.3 SUBMITTALS

A. Product Data: Submit manufacturers catalog literature for each product required.

B. Shop Drawings: Submit list of wording, symbols, letter size, and color coding for mechanical identification and valve chart and schedule, including valve tag number, location, function, and valve manufacturer's name and model number.

C. Manufacturer's Installation Instructions: Indicate installation instructions, special procedures, and installation.

1.4 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of tagged valves; include valve tag numbers.

1.5 QUALITY ASSURANCE

A. Conform to ASME A13.1 for color scheme for identification of piping systems and accessories.

PART 2 PRODUCTS

2.1 NAMEPLATES

A. Manufacturers: 1. Craftmark Identification Systems 2. Safety Sign Co. 3. Seton Identification Products

B. Product Description: Laminated three-layer plastic with engraved black letters on light contrasting background color.

Clark Dietz, Inc. Identification for HVAC Piping and Equipment

E0140040 230553 - 2

2.2 TAGS

A. Manufacturers: 1. Craftmark Identification Systems 2. Safety Sign Co. 3. Seton Identification Products

B. Plastic Tags 1. Laminated three-layer plastic with engraved black letters on light contrasting background color.

Tag size minimum 1-1/2 inches diameter.

C. Metal Tags: 1. Aluminum with stamped letters; tag size minimum 1-1/2 inches diameter with finished edges.

D. Information Tags: 1. Clear plastic with printed "Danger," "Caution," or "Warning" and message; size 3-1/4 x 5-5/8

inches with grommet and self-locking nylon ties.

E. Tag Chart: Typewritten letter size list of applied tags and location in anodized aluminum frame.

2.3 PIPE MARKERS

A. Manufacturers: 1. Craftmark Identification Systems 2. Safety Sign Co. 3. Seton Identification Products

B. Color and Lettering: Conform to ASME A13.1.

C. Plastic Pipe Markers: 1. Bright colored continuously printed plastic ribbon tape, minimum 6 inches wide by 4 mil thick,

manufactured for direct burial service. 2. Bright colored continuously printed plastic sheet with separate direction allows. 1-1/4” size

letters for pipe size 2” and smaller. 2-1/2” for pipe sizes 2-1/2” and larger.

D. Plastic Underground Pipe Markers: 1. Bright colored continuously printed plastic ribbon tape, minimum 6 inches wide by 4 mil thick,

manufactured for direct burial service.

2.4 DUCT MARKERS

A. Manufacturers: 1. Brimar 2. Craftmark Identification Systems 3. Safety Sign Co. 4. Seton Identification Products

B. Color and Lettering: Conform to ASME A13.1.

C. Vinyl Markers:

1. Self-adhesive duct markers with directional arrow made with a minimum 3 mil thick high gloss vinyl film printed using UV and chemical resistant inks.

Clark Dietz, Inc. Identification for HVAC Piping and Equipment

E0140040 230553 - 3

2. For ducts 24" and smaller provide a minimum 14" x 2-l/4" marker with 1-l/2" characters. 3. For ducts 26" and larger provide a minimum 24" x 4" marker with 2-1 /2" characters.

2.5 LABELS

A. Manufacturers: 1. Craftmark Identification Systems 2. Safety Sign Co. 3. Seton Identification Products

B. Description: Laminated Mylar, size 1.9 x 0.75 inches, adhesive backed with printed identification.

2.6 LOCKOUT DEVICES

A. Lockout Hasps:

B. Manufacturers: 1. Craftmark Identification Systems 2. Safety Sign Co. 3. Seton Identification Products

C. Anodized aluminum hasp with erasable label surface; size minimum 7-1/4 x 3 inches.

D. Valve Lockout Devices: 1. Nylon device preventing access to valve operator, accepting lock shackle.

PART 3 EXECUTION

3.1 PREPARATION

A. Degrease and clean surfaces to receive adhesive for identification materials.

3.2 INSTALLATION

A. Install identifying devices after completion of coverings and painting.

B. Install plastic nameplates with corrosive-resistant mechanical fasteners, or adhesive.

C. Install labels with sufficient adhesive for permanent adhesion and seal with clear lacquer. For unfinished canvas covering, apply paint primer before applying labels.

D. Install tags using corrosion resistant chain. Number tags consecutively by location.

E. Install underground plastic pipe markers 6 to 8 inches below finished grade, directly above buried pipe.

F. Identify air handling units, pumps, heat transfer equipment, tanks, and water treatment devices with plastic nameplates. Identify in-line pumps and other small devices with tags.

G. Identify control panels and major control components outside panels with plastic nameplates.

H. Identify valves in main and branch piping with tags.

Clark Dietz, Inc. Identification for HVAC Piping and Equipment

E0140040 230553 - 4

I. Install duct markers when duct surface is dry and reasonably clean.

J. Install duct markers when surface temperature is above 50°F.

K. Identify air terminal units and radiator valves with numbered tags.

L. Tag automatic controls, instruments, and relays. Key to control schematic.

M. Identify piping, concealed or exposed, with plastic pipe markers. Identify service, flow direction, and pressure. Install in clear view and align with axis of piping. Locate identification not to exceed 20 feet on straight runs including risers and drops, adjacent to each valve and tee, at each side of penetration of structure or enclosure, and at each obstruction.

N. For exposed natural gas lines other than steel pipe, attach yellow pipe labels with "GAS" in black lettering, at maximum 5 foot o.c. spacing.

O. Identify ductwork with duct markers. Locate identification at air handling unit, at each side of penetration of structure or enclosure, and at each obstruction.

P. Provide ceiling tacks to locate valves or dampers above T-bar type panel ceilings. Locate in corner of panel closest to equipment.

END OF SECTION 230553

Clark Dietz, Inc. Testing, Adjusting and Balancing

E0140040 230593 - 1

SECTION 230593 TESTING, ADJUSTING, AND BALANCING FOR HVAC

PART 1 GENERAL

1.1 WORK INCLUDES

A. Contractor provide: 1. Testing adjusting and balancing air and refrigeration systems. 2. Measurement of final operating condition of HVAC systems. 3. Sound measurement of equipment operating conditions. 4. Vibration measurement of equipment operating conditions.

1.2 REFERENCES

A. Associated Air Balance Council: 1. AABC MN-1 - National Standards for Testing and Balancing Heating, Ventilating, and Air

Conditioning Systems.

B. American Society of Heating, Refrigerating and Air-Conditioning Engineers: 1. ASHRAE 111 - Practices for Measurement, Testing, Adjusting and Balancing of Building

Heating, Ventilation, Air-Conditioning and Refrigeration Systems.

C. Natural Environmental Balancing Bureau: 1. NEBB - Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems.

1.3 SUBMITTALS

A. Prior to commencing Work, submit proof of latest calibration date of each instrument.

B. Test Reports: Indicate data on forms prepared following ASHRAE 111

C. Field Reports: Indicate deficiencies preventing proper testing, adjusting, and balancing of systems and equipment to achieve specified performance.

D. Prior to commencing Work, submit report forms or outlines indicating adjusting, balancing, and equipment data required. Include detailed procedures, agenda, sample report forms and copy of AABC National Project Performance Guaranty or Copy of NEBB Certificate of Conformance Certification.

E. Submit draft copies of report for review prior to final acceptance of Project.

F. Furnish reports in soft cover, letter size, binder manuals, complete with table of contents page and indexing tabs, with cover identification at front and side. Include set of reduced drawings with air outlets and equipment identified to correspond with data sheets, and indicating thermostat locations.

1.4 CLOSEOUT SUBMITTALS

A. Section 01 77 00 - Execution and Closeout Requirements: Closeout procedures.

Clark Dietz, Inc. Testing, Adjusting and Balancing

E0140040 230593 - 2

B. Project Record Documents: Record actual locations of flow measuring stations and balancing valves and rough setting.

C. Operation and Maintenance Data: Furnish final copy of testing, adjusting, and balancing report inclusion in operating and maintenance manuals.

1.5 QUALITY ASSURANCE

A. Perform Work in accordance with ASHRAE 111.

B. Prior to commencing Work, calibrate each instrument to be used. Upon completing Work, recalibrate each instrument to assure reliability.

1.6 QUALIFICATIONS

A. Agency: Company specializing in testing, adjusting, and balancing of systems specified in this section with minimum three years documented experience certified by AABC or Certified by NEBB.

B. Perform Work under supervision of AABC Certified Test and Balance Engineer, NEBB Certified Testing, Balancing and Adjusting Supervisor, or registered professional engineer experienced in performance of this Work and licensed in State of Illinois.

1.7 SEQUENCING

A. Sequence balancing between completion of systems tested and Date of Substantial Completion.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify systems are complete and operable before commencing work. Verify the following: 1. Systems are started and operating in safe and normal condition. 2. Temperature control systems are installed complete and operable. 3. Proper thermal overload protection is in place for electrical equipment. 4. Final filters are clean and in place. If required, install temporary media in addition to final

filters. 5. Duct systems are clean of debris. 6. Fans are rotating correctly. 7. Fire and volume dampers are in place and open. 8. Air coil fins are cleaned and combed. 9. Access doors are closed and duct end caps are in place. 10. Air outlets are installed and connected. 11. Duct system leakage is minimized.

3.2 PREPARATION

A. Furnish instruments required for testing, adjusting, and balancing operations.

Clark Dietz, Inc. Testing, Adjusting and Balancing

E0140040 230593 - 3

B. Make instruments available to Architect/Engineer to facilitate spot checks during testing.

3.3 INSTALLATION TOLERANCES

A. Air Handling Systems: Adjust to within plus or minus 10 percent of design.

B. Air Outlets and Inlets: Adjust total to within plus 10 percent and minus 5 percent of design to space. Adjust outlets and inlets in space to within plus or minus 10 percent of design.

C. Hydronic Systems: Adjust to within plus or minus 10 percent of design.

3.4 ADJUSTING

A. Verify recorded data represents actual measured or observed conditions.

B. Permanently mark settings of valves, dampers, and other adjustment devices allowing settings to be restored. Set and lock memory stops.

C. After adjustment, take measurements to verify balance has not been disrupted. If disrupted, verify correcting adjustments have been made.

D. Report defects and deficiencies noted during performance of services, preventing system balance.

E. Leave systems in proper working order, replacing belt guards, closing access doors, closing doors to electrical switch boxes, and restoring thermostats to specified settings.

3.5 AIR SYSTEM PROCEDURE

A. Adjust air handling and distribution systems to obtain required or design supply, return, and exhaust air quantities.

B. Make air quantity measurements in main ducts by Pitot tube traverse of entire cross sectional area of duct.

C. Measure air quantities at air inlets and outlets.

D. Adjust distribution system to obtain uniform space temperatures free from objectionable drafts.

E. Use volume control devices to regulate air quantities only to extent adjustments do not create objectionable air motion or sound levels. Effect volume control by using volume dampers located in ducts.

F. Vary total system air quantities by adjustment of fan speeds. Provide sheave drive changes to vary fan speed. Vary branch air quantities by damper regulation.

G. Provide system schematic with required and actual air quantities recorded at each outlet or inlet.

H. Measure static air pressure conditions on air supply units, including filter and coil pressure drops, and total pressure across fan. Make allowances for 50 percent loading of filters.

I. Adjust outside air automatic dampers, outside air, return air, and exhaust dampers for design conditions.

Clark Dietz, Inc. Testing, Adjusting and Balancing

E0140040 230593 - 4

J. Measure temperature conditions across outside air, return air, and exhaust dampers to check leakage.

K. At modulating damper locations, take measurements and balance at extreme conditions. Balance variable volume systems at maximum airflow rate, full cooling, and at minimum airflow rate, full heating.

L. Measure building static pressure and adjust supply, return, and exhaust air systems to obtain required relationship between each to maintain approximately 0.05 inches positive static pressure near building entries.

M. For variable air volume system powered units set volume controller to airflow setting indicated. Confirm connections properly made and confirm proper operation for automatic variable-air-volume temperature control.

3.6 SCHEDULES

A. Equipment Requiring Testing, Adjusting, and Balancing: 1. Air Cooled Refrigerant Condensers. 2. Unit Air Conditioners. 3. Air Handling Units. 4. Fans. 5. Air Terminal Units/Dampers. 6. Air Inlets and Outlets. 7. Existing Grilles/Registers and Dampers.

B. Report Forms 1. Title Page:

a. Name of Testing, Adjusting, and Balancing Agency b. Address of Testing, Adjusting, and Balancing Agency c. Telephone and facsimile numbers of Testing, Adjusting, and Balancing Agency d. Project name e. Project location f. Project Architect g. Project Engineer h. Project Contractor i. Project altitude j. Report date

2. Summary Comments: a. Design versus final performance b. Notable characteristics of system c. Description of systems operation sequence d. Summary of outdoor and exhaust flows to indicate building pressurization e. Nomenclature used throughout report f. Test conditions

3. Instrument List: a. Instrument b. Manufacturer c. Model number d. Serial number e. Range f. Calibration date

4. Electric Motors: a. Manufacturer

Clark Dietz, Inc. Testing, Adjusting and Balancing

E0140040 230593 - 5

b. Model/Frame c. HP/BHP and kW d. Phase, voltage, amperage; nameplate, actual, no load e. RPM f. Service factor g. Starter size, rating, heater elements h. Sheave Make/Size/Bore

5. V-Belt Drive: a. Identification/location b. Required driven RPM c. Driven sheave, diameter and RPM d. Belt, size and quantity e. Motor sheave diameter and RPM f. Center to center distance, maximum, minimum, and actual

6. Air Cooled Condenser: a. Identification/number b. Location c. Manufacturer d. Model number e. Serial number f. Entering DB air temperature, design and actual g. Leaving DB air temperature, design and actual h. Number of compressors

7. Cooling Coil Data: a. Identification/number b. Location c. Service d. Manufacturer e. Air flow, design and actual f. Entering air DB temperature, design and actual g. Entering air WB temperature, design and actual h. Leaving air DB temperature, design and actual i. Leaving air WB temperature, design and actual j. Air pressure drop, design and actual

8. Air Moving Equipment: a. Location b. Manufacturer c. Model number d. Serial number e. Arrangement/Class/Discharge f. Air flow, specified and actual g. Return air flow, specified and actual h. Outside air flow, specified and actual i. Total static pressure (total external), specified and actual j. Inlet pressure k. Discharge pressure l. Sheave Make/Size/Bore m. Number of Belts/Make/Size n. Fan RPM

9. Return Air/Outside Air Data: a. Identification/location b. Design air flow c. Actual air flow d. Design return air flow

Clark Dietz, Inc. Testing, Adjusting and Balancing

E0140040 230593 - 6

e. Actual return air flow f. Design outside air flow g. Actual outside air flow h. Return air temperature i. Outside air temperature j. Required mixed air temperature k. Actual mixed air temperature l. Design outside/return air ratio m. Actual outside/return air ratio

10. Duct Traverse: a. System zone/branch b. Duct size c. Area d. Design velocity e. Design air flow f. Test velocity g. Test air flow h. Duct static pressure i. Air temperature j. Air correction factor

11. Duct Leak Test: a. Description of ductwork under test b. Duct design operating pressure c. Duct design test static pressure d. Duct capacity, air flow e. Maximum allowable leakage duct capacity times leak factor f. Test apparatus

1) Blower 2) Orifice, tube size 3) Orifice size 4) Calibrated

g. Test static pressure h. Test orifice differential pressure i. Leakage

12. Terminal Unit Data: a. Manufacturer b. Type, constant, variable, single, dual duct c. Identification/number d. Location e. Model number f. Size g. Minimum design air flow h. Maximum design air flow i. Maximum actual air flow

13. Air Distribution Test Sheet: a. Air terminal number b. Room number/location c. Terminal type d. Terminal size e. Area factor f. Design velocity g. Design air flow h. Test (final) velocity i. Test (final) air flow

Clark Dietz, Inc. Testing, Adjusting and Balancing

E0140040 230593 - 7

j. Percent of design air flow 14. Sound Level Report:

a. Location b. Octave bands - equipment off c. Octave bands - equipment on d. RC level - equipment on

15. Combustion Test: a. Manufacturer b. Model number c. Serial number d. Firing rate e. Overfire draft f. Gas meter timing dial size g. Gas meter time per revolution h. Gas pressure at meter outlet i. Gas flow rate j. Heat input k. Burner manifold gas pressure l. Percent carbon monoxide (CO) m. Percent carbon dioxide (CO2) n. Percent oxygen (O2) o. Percent excess air p. Flue gas temperature at outlet q. Ambient temperature r. Net stack temperature s. Percent stack loss t. Percent combustion efficiency u. Heat output

16. Vibration Test: a. Location of points:

1) Fan bearing, drive end 2) Fan bearing, opposite end 3) Motor bearing, center (when applicable) 4) Motor bearing, drive end 5) Motor bearing, opposite end 6) Casing (bottom or top) 7) Casing (side) 8) Duct after flexible connection (discharge) 9) Duct after flexible connection (suction)

b. Test readings: 1) Horizontal, velocity and displacement 2) Vertical, velocity and displacement 3) Axial, velocity and displacement

c. Normally acceptable readings, velocity and acceleration d. Unusual conditions at time of test e. Vibration source (when non-complying)

END OF SECTION 230593

Clark Dietz, Inc. HVAC Insulation

E0140040 230700 - 1

SECTION 230700 HVAC INSULATION

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. HVAC ductwork insulation, jackets, and accessories.

1.2 REFERENCES

A. ASTM International: 1. ASTM C450 - Standard Practice for Fabrication of Thermal Insulating Fitting Covers for NPS

Piping, and Vessel Lagging. 2. ASTM C534 - Standard Specification for Preformed Flexible Elastomeric Cellular Thermal

Insulation in Sheet and Tubular Form. 3. ASTM C585 - Standard Practice for Inner and Outer Diameters of Rigid Thermal Insulation for

Nominal Sizes of Pipe and Tubing (NPS System). 4. ASTM C795 - Standard Specification for Thermal Insulation for Use in Contact with Austenitic

Stainless Steel. 5. ASTM C1136 - Standard Specification for Flexible, Low Permeance Vapor Retarders for Thermal

Insulation. 6. ASTM C1290 - Standard Specification for Flexible Fibrous Glass Blanket Insulation Used to

Externally Insulate HVAC Ducts. 7. ASTM D1785 - Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and

Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. 8. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials. 9. ASTM E162 - Standard Test Method for Surface Flammability of Materials Using a Radiant Heat

Energy Source.

B. Sheet Metal and Air Conditioning Contractors’: 1. SMACNA - HVAC Duct Construction Standard - Metal and Flexible.

1.3 SUBMITTALS

A. Product Data: Submit product description, thermal characteristics and list of materials and thickness for each service, and location.

B. Manufacturer's Installation Instructions: Submit manufacturers published literature indicating proper installation procedures.

1.4 QUALITY ASSURANCE

A. Factory fabricated fitting covers manufactured in accordance with ASTM C450.

B. Duct insulation, Coverings, and Linings: Maximum 25/50 flame spread/smoke developed index, when tested in accordance with ASTM E84, using specimen procedures and mounting procedures of ASTM E 2231.

Clark Dietz, Inc. HVAC Insulation

E0140040 230700 - 2

1.5 DELIVERY, STORAGE, AND HANDLING

A. Accept materials on site in original factory packaging, labeled with manufacturer's identification, including product density and thickness.

B. Protect insulation from weather and construction traffic, dirt, water, chemical, and damage, by storing in original wrapping.

1.6 ENVIRONMENTAL REQUIREMENTS

A. Install insulation only when ambient temperature and humidity conditions are within range recommended by manufacturer.

B. Maintain temperature before, during, and after installation for minimum period of 24 hours.

PART 2 PRODUCTS

2.1 MANUFACTURER

A. Manufacturers for Glass Fiber and Mineral Fiber Insulation Products: 1. CertainTeed. 2. Knauf. 3. Johns Manville. 4. Owens-Corning.

B. Manufacturers for Closed Cell Elastomeric Insulation Products: 1. Aeroflex. Aerocell. 2. Armacell, LLC. Armaflex. 3. Nomaco. K-flex.

2.2 DUCTWORK INSULATION

A. TYPE D-1: ASTM C1290, flexible glass fiber, commercial grade with factory applied reinforced aluminum foil jacket meeting ASTM C1136, Type II. 1. Thermal Conductivity: 0.27 at 75 degrees F. 2. Maximum Operating Temperature: 250 degrees F. 3. Density: 0.75 pound per cubic foot.

B. TYPE D-2: ASTM C612, Type IA or IB, rigid glass fiber, with factory applied reinforced aluminum foil facing meeting ASTM C1136, Type II. 1. Thermal Conductivity: 0.23 at 75 degrees F. 2. Density: 3.0 pound per cubic foot.

2.3 DUCTWORK INSULATION JACKETS

A. Aluminum Duct Jacket: 1. ASTM B209. 2. Thickness: 0.016 inch thick sheet. 3. Finish: Smooth. 4. Joining: Longitudinal slip joints and 2 inch laps. 5. Fittings: 0.016 inch thick die shaped fitting covers with factory attached protective liner. 6. Metal Jacket Bands: 3/8 inch wide; 0.015 inch thick aluminum.

Clark Dietz, Inc. HVAC Insulation

E0140040 230700 - 3

B. Aluminum Duct Jacket Systems: 1. Self-adhesive material with aluminum finish surface, color to be selected by owner. 2. Tear strength of 8.5 lbs or greater meeting ASTM D624. 3. Thickness: 6 mils sheet. 4. Finish: Smooth. 5. Non permeable with vapor barrier. 6. Mold resistant.

2.4 DUCTWORK INSULATION ACCESSORIES

A. Vapor Retarder Tape: 1. Kraft paper reinforced with glass fiber yarn and bonded to aluminized film, with pressure

sensitive rubber based adhesive.

B. Vapor Retarder Lap Adhesive: Compatible with insulation.

C. Adhesive: Waterproof, ASTM E162 fire-retardant type.

D. Liner Fasteners: Galvanized steel, self-adhesive pad head.

E. Tie Wire: 0.048 inch stainless steel with twisted ends on maximum 12 inch centers.

F. Lagging Adhesive: Fire retardant type with maximum 25/450 flame spread/smoke developed index when tested in accordance with ASTM E84.

G. Impale Anchors: Galvanized steel, 12 gage self-adhesive pad.

H. Adhesives: Compatible with insulation.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify surfaces are clean and dry, with foreign material removed.

3.2 INSTALLATION - DUCTWORK SYSTEMS

A. Duct dimensions indicated on Drawings are finished inside dimensions.

B. Insulated ductwork conveying air below ambient temperature: 1. Provide insulation with vapor retarder jackets. 2. Finish with tape and vapor retarder jacket. 3. Continue insulation through walls, sleeves, hangers, and other duct penetrations. 4. Insulate entire system including fittings, joints, flanges, fire dampers, flexible connections, and

expansion joints.

C. Insulated ductwork conveying air above ambient temperature: 1. Provide with or without standard vapor retarder jacket. 2. Insulate fittings and joints. Where service access is required, bevel and seal ends of insulation.

Clark Dietz, Inc. HVAC Insulation

E0140040 230700 - 4

D. Ductwork Exposed in Mechanical Equipment Rooms or Finished Spaces below 8 feet above finished floor: Finish with aluminum jacket.

E. External Glass Fiber Duct Insulation: 1. Secure insulation with vapor retarder with wires and seal jacket joints with vapor retarder

adhesive or tape to match jacket. 2. Secure insulation without vapor retarder with staples, tape, or wires. 3. Install without sag on underside of ductwork. Use adhesive or mechanical fasteners where

necessary to prevent sagging. Lift ductwork off trapeze hangers and insert spacers. 4. Seal vapor retarder penetrations by mechanical fasteners with vapor retarder adhesive. 5. Stop and point insulation around access doors and damper operators to allow operation without

disturbing wrapping. 6. Insulate and seal exhaust and relief ductwork including the exterior building air outlet and all

duct back to and including the damper.

F. Ducts Exterior to Building: 1. Install insulation according to external duct insulation paragraph above. 2. Provide external insulation with vapor retarder jacket. Provide with caulked aluminum jacket with

seams located on bottom side of horizontal duct section or aluminum jacket system.

G. Prepare duct insulation for finish painting.

3.3 SCHEDULES

A. Equipment Insulation Schedule:

B. Ductwork Insulation Schedule:

DUCTWORK SYSTEM

INSULATION TYPE

INSULATION THICKNESS inches

Supply Ducts (externally insulated) D-1 2.0

Return Ducts (externally insulated) D-1 2.0

Supply Ducts (Mechanical Room and where noted) D-2 2.0

Return Ducts (Mechanical Room and where noted) D-2 2.0

Supply Air, Return Air, Exhaust Air (exterior to building on roof) D-2 2.0

Exhaust or Relief Ducts Within 10 feet of Exterior Openings and between exterior outlet and damper Thickness indicated is installed thickness.

D-2 2.0

END OF SECTION 230700

Clark Dietz, Inc. HVAC Instrumentation

E0140040 230900 - 1

SECTION 230900 HVAC INSTRUMENTATION

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Control panel enclosures. 2. Thermostats. 3. Temperature Sensors. 4. Direct digital control system components. 5. Duct-mounted smoke detector. 6. Differential pressure monitor.

1.2 REFERENCES

A. Air Movement and Control Association International, Inc.: 1. AMCA 500 - Test Methods for Louvers, Dampers, and Shutters.

B. American Society of Heating, Refrigerating and Air-Conditioning Engineers: 1. ASHRAE 62 - Ventilation for Acceptable Indoor Air Quality.

C. American Society of Mechanical Engineers: 1. ASME B16.18 - Cast Copper Alloy Solder Joint Pressure Fittings. 2. ASME B16.22 - Wrought Copper and Copper Alloy Solder Joint Pressure Fittings.

D. ASTM International: 1. ASTM A126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. ASTM A536 - Standard Specification for Ductile Iron Castings. 3. ASTM B32 - Standard Specification for Solder Metal. 4. ASTM B88 - Standard Specification for Seamless Copper Water Tube. 5. ASTM B88M - Standard Specification for Seamless Copper Water Tube (Metric). 6. ASTM B280 - Standard Specification for Seamless Copper Tube for Air Conditioning and

Refrigeration Field Service. 7. ASTM D2737 - Standard Specification for Polyethylene (PE) Plastic Tubing.

E. American Welding Society: 1. AWS A5.8 - Specification for Filler Metals for Brazing and Braze Welding.

F. National Electrical Manufacturers Association: 1. NEMA DC 3 - Residential Controls - Electrical Wall Mounted Room Thermostats. 2. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum).

G. National Fire Protection Association: 1. NFPA 72 - National Fire Alarm Code. 2. NFPA 90A - Standard for the Installation of Air Conditioning and Ventilating Systems.

H. Underwriters Laboratories, Inc.: 1. UL 1820 - Fire Test of Pneumatic Tubing for Flame and Smoke Characteristics.

Clark Dietz, Inc. HVAC Instrumentation

E0140040 230900 - 2

1.3 SUBMITTALS

A. Shop Drawings: Indicate operating data, system drawings, wiring diagrams, and written detailed operational description of sequences.

B. Product Data: Submit description and engineering data for each control system component. Include sizing as required.

C. Manufacturer's Installation Instructions: Submit installation requirements for each control component.

D. Manufacturer's Certificate: Certify products meet or exceed specified requirements.

1.4 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of control components, including panels, thermostats, and sensors.

B. Operation and Maintenance Data: Submit inspection period, cleaning methods, recommended cleaning materials, and calibration tolerances.

1.5 QUALITY ASSURANCE

A. Control Air Damper Performance: Test in accordance with AMCA 500.

1.6 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience, and with service facilities within 100.

B. Installer: Company specializing in performing Work of this section with minimum three documented experience approved by manufacturer.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Accept controls on site in original factory packaging Inspect for damage.

1.8 MAINTENANCE SERVICE

A. Furnish service and maintenance of control system for three year from Date of Substantial Completion.

B. Furnish complete service of controls systems, including callbacks. Perform minimum of 4 complete normal inspections of approximately 8 hours duration in addition to normal service calls to inspect, calibrate, and adjust controls. Submit written report after each inspection.

C. Furnish two complete inspections per year to inspect, calibrate, and adjust controls. Submit written report after each inspection.

D. Include systematic examination, adjustment, and lubrication of unit, and controls checkout and adjustments. Repair or replace parts in accordance with manufacturer's operating and maintenance data. Use parts produced by manufacturer of original equipment.

E. Perform work without removing units from service during building normal occupied hours.

F. Provide emergency call back service during working hours for this maintenance period.

Clark Dietz, Inc. HVAC Instrumentation

E0140040 230900 - 3

G. Maintain an adequate stock of parts for replacement or emergency purposes. Ensure personnel availability to ensure fulfillment of this maintenance service without unreasonable loss of time.

H. Perform maintenance work using competent and qualified personnel under supervision of manufacturer or original installer.

I. Do not assign or transfer maintenance service to agent or subcontractor without prior written consent of Owner.

PART 2 PRODUCTS

2.1 CONTROL COMPONENT MANUFACTURERS

A. Furnish for each system under automatic control with relays and controls mounted in cabinet and temperature indicators, pressure gages, pilot lights, push buttons and switches flush on cabinet panel face.

B. Construction: NEMA 250, Type 4 steel enclosure.

C. Covers: Continuous hinge, held closed by flush latch operable by key.

D. Enclosure Finish: Manufacturer's standard enamel.

2.2 THERMOSTATS

A. Outdoor Reset Thermostat: 1. Remote bulb or bimetal rod and tube type, proportioning action with adjustable throttling range,

adjustable setpoint. 2. Scale range: -20 to 100 degrees F.

B. Electric Low Limit Duct Thermostat: 1. Snap acting, single pole, single throw, manual reset switch tripping when temperature sensed

across any 12 inches of bulb length is equal to or below set point. 2. Bulb length: Minimum 20 feet. 3. Furnish one thermostat for every 20 sq. ft of coil surface.

2.3 DUCT-MOUNTED SMOKE DETECTOR

A. Product Description: NFPA 72, ionization type with the following features: 1. Auxiliary SPDT relay contact. 2. Key-operated normal-reset-test switch. 3. Duct sampling tubes extending width of duct. 4. Visual indication of detector actuation. 5. Duct-mounted housing.

B. Furnish four-wire detector with separate power supply and signal circuits.

Clark Dietz, Inc. HVAC Instrumentation

E0140040 230900 - 4

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify air handling units and ductwork installation is complete and air filters are in place before installing sensors in air streams.

B. Verify location of thermostats and other exposed control sensors with Drawings before installation.

C. Verify building systems to be controlled are ready to operate.

3.2 INSTALLATION

A. In mechanical rooms, at installer’s option, install bundled plastic tubing with junction boxes or single plastic tubing with tray or raceway.

B. Install thermostats, space temperature sensors, and other exposed control sensors after locations are coordinated with other Work.

C. Install thermostats, space temperature sensors, and other exposed control sensors 54 inches above floor. Align with light switches.

D. Install outdoor reset thermostats and outdoor sensors indoors, with sensing elements outdoors with sun shield.

E. Provide separable sockets for liquids and flanges for air bulb elements.

F. Install thermostats in aspirating boxes in public areas, entrances and as indicated on Drawings.

G. Install guards on thermostats in public areas, entrances.

H. Install control panels adjacent to associated equipment on vibration free walls or freestanding supports. Use one cabinet for each system. Install engraved plastic nameplates for instruments and controls inside cabinet and engraved plastic nameplates on cabinet face. Label with appropriate equipment or system designation.

I. Install "hand/off/auto" selector switches to override automatic interlock controls when switch is in "hand" position.

J. Provide cover plates for all devices removed by this work, where existing location is not being reused.

K. Remove all devices rendered obsolete or non-functional by this work. This includes thermostats throughout the building made obsolete prior to this project. Verify operation of all thermostats prior to removal of replacement.

L. Coordinate all locations required for network connections to Pace intranet with Pace.

3.3 FIELD QUALITY CONTROL

A. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including piping and electrical connections. Report results in writing. 1. Operational Test: After electrical circuitry has been energized, start units to confirm proper unit

operation. Remove malfunctioning units, replace with new units, and retest.

Clark Dietz, Inc. HVAC Instrumentation

E0140040 230900 - 5

2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment, and retest.

B. Replace damaged or malfunctioning controls and equipment. 1. Start, test, and adjust control systems. 2. Demonstrate compliance with requirements, including calibration and testing, and control

sequences. 3. Adjust, calibrate, and fine tune circuits and equipment to achieve sequence of operation

specified.

C. Verify DDC as follows. 1. Verify software including automatic restart, control sequences, scheduling, reset controls, and

occupied/unoccupied cycles. 2. Verify operation of operator workstation. 3. Verify local control units including self-diagnostics.

3.4 ON-SITE ASSISTANCE

A. Occupancy Adjustments: Within one year of date of Substantial Completion, provide two Project site visits, when requested by Owner, to adjust and calibrate components and to assist Owner's personnel in making program changes and in adjusting sensors and controls to suit actual conditions.

3.5 FIELD QUALITY CONTROL

A. Provide the 24 hours of on-site or classroom training throughout the contract period for personnel designated by the Owner. Each session shall be a minimum of three hours in length and must be coordinated with the building Owner. Train the designated staff of Owners Representative and Owner to enable them to: 1. Proficiently operate the system. 2. Understand control system architecture and configuration. 3. Understand DDC system components. 4. Understand system operation, including DDC system control and optimizing routines (algorithms). 5. Operate the workstation and peripherals. 6. Log on and off the system. 7. Access graphics, point reports, and logs. 8. Adjust and change system set points, time schedules, and holiday schedules. 9. Recognize malfunctions of the system by observation of the printed copy and graphical visual

signals. 10. Understand system drawings, and Operation and Maintenance manual. 11. Understand the job layout and location of control components. 12. Access data from DDC controllers.

END OF SECTION 230900

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 1

SECTION 230923 DIRECT DIGITAL CONTROLS

PART 1 GENERAL

1.1 WORK INCLUDES

A. Contractor shall provide control equipment and software as required for connection to existing Schneider Electric Continuum system.

1.2 REFERENCES

A. American National Standards Institute: 1. ANSI MC85.1 - Terminology for Automatic Control.

1.3 SYSTEM DESCRIPTION

A. The Contractor is required to connect the new equipment with existing BAS system. The new unit shall be compatible with Schneider Electric Continuum BACnet controller(s) as primary BAS controller(s). The new building controllers will integrate with the existing BAS with new server on the city of Evanston network via the city intranet.

B. Schneider Electric controller(s) provided under this contract shall connect to field devices via BACnet/MSTP/IP field bus and provide all Building level integration/supervisory functionality. All control sequences shall therefore reside on building controller(s) in fully distributed control architecture.

C. The Contractor shall surrender all programming files used in the project and shall guarantee that the products installed will be at current revisions, and provide updates for repairs made to software for 1 year.

D. All controllers performing algorithmic calculations and control of the air-handling and other mechanical equipment shall have BACnet Class 3 performance as a minimum.

E. The sequence of operation for every system shall be included in the Building Automation System on the same screen showing that system graphic.

F. All BACnet devices shall include all hardware and software necessary to integrate the controls with the BACnet over Ethernet or IP network and meet the systems functional specification.

G. Any BACnet device that exists on a common BACnet inter-network must have a unique address, referred to as its Device Instance. Coordinate the Device Instance numbering system with Pace.

H. Mechanical equipment controllers shall be connected to the system through the local network to the system backbone, provide all BACnet System defined functionality for each piece of mechanical equipment. The operator shall have direct access to all network devices at this point of entry.

I. The HVAC temperature control hardware will be native BACNet. The native BACnet means that the database objects in the controller can be seen by other BACnet systems.

J. All BACnet wiring must be shielded 22 AWG Level 4.

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 2

K. Provide computer software, hardware, operator input/output devices, control units, local area networks (LAN), sensors, control devices, actuators.

L. Provide controls for air-handling units, variable air volume terminals, pre-heat and reheat coils, pumps, boilers and air-cooled condensers, exhaust fans, when directly connected to control units.

M. Provide control systems consisting of thermostats, space temperature sensors, control valves, dampers and operators, indicating devices, interface equipment and other apparatus and accessories to operate mechanical systems, and to perform functions specified.

N. Provide installation and calibration, supervision, adjustments, and fine tuning necessary for complete and fully operational system.

1.4 SUBMITTALS

A. Shop Drawings: Indicate the following: 1. Trunk cable schematic showing programmable control-unit locations and trunk data

conductors. 2. Connected data points, including connected control unit and input device. 3. System graphics showing monitored systems, data (connected and calculated) point

addresses, and operator notations. 4. System configuration with peripheral devices, batteries, power supplies, diagrams,

modems, and interconnections. 5. Description and sequence of operation for operating, user, and application software. 6. Use terminology in submittals conforming to ASME MC85.1.

B. Product Data: Submit data for each system component and software module.

C. Manufacturer's Installation Instructions: Submit installation instruction for each control system component.

D. Qualifications: Submit proof of manufacturer, installer, and programmer qualifications.

1.5 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of control components, including control units, thermostats, and sensors. 1. Revise shop drawings to reflect actual installation and operating sequences. 2. Submit data specified in "Submittals" in final "Record Documents" form.

B. Operation and Maintenance Data: 1. Submit interconnection wiring diagrams complete field installed systems with identified and

numbered system components and devices. 2. Submit keyboard illustrations and step-by-step procedures indexed for each operator

function. 3. Submit inspection period, cleaning methods, cleaning materials recommended, and

calibration tolerances.

1.6 QUALIFICATIONS

A. Manufacturer: Schneider Electric.

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 3

B. Installer: Schneider Electric Branch office, Homewood, IL.

C. Programmer: Individual(s) certified in Schneider Electric product programming and must be resident employee from an office within 100 miles of the jobsite.

PART 2 PRODUCTS

2.1 DIRECT DIGITAL CONTROLS

A. Manufacturers: 1. Schneider Electric, Continuum.

B. Server Application Software: Include the following:

Input/output capability from operator station for monitoring and controlling all of the points listed in the input/output point list. The operator shall be able to monitor and access all points by means of clear concise English names without having to understand or reference hardware point locations or controller programs. 1. The server shall employ browser-like functionality for ease of navigation. It shall include a

tree view (similar to Windows Explorer) for quick viewing of, and access to, the hierarchical structure of the database. In addition, menu-pull downs, and toolbars shall employ buttons, commands and navigation to permit the operator to perform tasks with a minimum knowledge of the HVAC Control System and basic computing skills. These shall include, but are not limited to, forward/backward buttons, home button, and a context sensitive locator line (similar to a URL line), that displays the location and the selected object identification.

2. Real-Time Displays. The server, shall at a minimum, support the following graphical features and functions: a. Graphic screens shall be developed using any drawing package capable of generating a

GIF, BMP, or JPG file format. Use of proprietary graphic file formats shall not be acceptable. In addition to, or in lieu of a graphic background, the server shall support the use of scanned pictures.

b. Graphic screens shall contain objects for text, real-time values, animation, color spectrum objects, logs, graphs, HTML or XML document links, schedule objects, hyperlinks to other URL’s, and links to other graphic screens.

c. Graphics shall support layering and each graphic object shall be configurable for assignment to one a layer. A minimum of six layers shall be supported.

d. Modifying common application objects, such as schedules, calendars, and set points shall be accomplished in a graphical manner.

(1) Schedule times will be adjusted using a graphical slider, without requiring any keyboard entry from the operator.

(2) Holidays shall be set by using a graphical calendar, without requiring any keyboard entry from the operator.

3. Commands to start and stop binary objects shall be done by right-clicking the selected object and selecting the appropriate command from the pop-up menu. No entry of text shall be required.

4. Adjustments to analog objects, such as set points, shall be done by right-clicking the selected object and using a graphical slider to adjust the value. No entry of text shall be required.

5. System Configuration. At a minimum, the server shall permit the operator to perform the following tasks, with proper password access:

a. Create, delete or modify control strategies. b. Add/delete objects to the system. c. Tune control loops through the adjustment of control loop parameters.

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 4

d. Enable or disable control strategies. e. Generate hard copy records or control strategies on a printer. f. Select points to be alarmable and define the alarm state. g. Select points to be trended over a period of time and initiate the recording of

values automatically. 6. 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. All system documentation and help files shall be in HTML format.

7. Security. Each operator shall be required to log on to that 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 administrator shall have the ability to set passwords and security levels for all other operators. Each operator password shall be able to restrict the operators’ 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 log-off time shall be set per operator password. All system security data shall be stored in an encrypted format.

8. System Diagnostics. The system shall automatically monitor the operation of all workstations, printers, modems, network connections, building management panels, and controllers. The failure of any device shall be annunciated to the operator.

9. Database Backup and Restore. The system shall automatically back up each Universal Network Controller’s (UNC) database on a defined frequency. If the system senses a loss of a UNC database, the Workstation shall automatically download and restore the archived database to the subject controller.

10. Archiving/Relational Database. The system shall provide a full relational database (ODBC, SQL or IBM) supporting multiple user access. Standard SQL Query statements shall be supported for access. All logs, alarms and operator commands/actions shall be automatically archived to the relational database. Database shall be ODBC compliant database or must be capable of supporting an ODBC data access mechanism to read and write data stored within it.

11. Alarm Console a. The system will be provided with a dedicated alarm window or console. This

window will notify the operator of an alarm condition, and allow the operator to view details of the alarm and acknowledge the alarm. The use of the Alarm Console can be enabled or disabled by the system administrator.

C. When the Alarm Console is enabled, a separate alarm notification window will supersede all other windows on the desktop and shall not be capable of being minimized or closed by the operator. This window will notify the operator of new alarms and un-acknowledged alarms.

D. Web Browser Clients 1. The system shall be capable of supporting at least 10 clients using a standard Web browser

such as Internet Explorer™. Systems requiring additional software (to enable a standard Web browser) to be resident on the client machine, are only acceptable if 64 licensed copies of the client machine software are provided, installed, and tested.

2. The Web browser software shall run on any operating system and system configuration that is supported by the Web browser. Systems that require specific machine requirements in terms of processor speed, memory, etc., in order to allow the Web browser to function with the FMCS, shall only be acceptable if 10 workstation or workstation hardware upgrades are provided.

3. The Web browser shall provide the same view of the system, in terms of graphics, schedules, calendars, logs, etc., and provide the same interface methodology as is provided by the Graphical User Interface. Systems that require different views or that require

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 5

different means of interacting with objects such as schedules, or logs, shall not be permitted.

4. The Web browser client shall support at a minimum, the following functions: a. User log-on identification and password shall be required. If an unauthorized

user attempts access, a blank web page shall be displayed. Security using Java authentication and encryption techniques to prevent unauthorized access shall be implemented.

b. Graphical screens developed for the server shall be the same screens used for the Web browser client. Any animated graphical objects supported by the server shall be supported by the Web browser interface.

c. HTML programming shall not be required to display system graphics or data on a Web page. HTML editing of the Web page shall be allowed if the user desires a specific look or format.

d. Storage of the graphical screens shall be in the Building Control Units, without requiring any graphics to be stored on the client machine. Systems that require graphics storage on each client are not acceptable.

e. Real-time values displayed on a Web page shall update automatically without requiring a manual “refresh” of the Web page.

f. Users shall have administrator-defined access privileges. Depending on the access privileges assigned, the user shall be able to perform the following:

(1)Modify common application objects, such as schedules, calendars, and set points in a graphical manner. Schedule times will be adjusted using a graphical slider, without requiring any

keyboard entry from the operator. Holidays shall be set by using a graphical calendar, without requiring any

keyboard entry from the operator.

(2)Commands to start and stop binary objects shall be done by right-clicking the selected object and selecting the appropriate command from the pop-up menu. No entry of text shall be required.

(3)View logs and charts (4)View and acknowledge alarms g. The system shall provide the capability to specify a user’s (as determined by the

log-on user identification) home page. Provide the ability to limit a specific user to just their defined home page. From the home page, links to other views, or pages in the system shall be possible, if allowed by the system administrator.

h. Graphic screens the Web Browser client shall support hypertext links to other locations on the Internet or on Intranet sites, by specifying the Uniform Resource Locator (URL) for the desired link. As a minimum they shall include link to locations for fan/motors/belt information, air filter information, building plan files etc.

2.2 BACnet Controller (BCx1)

A. The BCx1 shall provide the interface between the field control devices, and provide global supervisory control functions over the control devices connected to the BCx1. It shall be capable of executing application control programs to provide: 1. Calendar functions. 2. Scheduling. 3. Trending. 4. Alarm monitoring and routing. 5. Time synchronization by means of an Atomic Clock Internet site including automatic

synchronization. 6. Integration of BACnet controller data.

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 6

B. The BCx1 must provide the following hardware features as a minimum: 1. One Ethernet Port – 10/100 Mbps. 2. One RS-232 port. 3. Battery Backup. 4. Flash memory for long term data backup (If battery backup or flash memory is not supplied,

the controller must contain a hard disk with at least 1 gigabyte storage capacity).

C. BCx1 shall provide the capability for multiple user access to the system and support for relational database access (ODBC, SQL or IBM). A database resident on the BCx1 shall be ODBC compliant database or must be capable of supporting an ODBC data access mechanism to read and write data stored within it.

D. BCx1 shall provide the capability to support standard Web browser access via the Intranet/Internet. It shall support a minimum of 5 simultaneous users.

E. Event Alarm Notification and actions: 1. The BCx1 shall provide alarm recognition, storage; routing, management, and analysis to

supplement distributed capabilities of equipment or application specific controllers. 2. The BCx1 shall be able to route any alarm condition to any defined user location whether

connected to a local network or remote via dial-up telephone connection, or wide-area network.

3. Alarm generation shall be selectable for annunciation type and acknowledgement requirements including but limited to:

4. To alarm 5. Return to normal 6. To fault 7. Provide for the creation of a minimum of eight of alarm classes for the purpose of routing

types and or classes of alarms, i.e.: security, HVAC, Fire, etc. 8. Provide timed (schedule) routing of alarms by class, object, group, or node. 9. Provide alarm generation from binary object “runtime” and /or event counts for equipment

maintenance. The user shall be able to reset runtime or event count values with appropriate password control.

10. Control equipment and network failures shall be treated as alarms and annunciated. 11. Alarms shall be annunciated in any of the following manners as defined by the user:

a. Screen message text b. Email of the complete alarm message to multiple recipients. Provide the ability to

route and email alarms based on: 1) Day of week 2) Time of day 3) Recipient

12. Pagers via paging services that initiate a page on receipt of email message. 13. Graphic with flashing alarm object(s). 14. Printed message, routed directly to a dedicated alarm printer. 15. The following shall be recorded by the BCx1 for each alarm (at a minimum):

a. Time and date b. Location (building, floor, zone, office number, etc.) c. Equipment (air handler #, pump #, etc.) d. Acknowledge time, and date, and user who issued acknowledgement. e. Number of occurrences since last acknowledgement.

16. Alarm actions may be initiated by user defined programmable objects created for that purpose.

17. Defined users shall be given proper access to acknowledge any alarm, or specific types or classes of alarms defined by the user.

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 7

18. A log of all alarms shall be maintained by the UNC and/or a server (if configured in the system) and shall be available for review by the user.

19. Provide a “query” feature to allow review of specific alarms by user defined parameters. 20. A separate log for system alerts (controller failures, network failures, etc.) shall be provided

and available for review by the user. 21. An Error Log to record invalid property changes or commands shall be provided and

available for review by the user.

F. Data Collection and Storage 1. The UNC shall have the ability to collect data for any property of any object and store this

data for future use. 2. The data collection shall be performed by log objects, resident in the UNC that shall have, at

a minimum, the following configurable properties: a. Designating the log as interval or deviation. b. For interval logs, the object shall be configured for time of day, day of week and the

sample collection interval. c. For deviation logs, the object shall be configured for the deviation of a variable to a

fixed value. This value, when reached, will initiate logging of the object. d. For all logs, provide the ability to set the maximum number of data stores for the log

and to set whether the log will stop collecting when full, or rollover the data on a first-in, first-out basis.

e. Each log shall have the ability to have its data cleared on a time-based event or by a user-defined event or action.

G. All log data shall be stored in a relational database in the BCx1 and the data shall be accessed from a server (if the system is so configured) or a standard Web Browser.

H. All log data, when accessed from a server, shall be capable of being manipulated using standard SQL statements.

I. All log data shall be available to the user in the following data formats: 1. HTML 2. XML 3. Plain Text 4. Comma or tab separated values

J. Systems that do not provide log data in HTML and XML formats at a minimum shall provide as an alternative Microsoft SQL Server, Oracle 8i or Express, Hyperion Solutions™ SQL Server.

K. The UNC shall have the ability to archive its log data either locally (to itself), or remotely to a server or other UNC on the network. Provide the ability to configure the following archiving properties, at a minimum: 1. Archive on time of day 2. Archive on user-defined number of data stores in the log (buffer size) 3. Archive when log has reached its user-defined capacity of data stores 4. Provide ability to clear logs once archived

L. AUDIT LOG 1. Provide and maintain an Audit Log that tracks all activities performed on the UNC. Provide

the ability to specify a buffer size for the log and the ability to archive log based on time or when the log has reached its user-defined buffer size. Provide the ability to archive the log locally (to the UNC), to another UNC on the network, or to a server. For each log entry, provide the following data:

a. Time and date

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 8

b. User ID c. Change or activity: i.e., Change setpoint, add or delete objects, commands, etc.

M. DATABASE BACKUP AND STORAGE 1. The UNC shall have the ability to automatically backup its database. The database shall be

backed up based on a user-defined time interval. 2. Copies of the current database and, at the most recently saved database shall be stored in

the UNC and in the primary Server. The age of the most recently saved database is dependent on the user-defined database save interval.

3. The UNC database shall be stored, at a minimum, in XML format to allow for user viewing and editing, if desired. Other formats are acceptable as well, as long as XML format is supported.

2.3 LOCAL AREA NETWORKS (LAN):

A. Capacity for a minimum of 10 client workstations connected to multiuser, multitasking environment with concurrent capability to access DDC network or control units. 1. Enterprise Network LAN

a. Media: Ethernet (IEEE 802.3), peer-to-peer CSMA/CD, operating at 10 or 100 Mbps, cable 10 Base-T, UTP-8 wire, category 5

2. Remote Connection a. ISDN, ADSL, T1 or dial-up connection, monthly charges paid by building owner

2.4 CUSTOM APPLICATION CONTROL UNITS (CAC):

A. Modular, comprising processor board with programmable, nonvolatile, RAM/EEPROM memory for custom control applications. CAC’s shall be provided for Roof Top Units, Boiler Plant, Chiller Plant and other applications as shown on drawings and shall have device resource files and external interface definitions: 1. Units monitor or control each input/output point; process information; and at least 50

expressions for customized HVAC control including mathematical equations, boolean logic, PID control loops with anti-windup, sequencers, timers, interlocks, thermostats, enthalpy calculation, counters, interlocks, ramps, drivers, schedules, calendars, OSS, compare, limit, curve fit, and alarms.

2. Stand alone mode control functions operate regardless of network status. Functions include the following:

a. Automatic communications loss detection to maintain normal control functionality regardless of available network communications.

b. Discrete/digital, analog, and pulse input/outputs. c. Monitoring, controlling, or addressing data points. d. Local energy management control strategies.

B. Local operator interface port provides for download from and connection to portable workstation.

C. Communication: The Custom Application Controller shall communicate via the Primary Controller Network between BMS Controllers. CAC’s shall communicate with the UNC’s and ASC’s at a baud rate of not less than 78.8K baud using communications protocol (EIA 709.1).

D. All CAC’s shall support the portable workstation to provide uploading/downloading of Custom Application Controller databases, monitoring of all Standard Network Variables Types (SNVTs) including display of all bound SNVTs, monitoring and overrides of all controller physical input/output points, and editing of controller resident time schedules. POT connectivity shall be via digital wall sensor connected to controller.

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 9

E. The Controls Contractor shall provide a Data Table showing all DDC points and information pertaining to all points. The tables shall reference points with respect to the names established on the project drawings and specifications.

F. The Controls Contractor shall provide network cable to the Integrator’s Universal Network Controller by leaving minimum of 10’ of coiled cable at the NCU. Final connection to the NCU will be by the Integrator.

2.5 APPLICATION SPECIFIC CONTROL UNITS: (ASC)

A. Single board construction comprising processor board with programmable, nonvolatile, RAM/EEPROM memory for custom control and unitary applications. ASCs shall be provided for Unit Ventilators, Fan Coils, Heat Pumps, VAV Terminal Boxes, Rooftop Units and other applications as shown on the drawings. ASCs shall be based on the Echelon Neuron 3150 microprocessor working with the ASCs stand alone control program. 1. Units monitor or control each input/output point; process information; and download from

the operator station. 2. Stand-alone mode control functions operate regardless of network status. Functions

include the following: a. Peer to peer primary network level communications with automatic communications

loss detection to maintain normal control functionality regardless of available network communications.

b. Discrete/digital, analog, and pulse input/output. c. Monitoring, controlling, or addressing data points.

3. The local operator interface ports located on ASC and ASC sensors provide for download from, or upload to portable workstation.

4. Communication: ASC’s shall communicate with the UNC’s and CAC’s at a baud rate of not less than 78.8K baud using communications protocol (EIA 709.1).

5. ASC units monitor or control each input/output point; process information; and at least 50 expressions for customized HVAC control including mathematical equations, Boolean logic, PID control loops with anti-windup, sequencers, timers, interlocks, thermostats, counters, interlocks, compare, limit, and alarms.

6. All ASC Controller setpoints shall be digital display setpoints with dual setpoint limits (integral hard limits which the user cannot exceed above and below and independent soft limits which are hidden from the user). All digital setpoints shall be network retentive after power outages and after replacement of sensor.

7. All ASC’s shall support the portable workstation to provide uploading/downloading of Application Specific Controllers databases, Standard Network Variables Types (SNVTs) including display of all bound SNVTs, monitoring and overrides of all controller physical input/output points, and editing of controller resident time schedules. POT connectivity shall be via digital wall sensor connected to controller.

2.6 HVAC CONTROL PROGRAMS

A. General: 1. Use Inch-pound measurement and have S.I. (metric) units of measurement available. 2. Identify each HVAC Control system.

B. Optimal Run Time: 1. Control start-up and shutdown times of HVAC equipment for both heating and cooling. 2. Base on occupancy schedules, outside air temperature, seasonal requirements, and

interior room mass temperature.

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 10

3. Start-up systems by using outside air temperature, room mass temperatures, and adaptive model prediction for how long building takes to warm up or cool down under different conditions.

4. Use outside air temperature to determine early shut down with ventilation override. 5. Analyze multiple building mass sensors to determine seasonal mode and worse case

condition for each day. 6. Operator commands:

a. Define term schedule. b. Add/delete fan status point. c. Add/delete outside air temperature point. d. Add/delete mass temperature point. e. Define heating/cooling parameters. f. Define mass sensor heating/cooling parameters. g. Lock/unlock program. h. Request optimal run-time control summary. i. Request optimal run-time mass temperature summary. j. Request HVAC point summary. k. Request HVAC saving profile summary.

7. Control Summary: a. HVAC Control system begin/end status. b. Optimal run time lock/unlock control status. c. Heating/cooling mode status. d. Optimal run time schedule. e. Start/Stop times. f. Selected mass temperature point ID. g. Optimal run-time system normal start-times. h. Occupancy and vacancy times. i. Optimal run time system heating/cooling mode parameters.

8. Mass temperature summary: a. Mass temperature point type and ID. b. Desired and current mass temperature values. c. Calculated warm-up/cool-down time for each mass temperature. d. Heating/cooling season limits. e. Break point temperature for cooling mode analysis.

9. HVAC point summary: a. Control system identifier and status. b. Point ID and status. c. Outside air temperature point ID and status. d. Mass temperature point ID and status. e. Calculated optimal start and stop times. f. Period start.

C. Supply Air Reset: 1. Monitor heating and cooling loads in building spaces, terminal reheat systems and single

zone unit discharge temperatures. 2. Adjust discharge temperatures to most energy efficient levels satisfying measured load by:

a. Raising cooling temperatures to highest possible value. b. Reducing heating temperatures to lowest possible level.

3. Operator commands: a. Add/delete fan status point. b. Lock/unlock program. c. Request HVAC point summary. d. Add/Delete discharge controller point. e. Define discharge controller parameters.

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 11

f. Add/delete air flow rate. g. Define space load and load parameters. h. Request space load summary.

4. Control summary: a. HVAC control system status (begin/end). b. Supply air reset system status. c. Optimal run time system status. d. Heating and cooling loop. e. High/low limits. f. Deadband. g. Response timer. h. Reset times.

5. Space load summary: a. HVAC system status. b. Optimal run time status. c. Heating/cooling loop status. d. Space load point ID. e. Current space load point value. f. Control heat/cool limited. g. Gain factor. h. Calculated reset values. i. Fan status point ID and status. j. Control discharge temperature point ID and status. k. Space load point ID and status. l. Airflow rate point ID and status.

2.7 PROGRAMMING APPLICATION FEATURES

A. Trend Point: 1. Output trend logs as line-graphs or bar graphs. Output graphic on terminal, with each point

for line and bar graphs designated with a unique pattern and color, vertical scale either actual values or percent of range, and horizontal scale time base. Print trend logs up to 12 columns of one point/column.

B. Alarm Messages: 1. Assign alarm messages to system messages including point's alarm condition, point's off-

normal condition, totaled point's warning limit, hardware elements advisories. 2. Output assigned alarm with "message requiring acknowledgment". 3. Operator commands include define, modify, or delete; output summary listing current

alarms and assignments; output summary defining assigned points.

C. Weekly Scheduling: 1. Automatically initiate equipment or system commands, based on selected time schedule for

points specified. 2. Program times for each day of week, for each point, with one minute resolution. 3. Automatically generate alarm output for points not responding to command. 4. Allow for holidays, minimum of 366 consecutive holidays. 5. Operator commands:

a. System logs and summaries. b. Start of stop point. c. Lock or unlock control or alarm input. d. Add, delete, or modify analog limits and differentials. e. Adjust point operation position. f. Change point operational mode.

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 12

g. Open or close point. h. Enable/disable, lock/unlock, or execute interlock sequence or computation profile. i. Begin or end point totals. j. Modify total values and limits. k. Access or secure point. l. Begin or end HVAC or load control system. m. Modify load parameter. n. Modify demand limiting and duty cycle targets.

6. Output summary: Listing of programmed function points, associated program times, and respective day of week programmed points by software groups or time of day.

D. Interlocking: 1. Permit events to occur, based on changing condition of one or more associated master

points. 2. Binary contact, high/low limit of analog point or computed point capable of being used as

master. Master capable of monitoring or commanding multiple slaves. 3. Operator commands:

a. Define single master/multiple master interlock process. b. Define logic interlock process. c. Lock/unlock program. d. Enable/disable interlock process. e. Execute terminate interlock process. f. Request interlock type summary.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify conditioned power supply is available to control units. Locate existing electrical power panels and add 15 amp single pole breakers as required to power new controls. Use lightly loaded circuits where space in panels is not available. Label all circuits that feed controls.

B. Verify field end devices and wiring is installed prior to installation proceeding.

3.2 INSTALLATION

A. Install control units and other hardware in position on permanent walls where not subject to excessive vibration.

B. Install software in control units. Implement features of programs to specified requirements and appropriate to sequence of operation.

C. Install with 120 volts alternating current, 15 amp dedicated power circuit to each programmable control unit.

D. Install conduit and electrical wiring in accordance with Division 26.

3.3 MANUFACTURER'S FIELD SERVICES

A. Start and commission systems. Allow adequate time for start-up and commissioning prior to placing control systems in permanent operation.

Clark Dietz, Inc. Direct Digital Controls

E0140040 230923 - 13

B. Complete a Pre-functional Checklist for each piece of equipment and each controls system installed as a part of this work.

C. Furnish service technician employed by system installer to instruct Owner's representative in operation of systems plant and equipment for 16 hour period within one calendar week as follows: 1. Four hours of classroom training for not less than four of the owner’s staff. 2. Four hours of field training of control components and instrumentation including location

and function of devices for not less than four of the owner’s staff. 3. Four hours of training and assistance programming the time of day schedules for

equipment (Contractor shall be responsible for programming final schedules). 4. Four hours of follow-up training to be used at the owner’s discretion.

D. Furnish service technician employed by system installer to provide a two hour site visit at a time that approaches full cooling load to review the system operation with the owner.

E. Furnish service technician employed by system installer to provide a two hour site visit at a time that approaches full heating load to review the system operation with the owner.

F. Furnish service technician employed by system installer to assist the Commissioning Agent in the Functional Testing of the operation of systems plant and equipment until the System Commissioning is complete.

3.4 DEMONSTRATION AND TRAINING

A. Demonstrate complete and operating system to Owner.

END OF SECTION 230923

Clark Dietz, Inc. Facility Natural Gas Piping

E0140040 231123 - 1

SECTION 231123 FACILITY NATURAL-GAS PIPING

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Natural gas piping above grade. 2. Unions and flanges. 3. Valves. 4. Pipe hangers and supports. 5. Strainers. 6. Natural gas pressure regulators.

1.2 REFERENCES

A. American National Standards Institute: 1. ANSI Z21.15 - Manually Operated Gas Valves for Appliances, Appliance Connector Valves and

Hose End Valves.

B. American Society of Mechanical Engineers: 1. ASME B16.33 - Manually Operated Metallic Gas Valves for Use in Gas Piping Systems Up to 125

psig (sizes 1/2 - 2). 2. ASME B31.9 - Building Services Piping. 3. ASME Section IX - Boiler and Pressure Vessel Code - Welding and Brazing Qualifications.

C. ASTM International: 1. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated,

Welded and Seamless. 2. ASTM A234/A234M - Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy

Steel for Moderate and High Temperature Service. 3. ASTM B88 - Standard Specification for Seamless Copper Water Tube. 4. ASTM B280 - Standard Specification for Seamless Copper Tube for Air Conditioning and

Refrigeration Field Service. 5. ASTM F708 - Standard Practice for Design and Installation of Rigid Pipe Hangers.

D. National Fire Protection Association: 1. NFPA 54 - National Fuel Gas Code.

E. Underwriters Laboratories Inc.: 1. UL 842 - Valves for Flammable Fluids.

1.3 SYSTEM DESCRIPTION

A. Where more than one piping system material is specified, provide compatible system components and joints. Use non-conducting dielectric connections when joining dissimilar metals in systems.

B. Provide flanges, unions, or couplings at locations requiring servicing. Use unions, flanges, or couplings downstream of valves and at equipment connections. Do not use direct welded or threaded connections to valves, equipment.

C. Provide pipe hangers and supports in accordance with ASME B31.9, ASTM F708.

Clark Dietz, Inc. Facility Natural Gas Piping

E0140040 231123 - 2

D. Use plug, or ball valves for shut-off and to isolate equipment, part of systems, or vertical risers.

1.4 SUBMITTALS

A. Product Data: 1. Piping: Submit data on pipe materials, fittings, and accessories. Submit manufacturers catalog

information. 2. Valves: Submit manufacturers catalog information with valve data and ratings for each service. 3. Piping Specialties: Submit manufacturers catalog information including capacity, rough-in

requirements, and service sizes for the following: a. Strainers. b. Natural gas pressure regulators. c. Natural gas pressure relief valves.

B. Test Reports: Indicate results of piping system pressure test.

C. Welders Certificates: Certify welders employed on the Work, verifying AWS qualification within previous 12 months.

1.5 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of valves, piping system, and system components.

B. Operation and Maintenance Data: Submit for valves and gas pressure regulators installation instructions, spare parts lists.

1.6 QUALITY ASSURANCE

A. Perform natural gas Work in accordance with NFPA 54.

B. Perform Work in accordance with ASME B31.9 code for installation of piping systems and ASME Section IX for welding materials and procedures.

C. Perform Work in accordance applicable code for welding hanger and support attachments to building structure.

D. Furnish shutoff valves complying with ASME B16.33 or ANSI Z21.15.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Accept valves on site in shipping containers with labeling in place. Inspect for damage.

B. Protect piping and fittings from soil and debris with temporary end caps and closures. Maintain in place until installation. Furnish temporary protective coating on cast iron and steel valves.

1.8 ENVIRONMENTAL REQUIREMENTS

A. Do not install underground piping when bedding is wet or frozen.

1.9 FIELD MEASUREMENTS

A. Verify field measurements prior to fabrication.

Clark Dietz, Inc. Facility Natural Gas Piping

E0140040 231123 - 3

PART 2 PRODUCTS

2.1 NATURAL GAS PIPING, ABOVE GRADE

A. Steel Pipe: ASTM A53/A53M Schedule 40 black. 1. Fittings: ASME B16.3, malleable iron, or ASTM A234/A234M forged steel welding type. 2. Joints: Threaded for pipe 2 inches and smaller; welded for pipe 2-1/2 inches and larger. Socket

welded for concealed joints.

2.2 REGULATOR VENT PIPING, ABOVE GRADE

A. Indoors: Same as natural gas piping, above grade.

B. Outdoors: Same as natural gas piping, above grade.

2.3 UNIONS AND FLANGES

A. Unions for Pipe 2 inches and Smaller: 1. Ferrous Piping: Class 150, malleable iron, threaded.

B. Flanges for Pipe 2-1/2 inches and Larger: 1. Ferrous Piping: Class 150, forged steel, slip-on flanges.

2.4 BALL VALVES

A. Manufacturers: 1. Crane Valve, North America 2. Hammond Valve 3. Milwaukee Valve Company 4. NIBCO, Inc. 5. Stockham Valves & Fittings

B. 1/4 inch to 1 inch: Class 125, two piece, threaded ends, bronze body, chrome plated bronze ball, reinforced teflon seats, blow-out proof stem, lever handle, UL 842 listed for flammable liquids and LPG, full port.

C. 1-1/4 inch to 3 inch: Class 125, two piece, threaded ends, bronze body, chrome plated bronze ball, reinforced teflon seats, blow-out proof stem, lever handle, UL 842 listed for flammable liquids and LPG, conventional port.

2.5 PLUG VALVES

A. Manufacturers: 1. DeZURIK, Unit of SPX Corp. 2. Flow Control Equipment, Inc. 3. Homestead Valve

B. 2 inches and Smaller: Class 150, semi-steel construction, square port, regular opening, pressure lubricated, teflon packing, threaded ends. Furnish one plug valve wrench for every ten plug-valves with minimum of one wrench.

Clark Dietz, Inc. Facility Natural Gas Piping

E0140040 231123 - 4

2.6 STRAINERS

A. Manufacturers: 1. Mueller Steam Specialty 2. O.C. Keckley Company

B. 2 inch and Smaller: Screwed brass or iron body for 175 psig working pressure, Y pattern with 1/32 inch stainless steel perforated screen.

C. 2-1/2 inch to 4 inch: Flanged iron body for 175 psig working pressure, Y pattern with 3/64 inch stainless steel perforated screen.

2.7 NATURAL GAS PRESSURE REGULATORS

A. Manufacturers: 1. Fisher. 2. Maxitrol. 3. Sensus. 4. JordanValve. 5. Tracpipe.

B. Product Description: Spring loaded, general purpose, self-operating service regulator including internal relief type diaphragm assembly and vent valve. Diaphragm case can be rotated 360 degrees in relation to body. 1. Comply with ANSI Z21.80. 2. Temperatures: minus 20 degrees F to 150 degrees F. 3. Body: Cast iron. 4. Spring case, lower diaphragm casing, union ring, seat ring and disk holder: Aluminum. 5. Disk, diaphragm, and O-ring: Nitrile. 6. Maximum inlet pressure: 150 psig. 7. Furnish sizes 2 inches and smaller with threaded ends.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify excavations are to required grade, dry, and not over-excavated.

3.2 PREPARATION

A. Ream pipe and tube ends. Remove burrs.

B. Remove scale and dirt, on inside and outside, before assembly.

C. Prepare piping connections to equipment with flanges or unions.

3.3 INSTALLATION - ABOVE GROUND PIPING SYSTEMS

A. Install natural gas piping in accordance with NFPA 54.

B. Provide non-conducting dielectric connections wherever jointing dissimilar metals.

C. Route piping in orderly manner and maintain gradient.

Clark Dietz, Inc. Facility Natural Gas Piping

E0140040 231123 - 5

D. Where required, bend pipe with pipe bending tools in accordance with procedures intended for that purpose.

E. Install piping to conserve building space and not interfere with use of space.

F. Size and install gas piping to provide sufficient gas to supply maximum appliance demand at pressure higher than appliance minimum inlet pressure.

G. Group piping whenever practical at common elevations.

H. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment.

I. Sleeve pipe passing through partitions, walls and floors.

J. Provide clearance for installation of insulation and access to valves and fittings.

K. Provide access where valves and fittings are not exposed.

L. Where pipe support members are welded to structural building framing, scrape, brush clean, weld, and apply one coat of zinc rich primer.

M. Provide support for utility meters in accordance with requirements of utility company.

N. Install vent piping from gas pressure reducing valves to outdoors and terminate in weatherproof hood. Protect vent against entry of insects and foreign material. 1. Minimum Vent Size: Connection size at regulator vent connection. 2. Run individual vent line from each relief device, independent of breather vents.

O. Breather vents may be manifolded together with piping sized for combined appliance vent requirements.

P. Prepare pipe, fittings, supports, and accessories not pre-finished, ready for finish painting.

Q. Install valves with stems upright or horizontal, not inverted.

R. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the Work, and isolating parts of completed system.

S. Install gas pressure regulator with independent vent full size opening on regulator and terminate outdoors.

T. All piping exterior of the building shall be provided with epoxy coating. Color to match the City of Evanston standards.

3.4 FIELD QUALITY CONTROL

A. Where gas appliance will be damaged by test pressure, disconnect appliance and cap piping during pressure test. Reconnect appliance after pressure test and leak test connection.

B. Where gas appliance is designed for operating pressures equal to or greater than piping test pressure, provide gas valve to isolate appliance or equipment from gas test pressure.

C. Pressure test natural gas piping in accordance with NFPA 54.

Clark Dietz, Inc. Facility Natural Gas Piping

E0140040 231123 - 6

D. Where new branch piping is extended from existing system, pressure test new branch piping only. Leak test joint between new and existing piping with noncorrosive leak detection fluid or other approved method.

E. When pressure tests do not meet specified requirements, remove defective work, replace and retest.

F. Immediately after gas is applied to a new system, or a system has been restored after gas service interruption, check pipe for leakage. 1. Where leakage is detected, shut off gas supply until necessary repairs are complete.

G. Do not place appliances in service until leak testing and repairs are complete.

END OF SECTION 231123

Clark Dietz, Inc. HVAC Ducts and Casings

E0140040 233100 - 1

SECTION 233100 HVAC DUCTS AND CASINGS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Duct Materials. 2. Insulated flexible ducts. 3. Single wall spiral round ducts. 4. Single wall spiral flat oval ducts. 5. Double wall rectangular ducts. 6. Transverse duct connection system. 7. Casings. 8. Ductwork fabrication.

1.2 REFERENCES

A. ASTM International: 1. ASTM A36/A36M - Standard Specification for Carbon Structural Steel. 2. ASTM A90/A90M - Standard Test Method for Weight Mass of Coating on Iron and Steel Articles

with Zinc or Zinc-Alloy Coatings. 3. ASTM A240/A240M - Standard Specification for Chromium and Chromium-Nickel Stainless Steel

Plate, Sheet, and Strip for Pressure Vessels and for General Applications. 4. ASTM A666 - Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel

Sheet, Strip, Plate, and Flat Bar. 5. ASTM A568/A568M - Standard Specification for Steel, Sheet, Carbon, and High-Strength, Low-

Alloy, Hot-Rolled and Cold-Rolled, General Requirements for. 6. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-

Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. 7. ASTM A1008/A1008M - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural,

High-Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability. 8. A1011/A1011M-07 Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon,

Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength

9. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 10. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials.

B. National Fire Protection Association: 1. NFPA 90A - Standard for the Installation of Air Conditioning and Ventilating Systems.

C. Sheet Metal and Air Conditioning Contractors: 1. SMACNA - HVAC Air Duct Leakage Test Manual. 2. SMACNA - HVAC Duct Construction Standard - Metal and Flexible.

D. Underwriters Laboratories Inc.: 1. UL 181 - Factory-Made Air Ducts and Connectors.

Clark Dietz, Inc. HVAC Ducts and Casings

E0140040 233100 - 2

1.3 PERFORMANCE REQUIREMENTS

A. Variation of duct configuration or sizes other than those of equivalent or lower loss coefficient is not permitted except by written permission. Size round ducts installed in place of rectangular ducts in accordance with ASHRAE table of equivalent rectangular and round ducts.

1.4 SUBMITTALS

A. Shop Drawings: Submit duct fabrication drawings, drawn to scale not smaller than 1/4 inch equals 1 foot, on drawing sheets same size as Contract Documents, indicating: 1. Fabrication, assembly, and installation details, including plans, elevations, sections, details of

components, and attachments to other work. 2. Duct layout, indicating pressure classifications and sizes in plan view. For exhaust duct systems,

indicate classification of materials handled as defined in this section. 3. Fittings. 4. Reinforcing details and spacing. 5. Seam and joint construction details. 6. Penetrations through fire rated and other walls. 7. Terminal unit, coil, and humidifier installations. 8. Hangers and supports, including methods for building attachment, vibration isolation, and duct

attachment.

B. Product Data: Submit data for duct materials and duct connectors.

C. Test Reports: Indicate pressure tests performed. Include date, section tested, test pressure, and leakage rate, following SMACNA HVAC Air Duct Leakage Test Manual.

D. Manufacturer's Installation Instructions: Submit special procedures for glass fiber ducts.

1.5 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of ducts and duct fittings. Record changes in fitting location and type. Show additional fittings used.

1.6 QUALITY ASSURANCE

A. Perform Work in accordance with SMACNA - HVAC Duct Construction Standards - Metal and flexible.

B. Construct ductwork to NFPA 90A standards.

1.7 ENVIRONMENTAL REQUIREMENTS

A. Do not install duct sealant when temperatures are less than those recommended by sealant manufacturers.

B. Maintain temperatures during and after installation of duct sealant.

PART 2 PRODUCTS

2.1 DUCT MATERIALS

A. Galvanized Steel Ducts: ASTM A653/A653M galvanized steel sheet, lock-forming quality, having G60 (zinc coating of in conformance with ASTM A90/A90M.

Clark Dietz, Inc. HVAC Ducts and Casings

E0140040 233100 - 3

B. Fasteners: Rivets, bolts, or sheet metal screws, as recommended by PVC coated duct manufacturer.

C. Hanger Rod: ASTM A36/A36M; galvanized; threaded both ends, threaded one end, or continuously threaded.

2.2 INSULATED FLEXIBLE DUCTS

A. Product Description: Two ply vinyl film supported by helical wound spring steel wire; fiberglass insulation; aluminized vapor barrier film. 1. Pressure Rating: 10 inches wg positive and 1.0 inches wg negative. 2. Maximum Velocity: 4000 fpm. 3. Temperature Range: -10 degrees F to 160 degrees F. 4. Thermal Resistance: 4.2 square feet-hour-degree F per BTU.

2.3 SINGLE WALL SPIRAL ROUND AND FLAT OVAL DUCTS

A. Manufacturers: 1. McGill AirFlow Corporation 2. Semco Incorporated 3. Tangent Air Corp 4. Spiral Mfg. Co., Inc.

B. Product Description: UL 181, Class 1, round spiral duct constructed of galvanized steel or aluminum.

C. Self-sealing spiral duct with rubber o-ring at fittings. No exposed fastners.

D. Construct duct with the following minimum gages:

Diameter Gauge

3 inches to 14 inches 26

15 inches to 26 inches 24

28 inches to 36 inches 22

38 inches to 50 inches 20

52 inches to 84 inches 18

E. Construct fittings with the following minimum gages:

Diameter Gauge

3 inches to 14 inches 24

15 inches to 26 inches 22

28 inches to 36 inches 20

38 inches to 50 inches 20

52 inches to 60 inches 18

62 inches to 84 inches 16

2.4 DOUBLE WALL SPIRAL INSULATED FLAT OVAL DUCTS

A. Manufacturers:

Clark Dietz, Inc. HVAC Ducts and Casings

E0140040 233100 - 4

1. McGill AirFlow Corporation 2. Semco Incorporated 3. Tangent Air Corp 4. Hranec Sheet Metal 5. Pro-Fab

B. Product Description: Machine made from duct with galvanized steel outer metal wall and metal inner liner with light reinforcing, 2 inch thick glass fiber insulation, perforated galvanized steel inner wall; fittings manufactured with solid inner wall.

C. Construct flat oval duct with the following minimum gauges:

Major Axis Dimension Gauge

7 inches to 24 inches 24

25 inches to 48 inches 22

50 inches to 70 inches 20

72 inches to 82 inches 18

84 inches and larger 16

D. Construct flat oval fittings with the following minimum gauges:

Major Axis Fitting Dimension Gauge

7 inches to 36 inches 20

37 inches to 60 inches 18

62 inches and larger 16

2.5 TRANSVERSE DUCT CONNECTION SYSTEM

A. Product Description: SMACNA "E" rated rigidity class connection, interlocking angle and duct edge connection system with sealant, gasket, cleats, and corner clips.

2.6 CASINGS

A. Fabricate casings in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible and construct for operating pressures indicated.

B. Reinforce access door frames with steel angles tied to horizontal and vertical plenum supporting angles. Furnish hinged access doors where indicated or required for access to equipment for cleaning and inspection.

C. Fabricate acoustic casings with reinforcing turned inward. Furnish 16 gage back facing and 22 gage perforated front facing with 3/32 inch diameter holes on 5/32 inch centers. Construct panels 3 inches thick packed with 4.5 lb./cu ft minimum glass fiber media, on inverted channels of 16 gage.

2.7 DUCTWORK FABRICATION

A. All ductwork installed in tunnel/crawl space shall be PVC coated and factory fabricated and finished.

Clark Dietz, Inc. HVAC Ducts and Casings

E0140040 233100 - 5

B. Fabricate and support rectangular ducts in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible. Provide duct material, gages, reinforcing, and sealing for operating pressures indicated.

C. Construct T's, bends, and elbows with minimum radius 1-1/2 times centerline duct width. Where not possible and where rectangular elbows are used, provide airfoil turning vanes. Where acoustical lining is indicated, furnish turning vanes of perforated metal with glass fiber insulation.

D. Increase duct sizes gradually, not exceeding 15 degrees divergence wherever possible; maximum 30 degrees divergence upstream of equipment and 45 degrees convergence downstream.

E. Fabricate continuously welded round and oval duct fittings two gages heavier than duct gages indicated in SMACNA Standard. Minimum 4 inch cemented slip joint, brazed or electric welded. Prime coat welded joints.

F. Provide standard 45-degree lateral wye takeoffs. When space does not allow 45-degree lateral wye takeoff, use 90-degree conical tee connections.

G. Seal joints between duct sections and duct seams with welds, gaskets, mastic adhesives, mastic plus embedded fabric systems, or tape. 1. Sealants, Mastics and Tapes: Conform to UL 181A. Provide products bearing appropriate

UL 181A markings. 2. Do not provide sealing products not bearing UL approval markings.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify sizes of equipment connections before fabricating transitions.

3.2 INSTALLATION

A. Install and seal ducts in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible.

B. During construction, install temporary closures of metal or taped polyethylene on open ductwork to prevent construction dust from entering ductwork system.

C. Use crimp joints with or without bead or beaded sleeve couplings for joining round duct sizes 8 inches and smaller.

D. Use double nuts and lock washers on threaded rod supports.

E. Connect flexible ducts to metal ducts with adhesive plus sheet metal screws.

F. Set plenum doors 6 to 12 inches above floor. Arrange door swing so fan static pressure holds door in closed position.

G. Ductwork installed in crawl space/tunnel shall be supported and installed per manufacturer’s installation instructions.

H. Repair scratches or damages to PVC coating per manufacturer’s instructions and provide certifications of approval.

Clark Dietz, Inc. HVAC Ducts and Casings

E0140040 233100 - 6

I. For outdoor ductwork, protect ductwork, ductwork supports, linings and coverings from weather.

J. Exhaust Outlet Locations: 1. Minimum Distance from Property Lines: 3 feet. 2. Minimum Distance from Building Openings: 5 feet. 3. Minimum Distance from Outside Air Intakes: 10 feet.

3.3 INTERFACE WITH OTHER PRODUCTS

A. Install openings in ductwork where required to accommodate thermometers and controllers. Install pitot tube openings for testing of systems. Install pitot tube complete with metal can with spring device or screw to prevent air leakage. Where openings are provided in insulated ductwork, install insulation material inside metal ring.

B. Connect diffusers or light troffer boots to low pressure ducts directly or with 5 feet maximum length of flexible duct held in place with strap or clamp.

C. Connect air terminal units, air outlets and inlets to supply ducts directly or with five foot maximum length of flexible duct. Do not use flexible duct to change direction.

3.4 TESTING

A. For ductwork designed for 3 inches w.c. above ambient, pressure test minimum 25 percent of ductwork after duct cleaning, but before duct insulation is applied or ductwork is concealed. 1. Test in accordance with SMACNA HVAC Air Duct Leakage Test Manual. 2. Maximum Allowable Leakage: In accordance with ICC IECC.

3.5 SCHEDULES

A. Ductwork Material Schedule:

AIR SYSTEM MATERIAL

Supply Steel

Supply (Crawl Space/Tunnel) PVC Coated Galvanized Steel

Return and Relief Steel

Return and Relief (Crawl Space/Tunnel)

PVC Coated Galvanized Steel

General Exhaust Aluminum

Outside Air Intake Steel

Combustion Air Steel

Boiler Flue Stainless Steel

B. Ductwork Pressure Class Schedule:

AIR SYSTEM PRESSURE CLASS

Constant Volume Supply 1 inch wg regardless of velocity.

Variable Volume-Variable Temperature Supply

1 inch wg (regardless of velocity).

Supply (Heating Systems) 1 inch wg

Clark Dietz, Inc. HVAC Ducts and Casings

E0140040 233100 - 7

Return and Relief 1 inch wg regardless of velocity.

General Exhaust 1 inch wg regardless of velocity.

END OF SECTION 233100

Clark Dietz, Inc. Air Ducts and Accessories

E0140040 233300 - 1

SECTION 233300 AIR DUCT ACCESSORIES

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Volume control dampers. 2. Flexible duct connections. 3. Dynamic Fire Dampers. 4. Duct test holes. 5. Static pressure gages.

1.2 REFERENCES

A. Air Movement and Control Association International, Inc.: 1. AMCA 500 - Test Methods for Louvers, Dampers, and Shutters.

B. ASTM International: 1. ASTM E1 - Standard Specification for ASTM Thermometers.

C. National Fire Protection Association: 1. NFPA 90A - Standard for the Installation of Air Conditioning and Ventilating Systems. 2. NFPA 92A - Recommended Practice for Smoke-Control Systems.

D. Sheet Metal and Air Conditioning Contractors: 1. SMACNA - HVAC Duct Construction Standard - Metal and Flexible.

E. Underwriters Laboratories Inc.: 1. UL 555 - Standard for Safety for Fire Dampers. 2. UL 555S - Standard for Safety for Smoke Dampers.

1.3 SUBMITTALS

A. Shop Drawings: Indicate for shop fabricated assemblies including volume control dampers, duct access doors and duct test holes.

B. Product Data: Submit data for shop fabricated assemblies and hardware used.

C. Product Data: Submit for the following. Include where applicable electrical characteristics and connection requirements. 1. Backdraft dampers. 2. Flexible duct connections. 3. Dynamic Fire Dampers. 4. Volume control dampers. 5. Duct access doors. 6. Duct test holes.

D. Product Data: For fire dampers, smoke dampers and combination fire and smoke dampers submit the following: 1. Include UL ratings, dynamic ratings, leakage, pressure drop and maximum pressure data. 2. Indicate materials, construction, dimensions, and installation details.

Clark Dietz, Inc. Air Ducts and Accessories

E0140040 233300 - 2

3. Damper pressure drop ratings based on tests and procedures performed in accordance with AMCA 500.

E. Manufacturer's Installation Instructions: Submit for Fire and Combination Smoke and Fire Dampers.

1.4 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of access doors.

B. Operation and Maintenance Data: Submit for Combination Smoke and Fire Dampers.

1.5 QUALITY ASSURANCE

A. Dampers tested, rated and labeled in accordance with the latest UL requirements.

B. Damper pressure drop ratings based on tests and procedures performed in accordance with AMCA 500.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Protect dampers from damage to operating linkages and blades.

B. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly indicating manufacturer and material.

C. Storage: Store materials in a dry area indoor, protected from damage.

D. Handling: Handle and lift dampers in accordance with manufacturer's instructions. Protect materials and finishes during handling and installation to prevent damage.

PART 2 PRODUCTS

2.1 BACK-DRAFT DAMPERS

A. Product Description: Multi-Blade, back-draft dampers: Parallel-action, gravity-balanced, extruded aluminum. Blades, maximum 6 inch width, center pivoted, with felt or flexible vinyl sealed edges. Blades linked together in rattle-free manner with 90-degree stop, steel ball bearings, and plated steel pivot pin. Furnish dampers with adjustment device to permit setting for varying differential static pressure.

2.2 DUCT ACCESS DOORS

A. Manufacturers: 1. Ruskin. 2. Vent Products. 3. Cesco Products. 4. Greenheck.

B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible.

C. Fabrication: Rigid and close fitting of galvanized steel with sealing gaskets and quick fastening locking devices. For insulated ductwork, furnish minimum 1 inch thick insulation with sheet metal cover. 1. Less than 12 inches square, secure with sash locks. 2. Up to 18 inches Square: Furnish two hinges and two sash locks.

Clark Dietz, Inc. Air Ducts and Accessories

E0140040 233300 - 3

3. Up to 24 x 48 inches: Three hinges and two compression latches with outside and inside handles.

4. Larger Sizes: Furnish additional hinge. 5. Sash Lock. 6. Compression Latch. 7. Hinge. 8. Access panels with sheet metal screw fasteners are not acceptable.

2.3 DYNAMIC FIRE DAMPERS

A. Manufacturers: 1. Ruskin. 2. Vent Products. 3. Cesco Products. 4. Greenheck.

B. Fabricate in accordance with NFPA 90A and UL 555.

C. Fire Resistance: Match fire rating of adjacent walls.

D. Dynamic Closure Rating: Dampers classified for dynamic closure to 2000 fpm and 4 inches wg static pressure.

E. Construction: 1. Integral Sleeve Frame: Minimum 20 gage roll formed galvanized steel. Length: 12 inches. 2. Blades:

a. Style: Curtain type. b. Action: Spring or gravity closure upon fusible link release. c. Material: Minimum 24 gage roll formed, galvanized steel.

3. Closure Springs: Type 301 stainless steel, constant force type, if required.

F. Fusible Link Release Temperature: 165 degrees F.

G. Mounting: Vertical or horizontal.

H. Duct Transition Connection, Damper Style: 1. A style - rectangular connection, frame and blades in air stream. 2. G style - A style connection, grille mounting tabs at end of sleeve for grille. 3. CR style - round connection, sealed. 4. R style - round connection, blades in air stream, non-sealed. 5. LR style - round connection, blades out of air stream, non-sealed. 6. LO style - oval connection, non-sealed.

I. Finish: Mill galvanized.

2.4 VOLUME CONTROL DAMPERS

A. Fabricate in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible.

B. Splitter Dampers: 1. Material: Same gage as duct to 24 inches size in both dimensions, and two gages heavier for

sizes over 24 inches. 2. Blade: Fabricate of single thickness sheet metal to streamline shape, secured with continuous

hinge or rod.

Clark Dietz, Inc. Air Ducts and Accessories

E0140040 233300 - 4

3. Operator: Minimum 1/4 inch diameter rod in self aligning, universal joint action, flanged bushing with set screw;

4. Single Blade Dampers: Fabricate for duct sizes up to 48 x 48 inch.

C. Multi-Blade Damper: Fabricate of opposed blade pattern with maximum blade sizes 8 x 72 inch. Assemble center and edge crimped blades in prime coated or galvanized frame channel with suitable hardware;

D. End Bearings: Except in round ductwork 12 inches and smaller, furnish end bearings. On multiple blade dampers, furnish oil-impregnated nylon or sintered bronze bearings. Furnish closed end bearings on ducts having pressure classification over 2 inches wg;

E. Quadrants: 1. Furnish locking, indicating quadrant regulators on single and multi-blade dampers. 2. On insulated ducts mount quadrant regulators on standoff mounting brackets, bases, or

adapters. 3. Where rod lengths exceed 30 inches furnish regulator at both ends.

2.5 FLEXIBLE DUCT CONNECTIONS

A. Fabricate in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible.

B. Connector: Fabric crimped into metal edging strip. 1. Fabric: UL listed fire-retardant neoprene coated woven glass fiber fabric conforming to NFPA 90A,

minimum density 30 oz per sq yd. 2. Net Fabric Width: Approximately 6 inches wide. 3. Metal: 3-inch-wide, 24 gage galvanized steel.

C. Leaded Vinyl Sheet: Minimum 0.55-inch-thick, 0.87 lbs. per sq ft, 10 dB attenuation in 10 to 10,000 Hz range.

2.6 DUCT TEST HOLES

A. Permanent Test Holes: Factory fabricated, air tight flanged fittings with screw cap. Furnish extended neck fittings to clear insulation.

2.7 STATIC PRESSURE GAGES

A. Manufacturers:

B. Dial Gages: 3-1/2 inch diameter dial in metal case, diaphragm actuated, black figures on white background, front calibration adjustment, 2 percent of full scale accuracy.

C. Inclined Manometer: Plastic with red liquid on white background with black figures, front calibration adjustment, 3 percent of full scale accuracy.

D. Accessories: Static pressure tips with compression fittings for bulkhead mounting, 1/4 inch diameter tubing.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify rated walls are ready for fire damper installation.

Clark Dietz, Inc. Air Ducts and Accessories

E0140040 233300 - 5

B. Verify ducts and equipment installations are ready for accessories.

C. Check location of air outlets and inlets and make necessary adjustments in position to conform to architectural features, symmetry, and lighting arrangement.

3.2 INSTALLATION.

A. Install in accordance with NFPA 90A, and follow SMACNA HVAC Duct Construction Standards - Metal and Flexible. Refer to Section 23 31 00 for duct construction and pressure class.

B. Install back-draft dampers on exhaust fans or exhaust ducts nearest to outside.

C. Access Doors: Install access doors at the following locations:

1. Spaced every 50 feet of straight duct. 2. Upstream of each elbow. 3. Before and after each duct mounted filter. 4. Before and after each duct mounted coil. 5. Before and after each duct mounted fan. 6. Before and after each automatic control damper. 7. Before and after each fire damper.

D. Access Door Sizes: Install minimum 12 x 12 inch size for hand access, 18 x 18 inch size for shoulder access, Review locations prior to fabrication. 1. Mark access doors for fire and smoke dampers on outside surface, with minimum 1-1/2 inch

high letters reading: FIRE DAMPER.

E. Install temporary duct test holes and required for testing and balancing purposes. Cut or drill in ducts. Cap with neat patches, neoprene plugs, threaded plugs, or threaded or twist-on metal caps.

F. Install permanent duct test holes required for testing and balancing purposes.

G. Install fire dampers at locations as indicated on Drawings. Install with required perimeter mounting angles, sleeves, breakaway duct connections, corrosion resistant springs, bearings, bushings and hinges. 1. Install fire dampers in accordance with NFPA 92A. 2. Install dampers square and free from racking with blades running horizontally. 3. Do not compress or stretch damper frame into duct or opening. 4. Handle damper using sleeve or frame. Do not lift damper using blades, actuator, or jack shaft. 5. Install bracing for multiple section assemblies to support assembly weight and to hold against

system pressure. Install bracing as needed.

3.3 DEMONSTRATION

A. Demonstrate re-setting of fire dampers to Owner's representative.

END OF SECTION 233300

Clark Dietz, Inc. Variable Air Volume Changeover Bypass

E0140040 233619 - 1

SECTION 23 36 19

VARIABLE-AIR-VOLUME CHANGEOVER BYPASS SYSTEM

PART 1 GENERAL

1.1 SUMMARY

A. Section includes variable volume changeover bypass system consisting of: 1. System control panel. 2. Dampers and controllers. 3. Sensors. 4. Communication capabilities. 5. Control wiring.

1.2 REFERENCES

A. National Electrical Manufacturers Association: 1. NEMA ST 1 - Specialty Transformers (Except General Purpose Type).

1.3 SUBMITTALS

A. Shop Drawings: 1. Indicate layout and location of system components including system heating-cooling unit, system

control panel, each zone damper, bypass damper, each space temperature sensor, and duct mounted sensors.

2. System wiring diagram indicating each component and interconnecting number of conductors.

B. Product Data: Submit the following: 1. Product data for each system component. 2. Performance ratings for each zone damper indicating:

a. Damper size. b. Location. c. Maximum air flow. d. Minimum air flow. e. Static pressure drop. f. Heating coil capacity.

3. Include electrical characteristics and connection requirements.

C. Manufacturer's Installation Instructions: Submit installation instructions for each system component.

1.4 CLOSEOUT SUBMITTALS

A. Project Record Documents: 1. Record actual locations of system components. 2. Submit wiring diagrams reflecting field installed conditions with identified and numbered, system

components and devices.

B. Operation and Maintenance Data: Submit manufacturer’s published installation instructions, operating instructions, programming instructions, and operator’s guide.

Clark Dietz, Inc. Variable Air Volume Changeover Bypass

E0140040 233619 - 2

1.5 DELIVERY, STORAGE, AND HANDLING

A. Accept system components on site in manufacturer’s packaging. Inspect for damage.

B. Protect components by storing in manufacturer’s containers indoors, protected from weather.

PART 2 PRODUCTS

2.1 VARIABLE VOLUME CHANGEOVER BYPASS SYSTEM

A. Manufacturers: 1. Carrier Corporation 2. The Trane Company

B. Product Description: Variable Volume Changeover Bypass System consisting of the following components: zone damper controller, heating-cooling unit controls, zone dampers, bypass damper, space temperature sensor, auxiliary temperature sensor, static pressure sensor, supply air temperature sensor, return air temperature sensor, outdoor air temperature sensor control power transformer. Communication capability allowing space temperature sensors, bypass controller, heating-cooling unit to communicate with each other through system control panel. Control wiring between system components.

2.2 COMPONENTS

A. System Control Panel: Capable of performing the following functions: 1. Exchanges information with each zone damper controller based on signal from BAS. 2. Sends and receives set points and override instructions to zone damper controller. 3. Monitors system supply air temperature and maintains within set points. 4. Modulates position of bypass damper. 5. Accepts input from Building Automation and Control System to determine occupied or

unoccupied set point mode of operation.

B. Zone Damper Controller: Microprocessor based controller containing control logic to: 1. Modulate flow of primary air through zone damper in response to difference between space

temperature and space temperature set point. 2. Capability of controlling local heating source.

C. Heating-Cooling Unit Controls: Furnish unit specified in Section 238106 with controller capable of interfacing and communicating with system control panel.

D. Zone Dampers: Square, galvanized steel construction. Elliptical damper with neoprene edging material for positive seal. 24 VAC electric actuator. Damper position indicator. Furnish with flow ring for pressure independent operation. Factory set the following damper positions with capability of being field adjusted: 1. Cooling maximum position. 2. Heating minimum position. 3. Cooling minimum position.

E. Bypass Damper: Square galvanized steel construction. Elliptical damper with neoprene edging material for positive seal. 24 VAC electric actuator. Damper position indicator. Furnish with factory wired indicator light and static pressure sensor.

Clark Dietz, Inc. Variable Air Volume Changeover Bypass

E0140040 233619 - 3

F. Space Temperature Sensor: Solid state design providing modulating control. Furnish as sensor with set point adjustment and communications jack. with set point adjustment, night setback override button, cancel button, and communications jack. 1. Furnish space temperature sensor with the following capabilities:

a. Manually overriding system control panel to continuous unoccupied mode. b. Manually overriding system control panel to maximum flow position.

G. Auxiliary Temperature Sensor: Used to monitor duct or air temperature leaving heating device at zone damper. Used for automatic changeover of zone damper.

H. Velocity Sensor: Duct mounted. Field-convertible for velocity or static pressure.

I. Static Pressure Sensor: Duct mounted. Field-convertible for velocity or static pressure.

J. Supply Air Temperature Sensor: Duct mounted. Used to monitor leaving air temperature of heating-cooling unit.

K. Return air temperature sensor: Duct mounted. Used to monitor return air temperature of duct system.

L. Outdoor Air Temperature Sensor: Used to monitor outdoor air temperature to assist in system heating or cooling decisions.

M. Control Power Transformer: 1. NEMA ST 1, machine tool transformer with isolated secondary winding. 2. Power Rating: 24 VA. 3. Voltage Rating: 120 volts primary; 24 volts secondary.

2.3 SYSTEM CONTROL PANEL FUNCTIONS

A. Accepts signal for occupied or unoccupied cycle of operation from building automation and control system.

B. Serves as central source of communication and control between individual zone damper controllers and system heating-cooling unit.

C. Determines heat-cool mode and staging decisions based on collective voting method that determines heating or cooling demand of each zone damper controller.

D. Maintains minimum air flow through system heating-cooling unit by adjusting position of bypass damper modulating air flow from supply side of unit to return side.

E. Compares system supply air temperature to individual zone space temperatures and zone set points and determines heating or cooling control action for individual zone damper controllers.

F. Allows zone damper controllers to use alternate set of zone temperature set points during unoccupied cycle.

G. Controls Heat-Cool Changeover: 1. At system startup, and upon transition from unoccupied cycle to occupied cycle, greater number

of zones requiring either heating or cooling determines mode of system heating-cooling unit. 2. After initial operating mode of heating or cooling has been determined, system control panel

continuously scans zone damper controllers to determine status of each.

Clark Dietz, Inc. Variable Air Volume Changeover Bypass

E0140040 233619 - 4

3. Based on number of zone damper controllers requiring cooling and number requiring heating system control panel makes decision for mode of system heating-cooling unit.

4. Protect stages of heating and cooling with minimum on-off timers.

H. Monitors Heating-Cooling Unit Supply Air Temperature: 1. System control panel monitors supply air temperature within user defined limits. 2. When supply air temperature falls outside normal operating range, operation of cooling and

heating stages are limited. 3. Normal staging control resumes when supply air temperature returns within normal operating

range. 4. Supply air temperature high and low limits to be editable parameters.

I. Controls Bypass Static Pressure: 1. System control panel modulates one or more bypass dampers to protect system heating-cooling

unit from low air flow or high duct velocity pressure. 2. Sensor located in supply air duct measures static pressure and passes information to system

control panel. 3. When measured static pressure is lower than set point, bypass dampers are modulated towards

closed position. 4. When measured static pressure is greater than set point plus differential, bypass dampers are

modulated to open position. 5. When air flow is in dead band between set point and differential, bypass dampers remain

stationary. 6. Should static pressure sensor fail, bypass damper is set to maximum open position. 7. In unoccupied mode, bypass damper is positioned at 50 percent.

J. Initiates Priority Shutdown: 1. Initiated by any one of the following:

a. Building automation system command. b. Supply air temperature sensor failure. c. Communication failure - no zone damper controllers communicating.

2. When system is indexed to priority shutdown mode, the following control actions are taken: a. Turn heating-cooling unit supply air fan off. b. Disable zone damper controller local heat. c. Position every zone damper, through zone damper controller, to maximum open position. d. Position bypass damper to maximum open position.

3. System control panel returns to normal operation when priority shutdown condition is corrected.

2.4 ZONE DAMPER CONTROLLER FUNCTIONS

A. Damper Operation: Space temperature sensor compares zone space temperature to its set point and modulates damper position to meet load requirements. Air flow is maintained between programmed minimum and maximum position set points.

B. Heating or Cooling Decision: System control panel determines heating or cooling control action for each individual zone damper controller.

C. Priority Local Heat: Zone damper controller attempts to heat to space set point initially with local heat. When zone damper controller cannot achieve space set point after local heat is energized, and space temperature falls below zone heating set point, zone calls for heat from system heating-cooling unit.

D. Time of Day and Override Functions: 1. Zone damper controller receives time of day scheduling from the BAS.

Clark Dietz, Inc. Variable Air Volume Changeover Bypass

E0140040 233619 - 5

2. During occupied cycle, zone damper controller controls to set point of zone space temperature sensor or to set point provided by system control panel. Occupied set points are field adjustable.

3. During unoccupied cycle, zone damper controller controls to programmed unoccupied set points. Unoccupied set points are field adjustable.

4. When timed override button located on space temperature sensor is pressed to invoke timed override period, zone damper controller is indexed to occupied mode.

5. From system control panel, zone damper controller is capable of being overridden to the following: a. Continuous occupied mode. b. Continuous unoccupied mode. c. Local heat enabled. d. Local heat disabled.

6. From zone space temperature sensor, zone damper controller can be overridden to the following: a. Open to maximum position. b. Continuous unoccupied mode. c. Continuous damper open position. d. Continuous damper closed position. e. Continuous damper minimum position. f. Continuous damper maximum position.

7. Enforce minimum positions of zone damper controllers during unoccupied cycle or allow damper to go fully closed during unoccupied.

PART 3 EXECUTION

3.1 INSTALLATION

A. Connect zone dampers and bypass dampers to ductwork.

B. Install ceiling access doors or locate zone damper and bypass damper above easily removable ceiling components.

C. Support zone dampers and bypass dampers individually from structure. Do not support from adjacent ductwork.

D. Support zone dampers connected by flexible duct independently of flexible duct.

E. Install transition piece to match flexible duct size to inlet or outlet of zone dampers.

F. Install minimum of 5 feet of 1 inch thick lined ductwork downstream of zone dampers.

G. Install zone space temperature sensor in spaces coordinating location with light switches and other devices.

H. Install auxiliary temperature sensor, static pressure sensor, supply air temperature sensor, return air temperature sensor in duct system.

I. Perform programming of system including system control panel and each zone damper controller. Follow guidelines of operating times furnished by Owner.

3.2 DEMONSTRATION

A. Demonstrate operation of the following system components:

Clark Dietz, Inc. Variable Air Volume Changeover Bypass

E0140040 233619 - 6

1. Index system to occupied cycle and unoccupied cycle. 2. Operation of zone space temperature sensor override. Demonstrate for each zones. 3. Operation of bypass damper. 4. Operation of zone damper in response to space temperature sensor.

END OF SECTION

Clark Dietz, Inc. Air Outlets and Inlets

E0140040 233700 - 1

SECTION 233700 AIR OUTLETS AND INLETS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Diffusers. 2. Registers 3. Grilles.

1.2 REFERENCES

A. Air Movement and Control Association International, Inc.: 1. AMCA 500 - Test Methods for Louvers, Dampers, and Shutters.

B. American Society of Heating, Refrigerating and Air-Conditioning Engineers: 1. ASHRAE 70 - Method of Testing for Rating the Performance of Air Outlets and Inlets.

C. Sheet Metal and Air Conditioning Contractors: 1. SMACNA - HVAC Duct Construction Standard - Metal and Flexible.

1.3 SUBMITTALS

A. Product Data: Submit sizes, finish, and type of mounting. Submit schedule of outlets and inlets showing type, size, location, application, and noise level.

B. Test Reports: Rating of air outlet and inlet performance.

1.4 QUALITY ASSURANCE

A. Test and rate louver performance in accordance with AMCA 500.

PART 2 PRODUCTS

2.1 RECTANGULAR CEILING DIFFUSERS

A. Manufacturers: 1. Anemostat Air Products 2. E. H Price Company 3. Krueger 4. Nailor Industries, Inc. 5. Titus 6. Tuttle and Bailey

B. Type: Square plaque diffuser to discharge air in 360 degree with sector baffles where indicated.

C. Frame: Surface mount or Inverted T-bar. In plaster ceilings, furnish plaster frame and ceiling frame.

D. Fabrication: Steel or Aluminum with baked enamel finish.

Clark Dietz, Inc. Air Outlets and Inlets

E0140040 233700 - 2

2.2 WALL/CEILING EXHAUST AND RETURN REGISTERS/GRILLES

A. Manufacturers: 1. Anemostat Air Products 2. E. H Price Company 3. Krueger 4. Nailor Industries, Inc. 5. Titus 6. Tuttle and Bailey

B. Type: Streamlined blades, 3/4 inch minimum depth, 3/4 inch maximum spacing, with blades set at 45 degrees, horizontal face.

C. Frame: 1-1/4 inch margin with countersunk screw mounting.

D. Fabrication: Steel with 20 gage minimum frames and 22 gage minimum blades, steel and aluminum with 20 gage minimum frame, or aluminum extrusions, with factory finish, color as selected.

E. Damper: Integral, gang-operated, opposed blade type with removable key operator, operable from face where not individually connected to exhaust fans.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify inlet and outlet locations.

B. Verify ceiling and wall systems are ready for installation.

3.2 INSTALLATION

A. Install diffusers to ductwork with airtight connection.

B. Install balancing dampers on duct take-off to diffusers, grilles, and registers, whether or not dampers are furnished as part of diffuser, grille, and register assembly.

3.3 INTERFACE WITH OTHER PRODUCTS

A. Check location of outlets and inlets and make necessary adjustments in position to conform to architectural features, symmetry, and lighting arrangement.

END OF SECTION 233700

Clark Dietz, Inc. Packaged Rooftop Units

E0140040 238106 - 1

SECTION 238106 PACKAGED ROOFTOP UNITS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Packaged rooftop units.

1.2 REFERENCES

A. Air-Conditioning and Refrigeration Institute: 1. ARI 270 - Sound Rating of Outdoor Unitary Equipment. 2. ARI 340/360 - Commercial and Industrial Unitary Air-Conditioning and Heat Pump Equipment.

B. Air Movement and Control Association International, Inc.: 1. AMCA 500 - Test Methods for Louvers, Dampers, and Shutters.

C. American Society of Heating, Refrigerating and Air-Conditioning Engineers: 1. ASHRAE 52.1 - Gravimetric and Dust-Spot Procedures for Testing Air-Cleaning Devices Used in

General Ventilation for Removing Particulate Matter. 2. ASHRAE 90.1 - Energy Standard for Buildings Except Low-Rise Residential Buildings.

D. ASTM International: 1. ASTM B117 - Standard Practice for Operating Salt Spray (Fog) Apparatus.

E. National Electrical Manufacturers Association: 1. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). 2. NEMA MG 1 - Motors and Generators.

F. National Fire Protection Association: 1. NFPA 54 - National Fuel Gas Code. 2. NFPA 58 - Liquefied Petroleum Gas Code. 3. NFPA 90A - Standard for the Installation of Air Conditioning and Ventilating Systems.

1.3 DEFINITIONS

A. Energy Efficiency Ratio (EER) - Ratio of net cooling capacity in Btuh to total rate of electric input in watts under designated operating conditions.

B. Integrated Part-Load Value (IPLV): Single-number figure of merit based on part-load EER, COP, or kW/ton expressing part-load efficiency for air-conditioning and heat pump equipment on basis of weighted operation at various load capacities for the equipment.

1.4 SUBMITTALS

A. Product Data: Submit data indicating: 1. Cooling and heating capacities. 2. Dimensions. 3. Weights. 4. Rough-in connections and connection requirements.

Clark Dietz, Inc. Packaged Rooftop Units

E0140040 238106 - 2

5. Duct connections. 6. Electrical requirements with electrical characteristics and connection requirements. 7. Controls. 8. Accessories.

B. Manufacturer's Installation Instructions: Submit assembly, support details, connection requirements, and include start-up instructions.

1.5 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of controls installed remotely from units.

B. Operation and Maintenance Data: Submit manufacturer's descriptive literature, operating instructions, installation instructions, and maintenance and repair data.

1.6 QUALITY ASSURANCE

A. Sound Rating: Measure in accordance with ARI 270.

B. Insulation and adhesives: Meet requirements of NFPA 90A.

C. Minimum heating efficiency: 80 percent.

D. Performance Requirements: Conform to minimum EER prescribed by ASHRAE 90.1 when tested in accordance with ARI 340/360.

E. Outside Air Damper Leakage: Test in accordance with AMCA 500.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Accept units on site. Inspect for damage.

B. Protect units from damage by storing off roof until roof mounting curbs are in place.

1.8 COORDINATION

A. Coordinate installation of roof curbs with roof structure, roof deck and roof membrane installation.

PART 2 PRODUCTS

2.1 ROOFTOP UNIT

A. Manufacturers: 1. Diakin Industries 2. Aaon Incorporated 3. Carrier Corp. 4. The Trane Company 5. York International 6. Dunham Bush

B. Product Description: Self-contained, packaged, factory assembled and wired, consisting of roof curb, supply and return plenum, cabinet, supply fan, inlet guide vanes, variable frequency drive, evaporator

Clark Dietz, Inc. Packaged Rooftop Units

E0140040 238106 - 3

coil, compressor, refrigeration circuit, condenser, gas burners, air filters, outdoor air section, exhaust fan, and controls.

C. Compliant with ASHRAE 90.1-2013.

D. Configuration: Downflow air delivery.

E. Mounting Curb: 1. Minimum 12 inch high, galvanized steel, channel frame with gaskets, nailer strips. Full perimeter

curb under entire unit, with gasket strip. 2. Designed for Plenum supply and return below unit with side discharge and rear return (see plans

for locations).

F. Cabinet: 1. Designed for outdoor installation with weatherproof construction. 2. Panels: Double wall, Galvanized steel with corrosion resistant baked enamel finish meeting 750

hour salt spray test in accordance with ASTM B117. Furnish hinged access doors with handles and rubber gaskets at edges.

3. Insulation: Factory applied to exposed vertical panels, horizontal panels, and access doors. 2 inch thick, 1.5 pound per cubic foot density, R-13, protected from erosion or sandwich panels with injected foam.

G. Supply Fan: 1. Fan: Airfoil type, statically and dynamically balanced, resiliently mounted. 2. Fan Drive: Direct or V-Belt type, Cast iron or steel sheaves, dynamically balanced, bored to fit

shafts and keyed. Furnish solid shaft construction. Select Variable and adjustable pitch motor sheave to obtain required rpm with sheaves set at mid-position as recommended by manufacturer. a. Drive Rating: Minimum 1.5 times nameplate rating of motor. b. Steel shaft. c. Bearings with L-50 life at 250,000.

3. Fan motor: Three phase, NEMA MG1, Design B, continuously rated at 40 degrees C, open drip-proof NEMA T frame, with permanently lubricated bearings and integral overload protection.

4. Fan Assembly Mounting: Furnish spring-type vibration isolators.

H. Supply Fan Modulation: 1. Variable Frequency Drive:

a. Furnished for supply fan and return fan. b. Factory installed, wired, and tested. c. Full digital control. d. Insulated Gate Bi-Polar Transistors used to produce output pulse width modulation

waveform allowing quiet operation. e. NEMA 250 Type 1 enclosure. f. Self-diagnostics. g. Proportional-integral-derivative setpoint control. h. Communication port. i. Electronic thermal overload protection.

2. Controlled from duct static pressure by unit mounted controller. Static pressure sensed by duct mounted sensor.

3. Furnish field adjustable duct high limit safety control to protect duct work from excessive duct pressure.

I. Evaporator Coil:

Clark Dietz, Inc. Packaged Rooftop Units

E0140040 238106 - 4

1. Constructed of seamless copper tubes mechanically expanded into aluminum fins. Factory leak tested under water.

2. Stainless Steel drain pan and piping connection. 3. Furnish for multiple circuited units intertwined row circuiting.

J. Compressors: 1. Hermetically sealed, resiliently mounted with positive lubrication, inverter type, and internal

motor overload protection. 2. Factory charged with R-401A. 3. Independent refrigeration cycle for each compressor. 4. Furnish internal vibration isolators. 5. Furnish short cycle protection. 6. Crank cast heater, sight glass, anti-slug protection, time delay to avoid short cycling,

K. Refrigeration circuit: 1. Dehydrate and factory charge each circuit with oil and refrigerant. 2. Furnish the following for each circuit:

a. Thermostatic expansion device. b. Filter-drier. c. Suction, discharge, and liquid line service valves with gauge ports. d. Sight glass. e. High and low pressure safety controls.

3. Furnish capacity control by cycling multi-speed compressors.

L. Condenser: 1. Constructed of copper tubing mechanically bonded to aluminum fins. Factory leak tested under

water. 2. Direct drive propeller fans statically and dynamically balanced. Wired to operate with compressor.

Motor permanently lubricated with built-in thermal overload protection. 3. Furnish factory installed coil guard. 4. Furnish coil with corrosion resistant coating capable of withstanding salt spray test of 1000

hours in accordance with ASTM B117.

M. Air Filters: 2 inch thick glass fiber, MERV 8 disposable media in metal frames.

N. Outdoor Air Section: 1. Economizer: Provide economizer components and controls in accordance with ICC IECC. Furnish

fully integrated factory installed fully modulating from 0 to 100 percent outside air economizer. Economizer operation through microprocessor based primary temperature controls automatically modulate dampers to maintain space temperature and occupancy conditions. a. Outdoor air hood. b. Furnish with outdoor, return and exhaust air dampers sized for full economizer mode.

1) Gasketed design with air leakage rate of less than 1.5 cfm/sq. ft, AMCA 500. 2) Bird Screen on outdoor and exhaust air dampers. 3) Factory installed modulating control damper actuators with spring return.

c. Furnish economizer with dry bulb control. d. Furnish adjustable minimum position control located remotely in space. e. Furnish spring return motor for outside air damper closure during unit shutdown or power

interruption.

O. Exhaust Fan: 1. Fan: Airfoil type, statically and dynamically balanced, resiliently mounted. 2. Fan Drive: Direct drive or V-belt drive, Cast iron or steel sheaves, dynamically balanced, bored to

fit shafts and keyed. Furnish solid shaft construction.

Clark Dietz, Inc. Packaged Rooftop Units

E0140040 238106 - 5

a. Drive Rating: Minimum 1.5 times nameplate rating of motor. 3. Fan motor: Per Manufacturer, NEMA MG1, Design B, continuously rated at 40 degrees C, open

drip-proof 4. Fan Assembly Mounting: Furnish spring-type vibration isolators.

P. Gas Heat Section: 1. Heat Exchanger: Tubular stainless steel heat exchanger with in-shot burner manifold. 2. Natural gas burner with electric ignition 3. Induced draft blower fan. 4. Modulating burner control with roll-out safety protection. 5. Factory installed unit control system to allow gas heat module.

Q. Controls: 1. Variable Air Volume Controls: To operate VAV rooftop from supply air temperature including

supply air sensor, and variable frequency drive. Microprocessor coordinates economizer control and stages of cooling.

2. Furnish interface to Direct Digital Control System. The unit shall be complete with BACnet communication interface that allows direct connection to the existing controls network. The controls interface shall allow access by the Direct Digital Controls system to all internal points available within the unit that can be accessed by the unit manufacturer.

3. Control Functions by Building Automation System (Provided by Temperature Controls Contractor,

for reference only): a. Unit scheduling. b. Occupied-unoccupied mode. c. Start-up and coast-down modes. d. Nighttime free-cool purge mode. e. Demand limiting. f. Night setback. g. Timed override. h. Alarm shutdown. i. Discharge air set point adjustment. j. Static pressure setpoint adjustment.

4. Furnish the following setpoints and diagnostic functions accessible in unit control panel: a. Unit operating mode. b. Unit failure status. c. Supply fan start-stop. d. Supply fan status. e. Supply fan inlet guide vane position. f. Supply fan variable frequency drive percent. g. Exhaust fan start-stop. h. Exhaust fan status. i. Exhaust fan variable frequency drive percent. j. Supply air temperature. k. Supply air temperature high-low limit with alarm. l. Return air temperature. m. Return air temperature high-low limit with alarm. n. Mixed air temperature. o. Mixed air temperature high-low limit with alarm. p. Duct static pressure. q. Duct static pressure high-low limit with alarm. r. Cooling control. s. Cooling status - all stages. t. Heating control.

Clark Dietz, Inc. Packaged Rooftop Units

E0140040 238106 - 6

u. Heating status. v. Number of stages activated. w. Damper control. x. Economizer status. y. Requested minimum position. z. Damper positions. aa. Filter status. bb. Smoke detector status. cc. Outside air temperature. dd. Outside relative humidity.

5. Ventilation Override: Factory installed. Binary input from independent fire or life safety panel causes unit to override standard operation and assumes one of two factory preset ventilation sequences - purge or pressurization.

R. Accessories: 1. Convenience Outlet: Factory installed, 115 volt, 15 amp, GFI type, internally mounted. Factory

wired from transformer internal to unit. 2. Roof Curb Adaptor Package: Furnish duct support hardware to adapt unit to roof curb. 3. Being able to communicate with VVT system control panel.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify roof curbs are installed and dimensions are as instructed by manufacturer.

3.2 INSTALLATION

A. Curb: 1. Assemble curb. 2. Install curb level. 3. Coordinate curb installation and flashing. 4. Install units on curb providing watertight enclosure to protect ductwork and utility services. 5. Install gasket material between unit base and curb.

B. Install units on vibration isolators.

C. Connect units to supply and return ductwork with flexible connections.

D. Install condensate piping with trap and route from drain pan to nearest roof drain.

E. Install components furnished loose for field mounting.

F. Install electrical devices furnished loose for field mounting.

G. Install control wiring between unit and field installed accessories.

H. Remove from roof and dispose off-site panels removed from units during installation of economizer.

I. Provide sheaves required for final air balance.

Clark Dietz, Inc. Packaged Rooftop Units

E0140040 238106 - 7

3.3 MANUFACTURER'S FIELD SERVICES

A. Furnish services of factory trained representative for minimum of two days to leak test, refrigerant pressure test, evacuate, dehydrate, charge, start-up, calibrate controls, and instruct Owner on operation and maintenance.

B. Start-up units according to manufacturer's start-up instructions and in presence of unit manufacturer's representative, general contractor, sub-contractor, engineer and owner. Test controls and demonstrate compliance with requirements. Adjust burners for maximum efficiency. Replace damaged or malfunctioning controls and equipment.

C. Provide services of factory trained representative for two years after final acceptance of the unit.

3.4 CLEANING

A. Vacuum clean coils and inside of cabinets.

B. Install temporary filters during construction period. Replace with permanent filters at Substantial Completion.

3.5 DEMONSTRATION

A. Furnish services of manufacturer's technical representative for one 8 hour day to instruct Owner's personnel in operation and maintenance of units. Schedule training with Owner, provide at least 7 days’ notice to Owner of training date.

END OF SECTION 238106

Clark Dietz, Inc. Low-Voltage Electrical Power Conductors and Cables

E0140040 26 05 19 - 1

SECTION 26 05 19

LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

PART 1 GENERAL

1.1 SUMMARY

A. Section includes building wire and cable, wiring connectors and connections.

B. Related Sections: 1. Section 26 05 53 - Identification for Electrical Systems: Product requirements for wire

identification.

1.2 REFERENCES

A. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and

Systems.

B. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 2. NFPA 262 - Standard Method of Test for Flame Travel and Smoke of Wires and Cables for Use in

Air-Handling Spaces.

C. Underwriters Laboratories, Inc.: 1. UL 1277 - Standard for Safety for Electrical Power and Control Tray Cables with Optional Optical-

Fiber Members.

1.3 SYSTEM DESCRIPTION

A. Product Requirements: Provide products as follows: 1. Stranded conductor for feeders and branch circuits 10 AWG and smaller. 2. Stranded conductors for control circuits. 3. Conductor not smaller than 12 AWG for power and lighting circuits. 4. Conductor not smaller than 14 AWG for control circuits. 5. Increase wire size in branch circuits to limit voltage drop to a maximum of 3 percent.

B. Wiring Methods: Provide the following wiring methods: 1. Concealed Dry Interior Locations: Use only building wire, Type THHN/THWN insulation in raceway. 2. Exposed Dry Interior Locations: Use only building wire, Type THHN/THWN insulation in raceway. 3. Above Accessible Ceilings: Use only building wire, Type THHN/THWN insulation in raceway. 4. Wet or Damp Interior Locations: Use only building wire, Type XHHW insulation in raceway. 5. Exterior Locations: Use only building wire, Type XHHW insulation in raceway. 6. Underground Locations: Use only building wire, Type XHHW insulation in raceway.

1.4 DESIGN REQUIREMENTS

A. Conductor sizes are based on copper.

Clark Dietz, Inc. Low-Voltage Electrical Power Conductors and Cables

E0140040 26 05 19 - 2

1.5 SUBMITTALS

A. Product Data: Submit for building wire.

1.6 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of components and circuits.

1.7 QUALITY ASSURANCE

A. Provide wiring materials located in plenums with peak optical density not greater than 0.5, average optical density not greater than 0.15, and flame spread not greater than 5 feet (1.5 m) when tested in accordance with NFPA 262.

1.8 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience.

1.9 FIELD MEASUREMENTS

A. Verify field measurements are as indicated on Drawings.

1.10 COORDINATION

A. Where wire and cable destination is indicated and routing is not shown, determine routing and lengths required.

B. Wire and cable routing indicated is approximate unless dimensioned.

PART 2 PRODUCTS

2.1 BUILDING WIRE

A. Manufacturers: 1. Southwire Company. 2. General Cable. 3. Approved Equal.

B. Product Description: Single conductor insulated wire.

C. Conductor: Copper.

D. Insulation Voltage Rating: 600 volts.

E. Insulation Temperature Rating: 90 degrees C.

2.2 WIRING CONNECTORS

A. Manufacturers; Insulated Mechanical Lugs: 1. NSI Polaris. 2. Ilsco.

Clark Dietz, Inc. Low-Voltage Electrical Power Conductors and Cables

E0140040 26 05 19 - 3

3. Approved Equal.

B. Manufacturers; Solderless Pressure Connectors: 1. 3M. 2. Ideal Industries. 3. Approved Equal.

C. Manufacturers; Spring Wire Connectors: 1. 3M. 2. Ideal Industries. 3. Approved Equal.

D. Manufacturers; Compression Connectors: 1. Burndy. 2. Ideal Industries. 3. Approved Equal.

2.3 TERMINATIONS

A. Terminal Lugs for Wires 6 AWG and Smaller: Solderless, compression type copper.

B. Lugs for Wires 4 AWG and Larger: Color keyed, compression type copper, with insulating sealing collars.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify interior of building has been protected from weather.

B. Verify mechanical work likely to damage wire and cable has been completed.

C. Verify raceway installation is complete and supported.

3.2 PREPARATION

A. Completely and thoroughly swab raceway before installing wire.

3.3 EXISTING WORK

A. Remove exposed abandoned wire and cable, including abandoned wire and cable above accessible ceiling finishes. Patch surfaces where removed cables pass through building finishes.

B. Disconnect abandoned circuits and remove circuit wire and cable. Remove abandoned boxes when wire and cable servicing boxes is abandoned and removed. Install blank cover for abandoned boxes not removed.

C. Provide access to existing wiring connections remaining active and requiring access. Modify installation or install access panel.

D. Extend existing circuits using materials and methods as specified.

Clark Dietz, Inc. Low-Voltage Electrical Power Conductors and Cables

E0140040 26 05 19 - 4

E. Clean and repair existing wire and cable remaining or wire and cable to be reinstalled.

3.4 INSTALLATION

A. Route wire and cable to meet Project conditions.

B. Neatly train and lace wiring inside boxes, equipment, and panelboards.

C. Identify wire and cable under provisions of Section 26 05 53. Identify each conductor with its circuit number or other designation indicated.

D. Special Techniques--Building Wire in Raceway: 1. Pull conductors into raceway at same time. 2. Install building wire 4 AWG and larger with pulling equipment.

E. Special Techniques - Wiring Connections: 1. Clean conductor surfaces before installing lugs and connectors. 2. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible

temperature rise. 3. Tape uninsulated conductors and connectors with electrical tape to 150 percent of insulation

rating of conductor. 4. Install insulated mechanical lugs for copper conductor splices and taps, 6 AWG and larger. 5. Install solderless pressure connectors with insulating covers for copper conductor splices and

taps, 8 AWG and smaller. 6. Install insulated spring wire connectors with plastic caps for copper conductor splices and taps,

10 AWG and smaller.

F. Install stranded conductors for branch circuits 10 AWG and smaller. Install crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under screws.

G. Install terminal lugs on ends of 600-volt wires unless lugs are furnished on connected device, such as circuit breakers.

H. Size lugs in accordance with manufacturer’s recommendations terminating wire sizes. Install 2-hole type lugs to connect wires 4 AWG and larger to copper bus bars.

I. For terminal lugs fastened together such as on motors, transformers, and other apparatus, or when space between studs is small enough that lugs can turn and touch each other, insulate for dielectric strength of 2-1/2 times normal potential of circuit.

Clark Dietz, Inc. Low-Voltage Electrical Power Conductors and Cables

E0140040 26 05 19 - 5

3.5 WIRE COLOR

A. General: 1. For wire sizes 10 AWG and smaller, install wire colors in accordance with the following:

a. Black, red, and blue for circuits at 120/208 volts single or three phase. 2. For wire sizes 8 AWG and larger, identify wire with colored tape at terminals, splices and boxes.

Colors are as follows: a. Black and red for single phase circuits at 120/240 volts. b. Black, red, and blue for circuits at 120/208 volts single or three phase. c. Orange, brown, and yellow for circuits at 277/480 volts single or three phase.

B. Neutral Conductors: White. When two or more neutrals are located in one conduit, individually identify each with proper circuit number.

C. Branch Circuit Conductors: Install three or four wire home runs with each phase uniquely color coded.

D. Feeder Circuit Conductors: Uniquely color code each phase.

E. Ground Conductors: 1. For 6 AWG and smaller: Green. 2. For 4 AWG and larger: Identify with green tape at both ends and visible points including junction

boxes.

3.6 FIELD QUALITY CONTROL

A. Visually inspect conductors, lugs, connectors and all other components for physical damage and proper connections.

B. Check all conductor connectors for tightness (with a torque wrench) and clearances. Torque test conductor terminations to manufacturer’s recommendations.

END OF SECTION 260519

Clark Dietz, Inc. Grounding and Bonding for Electrical Systems

E0140040 26 05 26 - 1

SECTION 26 05 26

GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Rod electrodes. 2. Wire. 3. Mechanical connectors. 4. Exothermic connections.

1.2 REFERENCES

A. Institute of Electrical and Electronics Engineers: 1. IEEE 142 - Recommended Practice for Grounding of Industrial and Commercial

Power Systems. 2. IEEE 1100 - Recommended Practice for Powering and Grounding Electronic

Equipment.

B. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution

Equipment and Systems.

C. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 2. NFPA 99 - Standard for Health Care Facilities.

1.3 SYSTEM DESCRIPTION

A. Grounding systems use the following elements as grounding electrodes: 1. Existing Metal underground water pipe. 2. Metal building frame. 3. Concrete-encased electrode. 4. Rod electrode.

1.4 DESIGN REQUIREMENTS

A. Not Used.

1.5 PERFORMANCE REQUIREMENTS

A. Not Used.

Clark Dietz, Inc. Grounding and Bonding for Electrical Systems

E0140040 26 05 26 - 2

1.6 SUBMITTALS

A. Product Data: Submit data on grounding electrodes and connections.

1.7 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of components and grounding electrodes.

1.8 QUALITY ASSURANCE

A. Provide grounding materials conforming to requirements of NEC, IEEE 142, and UL labeled.

1.9 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years experience.

1.10 PRE-INSTALLATION MEETINGS

A. None Required.

1.11 DELIVERY, STORAGE, AND HANDLING

A. Accept materials on site in original factory packaging, labeled with manufacturer's identification.

B. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original packaging.

C. Do not deliver items to project before time of installation. Limit shipment of bulk and multiple-use materials to quantities needed for immediate installation.

1.12 COORDINATION

A. Complete grounding and bonding of building reinforcing steel prior concrete placement.

PART 2 PRODUCTS

2.1 ROD ELECTRODES

A. Manufacturers: 1. Erico. 2. Harger Lightning and Grounding. 3. Approved Equal.

B. Product Description: 1. Material: Copper-clad steel. 2. Diameter: 3/4-inch. 3. Length: 10 feet.

C. Connector: Connector for exothermic welded connection.

Clark Dietz, Inc. Grounding and Bonding for Electrical Systems

E0140040 26 05 26 - 3

2.2 WIRE

A. Material: Stranded copper.

B. Grounding Electrode Conductor: Copper conductor bare.

C. Bonding Conductor: Copper conductor bare.

2.3 MECHANICAL CONNECTORS

A. Manufacturers: 1. Burndy. 2. Erico. 3. Approved Equal.

B. Description: Bronze connectors, suitable for grounding and bonding applications, in configurations required for particular installation.

2.4 EXOTHERMIC CONNECTIONS

A. Manufacturers: 1. Burndy. 2. Erico. 3. Approved Equal.

B. Product Description: Exothermic materials, accessories, and tools for preparing and making permanent field connections between grounding system components.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify final backfill and compaction has been completed before driving rod electrodes.

3.2 PREPARATION

A. Remove paint, rust, mill oils, surface contaminants at connection points.

3.3 EXISTING WORK

A. Remove all accessible existing conductors and connections associated with the existing grounding electrode system after the existing electrical service is de-energized and removed.

Clark Dietz, Inc. Grounding and Bonding for Electrical Systems

E0140040 26 05 26 - 4

3.4 INSTALLATION

A. Install rod electrodes at locations as indicated on Drawings.

B. Install grounding and bonding conductors concealed from view.

C. Equipment Grounding Conductor: Install separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing.

D. Install continuous grounding using underground cold-water system and building steel as grounding electrode. Where water piping is not available, install artificial station ground by means of driven rods or buried electrodes.

E. Permanently ground entire light and power system in accordance with NEC, including service equipment, distribution panels, lighting panelboards, switch and starter enclosures, motor frames, grounding type receptacles, and other exposed non-current carrying metal parts of electrical equipment.

F. Install branch circuits feeding isolated ground receptacles with separate insulated grounding conductor, connected only at isolated ground receptacle, ground terminals, and at ground bus of serving panel.

G. Accomplish grounding of electrical system by using insulated grounding conductor installed with feeders and branch circuit conductors in conduits. Size grounding conductors in accordance with NEC. Install from grounding bus of serving panel to ground bus of served panel, grounding screw of receptacles, lighting fixture housing, light switch outlet boxes or metal enclosures of service equipment. Ground conduits by means of grounding bushings on terminations at panelboards with installed number 12 conductor to grounding bus.

H. Permanently attach equipment and grounding conductors prior to energizing equipment.

3.5 FIELD QUALITY CONTROL

A. Inspect the ground system for adequate termination at all devices.

B. Inspect grounding and bonding system conductors and connections for tightness and proper installation.

C. Perform fall-of-potential ground resistance test. Provide test results for review to the engineer.

D. When improper grounding is found on receptacles, check receptacles in entire project and correct. Perform retest.

END OF SECTION 260526

Clark Dietz, Inc. Hangers and Supports for Electrical Systems

E0140040 26 05 29 - 1

SECTION 26 05 29

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Conduit supports. 2. Formed steel channel. 3. Spring steel clips. 4. Sleeves. 5. Mechanical sleeve seals. 6. Firestopping relating to electrical work. 7. Firestopping accessories. 8. Equipment bases and supports.

1.2 REFERENCES

A. ASTM International: 1. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. 2. ASTM E119 - Standard Test Methods for Fire Tests of Building Construction and Materials. 3. ASTM E814 - Standard Test Method for Fire Tests of Through-Penetration Fire Stops. 4. ASTM E1966 - Standard Test Method for Fire-Resistive Joint Systems.

B. FM Global: 1. FM - Approval Guide, A Guide to Equipment, Materials & Services Approved by Factory Mutual

Research for Property Conservation.

C. National Fire Protection Association: 1. NFPA 70 - National Electrical Code.

D. Underwriters Laboratories Inc.: 1. UL 263 - Fire Tests of Building Construction and Materials. 2. UL 723 - Tests for Surface Burning Characteristics of Building Materials. 3. UL 1479 - Fire Tests of Through-Penetration Firestops. 4. UL 2079 - Tests for Fire Resistance of Building Joint Systems. 5. UL - Fire Resistance Directory.

E. Intertek Testing Services (Warnock Hersey Listed): 1. WH - Certification Listings.

1.3 DEFINITIONS

A. Firestopping (Through-Penetration Protection System): Sealing or stuffing material or assembly placed in spaces between and penetrations through building materials to arrest movement of fire, smoke, heat, and hot gases through fire rated construction.

Clark Dietz, Inc. Hangers and Supports for Electrical Systems

E0140040 26 05 29 - 2

1.4 SYSTEM DESCRIPTION

A. Firestopping Materials: ASTM E119, ASTM E814, UL 263, or UL 1479 to achieve fire ratings of adjacent construction.

B. Firestop interruptions to fire rated assemblies, materials, and components.

1.5 PERFORMANCE REQUIREMENTS

A. Firestopping: Conform to applicable code for fire resistance ratings and surface burning characteristics.

1.6 SUBMITTALS

A. Shop Drawings: Indicate system layout with location and detail of trapeze hangers.

B. Product Data: 1. Hangers and Supports: Submit manufacturers catalog data including load capacity. 2. Firestopping: Submit data on product characteristics, performance and limitation criteria.

1.7 QUALITY ASSURANCE

A. Through Penetration Firestopping of Fire Rated Assemblies: UL 1479 or ASTM E814 with 0.10-inch water gage minimum positive pressure differential to achieve fire F-Ratings and temperature T-Ratings as indicated on Drawings, but not less than 1-hour. 1. Wall Penetrations: Fire F-Ratings as indicated on Drawings, but not less than 1-hour. 2. Floor and Roof Penetrations: Fire F-Ratings and temperature T-Ratings as indicated on Drawings,

but not less than 1-hour. a. Floor Penetrations Within Wall Cavities: T-Rating is not required.

B. Through Penetration Firestopping of Non-Fire Rated Floor and Roof Assemblies: Materials to resist free passage of flame and products of combustion. 1. Noncombustible Penetrating Items: Noncombustible materials for penetrating items connecting

maximum of three stories. 2. Penetrating Items: Materials approved by authorities having jurisdiction for penetrating items

connecting maximum of two stories.

C. Fire Resistant Joints in Fire Rated Floor, Roof, and Wall Assemblies: ASTM E1966 or UL 2079 to achieve fire resistant rating as indicated on Drawings for assembly in which joint is installed.

D. Fire Resistant Joints Between Floor Slabs and Exterior Walls: ASTM E119 with 0.10-inch water gage minimum positive pressure differential to achieve fire resistant rating as indicated on Drawings for floor assembly.

E. Surface Burning Characteristics: Maximum 25/450 flame spread/smoke developed index when tested in accordance with ASTM E84.

1.8 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience.

Clark Dietz, Inc. Hangers and Supports for Electrical Systems

E0140040 26 05 29 - 3

1.9 PRE-INSTALLATION MEETINGS

A. None Required.

1.10 DELIVERY, STORAGE, AND HANDLING

A. Accept materials on site in original factory packaging, labeled with manufacturer's identification.

B. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original packaging.

1.11 ENVIRONMENTAL REQUIREMENTS

A. Do not apply firestopping materials when temperature of substrate material and ambient air is below 60 degrees F.

B. Maintain this minimum temperature before, during, and for minimum 3 days after installation of firestopping materials.

PART 2 PRODUCTS

2.1 CONDUIT SUPPORTS

A. Manufacturers: 1. Thomas and Betts Corporation. 2. Unistrut. 3. Approved Equal.

B. Hanger Rods: Threaded high tensile strength galvanized carbon steel with free running threads.

C. Beam Clamps: Malleable Iron, with tapered hole in base and back to accept either bolt or hanger rod. Set screw: hardened steel.

D. Conduit clamps for trapeze hangers: Galvanized steel, notched to fit trapeze with single bolt to tighten.

E. Conduit clamps - general purpose: One-hole malleable iron for surface mounted conduits.

2.2 FORMED STEEL CHANNEL

A. Manufacturers: 1. B-Line. 2. Unistrut. 3. Approved Equal.

B. Product Description: Galvanized 12 gage thick steel. With holes 1-1/2 inches on center.

Clark Dietz, Inc. Hangers and Supports for Electrical Systems

E0140040 26 05 29 - 4

2.3 SPRING STEEL CLIPS

A. Manufacturers: 1. B-Line. 2. Minerallac Company. 3. Approved Equal.

B. Product Description: Mounting hole and screw closure.

2.4 SLEEVES

A. Sleeves for Through Non-fire Rated Floors: 18 gage thick galvanized steel.

B. Sleeves for Through Non-fire Rated Beams, Walls, Footings, and Potentially Wet Floors: Steel pipe or 18 gage thick galvanized steel.

C. Sleeves for Through Fire Rated and Fire Resistive Floors and Walls, and Fire Proofing: Prefabricated fire rated sleeves including seals, UL listed.

D. Stuffing and Fire-stopping Insulation: Glass fiber type, non-combustible.

2.5 MECHANICAL SLEEVE SEALS

A. Manufacturers: 1. Link-Seal. 2. Approved Equal.

B. Product Description: Modular mechanical type, consisting of interlocking synthetic rubber links shaped to continuously fill annular space between object and sleeve, connected with bolts and pressure plates causing rubber sealing elements to expand when tightened, providing watertight seal and electrical insulation.

2.6 FIRESTOPPING

A. Manufacturers: 1. 3M. 2. Hilti. 3. Approved Equal.

B. Product Description: Different types of products by multiple manufacturers are acceptable as required to meet specified system description and performance requirements; provide only one type for each similar application. 1. Silicone Firestopping Elastomeric Firestopping: Single or Multiple component silicone elastomeric

compound and compatible silicone sealant. 2. Foam Firestopping Compounds: Single or Multiple component foam compound. 3. Formulated Firestopping Compound of Incombustible Fibers: Formulated compound mixed with

incombustible non-asbestos fibers. 4. Fiber Stuffing and Sealant Firestopping: Composite of mineral fiber stuffing insulation with

silicone elastomer for smoke stopping. 5. Mechanical Firestopping Device with Fillers: Mechanical device with incombustible fillers and

silicone elastomer, covered with sheet stainless steel jacket, joined with collars, penetration sealed with flanged stops.

Clark Dietz, Inc. Hangers and Supports for Electrical Systems

E0140040 26 05 29 - 5

6. Intumescent Firestopping: Intumescent putty compound which expands on exposure to surface heat gain.

7. Firestop Pillows: Formed mineral fiber pillows.

C. Color: Red.

2.7 FIRESTOPPING ACCESSORIES

A. Primer: Type recommended by firestopping manufacturer for specific substrate surfaces and suitable for required fire ratings.

B. Dam Material: Permanent: 1. Sheet metal.

C. Installation Accessories: Provide clips, collars, fasteners, temporary stops or dams, and other devices required to position and retain materials in place.

D. General: 1. Furnish UL listed products. 2. Select products with rating not less than rating of wall or floor being penetrated.

E. Non-Rated Surfaces: 1. Stamped steel, chrome plated, hinged, split ring escutcheons or floor plates or ceiling plates for

covering openings in occupied areas where conduit is exposed. 2. For exterior wall openings below grade, furnish modular mechanical type seal consisting of

interlocking synthetic rubber links shaped to continuously fill annular space between conduit and cored opening or water-stop type wall sleeve.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify openings are ready to receive sleeves.

B. Verify openings are ready to receive firestopping.

3.2 PREPARATION

A. Clean substrate surfaces of dirt, dust, grease, oil, loose material, or other matter affecting bond of firestopping material.

B. Remove incompatible materials affecting bond.

C. Install damming materials to arrest liquid material leakage.

D. Do not drill or cut structural members.

Clark Dietz, Inc. Hangers and Supports for Electrical Systems

E0140040 26 05 29 - 6

3.3 INSTALLATION - HANGERS AND SUPPORTS

A. Anchors and Fasteners: 1. Concrete Structural Elements: Provide expansion anchors. 2. Steel Structural Elements: Provide beam clamps or spring steel clips. 3. Concrete Surfaces: Provide expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Provide toggle bolts or hollow wall

fasteners. 5. Solid Masonry Walls: Provide expansion anchors. 6. Sheet Metal: Provide sheet metal screws. 7. Wood Elements: Provide wood screws.

B. Install conduit and raceway support and spacing in accordance with NEC.

C. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit.

D. Install multiple conduit runs on common hangers.

E. Supports: 1. Fabricate supports from structural steel or formed steel channel. Install hexagon head bolts to

present neat appearance with adequate strength and rigidity. Install spring lock washers under nuts.

2. Install surface mounted cabinets and panelboards with minimum of four anchors. 3. In wet and damp locations install steel channel supports to stand cabinets and panelboards 1

inch off wall. 4. Support vertical conduit at every floor.

3.4 INSTALLATION - FIRESTOPPING

A. Install material at fire rated construction perimeters and openings containing penetrating sleeves, piping, ductwork, conduit and other items, requiring firestopping.

B. Apply primer where recommended by manufacturer for type of firestopping material and substrate involved, and as required for compliance with required fire ratings.

C. Apply firestopping material in sufficient thickness to achieve required fire and smoke rating.

D. Compress fibered material to maximum 40 percent of its uncompressed size.

E. Place foamed material in layers to ensure homogenous density, filling cavities and spaces. Place sealant to completely seal junctions with adjacent dissimilar materials.

F. Place intumescent coating in sufficient coats to achieve rating required.

G. Remove dam material after firestopping material has cured.

H. Fire Rated Surface: 1. Seal opening at floor, wall, partition, ceiling, and roof as follows:

a. Install sleeve through opening and extending beyond minimum of 1 inch on both sides of building element.

b. Size sleeve allowing minimum of 1-inch void between sleeve and building element. c. Pack void with backing material.

Clark Dietz, Inc. Hangers and Supports for Electrical Systems

E0140040 26 05 29 - 7

d. Seal ends of sleeve with UL listed fire resistive silicone compound to meet fire rating of structure penetrated.

2. Where conduit penetrates fire rated surface, install firestopping product in accordance with manufacturer's instructions.

I. Non-Rated Surfaces: 1. Seal opening through non-fire rated wall, partition, floor, ceiling, and roof opening as follows:

a. Install sleeve through opening and extending beyond minimum of 1 inch on both sides of building element.

b. Size sleeve allowing minimum of 1-inch void between sleeve and building element. c. Install type of firestopping material recommended by manufacturer.

2. Install escutcheons, floor plates or ceiling plates where conduit, penetrates non-fire rated surfaces in occupied spaces. Occupied spaces include rooms with finished ceilings and where penetration occurs below finished ceiling.

3. Exterior wall openings below grade: Assemble rubber links of mechanical seal to size of conduit and tighten in place, in accordance with manufacturer's instructions.

3.5 INSTALLATION - EQUIPMENT BASES AND SUPPORTS

A. Provide housekeeping pads of concrete, minimum 3-1/2 inches thick and extending 6 inches beyond supported equipment.

B. Using templates furnished with equipment, install anchor bolts, and accessories for mounting and anchoring equipment.

C. Construct supports of formed steel channel. Brace and fasten with flanges bolted to structure.

3.6 INSTALLATION - SLEEVES

A. Exterior watertight entries: Seal with adjustable interlocking rubber links.

B. Conduit penetrations not required to be watertight: Sleeve and fill with silicon foam.

C. Set sleeves in position in forms. Provide reinforcing around sleeves.

D. Size sleeves large enough to allow for movement due to expansion and contraction. Provide for continuous insulation wrapping.

E. Extend sleeves through floors 1 inch above finished floor level. Caulk sleeves.

F. Where conduit or raceway penetrates floor, ceiling, or wall, close off space between conduit or raceway and adjacent work with stuffing or fire stopping insulation and caulk airtight. Provide close fitting metal collar or escutcheon covers at both sides of penetration.

G. Install chrome plated steel escutcheons at finished surfaces.

3.7 FIELD QUALITY CONTROL

A. Inspect installed firestopping for compliance with specifications and submitted schedule.

3.8 CLEANING

A. Clean adjacent surfaces of firestopping materials.

Clark Dietz, Inc. Hangers and Supports for Electrical Systems

E0140040 26 05 29 - 8

3.9 PROTECTION OF FINISHED WORK

A. Protect adjacent surfaces from damage by material installation.

END OF SECTION 260529

Clark Dietz, Inc. Raceway and Boxes for Electrical Systems

E0140040 26 05 33 - 1

SECTION 26 05 33

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

PART 1 GENERAL

1.1 SUMMARY

A. Section includes conduit and tubing, surface raceways, wireways, outlet boxes, pull and junction boxes, and handholes.

B. Related Sections: 1. Section 26 05 26 - Grounding and Bonding for Electrical Systems. 2. Section 26 05 29 - Hangers and Supports for Electrical Systems. 3. Section 26 05 53 - Identification for Electrical Systems. 4. Section 26 27 26 - Wiring Devices.

1.2 UNIT PRICE - MEASUREMENT AND PAYMENT

A. Note Used.

1.3 REFERENCES

A. American National Standards Institute: 1. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. 2. ANSI C80.3 - Specification for Electrical Metallic Tubing, Zinc Coated. 3. ANSI C80.5 - Aluminum Rigid Conduit - (ARC).

B. National Electrical Manufacturers Association: 1. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). 2. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. 3. NEMA OS 1 - Sheet Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. 4. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers, and Box Supports. 5. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and

Intermediate Metal Conduit. 6. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 7. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing.

1.4 SYSTEM DESCRIPTION

A. Raceway and boxes located as indicated on Drawings, and at other locations required for splices, taps, wire pulling, equipment connections, and compliance with regulatory requirements. Raceway and boxes are shown in approximate locations unless dimensioned. Provide raceway to complete wiring system.

B. Underground More than 5 feet outside Foundation Wall: Provide thin-wall nonmetallic conduit. Provide cast metal boxes or nonmetallic handhole.

C. Underground Within 5 feet from Foundation Wall: Provide rigid steel conduit. Provide cast metal or nonmetallic boxes.

Clark Dietz, Inc. Raceway and Boxes for Electrical Systems

E0140040 26 05 33 - 2

D. Under Slab on Grade: Provide thin-wall nonmetallic conduit up to the point of transition from under slab on grade to above slab on grade. Provide rigid steel conduit elbows and rigid steel conduit for slab penetrations. Provide cast or nonmetallic metal boxes.

E. Outdoor Locations, Above Grade: Provide rigid steel conduit. Provide cast metal or nonmetallic outlet, pull, and junction boxes.

F. Wet and Damp Locations: Provide rigid steel conduit. Provide cast metal or nonmetallic outlet, junction, and pull boxes. Provide flush mounting outlet box in finished areas.

G. Indoor Concealed Dry Locations: Provide electrical metallic tubing unless noted otherwise on the drawings. Provide sheet-metal boxes. Provide flush mounting outlet box in finished areas. Provide hinged enclosure for large pull boxes.

H. Indoor Exposed Dry Locations: Provide electrical metallic tubing unless noted otherwise on the drawings. Provide sheet-metal boxes. Provide flush mounting outlet box in finished areas. Provide hinged enclosure for large pull boxes.

1.5 DESIGN REQUIREMENTS

A. Minimum Raceway Size: 3/4 inch unless otherwise specified.

1.6 SUBMITTALS

A. Product Data: Submit for the following: 1. Flexible metal conduit. 2. Liquidtight flexible metal conduit. 3. Nonmetallic conduit. 4. Raceway fittings.

1.7 CLOSEOUT SUBMITTALS

A. Project Record Documents: 1. Record actual routing of conduits 2 inch and larger. 2. Record actual locations and mounting heights of outlet, pull, and junction boxes.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering.

B. Protect PVC conduit from sunlight.

1.9 COORDINATION

A. Coordinate mounting heights, orientation and locations of outlets mounted above counters, benches, and backsplashes.

Clark Dietz, Inc. Raceway and Boxes for Electrical Systems

E0140040 26 05 33 - 3

PART 2 PRODUCTS

2.1 METAL CONDUIT

A. Manufacturers: 1. Allied Tube and Conduit. 2. Wheatland Tube Company. 3. Approved Equal.

B. Rigid Steel Conduit: ANSI C80.1.

C. Fittings and Conduit Bodies: NEMA FB 1; all steel fittings.

2.2 FLEXIBLE METAL CONDUIT

A. Manufacturers: 1. AFC Cable systems. 2. Southwire Company. 3. Approved Equal.

B. Product Description: Interlocked steel construction.

C. Fittings: NEMA FB 1.

2.3 LIQUIDTIGHT FLEXIBLE METAL CONDUIT

A. Manufacturers: 1. AFC Cable Systems. 2. Southwire Company. 3. Approved Equal.

B. Product Description: Interlocked steel construction with PVC jacket.

C. Fittings: NEMA FB 1.

2.4 ELECTRICAL METALLIC TUBING (EMT)

A. Manufacturers: 1. Allied Tube and Conduit. 2. Wheatland Tube Company. 3. Approved Equal.

B. Product Description: ANSI C80.3; galvanized tubing.

C. Fittings and Conduit Bodies: NEMA FB 1; steel set screw type.

Clark Dietz, Inc. Raceway and Boxes for Electrical Systems

E0140040 26 05 33 - 4

2.5 NONMETALLIC CONDUIT

A. Manufacturers: 1. Carlon. 2. Cantex. 3. Approved Equal.

B. Product Description: NEMA TC 2; Schedule 40 “thin-wall” PVC.

C. Fittings and Conduit Bodies: NEMA TC 3.

2.6 WIREWAY

A. Manufacturers: 1. Hoffman. 2. B-Line. 3. Approved Equal.

B. Product Description: General purpose type wireway for indoor use. Raintight type wireway for outdoor use.

C. Knockouts: None.

D. Cover: Hinged cover. Provide full gaskets for raintight type.

E. Fittings: Lay-in type.

F. Finish: Rust inhibiting primer coating with gray enamel finish.

2.7 OUTLET BOXES

A. Manufacturers: 1. RACO. 2. Carlon. 3. Approved Equal.

B. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. 1. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; furnish

1/2-inch male fixture studs where required. 2. Concrete Ceiling Boxes: Concrete type.

C. Nonmetallic Outlet Boxes: NEMA OS 2.

D. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Furnish gasketed cover by box manufacturer. Furnish threaded hubs.

E. Wall Plates for Finished Areas: As specified in Section 26 27 26.

F. Wall Plates for Unfinished Areas: Furnish raised surface covers.

Clark Dietz, Inc. Raceway and Boxes for Electrical Systems

E0140040 26 05 33 - 5

2.8 PULL AND JUNCTION BOXES

A. Manufacturers: 1. Hoffman. 2. RACO. 3. Approved Equal.

B. Sheet Metal Boxes: NEMA OS 1, galvanized steel.

C. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat-flanged, surface mounted junction box: 1. Material: Galvanized cast iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless-steel cover screws.

D. In-Ground Cast Metal Box: NEMA 250, Type 6, outside flanged, recessed cover box for flush mounting: 1. Material: Galvanized cast iron. 2. Cover: Nonskid cover with neoprene gasket and stainless-steel cover screws. 3. Cover Legend: "ELECTRIC".

E. Concrete composite Handholes: Die-molded, concrete composite hand holes: 1. Cable Entrance: Pre-cut cable entrance at center bottom of each side. 2. Cover: Concrete composite, weatherproof cover with nonskid finish.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify outlet locations and routing and termination locations of raceway prior to rough-in.

3.2 EXISTING WORK

A. Remove exposed abandoned raceway, including abandoned raceway above accessible ceiling finishes. Cut raceway flush with walls and floors, and patch surfaces.

B. Concealed abandoned raceway shall remain.

C. Disconnect abandoned outlets and remove devices. Remove abandoned outlets when raceway is abandoned and removed. Install blank cover for abandoned outlets not removed.

D. Maintain access to existing boxes and other installations remaining active and requiring access. Modify installation or provide access panel.

E. Extend existing raceway and box installations using materials and methods as specified.

F. Clean and repair existing raceway and boxes to remain or to be reinstalled.

Clark Dietz, Inc. Raceway and Boxes for Electrical Systems

E0140040 26 05 33 - 6

3.3 INSTALLATION

A. Ground and bond raceway and boxes in accordance with Section 26 05 26.

B. Fasten raceway and box supports to structure and finishes in accordance with Section 26 05 29.

C. Identify raceway and boxes in accordance with Section 26 05 53.

D. Arrange raceway and boxes to maintain headroom and present neat appearance.

3.4 INSTALLATION - RACEWAY

A. Raceway routing is shown in approximate locations unless dimensioned. Route to complete wiring system.

B. Arrange raceway supports to prevent misalignment during wiring installation.

C. Support raceway using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers.

D. Group related raceway; support using conduit rack. Construct rack using steel channel specified in Section 26 05 29; provide space on each for 25 percent additional raceways.

E. Do not support raceway with wire or perforated pipe straps. Remove wire used for temporary supports

F. Do not attach raceway to ceiling support wires or other piping systems.

G. Construct wireway supports from steel channel specified in Section 26 05 29.

H. Route exposed raceway parallel and perpendicular to walls.

I. Route raceway installed above accessible ceilings parallel and perpendicular to walls.

J. Route conduit under slab from point-to-point.

K. Maintain clearance between raceway and piping for maintenance purposes.

L. Maintain 12-inch clearance between raceway and surfaces with temperatures exceeding 104 degrees F.

M. Cut conduit square using saw or pipe cutter; de-burr cut ends.

N. Bring conduit to shoulder of fittings; fasten securely.

O. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for minimum 20 minutes.

P. Install conduit hubs to fasten conduit to cast boxes.

Clark Dietz, Inc. Raceway and Boxes for Electrical Systems

E0140040 26 05 33 - 7

Q. Install no more than equivalent of three 90-degree bends between boxes. Install conduit bodies to make sharp changes in direction, as around beams.

R. Avoid moisture traps; install junction box with drain fitting at low points in conduit system.

S. Install fittings to accommodate expansion and deflection where raceway crosses control and expansion joints.

T. Install suitable pull string or cord in each empty raceway except sleeves and nipples.

U. Install suitable caps to protect installed conduit against entrance of dirt and moisture.

V. Surface Raceway: Install flat-head screws, clips, and straps to fasten raceway channel to surfaces; mount plumb and level. Install insulating bushings and inserts at connections to outlets and corner fittings.

W. Close ends and unused openings in wireway.

3.5 INSTALLATION - BOXES

A. Install wall mounted boxes at elevations to accommodate mounting heights as indicated on Drawings.

B. Adjust box location up to 10 feet prior to rough-in to accommodate intended purpose.

C. Orient boxes to accommodate wiring devices oriented as specified in Section 26 27 26.

D. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only.

E. In Accessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed luminaire.

F. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening.

G. Do not install flush mounting box back-to-back in walls; install with minimum 6 inches separation. Install with minimum 24 inches separation in acoustic rated walls.

H. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness.

I. Install stamped steel bridges to fasten flush mounting outlet box between studs.

J. Install flush mounting box without damaging wall insulation or reducing its effectiveness.

K. Install adjustable steel channel fasteners for hung ceiling outlet box.

L. Do not fasten boxes to ceiling support wires or other piping systems.

M. Support boxes independently of conduit.

N. Install gang box where more than one device is mounted together. Do not use sectional box.

Clark Dietz, Inc. Raceway and Boxes for Electrical Systems

E0140040 26 05 33 - 8

O. Install gang box with plaster ring for single device outlets.

3.6 INTERFACE WITH OTHER PRODUCTS

A. Install conduit to preserve fire resistance rating of partitions and other elements.

B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket.

C. Locate outlet boxes to allow luminaires positioned as indicated on Drawings.

D. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices.

3.7 ADJUSTING

A. Adjust flush-mounting outlets to make front flush with finished wall material.

B. Install knockout closures in unused openings in boxes.

3.8 CLEANING

A. Clean interior of boxes to remove dust, debris, and other material.

B. Clean exposed surfaces and restore finish.

END OF SECTION 260533

Clark Dietz, Inc. Identification for Electrical Systems E0140040 26 05 53 - 1

SECTION 26 05 53

IDENTIFICATION FOR ELECTRICAL SYSTEMS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Nameplates. 2. Labels. 3. Wire markers. 4. Underground Warning Tape.

1.2 SUBMITTALS

A. Product Data: 1. Submit manufacturer’s catalog literature for each product required.

B. Samples: 1. Submit two nameplates, 4 x 4 inch in size illustrating materials and engraving quality.

1.3 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of tagged devices; include tag numbers.

1.4 QUALITY ASSURANCE

A. Not Used.

1.5 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years’ experience.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Accept identification products on site in original containers. Inspect for damage.

B. Accept materials on site in original factory packaging, labeled with manufacturer's identification, including product density and thickness.

C. Protect insulation from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original wrapping.

1.7 ENVIRONMENTAL REQUIREMENTS

A. Install labels and nameplates only when ambient temperature and humidity conditions for adhesive are within range recommended by manufacturer.

Clark Dietz, Inc. Identification for Electrical Systems E0140040 26 05 53 - 2

PART 2 PRODUCTS

2.1 NAMEPLATES

A. Product Description: Laminated three-layer plastic with engraved black letters on white contrasting background color.

B. Letter Size: 1. 1/8-inch-high letters for identifying individual equipment and loads.

C. Minimum nameplate thickness: 1/8 inch.

2.2 LABELS

A. Labels: Machine generated vinyl adhesive tape type, with 3/16-inch black letters on white background.

2.3 WIRE MARKERS

A. Manufacturers: 1. Brady. 2. Ideal Industries. 3. Approved Equal.

B. Description: Vinyl coated cloth tape type wire markers.

C. Legend: 1. Power and Lighting Circuits: Branch circuit number. 2. Control Circuits: Control wire number as indicated on schematic and interconnection diagrams.

2.4 UNDERGROUND WARNING TAPE

A. Manufacturers: 1. Brady. 2. Ideal Industries. 3. Approved Equal.

B. Description: 3-inch-wide plastic tape, detectable type, colored red with suitable warning legend describing buried electrical lines.

Clark Dietz, Inc. Identification for Electrical Systems E0140040 26 05 53 - 3

PART 3 EXECUTION

3.1 PREPARATION

A. Degrease and clean surfaces to receive adhesive for identification materials.

3.2 EXISTING WORK

A. Install identification on existing equipment to remain in accordance with this section.

B. Install identification on unmarked existing equipment.

C. Replace lost nameplates.

3.3 INSTALLATION

A. GENERAL 1. Where mixed voltages are used in one building (e.g. 480 volt, 208 volt) each switch, switchboard,

junction box, equipment, etc., on each system shall be labeled for voltage in addition to other requirements listed herein.

2. All branch circuit and power panels shall be identified with the same symbol used in circuit directory in main distribution center.

3. Clean all surfaces before attaching labels with the label manufacturer’s recommended cleaning

agent. Install all labels firmly as recommended by the label manufacturer. Labels shall be installed plumb and neatly on all equipment.

4. Install nameplates parallel to equipment lines.

5. Secure nameplates to equipment fronts using screws, rivets or manufacturer approved adhesive

or cement.

6. Embossed tape will not be permitted for any application.

7. Provide a sign at the service-entrance equipment indicating type and location of on-site emergency power sources and on-site legally required standby power sources, per NEC 700.7 and NEC 701.7.

8. Fire pump disconnects shall be marked as “Fire Pump Disconnecting Means”, per NEC

695.4(B)(3)(c).

9. Provide a sign at each service disconnect indicating “Service Disconnect”, and locate at the switch or circuit breaker, per NEC 230.70(B).

Clark Dietz, Inc. Identification for Electrical Systems E0140040 26 05 53 - 4

B. JUNCTION AND PULLBOX IDENTIFICATION 1. The following junction and pullboxes shall be identified utilizing spray-painted covers:

System Color(s) Secondary Power – 480Y/277V Brown Secondary Power – 208Y/120V, 240/120V White Emergency System – Life Safety Branch (NEC 700) – 480Y/277V Brown/Red Emergency System – Life Safety Branch (NEC 700) – 208Y/120V White/Red Legally Required Standby System (NEC 701) – 480Y/277V Brown/Blue Legally Required Standby System (NEC 701) – 208Y/120V White/Blue Optional Standby System (NEC 702) – 480Y/277V Brown/Yellow Optional Standby System (NEC 702) – 208Y/120V White/Yellow Fire Alarm Red Temperature Control Green Door Control and Door Monitoring System Orange Sound and Intercom Systems Gray Video Surveillance System Yellow Data Blue

2. Additional required junction and pullbox identification shall include: a. Provide circuit numbers and source panel designations for power wiring junction boxes.

Other system junction boxes shall be identified as shown on details or approved shop drawings.

b. Where exposed, junction boxes larger than 8” square shall utilize engraved nameplates with ½” minimum letter height. Identify system source(s) and load(s) served.

c. Where exposed, 8” square and smaller junction boxes shall utilize machine generated, adhesive labels.

d. Where located above an accessible ceiling, junction boxes shall utilize machine generated, adhesive labels.

C. POWER, CONTROL AND SIGNAL WIRE IDENTIFICATION 1. Provide wire labels on each conductor in panelboard gutters, pull boxes, outlet and junction

boxes, and at load connection. Identify with branch circuit or feeder number for power and lighting circuits, and with wire number as indicated on schematic and interconnection diagrams or equipment manufacturer's shop drawings for control and signal wiring.

2. All wiring shall be labeled within 2 to 4 inches of terminations. Each end of a wire or cable shall be labeled as soon as it is terminated including wiring used for temporary purposes.

D. NAMEPLATE ENGRAVING FOR ELECTRICAL EQUIPMENT 1. Provide nameplates of minimum letter height as scheduled below.

a. Distribution Panelboards, Branch Panelboards, Switchboards and Motor Control Centers: 1 inch (25 mm); identify equipment designation. 1/2 inch (13 mm); identify voltage rating, source and room location of the source. Panelboards serving NEC 700, 701 or 702 loads shall identify which branch they serve.

b. Circuit Breakers, Switches, and Motor Starters in Distribution Panelboards, Switchboards and Motor Control Centers: 1/2 inch (13 mm); identify circuit and load served, including location.

c. Individual Circuit Breakers, Disconnect Switches, Enclosed Switches, and Motor Starters: ½ inch (13 mm); identify source and load served.

d. Transformers: 1 inch (25 mm); identify equipment designation. 1/2 inch (13 mm); identify primary and secondary voltages, primary source and location, and secondary load and location.

Clark Dietz, Inc. Identification for Electrical Systems E0140040 26 05 53 - 5

E. PANELBOARD DIRECTORIES 1. Typed directories for panels must be covered with clear plastic, and have a metal frame. Room

number on directories shall be Plan numbers unless Owner so specifies.

F. DEVICE PLATES 1. Each device plate for switches and receptacles shall receive an adhesive type label on the front

of the plate indicating the panel and circuit number serving the device.

G. Wire Marker Installation: 1. Install wire marker for each conductor at panelboard gutters, pull boxes, outlet and junction

boxes and each load connection.

H. Underground Warning Tape Installation: 1. Install underground warning tape along length of each underground conduit, raceway, or cable 6

to 8 inches below finished grade, directly above buried conduit, raceway, or cable.

END OF SECTION 260553

Clark Dietz, Inc. Lighting Control Devises

E0140040 26 51 00 - 1

SECTION 26 09 23

LIGHTING CONTROL DEVICES

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Lighting contactors. 2. Digital Lighting Controls. 3. Low Voltage Ceiling Occupancy Sensors. 4. Relay Power Packs. 5. Wall Mount Vacancy Sensors.

B. Related Sections: 1. Section 26 05 03 - Equipment Wiring Connections: Execution requirements for electric

connections specified by this section. 2. Section 26 05 19 - Low-Voltage Electrical Power Conductors and Cables. 3. Section 26 05 33 - Raceway and Boxes for Electrical Systems: Product requirements for raceway

and boxes for placement by this section. 4. Section 26 05 53 - Identification for Electrical Systems: Product requirements for electrical

identification items for placement by this section.

1.2 REFERENCES

A. National Electrical Manufacturers Association: 1. NEMA FU 1 - Low Voltage Cartridge Fuses. 2. NEMA ICS 2 - Industrial Control and Systems: Controllers, Contractors, and Overload Relays,

Rated Not More Than 2000 Volts AC or 750 Volts DC. 3. NEMA ICS 4 - Industrial Control and Systems: Terminal Blocks. 4. NEMA ICS 5 - Industrial Control and Systems: Control Circuit and Pilot Devices. 5. NEMA ICS 6 - Industrial Control and Systems: Enclosures. 6. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts

Maximum).

1.3 SYSTEM DESCRIPTION

A. The Lighting Control and Automation system as defined under this section covers the following equipment:

1. Lighting Contactors – Electrically Operated, mechanically held contactors in an enclosure.

2. Digital Lighting Management (DLM) local network – Free topology, plug-in wiring system (Cat 5e) for power and data to room devices.

3. Digital Room Controllers – Self-configuring, digitally addressable one, two or three relay plenum-rated controllers for on/off control.

4. Digital Occupancy Sensors – Self-configuring, digitally addressable and calibrated occupancy sensors.

Clark Dietz, Inc. Lighting Control Devises

E0140040 26 51 00 - 2

5. Digital Switches – Self-configuring, digitally addressable pushbutton on/off switches.

6. Low voltage ceiling occupancy sensors – stand alone sensors for individual circuit control when paired with relay power packs.

7. Relay Power Packs – Combination power supply and relay unit for use with low voltage occupancy sensors.

8. Wall mount vacancy sensors – Line Voltage wall mount sensors to shut down lighting on vacancy detection.

1.4 SUBMITTALS

A. Shop Drawings: Indicate dimensioned drawings of lighting control system components and accessories. 1. One Line Diagram: Indicating system configuration indicating panels, number and type of

switches or devices. 2. Include typical wiring diagrams for each component.

B. Product Data: Submit manufacturer’s standard product data for each system component.

C. Manufacturer's Installation Instructions: Submit for each system component.

1.5 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record the following information: 1. Actual locations of components and record circuiting and switching arrangements. 2. Wiring diagrams reflecting field installed conditions with identified and numbered, system

components and devices.

B. Operation and Maintenance Data: 1. Submit replacement parts numbers. 2. Submit manufacturer’s published installation instructions and operating instructions. 3. Recommended renewal parts list.

1.6 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum 10 years’ experience.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Accept components on site in manufacturer’s packaging. Inspect for damage.

B. Protect components by storing in manufacturer’s containers indoor protected from weather.

1.8 WARRANTY

A. Furnish five-year manufacturer warranty for components, excluding labor, from date of shipping.

Clark Dietz, Inc. Lighting Control Devises

E0140040 26 51 00 - 3

1.9 EXTRA MATERIALS

A. Furnish two of each switch type.

B. Furnish two of each occupancy sensor type.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Acceptable Manufacturers: 1. WattStopper 2. Sensor Switch 3. Or equal

B. Basis of Design Products: Design based on products provided by Wattstopper. Individual Wattstopper product numbers are provided in each section.

2.2 LIGHTING CONTACTORS

A. Product Description: NEMA ICS 2, magnetic lighting contactor.

B. Configuration: Mechanically held, 3 wire control.

C. Coil Operating Voltage: 120 volts, 60 Hertz.

D. Poles: To match circuit configuration and control function.

E. Contact Rating: Conductor overcurrent protection, considering derating for continuous loads.

F. Accessories: 1. Cover Mounted Pilot Devices: NEMA ICS 5, standard-duty type with Form Z contacts, rated A150. 2. Selector Switch: ON/OFF/AUTOMATIC function, with rotary action. 3. Indicating Light: Green lens, transformer type, with led lamp. 4. Auxiliary Contacts: One normally open in addition to seal-in contact. 5. Relays: NEMA ICS 2.

G. Enclosure: NEMA ICS 6, to meet conditions. Fabricate enclosure from steel finished with manufacturer's standard gray enamel. 1. Interior Dry Locations: Type 1. 2. Exterior Locations: Type 3R.

2.3 DLM LOCAL NETWORK (Room Network)

A. The DLM local network is a free topology lighting control physical connection and communication protocol designed to control a small area of a building.

B. Features of the DLM local network include:

Clark Dietz, Inc. Lighting Control Devises

E0140040 26 51 00 - 4

1. Plug n’ Go® automatic configuration and binding of occupancy sensors, switches and lighting loads to the most energy-efficient sequence of operation based upon the device attached.

2. Simple replacement of any device in the network with a standard off the shelf unit without requiring commissioning, configuration or setup.

3. Push n’ Learn® configuration to change the automatic configuration, including binding and load parameters without tools, using only the buttons on the digital devices in the local network.

4. Two-way infrared communications for control by handheld remotes, and configuration by a handheld tool including adjusting load parameters, sensor configuration and binding, within a line of sight of up to 30 feet from a sensor, wall switch or IR receiver.

C. Digital room devices connect to the local network using pre-terminated Cat 5e cables with RJ-45 connectors, which provide both data and power to room devices. Systems that utilize RJ-45 patch cords but do not provide serial communication data from individual end devices are not acceptable.

D. If manufacturer’s pre-terminated Cat 5e cables are not used for the installation, the contractor is responsible for testing each cable following installation and supplying manufacturer with test results.

2.4 DIGITAL ROOM LIGHTING CONTROLLERS (TYPE RC)

A. Digital controllers for lighting automatically bind the room loads to the connected devices in the space without commissioning or the use of any tools. Room controllers shall be provided to match the room lighting control requirements. Room controllers will be preprogrammed to provide control schemes meeting the requirements of IECC 2012 as identified on the plans. The controllers will be simple to install, and will not have dip switches or potentiometers, or require special configuration for standard applications. The control units will include the following features:

1. Automatic room configuration to the most energy-efficient sequence of operation based upon the

devices in the room.

2. Simple replacement – Using the default automatic configuration capabilities, a room controller may be replaced with an off-the-shelf.

3. Multiple room controllers connected together in a local network must automatically prioritize

each room controller, without requiring any configuration or setup, so that loads are sequentially assigned using room controller device ID’s from highest to lowest.

4. Device Status LEDs to indicate:

a. Data transmission b. Device has power c. Status for each load d. Configuration status

5. Quick installation features including: a. Standard junction box mounting b. Quick low voltage connections using standard RJ-45 patch cable

6. Each Load shall be configurable to operate in the following sequences based on occupancy: a. Auto-on/Auto-off (Follow on and off)

Clark Dietz, Inc. Lighting Control Devises

E0140040 26 51 00 - 5

b. Manual-on/Auto-off (Follow off only)

7. UL 2043 plenum rated.

8. Manual override and LED indication for each load.

9. Dual voltage 120/277VAC, 60 Hz.

10. Zero cross circuitry for each load.

11. All digital parameter data programmed into an individual room controller shall be retained in non-volatile FLASH memory within the controller itself. Memory shall have an expected life of no less than 10 years.

B. On/OFF Room Controllers shall include: 1. One or two relay configuration

2. Efficient 150 mA switching power supply

3. Three RJ-45 DLM local network ports with integral strain relief and dust cover.

C. WattStopper product numbers: 1. Type RC: LRMC-102

2.5 DIGITAL WALL SWITCHES (TYPES LV1, LV2, LV4)

A. Low voltage momentary pushbutton switches in 1, 2, 3, and 4 button configuration for connection to the digital room controller. Wall switches shall include the following features: 1. Removable buttons for field replacement with engraved buttons and/or alternate color buttons.

Button replacement may be completed without removing the switch from the wall.

2. Configuration LED on each switch that blinks to indicate data transmission.

3. All digital parameter data programmed into an individual wall switch shall be retained in non-volatile FLASH memory within the wall switch itself. Memory shall have an expected life of no less than 10 years.

B. Two RJ-45 ports for connection to DLM local network.

C. Multiple digital wall switches may be installed in a room by simply connecting them to the free topology DLM local network. No additional configuration shall be required to achieve multi-way switching.

D. WattStopper product numbers: 1. Type LV1: LMSW-101 2. Type LV2: LMSW-102 3. Type LV4: LMSW-104

E. Provide ivory switches; compatible with ivory wall plates with decorator opening.

2.6 DIGITAL WALL OR CEILING MOUNTED OCCUPANCY SENSOR (TYPES CS AND DS)

A. Wall or ceiling mounted (to suit installation) passive infrared (PIR), ultrasonic or dual technology digital (passive infrared and ultrasonic) occupancy sensor for connection to the digital room controller.

Clark Dietz, Inc. Lighting Control Devises

E0140040 26 51 00 - 6

B. Digital Occupancy Sensors shall provide graphic LCD display for digital calibration and electronic documentation. Features include the following: 1. Digital calibration and pushbutton configuration for the following variables:

a. Sensitivity – 0-100% in 10% increments b. Time delay – 1-30 minutes in 1-minute increments c. Test mode – Five second time delay d. Detection technology – PIR, Ultrasonic or Dual Technology activation and/or re-activation. e. Walk-through mode f. Load parameters including Auto/Manual-ON, blink warning, and daylight enable/disable

when photosensors are included in the DLM local network.

2. Programmable control functionality including: a. Each sensor may be programmed to control specific loads within a local network. b. Sensor shall be capable of activating one of 16 user-definable lighting scenes. c. Adjustable retrigger time period for manual-on loads. Load will retrigger (turn on)

automatically within a configurable period of time (default 10 seconds) after turning off.

3. One or two RJ-45 port(s) for connection to DLM local network.

4. Device Status LEDs, which may be disabled for selected applications, including: a. PIR detection b. Ultrasonic detection c. Configuration mode d. Load binding

5. Assignment of occupancy sensor to a specific load within the room without wiring or special tools.

6. All digital parameter data programmed into an individual occupancy sensor shall be retained in non-volatile FLASH memory within the sensor itself. Memory shall have an expected life of no less than 10 years.

C. Units shall not have any dip switches or potentiometers for field settings.

D. Multiple occupancy sensors may be installed in a room by simply connecting them to the free topology DLM local network. No additional configuration will be required.

E. WattStopper product numbers: 1. Type CS: LMPX-100 2. Type DS: LMDC-100

2.7 LOW VOLTAGE CEILING OCCUPANCY SENSORS (TYPE PS)

A. The installing contractor shall install one or more sensors with PIR coverage areas that cover the entire space and all entrance points. Exact placement and quantity required shall be per manufacturer’s best practice recommendations.

B. Sensors shall utilize a digital PIR detector (dual element pyro-electric detector) component, so as to provide a high degree of RF immunity.

C. Sensors shall interconnect with other sensors and power/relay packs with class 2, three-conductor wire.

D. Sensors shall operate on 12 to 24 VAC or VDC and consume no more than 5 mA so that up to 14 sensors may be connected to a single power pack.

Clark Dietz, Inc. Lighting Control Devises

E0140040 26 51 00 - 7

E. Upon initial power up, sensors must immediately turn on. Power packs may be wired on the line or load side of local switching and must not exhibit any delays when switch is energized.

F. Sensors shall have test mode that temporarily shortens/disable all time delays (e.g., minimum on, occupancy, photocell transition, dimming rates) such that an installer can quickly test operation of sensor. Test mode shall time out and return sensor to normal operation should the installer forget to disable test mode after installation.

G. Sensors shall have optional features for on/off photocell control, automatic dimming control photocell, high/low occupancy based dimming, and usage in low temperature/high humidity environments.

H. WattStopper product numbers: 1. Type PS: CI-200

2.8 RELAY POWER PACKS (Type PP)

A. Power packs shall accept and switch 120 or 277 VAC, be plenum rated, and provide class 2 power for up to 14 remote sensors.

B. Power pack shall securely mount to junction location through a threaded ½ inch chase nipple. Plastic clips into junction box shall not be accepted. All class 1 wiring shall pass through chase nipple into adjacent junction box without any exposure of wire leads. Note: UL Listing under Energy Management or Industrial Control Equipment automatically meets this requirement, whereas Appliance Control Listing does not meet this safety requirement.

C. Power pack must install inside standard electrical enclosure and provide UL recognized support to junction box. All class 1 wiring is to pass through chase nipple into adjacent junction box without any exposure of wire leads.

D. Power pack shall incorporate a Class 1 relay and an AC electronic switching device. The AC electronic switching device shall make and break the load, while the relay shall carry the current in the on condition. This system shall provide full 20 Amp switching of all load types, and be rated for 400,000 cycles.

E. Power packs shall be single circuit, or two circuits. Slave packs may be used to control additional circuits. When two circuit power packs, or slave packs are used, the power packs must be wired directly to circuit breaker. Otherwise, power packs may be wired on the line or load side of the local switch.

F. WattStopper product number: 1. Type PP: BZ-50

2.9 WALL MOUNT VACANY SENSORS (TYPE WS)

A. Sensor shall be capable of detecting presence in the control area by detecting changes in the infrared energy.

B. The Passive Infrared (PIR) technology shall utilize a temperature compensated, dual element sensor and a multi-element Fresnel lens. The lens shall be Poly IR4 material to offer superior performance in the infrared wavelengths and filter short wavelength IR, such as those emitted by the sun and other visible light sources. The lens shall have grooves facing in to avoid dust and residue build up which affects IR reception.

Clark Dietz, Inc. Lighting Control Devises

E0140040 26 51 00 - 8

C. Sensor shall utilize Zero Crossing circuitry to reduce stress on relay and therefore increase sensor life.

D. To blend in aesthetically, sensor shall not protrude more than 3/8” from the wall and utilize color-matched lens.

E. To assure detection at desktop level uniformly across the space, sensor shall have a 28-segment, two-level, Fresnel injection molded lens.

F. Sensor shall feature a walk-through mode, where lights turn off 3 minutes after the area is initially occupied if no motion is detected after the first 30 seconds, set by a DIP switch.

G. To avoid false on activations and to provide immunity to RFI and EMI, Detection Signature Processing shall be used to examine the frequency, duration, and amplitude of a signal, to respond only to those signals caused by human motion.

H. Sensor shall cover up to 1,000 sq. ft. for walking motion, with a field view of 180 degree

I. Sensor shall have automatic-on or manual-on operation adjustable with DIP switch.

J. Sensor shall have a time delay that is adjusted automatically (with the SmartSet setting) and shall have a fixed time delay of 5 to 30 minutes, set by DIP switches.

K. Sensor shall have the option for a visual warning that shall flash lights to warn the end-user before lights turn off automatically.

L. Sensor shall have a LED indicator that remains active at all times in order to verify detection within the area to be controlled.

M. Sensor shall have a service switch to allow end-users to operate the sensor in the unlikely event of a failure, set by a DIP switch.

N. Sensor shall be able to control incandescent, magnetic low voltage, electronic low voltage, and fluorescent loads.

O. Switching mechanism shall be a relay(s). Triac and other harmonic generating devices shall not be allowed. Sensor shall have ground wire and grounded strap for safety.

P. The PIR wall switch sensor shall be a completely self-contained control system that replaces a standard toggle switch

Q. To ensure quality and reliability, sensor shall be manufactured by an ISO 9002 certified manufacturing facility and shall have a defect rate of less than 1/3 of 1%.

R. WattStopper product number: 1. Type WS: WS-301-I

Clark Dietz, Inc. Lighting Control Devises

E0140040 26 51 00 - 9

PART 3 EXECUTION

3.1 PRE-INSTALLATION MEETING

A. A factory authorized manufacturer’s representative shall provide the electrical contractor a functional overview of the lighting control system prior to installation. The contractor shall schedule the pre-installation site visit after receipt of approved submittals to review the following: 1. Confirm the location and mounting of all digital devices, with special attention to placement of

occupancy and daylighting sensors.

2. Review the specifications for low voltage control wiring and termination.

3. Discuss the functionality and configuration of all products, including sequences of operation, per design requirements.

3.2 CONTRACTOR INSTALLATION AND SERVICES

A. Contractor to install all devices and wiring in a professional manner. All line voltage connections to be tagged to indicate circuit and switched legs.

B. Contractor to install all digital room/area devices using manufacturer’s factory-tested Cat 5e cable with pre-terminated RJ-45 connectors. If pre-terminated cable is not used for room/area wiring, the contractor is responsible for testing each field-terminated cable following installation, and shall supply the lighting controls manufacturer with test results. Low voltage wiring topology must comply with manufacturer’s specifications. Contractor shall route network wiring as shown in submittal drawings as closely as possible, and shall document final wiring location, routing and topology on as built drawings.

C. Install the work of this Section in accordance with manufacturer’s printed instructions unless otherwise indicated. Before start up, contractor shall test all devices to ensure proper communication.

D. Calibrate all sensor time delays and sensitivity to guarantee proper detection of occupants and energy savings. 1. Adjust time delay so that controlled area remains lighted while occupied.

3.3 FACTORY SERVICES

A. Upon completion of the installation, the manufacturer's factory authorized representative shall start up and verify a complete fully functional system.

B. The contractor shall provide the owner, manufacturer and the engineer with three weeks written notice of the system start up and adjustment date.

C. Upon completion of the system start up, the factory-authorized technician shall provide a minimum of 2 hours of training to the owner's personnel on the adjustment and maintenance of the system.

END OF SECTION 260923

Clark Dietz, Inc. Switchboards

E0140040 26 05 33 - 1

SECTION 26 24 13

SWITCHBOARDS

PART 1 GENERAL

1.1 SUMMARY

A. Section includes main distribution switchboards.

B. All electrical switchgear must be received on site no later than Friday March 16, 2018 to allow installation between Saturday March 24, 2018 and Sunday April 1, 2018. Any expedited shipping costs shall be included in the base bid.

C. Related Sections: 1. Section 26 05 26 - Grounding and Bonding for Electrical Systems. 2. Section 26 05 53 - Identification for Electrical Systems. 3. Section 26 28 13 - Fuses.

1.2 REFERENCES

A. American National Standards Institute: 1. ANSI C12.1 - Code for Electricity Metering. 2. ANSI C39.1 - Requirements, Electrical Analog Indicating Instruments.

B. Institute of Electrical and Electronics Engineers: 1. IEEE C57.13 - Standard Requirements for Instrument Transformers. 2. IEEE C62.41 - Recommended Practice on Surge Voltages in Low-Voltage AC Power Circuits.

C. National Electrical Manufacturers Association: 1. NEMA FU 1 - Low Voltage Cartridge Fuses. 2. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts

Maximum). 3. NEMA PB 2 - Deadfront Distribution Switchboards. 4. NEMA PB 2.1 - General Instructions for Proper Handling, Installation, Operation, and

Maintenance of Deadfront Distribution Switchboards Rated 600 Volts or Less.

D. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and

Systems.

E. Underwriters Laboratories Inc.: 1. UL 489 - Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit-Breaker Enclosures. 2. UL 891 - Dead-Front Switchboards.

1.3 SUBMITTALS

A. Shop drawing shall be issued to the engineer for review within 4 weeks of the contractor receiving a signed contract. No additional costs for expedited shipping will be granted due to contractor caused delays.

Clark Dietz, Inc. Switchboards

E0140040 26 05 33 - 2

B. Shop Drawings: Indicate front and side views of enclosures with overall dimensions shown; conduit entrance locations and requirements; nameplate legends; size and number of bus bars for each phase, neutral, and ground; and switchboard instrument details.

C. Product Data: Submit electrical characteristics including voltage, frame size and trip ratings, fault current withstand ratings, and time-current curves of equipment and components.

1.4 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations, configurations, and ratings of switchboards and their components on single line diagrams and plan layouts.

B. Operation and Maintenance Data: Submit spare parts data listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals.

1.5 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years’ experience.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver in 36-inch maximum width shipping splits, individually wrapped for protection and mounted on shipping skids.

B. Accept switchboards on site. Inspect for damage.

C. Store in clean, dry space. Maintain factory wrapping or provide additional canvas or plastic cover to protect units from dirt, water, construction debris, and traffic.

D. Handle in accordance with NEMA PB 2.1. Lift only with lugs provided. Handle carefully to avoid damage to switchboard internal components, enclosure, and finish.

1.7 ENVIRONMENTAL REQUIREMENTS

A. Conform to NEMA PB 2 service conditions during and after installation of switchboards.

1.8 FIELD MEASUREMENTS

A. Verify field measurements prior to fabrication.

1.9 SEQUENCING

A. Sequence Work to avoid interferences with building finishes and installation of other products.

1.10 MAINTENANCE MATERIALS

A. Furnish two of each key.

1.11 EXTRA MATERIALS

A. None Required.

Clark Dietz, Inc. Switchboards

E0140040 26 05 33 - 3

PART 2 PRODUCTS

2.1 DISTRIBUTION SWITCHBOARDS

A. Manufacturers: 1. Square D. 2. Eaton. 3. General Electric. 4. No substitutions.

B. Product Description: NEMA PB 2, enclosed switchboard with electrical ratings and configurations as indicated on Drawings.

C. Device Mounting: 1. Main Section: Individually mounted and compartmented molded case circuit breaker. 2. Distribution Section: Panel mounted molded case circuit breakers. Distribution section shall be

vertically separated from the main section.

D. Bus: 1. Material: Copper, standard size. 2. Connections: Bolted, accessible from front only for maintenance.

E. Ground Bus: extend length of switchboard.

F. Minimum Short Circuit Rating: 65,000 symmetrical amperes rms, fully rated.

G. Maximum Dimensions: Total switchboard width of 72”. Total switchboard depth of 30”.

H. Service entrance shall be through the left bottom section of the switchboard. Distribution section shall be to the right of the service entrance section.

I. Line and Load Terminations: Accessible from front only of switchboard, suitable for conductor materials and sizes as indicated on Drawings.

J. Utility Metering Compartment: Furnish metering transformer compartment for Utility Company's use, in accordance with Utility Company requirements. Coordinate with utility (ComEd).

K. Future Provisions: Fully equip spaces for future devices with bussing and bus connections, insulated and braced for short circuit currents. Furnish continuous current rating as indicated on Drawings.

L. Enclosure: Type 1 - General Purpose.

M. Align sections at front and rear.

N. Finish: Manufacturer's standard light gray enamel over external surfaces. Coat internal surfaces with minimum one coat corrosion-resisting paint, or plate with cadmium or zinc.

O. Mimic Bus: Show bussing, connections and devices in single line form on front panels of switchboard using black color plastic strips, fastened flat against panel face with adhesive.

Clark Dietz, Inc. Switchboards

E0140040 26 05 33 - 4

2.2 FUSIBLE SWITCH ASSEMBLIES

A. None Allowed.

2.3 MOLDED CASE CIRCUIT BREAKER

A. Manufacturers: 1. Square D. 2. Eaton. 3. General Electric. 4. No substitutions.

B. Product Description: UL 489, molded-case circuit breaker.

C. Field-Adjustable Trip Circuit Breaker: Circuit breakers with frame sizes 200 amperes and larger have mechanism for adjusting instantaneous pickup current setting for automatic operation.

D. Electronic Trip Circuit Breaker: The main circuit breaker shall be an electronic trip breaker with LSI adjustability.

E. Accessories: As indicated on Drawings. Conform to UL 489. 1. Shunt Trip Device: 120 volts, AC. 2. Handle Lock: Provisions for padlocking. 3. Grounding Lug: In each enclosure.

2.4 SURGE PROTECTIVE DEVICES

A. Mounted externally. See 26 43 13.

2.5 SOURCE QUALITY CONTROL

A. Furnish shop inspection and testing in accordance with NEMA PB 2.

Clark Dietz, Inc. Switchboards

E0140040 26 05 33 - 5

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify surface is suitable for switchboard installation.

3.2 EXISTING WORK

A. Disconnect and remove abandoned switchboards.

B. Maintain access to existing switchboards and other installations remaining active.

C. Clean and repair existing switchboards to remain or to be reinstalled.

3.3 PREPARATION

A. Concrete Pad: Comply with requirements of Section 03 30 00.

3.4 INSTALLATION

A. Install in accordance with NEMA PB 2.1.

B. Tighten accessible bus connections and mechanical fasteners after placing switchboard.

C. Install fuses in each switch and coordinate sizes with connected load.

D. Install engraved plastic nameplates in accordance with Section 26 05 53.

E. Install breaker circuit directory.

F. Ground and bond switchboards in accordance with Section 26 05 26.

3.5 FIELD QUALITY CONTROL

A. Inspect completed installation for physical damage, proper alignment, anchorage, and grounding.

B. Check tightness of accessible bolted bus joints using a calibrated torque wrench. Tightness shall be in accordance with manufacturer’s recommended values.

C. Measure insulation resistance of each bus section phase to phase and phase to ground for one minute each. Test voltage shall be 1000 volts, and minimum acceptable value for insulation resistance is 2 megaohms.

3.6 ADJUSTING

A. Adjust operating mechanisms for free mechanical movement.

B. Tighten bolted bus connections.

C. Adjust circuit breaker trip and time delay settings to values as instructed by Architect/Engineer.

Clark Dietz, Inc. Switchboards

E0140040 26 05 33 - 6

3.7 CLEANING

A. Touch up scratched or marred surfaces to match original finish.

END OF SECTION 262413

Clark Dietz, Inc. Panelboards

E0140040 26 05 19 - 1

SECTION 26 24 16

PANELBOARDS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Branch circuit panelboards.

B. All electrical switchgear must be received on site no later than Friday March 16, 2018 to allow installation between Saturday March 24, 2018 and Sunday April 1, 2018. Any expedited shipping costs shall be included in the base bid.

C. Related Requirements: 1. Section 26 05 26 - Grounding and Bonding for Electrical Systems. 2. Section 26 05 53 - Identification for Electrical Systems. 3. Section 26 28 13 - Fuses.

1.2 REFERENCE STANDARDS

A. Institute of Electrical and Electronics Engineers: 1. IEEE C62.41 - Recommended Practice on Surge Voltages in Low-Voltage AC Power Circuits.

B. National Electrical Manufacturers Association: 1. NEMA FU 1 - Low Voltage Cartridge Fuses. 2. NEMA ICS 2 - Industrial Control and Systems: Controllers, Contactors, and Overload Relays, Rated

Not More Than 2000 Volts AC or 750 Volts DC. 3. NEMA ICS 5 - Industrial Control and Systems: Control Circuit and Pilot Devices. 4. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts

Maximum). 5. NEMA PB 1 - Panelboards. 6. NEMA PB 1.1 - General Instructions for Proper Installation, Operation, and Maintenance of

Panelboards Rated 600 Volts or Less.

C. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and

Systems.

D. National Fire Protection Association: 1. NFPA 70 - National Electrical Code.

E. Underwriters Laboratories Inc.: 1. UL 50 - Cabinets and Boxes 2. UL 67 - Safety for Panelboards. 3. UL 489 - Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit-Breaker Enclosures. 4. UL 1283 - Electromagnetic Interference Filters. 5. UL 1449 - Transient Voltage Surge Suppressors. 6. UL 1699 - Arc-Fault Circuit Interrupters.

Clark Dietz, Inc. Panelboards

E0140040 26 05 19 - 2

1.3 SUBMITTALS

A. Shop drawing shall be issued to the engineer for review within 4 weeks of the contractor receiving a signed contract. No additional costs for expedited shipping will be granted due to contractor caused delays.

B. Product Data: Submit catalog data showing specified features of standard products.

C. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes.

1.4 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of panelboards and record actual circuiting arrangements.

B. Operation and Maintenance Data: Submit spare parts listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals.

1.5 MAINTENANCE MATERIAL SUBMITTALS

A. Extra Stock Materials: 1. Furnish two of each panelboard key. Panelboards shall be keyed alike.

1.6 QUALITY ASSURANCE

A. Qualifications 1. Manufacturer: Company specializing in manufacturing products specified in this section with

minimum three years documented experience.

PART 2 PRODUCTS

2.1 BRANCH CIRCUIT PANELBOARDS

A. Manufacturers: 1. Square D. 2. Eaton. 3. General Electric. 4. No Substitutions.

B. Description: NEMA PB1, circuit breaker type, lighting and appliance branch circuit panelboard.

Clark Dietz, Inc. Panelboards

E0140040 26 05 19 - 3

C. Materials: 1. Panelboard Bus: Copper current carrying components, ratings as indicated on Drawings. Furnish

copper ground bus in each panelboard. 2. Minimum Integrated Short Circuit Rating: as indicated on Drawings. 3. Molded Case Circuit Breakers: UL 489, bolt-on type thermal magnetic trip circuit breakers, with

common trip handle for all poles, listed as Type SWD for lighting circuits, Type HACR for air conditioning equipment circuits, Class A ground fault interrupter circuit breakers as indicated on Drawings. Provide UL class 760 arc-fault interrupter circuit breakers as indicated on Drawings. Do not use tandem circuit breakers.

4. Enclosure: NEMA PB 1, Type 1. 5. Cabinet Box: 6 inches deep, 20 inches wide.

D. Cabinet Front: Flush or Surface mounted cabinet as indicated on Drawings front with concealed trim clamps, concealed hinge, metal directory frame, and flush lock keyed alike. All removable covers shall be hinged to the cabinet to allow easy and safe access to the cabinet interior. Finished in manufacturer's standard gray enamel.

E. Line Side Isolation: Panelboards with main circuit breakers shall be fabricated in a fashion that allows an electrician to access the load side of the branch circuit breakers without exposure to the line side of the main circuit breaker.

PART 3 EXECUTION

3.1 DEMOLITION

A. Disconnect abandoned panelboards and load centers. Remove abandoned panelboards and load centers.

B. Maintain access to existing panelboard and load centers remaining active and requiring access. Modify installation or provide access panel.

3.2 INSTALLATION

A. Install panelboards in accordance with NEMA PB 1.1.

B. Install panelboards plumb.

C. Install recessed panelboards flush with wall finishes.

D. Height: 6 feet to top of panelboard; install panelboards taller than 6 feet with bottom no more than 4 inches above floor.

E. Install filler plates for unused spaces in panelboards.

F. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes to balance phase loads. Identify each circuit as to its clear, evident and specific purpose of use.

G. Install engraved plastic nameplates in accordance with Section 26 05 53.

Clark Dietz, Inc. Panelboards

E0140040 26 05 19 - 4

H. Install spare conduits out of each recessed panelboard to accessible location above ceiling. Minimum 5 empty 1 inch. Identify each as SPARE.

I. Ground and bond panelboard enclosure according to Section 26 05 26. Connect equipment ground bars of panels in accordance with NFPA 70.

3.3 FIELD QUALITY CONTROL

A. Inspect for physical damage, proper alignment, anchorage, and grounding.

B. Check proper installation and tightness of connections.

3.4 ADJUSTING

A. Measure steady state load currents at each panelboard feeder; rearrange circuits in panelboard to balance phase loads to within 10 percent of each other. Maintain proper phasing for multi-wire branch circuits.

3.5 CLEANING

A. Clean existing panelboards to remain.

B. Clean new panelboards prior to project completion.

END OF SECTION 262416

Clark Dietz, Inc. Wiring Devices

E0140040 26 27 27 - 1

SECTION 26 27 26

WIRING DEVICES

PART 1 GENERAL

1.1 SUMMARY

A. Section includes wall switches; wall dimmers; receptacles; multioutlet assembly; and device plates and decorative box covers.

B. Related Sections: 1. Section 26 05 33 - Raceway and Boxes for Electrical Systems: Outlet boxes for wiring

devices.

1.2 REFERENCES

A. National Electrical Manufacturers Association: 1. NEMA WD 1 - General Requirements for Wiring Devices. 2. NEMA WD 6 - Wiring Devices-Dimensional Requirements.

1.3 SUBMITTALS

A. Product Data: Submit manufacturer's catalog information showing dimensions, colors, and configurations.

1.4 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years’ experience.

1.5 EXTRA MATERIALS

A. None Required.

Clark Dietz, Inc. Wiring Devices

E0140040 26 27 27 - 2

PART 2 PRODUCTS

2.1 WALL SWITCHES

A. Manufacturers: 1. Pass and Seymour/Legrand. 2. Leviton. 3. Approved Equal.

B. Product Description: NEMA WD 1, Heavy-Duty, AC only general-use snap switch.

C. Body and Handle: Ivory plastic with toggle handle.

D. Ratings: 1. Voltage: 120-277 volts, AC. 2. Current: 20 amperes.

2.2 RECEPTACLES

A. Manufacturers: 1. Pass and Seymour/Legrand. 2. Leviton. 3. Approved Equal.

B. Product Description: NEMA WD 1, Heavy-duty general use receptacle.

C. Device Body: Ivory plastic.

D. Configuration: NEMA WD 6, type as indicated on Drawings.

E. Convenience Receptacle: Type 5-20.

F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements.

2.3 WALL PLATES

A. Manufacturers: 1. Pass and Seymour/Legrand. 2. Leviton. 3. Approved Equal.

B. Decorative Cover Plate: Ivory, smooth nylon.

C. Jumbo Cover Plate: Ivory, smooth nylon.

D. Weatherproof Cover Plate: In-Use type gasketed cast metal plate with hinged cast metal device cover.

E. Exposed Dry Location Cover Plate: Raised surface cover for use with required box type.

Clark Dietz, Inc. Wiring Devices

E0140040 26 27 27 - 3

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify outlet boxes are installed at proper height.

B. Verify wall openings are neatly cut and completely covered by wall plates.

C. Verify branch circuit wiring installation is completed, tested, and ready for connection to wiring devices.

3.2 PREPARATION

A. Clean debris from outlet boxes.

3.3 EXISTING WORK

A. Disconnect and remove abandoned wiring devices.

B. Modify installation to maintain access to existing wiring devices to remain active.

C. Clean and repair existing wiring devices to remain or to be reinstalled.

3.4 INSTALLATION

A. Install devices plumb and level.

B. Install switches with OFF position down.

C. Install receptacles with grounding pole on bottom.

D. Connect wiring device grounding terminal to outlet box with bonding jumper and branch circuit equipment grounding conductor.

E. Install wall plates on flush mounted switches, receptacles, and blank outlets.

F. Install decorative plates on switch, receptacle, and blank outlets in finished areas.

G. Connect wiring devices by wrapping solid conductor around screw terminal. Install stranded conductor for branch circuits 10 AWG and smaller. When stranded conductors are used in lieu of solid, use crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under device screws.

H. Use jumbo size plates for outlets installed in masonry walls.

I. Install raised surface galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets.

Clark Dietz, Inc. Wiring Devices

E0140040 26 27 27 - 4

3.5 INTERFACE WITH OTHER PRODUCTS

A. Install wall switch 48 inches above finished floor.

B. Install convenience receptacle 24 inches above finished floor.

C. Install convenience receptacle 6 inches above back splash of counter.

3.6 FIELD QUALITY CONTROL

A. Inspect each wiring device for defects.

B. Operate each wall switch with circuit energized and verify proper operation.

C. Verify each receptacle device is energized.

D. Test each receptacle device for proper polarity.

E. Test each GFCI receptacle device for proper operation.

3.7 ADJUSTING

A. Adjust devices and wall plates to be flush and level.

3.8 CLEANING

A. Clean exposed surfaces to remove splatters and restore finish.

END OF SECTION 262726

Clark Dietz, Inc. Fuses

E0140040 26 05 19 - 1

SECTION 26 28 13

FUSES

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Fuses. 2. Spare fuse cabinet.

1.2 REFERENCE STANDARDS

A. National Electrical Manufacturers Association: 1. NEMA FU 1 - Low Voltage Cartridge Fuses.

1.3 SUBMITTALS

A. Product Data: Submit data sheets showing electrical characteristics, including time-current curves.

1.4 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual sizes, ratings, and locations of fuses.

1.5 MAINTENANCE MATERIALS

A. Spare Parts: 1. Furnish one fuse puller.

B. Extra Materials: 1. Furnish three spare fuses of each Class, size, and rating installed.

1.6 QUALITY ASSURANCE

A. Qualifications: 1. Manufacturer: Company specializing in manufacturing products specified in this section with

minimum three years’ experience.

Clark Dietz, Inc. Fuses

E0140040 26 05 19 - 2

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: 1. Bussmann. 2. Littelfuse. 3. Approved Equal.

2.2 FUES PERFORMANCE REQUIREMENTS

A. Motor Load Feeder Switches: Class RK1 time delay.

B. Motor Branch Circuits: Class RK1 time delay.

2.3 FUSES

A. Dimensions and Performance: NEMA FU 1, Class as specified or as indicated on Drawings.

B. Voltage: Rating suitable for circuit phase-to-phase voltage.

2.4 CLASS RK1 (TIME DELAY) FUSES

A. Dimensions and Performance: NEMA FU 1.

B. Voltage: Rating suitable for circuit phase-to-phase voltage.

2.5 SPARE FUSE CABINET

A. Manufacturers: 1. Bussmann. 2. Littelfuse. 3. Approved Equal.

B. Description: Wall-mounted sheet metal cabinet with shelves, suitably sized to store spare fuses and fuse pullers specified. 1. Doors: Hinged, with hasp for Owner's padlock.

C. Finish: 1. Gray enamel.

Clark Dietz, Inc. Fuses

E0140040 26 05 19 - 3

PART 3 EXECUTION

3.1 DEMOLITION

A. Remove fuses from abandoned circuits.

B. Maintain access to existing fuses and other installations remaining active and requiring access. Modify installation or provide access panel.

3.2 INSTALLATION

A. Install fuse with label oriented so manufacturer, type, and size are easily read.

B. Install spare fuse cabinet as indicated on Drawings.

END OF SECTION 262813

Clark Dietz, Inc. Enclosed Switches

E0140040 26 05 19 - 1

SECTION 26 28 19

ENCLOSED SWITCHES

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Fusible switches. 2. Nonfusible switches.

B. Related Requirements: 1. Section 26 05 29 - Hangers and Supports for Electrical Systems. 2. Section 26 05 53 - Identification for Electrical Systems. 3. Section 26 28 13 - Fuses.

1.2 REFERENCE STANDARDS

A. National Electrical Manufacturers Association: 1. NEMA FU 1 - Low Voltage Cartridge Fuses. 2. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts

Maximum).

B. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and

Systems.

1.3 SUBMITTALS

A. Product Data: Submit switch ratings and enclosure dimensions.

1.4 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of enclosed switches and ratings of installed fuses.

1.5 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years’ experience.

Clark Dietz, Inc. Enclosed Switches

E0140040 26 05 19 - 2

PART 2 PRODUCTS

2.1 FUSIBLE SWITCH ASSEMBLIES

A. Manufacturers: 1. Square D. 2. Approved Equal.

B. Description: NEMA KS 1, Type HD, enclosed load interrupter knife switch. Handle lockable in OFF position.

C. Operation: 1. Switch Ratings

a. Switch Rating: Horsepower rated for AC or DC as indicated on Drawings. b. Short Circuit Current Rating: UL listed for 200,000 rms symmetrical amperes when used

with or protected by Class R fuses.

D. Materials: 1. Fuse clips: Designed to accommodate NEMA FU 1, Class R fuses. 2. Enclosure: NEMA KS 1, to meet conditions. Fabricate enclosure from steel finished with

manufacturer's standard gray enamel. a. Interior Dry Locations: Type 1. b. Exterior Locations: Type 3R.

3. Service Entrance: Switches identified for use as service equipment are to be labeled for this application. Furnish solid neutral assembly and equipment ground bar.

4. Furnish switches with entirely copper current carrying parts.

2.2 NONFUSIBLE SWITCH ASSEMBLIES

A. Manufacturers: 1. Square D. 2. Approved Equal.

B. Description: NEMA KS 1, Type HD enclosed load interrupter knife switch. Handle lockable in OFF position.

C. Operation: 1. Switch Ratings

a. Switch Rating: Horsepower rated for AC or DC as indicated on Drawings. b. Short Circuit Current Rating: UL listed for 200,000 rms symmetrical amperes when

protected by Class R fuses.

D. Materials: 1. Enclosure: NEMA KS 1, to meet conditions. Fabricate enclosure from steel finished with

manufacturer's standard gray enamel. a. Interior Dry Locations: Type 1. b. Exterior Locations: Type 3R.

2. Furnish switches with entirely copper current carrying parts.

Clark Dietz, Inc. Enclosed Switches

E0140040 26 05 19 - 3

PART 3 EXECUTION

3.1 DEMOLITION

A. Disconnect and remove abandoned enclosed switches.

B. Maintain access to existing enclosed switches and other installations remaining active and requiring access. Modify installation or provide access panel.

3.2 INSTALLATION

A. Install enclosed switches where indicated.

B. Install enclosed switches plumb. Provide supports in accordance with Section 26 05 29.

C. Height: 5 feet to operating handle.

D. Install fuses for fusible disconnect switches. Refer to Section 26 28 13 for product requirements.

E. Install engraved plastic nameplates in accordance with Section 26 05 53. Engrave nameplates with the equipment served and the panel and circuit number supplying the switch.

F. Apply adhesive tag on inside door of each fused switch indicating NEMA fuse class and size installed.

3.3 FIELD QUALITY CONTROL

A. Inspect for physical damage, proper alignment, anchorage, and grounding.

B. Check proper installation and tightness of connections.

3.4 CLEANING

A. Clean existing enclosed switches to remain or to be reinstalled.

B. Clean new enclosed switches prior to project completion.

END OF SECTION 262819

Clark Dietz, Inc. Enclosed Controllers

E0140040 26 05 19 - 1

SECTION 26 29 13

ENCLOSED CONTROLLERS

PART 1 GENERAL

1.1 SUMMARY

A. Section includes manual and magnetic motor controllers in individual enclosures.

B. Related Sections: 1. Section 26 28 13 - Fuses.

1.2 REFERENCES

A. National Electrical Manufacturers Association: 1. NEMA FU 1 - Low Voltage Cartridge Fuses. 2. NEMA ICS 2 - Industrial Control and Systems: Controllers, Contactors, and Overload Relays, Rated

Not More Than 2000 Volts AC or 750 Volts DC. 3. NEMA ICS 5 - Industrial Control and Systems: Control Circuit and Pilot Devices. 4. NEMA ICS 6 - Industrial Control and Systems: Enclosures. 5. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts

Maximum).

B. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and

Systems.

C. Underwriters Laboratories Inc.: 1. UL 489 - Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit-Breaker Enclosures.

1.3 SUBMITTALS

A. Product Data: Submit catalog sheets showing voltage, controller size, ratings and size of switching and overcurrent protective devices, short circuit ratings, dimensions, and enclosure details.

1.4 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations and ratings of enclosed controllers.

B. Operation and Maintenance Data: Submit Replacement parts list for controllers.

1.5 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years’ experience.

Clark Dietz, Inc. Enclosed Controllers

E0140040 26 05 19 - 2

PART 2 PRODUCTS

2.1 MANUAL MOTOR CONTROLLER

A. Manufacturers: 1. Square D. 2. Approved Equal.

B. Product Description: NEMA ICS 2, AC general-purpose, Class A, manually operated, full-voltage controller with overload element, red pilot light, and toggle operator.

C. Enclosure: NEMA ICS 6, Type to meet conditions of installation.

2.2 MOTOR STARTING SWITCH

A. Manufacturers: 1. Square D. 2. Approved Equal.

B. Product Description: NEMA ICS 2, AC general-purpose Class A manually operated, full-voltage controller for fractional horsepower induction motors, without thermal overload unit, with toggle operator.

C. Enclosure: NEMA ICS 6, Type to meet conditions of installation.

2.3 FULL-VOLTAGE NON-REVERSING CONTROLLERS

A. Manufacturers: 1. Square D. 2. Approved Equal.

B. Product Description: NEMA ICS 2, AC general-purpose Class A magnetic controller for induction motors rated in horsepower.

C. Control Voltage: 120 volts, 60 Hertz. To be coordinated/verified with the temperature controls contractor.

D. Overload Relay: The overload relay shall be solid state, self-powered, provide phase loss and phase unbalance protection, have a permanent tamper guard and be ambient insensitive. The overload shall have a mechanical test function.

E. Product Features: 1. Auxiliary Contacts: NEMA ICS 2, 2 field convertible contacts in addition to seal-in contact. 2. Cover Mounted Pilot Devices: NEMA ICS 5, heavy duty type. 3. Pilot Device Contacts: NEMA ICS 5, Form Z, rated A150. 4. Indicating Lights: NEMA ICS 2, red “RUN” LED Push-to-test in front cover. 5. Selector Switches: NEMA ICS 2, Rotary type HAND-OFF-AUTO in front cover. 6. Control Power Transformers: 120 volt secondary, 50 VA minimum, in each motor starter. Furnish

fused primary and secondary, and bond unfused leg of secondary to enclosure.

Clark Dietz, Inc. Enclosed Controllers

E0140040 26 05 19 - 3

F. Combination Controllers: Combine motor controllers with disconnect in common enclosure, using fusible switch conforming to NEMA KS 1, enclosed knife switch with externally operable handle. Fuse clips: Designed to accommodate NEMA FU 1, Class R fuses. Obtain IEC Class 2 coordinated component protection.

G. Enclosure: NEMA ICS 6, to meet conditions. Fabricate enclosure from steel finished with manufacturer's standard gray enamel. 1. Interior Dry Locations: Type 1. 2. Exterior Locations: Type 3R.

PART 3 EXECUTION

3.1 EXISTING WORK

A. Disconnect and remove abandoned enclosed motor controllers.

B. Maintain access to existing enclosed motor controllers and other installations to remain active and to require access. Modify installation or provide access panel.

C. Clean and repair existing enclosed motor controllers to remain or to be reinstalled.

3.2 INSTALLATION

A. Install enclosed controllers plumb. Provide supports in accordance with Section 26 05 29.

B. Height: 5 feet to operating handle.

C. Install fuses for fusible switches. Refer to Section 26 28 13 for product requirements.

D. Set solid state overload relays in motor controllers to match installed motor characteristics.

E. Install engraved plastic nameplates. Refer to Section 26 05 53 for product requirements and location.

F. Neatly type label and place inside each motor controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating. Place label in clear plastic holder.

3.3 FIELD QUALITY CONTROL

A. Inspect for physical damage, proper alignment, anchorage, and grounding.

B. Check proper installation and tightness of connections.

END OF SECTION 262913

Clark Dietz, Inc. Variable Frequency Motor Controllers

E0140040 26 05 19 - 1

SECTION 26 29 23

VARIABLE FREQUENCY MOTOR CONTROLLERS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Variable frequency controllers.

B. Related Sections: 1. Section 26 28 13 - Fuses.

1.2 REFERENCES

A. Institute of Electrical and Electronics Engineers: 1. IEEE C62.41 - Recommended Practice on Surge Voltages in Low-Voltage AC Power

Circuits.

B. National Electrical Manufacturers Association: 1. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). 2. NEMA FU 1 - Low Voltage Cartridge Fuses. 3. NEMA ICS 7 - Industrial Control and Systems: Adjustable Speed Drives. 4. NEMA ICS 7.1 - Safety Standards for Construction and Guide for Selection,

Installation, and Operation of Adjustable Speed Drive Systems.

C. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution

Equipment and Systems.

1.3 SUBMITTALS

A. Shop Drawings: Indicate front and side views of enclosures with overall dimensions and weights shown; conduit entrance locations and requirements; and nameplate legends.

B. Product Data: Submit catalog sheets showing voltage, controller size, ratings and size of switching and overcurrent protective devices, short circuit ratings, dimensions, and enclosure details.

C. Test Reports: Indicate field test and inspection procedures and test results.

D. Manufacturer's Field Reports: Indicate start-up inspection findings.

1.4 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: Submit instructions complying with NEMA ICS 7.1. Include procedures for starting and operating controllers, and describe operating limits possibly resulting in hazardous or unsafe conditions. Include routine preventive maintenance schedule.

Clark Dietz, Inc. Variable Frequency Motor Controllers

E0140040 26 05 19 - 2

1.5 DELIVERY, STORAGE, AND HANDLING

A. Store in clean, dry space. Maintain factory wrapping or provide additional canvas or plastic cover to protect units from dirt, water, construction debris, and traffic.

B. Handle in accordance with manufacturer's written instructions. Lift only with lugs provided. Handle carefully to avoid damage to components, enclosure, and finish.

1.6 ENVIRONMENTAL REQUIREMENTS

A. Conform to NEMA ICS 7 service conditions during and after installation of variable frequency controllers.

1.7 WARRANTY

A. Furnish warranty for variable frequency controller for one year from Date of Substantial Completion.

1.8 MAINTENANCE SERVICE

A. Furnish service and maintenance of variable frequency controller for one year from Date of Substantial Completion.

1.9 MAINTENANCE MATERIALS

A. Furnish two of each air filter.

B. Furnish touch up paint.

PART 2 PRODUCTS

2.1 VARIABLE FREQUENCY CONTROLLER

A. Manufacturers: 1. Schneider Electric. 2. Danfoss. 3. Approved Equal.

B. Product Description: NEMA ICS 7, enclosed variable frequency controller suitable for operating indicated loads. Select unspecified features and options in accordance with NEMA ICS 7.1.

C. Ratings: 1. Rated Input Voltage: 208 volts, three phase, 60 Hertz. 2. Motor Nameplate Voltage: 230 volts, three phase, 60 Hertz. 3. Displacement Power Factor: Between 1.0 and 0.95, lagging, over entire range of

operating speed and load. 4. Operating Ambient: 0 degrees C to 40 degrees C. 5. Minimum Efficiency at Full Load: 95 percent.

Clark Dietz, Inc. Variable Frequency Motor Controllers

E0140040 26 05 19 - 3

D. Design Features: 1. The unit shall be variable torque, modular design for control of the motors as

specified in Division 23 and rated at the motor full load nameplate amps. 2. The unit shall be U.L. listed, solid state, microprocessor based with a pulse width

modulated (PWM) output wave form (none others are acceptable). 3. The VFD shall employ a full wave bridge rectifier and capacitors to minimize the ripple

of the rectified voltage to maintain near constant DC voltage. Insulated gate bipolar transistors (IGBT’s) shall be employed as the output switching device.

4. The VFD package shall contain the equivalent of 5% impedance to reduce harmonic distortion. The 5% equivalent impedance shall be provided in the form of a DC bus choke, an AC line reactor in each phase, or a combination of the two methods.

5. Control circuitry shall be plug-in, plug-out modular basis with a corrosion resistant coating on printed circuit boards.

6. Design for ability to operate controller with motor disconnected from output. 7. Design to attempt five automatic restarts following fault condition before locking out

and requiring manual restart.

E. Indicators and Manual Controls: 1. Input Signal: 4 - 20 mA DC. 2. Display: Furnish integral digital display to indicate output voltage, output frequency,

and output current. 3. Status Indicators: Separate indicators for overcurrent, overvoltage, ground fault,

overtemperature, and input power ON. 4. Volts Per Hertz Adjustment: Plus or minus 10 percent. 5. Current Limit Adjustment: 60 – 110 percent of rated. 6. Acceleration Rate Adjustment: 0.5 – 30 seconds. 7. Deceleration Rate Adjustment: 1 – 30 seconds. 8. Control Power Source: Integral control transformer, unless otherwise indicated on

Drawings. 9. Provide VFD options, accessories, and cover mounted devices as indicated on

Drawings.

F. Safeties and Interlocks: 1. Includes undervoltage release. 2. Door Interlocks: Mechanical means to prevent opening of equipment with power

connected, or to disconnect power when door is opened; include means for defeating interlock by qualified persons.

3. Safety Interlocks: Terminals for remote contact to inhibit starting under both manual and automatic mode.

4. Control Interlocks: Furnish terminals for remote contact to allow starting in automatic mode.

5. Manual Bypass: Includes contactor, motor running overload protection, and short circuit protection for full voltage, non-reversing operation of motor. Includes isolation switch to allow maintenance of inverter during bypass operation.

6. Disconnecting Means: Integral fused disconnect switch with clips for NEMA FU 1, Class R fuses on line side of each controller.

G. Cooling Fans: Provide intake and exhaust cooling fans and filters on enclosures. Cooling fans shall be sized by manufacturer to properly cool enclosures.

H. Fabrication: 1. Wiring Terminations: Match conductor materials and sizes as indicated on Drawings. 2. Enclosure: NEMA 250, Type 1 unless otherwise indicated on Drawings.

Clark Dietz, Inc. Variable Frequency Motor Controllers

E0140040 26 05 19 - 4

3. Finish: Manufacturer's standard enamel.

Clark Dietz, Inc. Variable Frequency Motor Controllers

E0140040 26 05 19 - 5

2.2 FUNCTIONAL DESCRIPTION

A. The VFD shall be capable of operating in Hand and Automatic mode as follows: 1. Hand Mode: The VFD shall operate as follows when “Hand/Off/Auto” selector switch

is in the “Hand” position and “Bypass/VFD” selector switch is in “VFD” position. a. Pump shall run when the “start” pushbutton is depressed. b. Pump shall stop when the “stop” pushbutton is depressed. c. Variable speed operation of the pump shall be controlled from cover

mounted potentiometer switch. 2. Bypass Mode: The VFD shall operate as follows when “Hand/Off/Auto” selector

switch is in the “Hand” position and “Bypass/VFD” selector switch is in the “Bypass” position. a. Pump shall run when the “start” pushbutton is depressed. b. Pump shall stop when the “stop” pushbutton is depressed.

3. Automatic Mode: The VFD shall operate as follows when “Hand/Off/Auto” selector switch is in the “Auto” position and “Bypass/VFD” selector switch is in the “VFD” position. a. Pump shall be started and stopped from “run command” remote signal from

computer system or chemical controller if applicable. b. Variable speed operation of the pump shall be controlled from speed

command signal from computer system or chemical controller if applicable.

B. In all modes of operation the following shall occur. 1. The “on” green indicating light shall illuminate when power to the VFD is on. 2. The “pump run” red indicating light shall illuminate when the pump motor is running.

The VFD shall send a “run” signal to the computer system or chemical controller if applicable.

3. The “drive fail” yellow indicating light shall illuminate then the VFD or pump motor fails to operate. The VFD shall send a “fail’ signal to the computer system or chemical controller if applicable.

4. The VFD or bypass contactor shall stop if remote E-stop pushbutton is depressed. VFD will need to be reset manually at the VFD or from the computer system before the VFD can be restarted.

C. Provide interlocks to prevent simultaneous running of pump in both VFD and bypass mode of control.

2.3 SOURCE QUALITY CONTROL

A. Shop inspect and perform standard productions tests for each controller.

B. Make completed controllers available for inspection at manufacturer’s factory prior to packaging for shipment. Notify Engineer at least seven days before inspection is allowed.

C. Allow witnessing of factory inspections and tests at manufacturer’s test facility. Notify Engineer at least seven days before inspections and tests are scheduled.

Clark Dietz, Inc. Variable Frequency Motor Controllers

E0140040 26 05 19 - 6

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify building environment is maintained within service conditions required by manufacturer.

3.2 INSTALLATION

A. Install in accordance with NEMA ICS 7.1.

B. Tighten accessible connections and mechanical fasteners after placing controller.

C. Install fuses in fusible switches.

D. Select and install overload heater elements in motor controllers to match installed motor characteristics.

E. Install engraved plastic nameplates in accordance with Section 26 05 53.

F. Neatly type label inside controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating. Place label in clear plastic holder.

G. Ground and bond controller in accordance with Section 26 05 26.

3.3 FIELD QUALITY CONTROL

A. Inspect for physical damage, proper alignment anchorage and grounding.

B. Check proper installation and tightness of connections.

C. Operate controlled motor through full range of speed to check for excessive vibration and other issues.

3.4 MANUFACTURER'S FIELD SERVICES

A. Prepare and startup variable frequency controller.

3.5 DEMONSTRATION AND TRAINING

A. Furnish 4 hours of instruction to be conducted at project site with manufacturer's representative.

END OF SECTION 262923

Clark Dietz, Inc. Surge Protective Devices – Low-Voltage

E0140040 26 05 19 - 1

SECTION 26 43 13

SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS

PART 1 GENERAL 1.1 SCOPE

A. The work under this section includes Surge Protective Devices (SPD) as indicated on the project drawings and electrical diagrams. Furnish quantities shown on the drawings.

1.2 REFERENCE STANDARDS

A. UL 1449, Third Edition – Standard for Safety for Surge Protective Devices. B. ANSI/IEEE C62.41.1 Guide on the Surge Environment in Low-Voltage AC Power Circuits. C. ANSI/IEEE C62.41.2 Recommended Practice on Surge Voltages in Low-Voltage AC Power

Circuits. D. ANSI/IEEE C62.45 Recommended Practice on Surge Testing for Equipment Connected to

Low Voltage AC Power Circuits. E. IEEE C62.62 Standard Test Specification for Surge Protective Devices for Low-Voltage AC

Power Circuits. F. NFPA 70, NEC Article 285

1.3 QUALITY ASSURANCE

A. The manufacturer shall have been in the Surge Protective Device industry for a minimum

of 5 years. 1.4 WARRANTY

A. The manufacturer shall provide a minimum 5-year warranty from the date of shipment of

the SPD. Warranty shall include parts and labor. 1.5 SUBMITTALS

A. Include all SPD data necessary to show device is in compliance with all product

specifications. Include product data sheets showing the device performance, dimensions, weight, connections, and mounting requirements, along with installation instructions.

B. Provide a copy of the manufacturer’s standard warranty.

PART 2 PRODUCTS 2.1 MANUFACTURERS

A. Acceptable manufacturers: 1. Square D 2. Approved Equal.

Clark Dietz, Inc. Surge Protective Devices – Low-Voltage

E0140040 26 05 19 - 2

2.2 SURGE PROTECTIVE DEVICES

A. The SPD shall be listed in accordance with UL 1449, Third Edition. The product and ratings shall be included in the database of the UL.com web site.

B. The surge protective device (SPD) shall be designated a location Type 2 device intended for installation on the load side of the service equipment overcurrent device, including SPDs located at the branch panel.

C. The SPD shall be connected in parallel with the associated electrical system.

D. The SPD shall be made up of metal oxide varistors (MOV's), or a combination of MOV’s with selenium cells or silicon avalanche diodes, ensuring that all of the performance requirements are met. Gas tubes shall not be used.

E. The entire SPD shall be enclosed in a metal or ABS enclosure, NEMA rated for the location. SPDs at main service equipment shall be mounted inside the switchboard.

F. The SPD shall have a maximum continuous operating voltage (MCOV) rating not less than 115% of nominal voltage of the system it is protecting.

G. Protection Modes: The SPD shall have line to neutral (L-N), line to ground (L-G), line to line (L-L) and neutral to ground (N-G) protection modes for grounded wye configured systems. For a delta configured system, the device shall have line to line (L-L) and line to ground (L-G) protection modes.

H. Voltage Protection Rating (VPR): 1. The UL 1449 Voltage Protection Rating (VPR) for the device shall not exceed the following: a. 208Y/120-volt applications:900V L-N, L-G, N-G; 1200V L-L b. 480Y/277-volt applications:1200V L-N, L-G, N-G; 2000V L-L c. 480-volt delta applications:1800V L-G, 2000V L-L

I. Nominal Discharge Current (In): 1. The SPD shall have a UL 1449 Nominal Discharge Current Rating (In) of not less than 20kA.

J. Short Circuit Current Rating (SCCR): 1. The SPD shall have a UL 1449 Short Circuit Current Rating (SCCR) of not less than 200kA.

K. Surge Current Rating: 1. The single-pulse (8 X 20 microsecond waveform as specified in ANSI/IEEE Standard C62.41)

surge current capacity shall not be less than the following: a. 100 kA per mode for service entrance, switchboard, and main distribution panel locations b. 50 kA per mode for branch panelboard (2nd tier) locations

L. Electrical Noise Filtering:

The SPD shall contain a high-performance EMI/RFI noise rejection filter.

M. Each SPD shall include externally-mounted LED visual status indicators that indicate the on-line status of the unit, for each phase.

N. Each SPD shall be provided with audible diagnostic monitoring by way of audible alarm with on/off silence function.

O. Each SPD shall be provided with one set of NO/NC dry contracts for alarm conditions.

Clark Dietz, Inc. Surge Protective Devices – Low-Voltage

E0140040 26 05 19 - 3

PART 3 EXECUTION 3.1 INSTALLATION

A. Install SPD units in accordance with manufacturer's written instructions, applicable requirements of NEC and NEMA standards, and recognized industry practices.

B. The SPD units shall be installed as indicated in the one-line diagram. They shall be parallel-connected to the switchboard being protected. Locate as close as practical to the bus, keeping lead length as short as possible (less than 3 feet preferred).

C. SPDs shall be connected through a multi-pole circuit breaker or fused disconnect switch, not into main lugs. Circuit breaker or fused disconnect switch shall be 60A for main service device or as recommended by the manufacturer.

D. Setup and test per the manufacturer's recommendations.

END OF SECTION 264313

Clark Dietz, Inc. Interior Lighting

E0140040 26 51 00 - 1

SECTION 26 51 00

INTERIOR LIGHTING

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Interior luminaires.

1.2 REFERENCES

A. American National Standards Institute: 1. ANSI C82.1 - American National Standard for Lamp Ballast-Line Frequency

Fluorescent Lamp Ballast. 2. ANSI C82.4 - American National Standard for Ballasts-for High-Intensity-Discharge

and Low-Pressure Sodium Lamps (Multiple-Supply Type).

1.3 SUBMITTALS

A. Shop Drawings: Indicate dimensions and components for each luminaire not standard product of manufacturer.

B. Product Data: Submit dimensions, ratings, and performance data.

1.4 SUBSTITUTIONS

A. No substitutions will be accepted after bids are received. The lighting equipment specified herein has been carefully chosen for its ability to meet the luminous performance requirements of this project. Substitutions in all likelihood will be unable to meet all of the same criteria as specified equipment. No exceptions.

B. Any luminaire offered that is not specified by manufacturer and model number shall be accompanied by a full description that includes drawings, product data, photometrics and independent test lab performance data. The per-unit add or deduct cost for use of the submitted luminaire along with the above information shall be submitted to Engineer for approval 14 days prior to the bid. No substitutions will be accepted after this time.

C. The Engineer and Architect shall be able to reject any and all substitutions if they determine the fixture is not comparable to the specified luminaires.

1.5 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience.

1.6 FIELD MEASUREMENTS

A. Verify field measurements prior to fabrication.

Clark Dietz, Inc. Interior Lighting

E0140040 26 51 00 - 2

1.7 MAINTENANCE MATERIALS

A. Furnish two of each plastic lens type.

B. Furnish 10% replacement lamps for each lamp installed.

C. Furnish two of each ballast type.

PART 2 PRODUCTS

2.1 INTERIOR LUMINAIRES

A. Product Description: Provide light fixture types as indicated on the Drawings. No substitutions will be permitted.

2.2 LED LUMINAIRES

A. LED Luminaires shall meet all DesignLights Consortium® (DesignLights.org) Product Qualification Criteria. This does not require that the luminaire be listed on the DesignLights Consortium’s® Qualified Products List, but they must meet the Product Qualification Criteria. The technical requirements that the luminaire shall meet for each Application Category are: 1. Minimum Light Output. 2. Zonal Lumen Requirements. 3. Minimum Luminaire Efficacy. 4. Minimum CRI. 5. L70 Lumen Maintenance. 6. Minimum Luminaire Warranty of 5 years (not pro-rated) to include LED driver and all

LED components.

B. Color Temperature of 3000K-4100K for interior luminaires as listed in the Luminaire Schedule on the plans.

C. Color Temperature of 3000K-4100K for interior luminaires as listed in the Luminaire Schedule on the plans.

D. Glare Control: Exterior luminaires shall meet DesignLights Consortium’s® criteria for Zonal Lumen Distribution requirements or Backlight-Uplight-Glare (BUG) standards for exterior luminaires.

E. Luminaire shall be mercury-free, lead-free, and RoHS compliant.

F. Luminaire shall comply with FCC 47 CFR part 15 non-consumer RFI/EMI standards.

G. Light output of the LED system shall be measured using the absolute photometry method following IES LM-79 and IES LM-80 requirements and guidelines.

H. Luminaire shall maintain 70% lumen output (L70) for a minimum of 50,000 hours.

I. Driver shall have a rated life of 50,000 hours, minimum.

J. Lumen output shall not depreciate more than 20% after 10,000 hours of use.

Clark Dietz, Inc. Interior Lighting

E0140040 26 51 00 - 3

K. Luminaire Color Rendering Index (CRI) shall be a minimum of 80 for interior luminaires, and a minimum of 70 for exterior luminaires.

L. LED luminaire shall be thermally designed as to not exceed the maximum junction temperature of the LED for the ambient temperature of the location the luminaire is to be installed. Rated case temperature shall be suitable for operation in the ambient temperatures typically found for the intended installation. Exterior luminaires to operate in ambient temperatures of -20°F to 122°F (-29°C to 50°C).

M. LED driver shall have a minimum power factor (pf) of 0.9 and a maximum crest factor (cf) of 1.5 at full input power and across specified voltage range.

N. Luminaire shall operate normally for input voltage fluctuations of plus or minus 10 percent.

O. Luminaire shall have a maximum Total Harmonic Distortion (THD) of 20% at full input power and across specified voltage range.

P. Wiring connections to LED drivers shall utilize polarized quick-disconnects for field maintenance.

Q. All connections to luminaires shall be reverse polarity protected and provide high voltage protection in the event connections are reversed or shorted during the installation process.

R. All luminaires shall be provided with knockouts for conduit connections.

S. The LED luminaire shall carry a limited 5-year warranty minimum for LED light engine(s)/board array, and driver(s).

T. Provide all of the following data on submittals: 1. Delivered lumens 2. Input watts 3. Efficacy 4. Color rendering index.

Clark Dietz, Inc. Interior Lighting

E0140040 26 51 00 - 4

PART 3 EXECUTION

3.1 INSTALLATION

A. Install suspended luminaires using pendants supported from swivel hangers. Install pendant length required to suspend luminaire at indicated height.

B. Support luminaires larger than 2 x 4-foot size independent of ceiling framing.

C. Locate recessed ceiling luminaires as indicated on Drawings.

D. Install surface mounted luminaires plumb and adjust to align with building lines and with each other. Secure to prevent movement.

E. Exposed Grid Ceilings: Support surface-mounted luminaires on grid ceiling directly from building structure.

F. Install recessed luminaires to permit removal from below.

G. Install recessed luminaires using accessories and firestopping materials to meet regulatory requirements for fire rating.

H. Install clips to secure recessed grid-supported luminaires in place.

I. Install wall-mounted luminaires at height as indicated on Drawings.

J. Install accessories furnished with each luminaire.

K. Connect luminaires to branch circuit outlets provided under Section 26 05 33 using flexible conduit.

L. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within luminaire.

M. Install specified lamps in each luminaire.

N. Ground and bond interior luminaires in accordance with Section 26 05 26.

3.2 FIELD QUALITY CONTROL

A. Operate each luminaire after installation and connection. Inspect for proper connection and operation.

3.3 ADJUSTING

A. Aim and adjust luminaires as indicated on Drawings.

Clark Dietz, Inc. Interior Lighting

E0140040 26 51 00 - 5

3.4 CLEANING

A. Remove dirt and debris from enclosures.

B. Clean photometric control surfaces as recommended by manufacturer.

C. Clean finishes and touch up damage.

3.5 PROTECTION OF FINISHED WORK

A. Relamp luminaires having failed lamps at Substantial Completion.

3.6 SPARE QUANTITY OF FIXTURES

A. Provide 4 additional units of LED fixtures for Gymnasium lighting as spare parts.

END OF SECTION 265100

Clark Dietz, Inc. Emergency Lighting

E0140040 26 51 00 - 1

SECTION 26 52 00

EMERGENCY LIGHTING

PART 1 GENERAL

1.1 SUMMARY

A. Section includes emergency lighting units and exit signs.

B. Related Sections: 1. Section 26 05 26 - Grounding and Bonding for Electrical Systems. 2. Section 26 05 33 - Raceway and Boxes for Electrical Systems.

1.2 REFERENCES

A. National Electrical Manufacturers Association: 1. NEMA WD 6 - Wiring Devices-Dimensional Requirements.

1.3 SYSTEM DESCRIPTION

A. Emergency and exit lighting to comply with requirements.

1.4 SUBMITTALS

A. Product Data: Submit dimensions, ratings, and performance data.

1.5 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years’ experience.

1.6 MAINTENANCE MATERIALS

A. None required.

PART 2 PRODUCTS

2.1 EMERGENCY LIGHTING UNITS

A. Manufacturers: 1. See luminaire schedule on drawings. 2. Approved Equal.

B. Product Description: Self-contained LED emergency lighting unit.

C. Battery: 6 volt, nickel-cadmium type, with 1.5-hour capacity.

D. Battery Charger: Dual-rate type, with sufficient capacity to recharge discharged battery to full charge within twelve hours.

Clark Dietz, Inc. Emergency Lighting

E0140040 26 51 00 - 2

E. Housing: White plastic.

F. Indicators: Lamps to indicate AC ON and RECHARGING.

G. TEST switch: Transfers unit from external power supply to integral battery supply.

H. Electrical Connection: Conduit connection.

I. Input Voltage: 120 volts.

2.2 EXIT SIGNS

A. Manufacturers: 1. See luminaire schedule on drawings. 2. Approved Equal.

B. Product Description: Exit sign fixture.

C. Housing: White Plastic.

D. Face: Translucent plastic face with red letters on white background.

E. Directional Arrows: Universal type for field adjustment.

F. Mounting: Universal, for field selection.

G. Battery: 6 volt, nickel-cadmium type, with 1.5-hour capacity.

H. Battery Charger: Dual-rate type, with sufficient capacity to recharge discharged battery to full charge within twelve hours.

I. Lamps: LED, 5 W per side, maximum.

J. Input Voltage: 120 volts.

PART 3 EXECUTION

3.1 EXISTING WORK

A. Disconnect and remove abandoned emergency lighting units, exit signs, lamps, and accessories.

B. Extend existing emergency lighting and exit sign installations using materials and methods as specified.

3.2 INSTALLATION

A. Install suspended exit signs using pendants supported from swivel hangers. Install pendant length required to suspend sign at indicated height.

B. Install surface-mounted emergency lighting units and exit signs plumb and adjust to align with building lines and with each other. Secure to prevent movement.

Clark Dietz, Inc. Emergency Lighting

E0140040 26 51 00 - 3

C. Install wall-mounted emergency lighting units and exit signs at height as indicated on Drawings.

D. Install accessories furnished with each emergency lighting unit and exit sign.

E. Connect emergency lighting units and exit signs to branch circuit as indicated on Drawings.

F. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within unit.

G. Ground and bond emergency lighting units and exit signs in accordance with Section 26 05 26.

3.3 FIELD QUALITY CONTROL

A. Operate each unit after installation and connection. Inspect for proper connection and operation.

3.4 ADJUSTING

A. Aim and adjust lamp fixtures to maximize coverage area.

B. Position exit sign directional arrows as indicated on Drawings.

END OF SECTION 265200

Clark Dietz, Inc. Gymnasium Public Address System

E0140040 27 51 16 - 1

SECTION 27 51 16

GYMNASIUM PUBLIC ADDRESS SYSTEM

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Amplifier and control equipment. 2. Input equipment. 3. Reproducer equipment.

B. Related Requirements: 1. Section 26 05 26 - Grounding and Bonding for Electrical Systems: Grounding components. 2. Section 26 05 33 - Raceways and Boxes for Electrical Systems: Conduits and backboxes. 3. Section 26 05 53 - Identification for Electrical Systems: Identification methods.

1.2 PREINSTALLATION MEETINGS

A. Convene minimum two weeks prior to commencing Work of this Section.

B. Preinstallation meeting shall be held with the owner to review system functionality and device locations. Meeting shall occur on the project site. (2) copies of approved shop drawings shall be provided to the owner for use in the meeting to assist with system understanding.

1.3 SUBMITTALS

A. Product Data: Submit catalog data showing electrical characteristics and connection requirements for each component.

B. Shop Drawings: Indicate electrical characteristics and connection requirements. Indicate layout of equipment mounted in racks and cabinets, component interconnecting wiring, and wiring diagrams of field wiring to speakers and remote input devices.

C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements.

D. Qualifications Statements: 1. Submit qualifications for manufacturer, supplier, and installer.

1.4 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of speakers, control equipment, and outlets for input/output connectors.

B. Operation and Maintenance Data: Submit instructions for adjusting, operating, and extending system, and repair procedures and spare parts documentation.

1.5 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years' experience.

Clark Dietz, Inc. Gymnasium Public Address System

E0140040 27 51 16 - 2

B. Supplier: Authorized distributor of specified manufacturer with minimum three years' experience.

C. Installer: Authorized installer of manufacturer with service facilities within 100 miles of Project.

PART 2 PRODUCTS

2.1 SYSTEM DESCRIPTION

A. Public address system for voice and music.

B. Input components: 1. CD player/AM-FM Tuner/Auxiliary input port. 2. Bluetooth Wireless Connection. 3. Wireless Microphone (2).

C. Features: 1. One-way paging. 2. Distribution of background music.

2.2 AMPLIFICATION AND CONTROL EQUIPMENT

A. Manufacturer List: 1. Bogen Communications. 2. Approved Equal. (Must be submitted and approved prior to bid)

B. Product Description: The amplifier shall be a model GS500, rated at 500 watts RMS. The amplifier shall accommodate up to 6 Lo-Z balanced microphones, 2 Hi-Z auxiliary sources and a telephone paging input (MIC 5 shall be switch-selected for MIC or telephone line; MIC 6 switch-selected for MIC or AUX 1). MIC 1 through 4 shall use XLR-type connectors; AUX inputs shall be via RCA phono jacks and all other connectors shall use pluggable screw terminals. Phantom power shall be supplied for use with condenser microphones. Microphone precedence connections shall be included for MIC 1, 2, 3, 5/TEL, 6/AUX 1 and AUX 2. The amplifier shall provide a frequency response from 65 Hz to 20 kHz +0/-2 dB at rated power. Distortion shall be 0.3% typically. The amplifier shall include an Audio Enhancement circuit, variable loudness contour control, and dual function equalizer. The equalizer shall be switch selectable for feedback control or acoustic shaping and shall include 10 center-detent slide controls providing ±12 dB of boost or cut from 62.5 Hz to 16 kHz in acoustic mode and from 125Hz to 8 kHz in feedback control mode. The amplifier shall include automatic level control to provide consistent output regardless of who is paging, automatic muting complete with a VOX circuit, and a variable mute level. Provisions shall also be included for remote volume control, using an accessory control unit (GSRVC). Outputs shall be provided for 4- and 8-ohm speakers and for 25V, 25VCT and 70V distributed systems. Additional outputs shall be provided to feed a booster amp and recorder. A dedicated output shall permit feeding a 600-ohm telephone line using an accessory transformer (Model WMT1A). A Pre-Amp Out/Power-Amp In circuit shall be provided to insert signal processing equipment. The amplifier shall be rack mountable using an accessory rack panel kit (GSDRPK). It shall carry the necessary safety agency listings for both the US and Canada

Clark Dietz, Inc. Gymnasium Public Address System

E0140040 27 51 16 - 3

2.3 CD PLAYER/AM-FM TUNER/AUXILIARY INPUT

A. Manufacturer List: 1. Bogen Communications. 2. Approved Equal. (Must be submitted and approved prior to bid)

B. Product Description: The auxiliary program source shall be a Bogen Model CDR1 CD Player with AM/FM Receiver, or equivalent. The program source shall include manual tuning and auto seek control. The auto seek control shall automatically ascend (or descend) the frequency scale to the next strong frequency. It shall be possible to program up to 5 bands (FM1, FM2, FM3, AM1, AM2) with up to 6 stations each for a total of 30 stations. A preset scan control shall be provided to scroll and select from available presets. The FM section shall have a frequency range from 87.5 MHz – 108 MHz, the AM section will have a frequency range of 530 kHz – 1710 kHz. Pluggable screw terminal inputs shall be available for an AM loop antenna, a FM dipole antenna, and for speaker outputs. An F-type coax antenna connector shall also be available. The CD player system shall include Browse, Repeat, Random Play, and Pause functions. The CD player shall be capable of playing CD, CD-R, or CD-RW discs (including MP3 files). The CDR1 shall have a frequency response of 20 Hz – 20 kHz (< 5 dB). The following controls shall be provided: Power/ Volume, Disc Eject, Mode (Radio, CD, AUX), Audio/Menu Select (Volume, Bass, Treble, Balance, Display, Seek, and Clock), Mute, Scan, Stereo/Mono, Station Store/Select, Loudness Contour, Band, and Station Select. An LCD digital readout shall be provided to show selected frequency and band (in Radio Mode) or track (in CD Mode) information. The unit shall operate on 12V DC (3A) power with an included desktop-style AC power adapter. It shall be possible to drive 8-ohm loudspeakers directly from 1W per channel (Right/Left) outputs. A 50-ohm monosummed RCA output shall also be available, in addition to stereo. The unit shall be 7-1/4" W × 2-1/8" H × 9-1/4" D and shall weigh 4 lb. The unit shall mount in a standard 19-inch rack system (2 rack spaces high) with the RK78 rack mounting kit (sold separately).

2.4 WIRELESS MICROPHONE

A. Manufacturer List: 1. Bogen Communications. 2. Approved Equal. (Must be submitted and approved prior to bid)

B. Product Description: UDMS800HH Wireless Handheld microphone system consisting of UHT800 Handheld Microphone with UDR800 800-Channel PLL-Synthesized UHF Receiver. Supplied with Rack mount hardware.

2.5 BLUETOOTH RECEIVER

A. Manufacturer List: 1. Audioengine. 2. Approved Equal. (Must be submitted and approved prior to bid)

B. Product Description: B1 Bluetooth Music Receiver.

Clark Dietz, Inc. Gymnasium Public Address System

E0140040 27 51 16 - 4

2.6 SPEAKERS

A. Manufacturer List: 1. Bogen Communications. 2. Approved Equal. (Must be submitted and approved prior to bid)

B. Product Description: The loudspeakers shall be NEAR ORBIT Model OPS1W (Off-white) or approved equivalent, consisting of one 6-1/2" (nominal) low frequency transducer, and one 20mm (3/4") (nominal) high frequency transducer with a filter network for dividing frequencies between the transducers. An injection-molded, ABS material containing fire inhibitors with a 94VO rating, shall house all components. The enclosure shall be supplied in either off-white or dark gray in color with a mild texture finish to promote paint adhesion if desired. A perforated speaker grille shall be made from heavy-gauge steel, color-matched to the enclosure. The low-frequency driver shall utilize a metal-alloy cone with hard-anodized surface treatment for rigidity and corrosion resistance. The cone shall provide a heat transfer element for the voice coil under high-power input. A compounded rubber cone surround shall be formulated to withstand environmental conditions with high or low heat, high or low humidity, and ultra-violet light. The voice coil shall be protected via a high gauss low viscosity magnetic liquid (ferrofluid), to prevent corrosion from occurring in the magnet gap. The fluid will also serve as a thermal path to further reduce heat build-up in the voice coil. The driver will utilize the ferrofluid to provide a centering force for the voice coil in the magnet gap. The high-frequency driver shall utilize a diaphragm consisting of black polycarbonate. Ferrofluid shall dampen the voice coil and facilitate the transfer of heat from the coil to the magnet structure. The hanging cables shall be designed with forged eye bolts captured on one end to attach directly to the enclosure. The other end of the cables shall have a secured loop that will attach to a quick connect clip. An integral safety cable attachment point shall be included in the enclosure. A 10-foot cable kit (CK10) shall serve as a the main suspension drop cable. An internal safety strap ensures that the drivers are secured to the upper suspension. The input connector shall be a 4-screw snap-lock removable connector, providing "loop-through" for additional speakers. Power input selection shall be via a front-mounted rotary switch, located under the removable grille. 70V (high-impedance) tap selections shall be 1, 2, 4, 8, 16, and 32 watts; 100V (high-impedance) tap selections shall be 2, 4, 8, 16, and 32 watts. A low-impedance 16-ohm selection shall also be provided. Usable coverage area shall be 140°. Dimensions of the speaker shall not exceed 15" diameter x 9-1/4" high. Weight shall not exceed 10 lb.

2.7 EQUIPMENT RACK

A. Manufacturer List: 1. Lowell. 2. Approved Equal. (Must be submitted and approved prior to bid)

B. Equipment Racks:

1. Lowell L253-42LD-KL Rack 2. Lowell L2150-42PF Perforated Front Door 3. Lowell L28-195 Drawer 4. Lowell U180 Power Strip

C. AC Power Switch System:

1. Furman PS-8RII

Clark Dietz, Inc. Gymnasium Public Address System

E0140040 27 51 16 - 5

2.8 SPEAKER CABLE

A. Manufacturer List: 1. Belden 2. General Cable 3. Approved Eqaul.

B. Product Description: Speaker cable shall be 16 AWG two conductor shielded cable installed in conduit. Cable jacket shall be plenum rated. Conduit shall be routed from near the equipment rack to near each speaker. Conduits shall be provided with plastic bushings at terminations to protect the cable from damage during pulling. Speakers shall be wired in parallel. See system wiring diagram on the drawings for additional information.

PART 3 EXECUTION

3.1 PREPARATION

A. Disconnect and remove abandoned public address and music equipment.

3.2 INSTALLATION

A. Mounting Heights: Coordinate locations of outlet boxes specified in Section 26 05 33 – Raceways and Boxes for Electrical Systems to obtain mounting heights as indicated on the Drawings.

B. Connect reproducers to amplifier with matching transformers.

C. Install equipment racks in location shown; arrange for adequate ventilation and access.

D. Install engraved plastic nameplates according to Section 26 05 53 - Identification for Electrical Systems.

E. Ground and bond public address and music equipment according to Section 26 05 26 - Grounding and Bonding for Electrical Systems.

3.3 FIELD QUALITY CONTROL

A. Measure and record sound power levels.

B. Include services of technician employed by manufacturer to supervise installation, adjustments, final connections, system testing, and Owner training.

C. Verify that installation is complete and performs according to specified requirements.

Clark Dietz, Inc. Gymnasium Public Address System

E0140040 27 51 16 - 6

3.4 ADJUSTING

A. Adjust transformer taps for appropriate sound level.

B. Adjust devices and wall plates to be flush and level.

3.5 DEMONSTRATION AND TRAINING

A. Furnish 2 hours of instruction each for 4 persons, to be conducted at Project Site with manufacturer's representative.

B. Training shall include instruction and demonstration of how to use all system equipment.

C. Training may be video recorded by the owner for future reference.

3.6 MAINTENANCE

A. Furnish service and maintenance of public address and music equipment for one year from date of Substantial Completion.

END OF SECTION

Clark Dietz, Inc. Brick Unit Paving

E0140040 321416 - 1

SECTION 32 14 16

BRICK UNIT PAVING

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Clay brick pavers. 2. Sand setting bed. 3. Sand joints.

1.2 REFERENCES

A. ASTM International: 1. ASTM C33 - Standard Specification for Concrete Aggregates. 2. ASTM C902 - Standard Specification for Pedestrian and Light Traffic Paving Brick. 3. ASTM C1549 - Standard Test Method for Determination of Solar Reflectance Near Ambient

Temperature Using a Portable Solar Reflectometer.

1.3 SYSTEM DESCRIPTION

A. Paving and Setting Bed: To accommodate pedestrian traffic.

1.4 SUBMITTALS

A. Shop Drawings: Indicate on shop drawings, layout of pavers, dimensions of paved areas, and affected adjacent construction.

B. Product Data: Submit data on characteristics of paver unit, special shapes, dimensions, mortar, setting and grouting materials.

1.5 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience.

B. Installer: Company specializing in performing work of this section with minimum three years documented experience.

1.6 ENVIRONMENTAL REQUIREMENTS

A. At end of working day, or during rainy weather, cover work exposed to weather with waterproof coverings, securely anchored.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers:

Clark Dietz, Inc. Brick Unit Paving

E0140040 321416 - 2

1. Unilock. 2. Belden. 3. Belgard. 4. Pavestone.

2.2 PAVER MATERIALS

A. Pavers: Concrete Pavers, ASTM C936, with 8000 psi strength, ASTM C-67:

Property Value

Moisture Absorption (maximum) 5% percent

Size (actual) Varies with 2-3/8 inches thick

Color Match Existing

Exposed Surface Texture Rough

Special Shapes As Required

Special Design in Paver Match Existing

2.3 SAND MATERIALS

A. Sand for Setting Bed and Joint Filler: ASTM C33, clean washed river or bank sand.

2.4 ACCESSORIES

A. Edging: Formed plastic (if required).

B. Border: Plastic (if required).

C. Cleaning Solution: Type recommended by paver manufacturer.

D. Sealant: Urethane, self leveling type as recommended by manufacturer.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify substrate is ready to support pavers and imposed loads.

B. Verify gradients and elevations of substrate are correct.

3.2 INSTALLATION - SAND SETTING BED

A. Screed sand evenly over prepared substrate surface to 4 inch thickness.

B. Dampen and roller compact sand to level surface.

C. Screed and scarify top 1/2 inch of sand.

D. Place paver units in pattern to match existing, from straight reference line.

Clark Dietz, Inc. Brick Unit Paving

E0140040 321416 - 3

E. Place half units or special shaped units at edges and interruptions. Maintain evenly spaced joints. Machine saw partial units.

F. Spread sand over surface and sweep into joints. Moisten joints and recover with additional sand until firm joints are achieved. Remove excess sand.

G. Tamp and level paver units with mechanical plate vibrator until units are firmly bedded, level, and to correct elevation and slope gradient.

H. Spread sand over surface and sweep into joints.

3.3 CLEANING

A. Clean soiled surfaces using cleaning solution. Do not harm pavers, joint materials, or adjacent surfaces.

B. Use non-metallic tools in cleaning operations.

C. Rinse surfaces thoroughly with clean water.

D. Broom clean paving surfaces. Dispose of excess sand.

3.4 PROTECTION OF FINISHED WORK

A. Do not permit traffic over unprotected paver surface for 2 days.

END OF SECTION

Clark Dietz, Inc. Soil Preparation

E0140040 329113 - 1

SECTION 32 91 13 SOIL PREPARATION

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Preparation of subsoil. 2. Placing topsoil.

PART 2 PRODUCTS

2.1 SOIL MATERIALS

A. Topsoil: Fertile, agricultural soil, typical for locality, capable of sustaining vigorous plant growth, taken from drained site; free of subsoil, clay or impurities, plants, weeds and roots; pH value of minimum 5.4 and maximum.

B. Topsoil: Excavated from site and free of weeds.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify prepared soil base is ready to receive the Work of this section.

3.2 PREPARATION OF SUBSOIL

A. Prepare sub-soil to eliminate uneven areas and low spots. Maintain lines, levels, profiles and contours. Make changes in grade gradual. Blend slopes into level areas.

B. Remove foreign materials, weeds and undesirable plants and their roots. Remove contaminated sub-soil.

C. Scarify subsoil to depth of 3 inches where topsoil is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted sub-soil.

3.3 PLACING TOPSOIL

A. Spread topsoil to minimum depth of 4 inches over area to be seeded/sodded. Rake until smooth.

B. Place topsoil during dry weather and on dry unfrozen subgrade.

C. Remove vegetable matter and foreign non-organic material from topsoil while spreading.

D. Grade topsoil to eliminate rough, low or soft areas, and to ensure positive drainage.

E. Install edging at periphery of seeded areas in straight lines to consistent depth.

END OF SECTION

Clark Dietz, Inc. Sodding

E0140040 329223 - 1

SECTION 32 92 23 SODDING

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Fertilizing. 2. Sod installation. 3. Maintenance.

1.2 DEFINITIONS

A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass.

PART 2 PRODUCTS

2.1 SOD

A. Sod: Certified grade; Native sod grown in either nursery or field.

2.2 ACCESSORIES

A. Fertilizer: Commercial grade; recommended for grass, with fifty percent of elements derived from organic sources; of proportion necessary to eliminate deficiencies of topsoil.

B. Lime: ASTM C602, Agricultural limestone containing a minimum 80 percent calcium carbonate equivalent.

C. Water: Clean, fresh and free of substances or matter capable of inhibiting vigorous growth of grass.

PART 3 EXECUTION

3.1 FERTILIZING

A. Apply fertilizer at application rate recommended by fertilizer manufacturer.

B. Apply fertilizer after smooth raking of topsoil and prior to installation of sod.

C. Apply fertilizer no more than 48 hours before laying sod.

D. Mix fertilizer thoroughly into upper 4 inches of topsoil.

E. Lightly water soil to aid dissipation of fertilizer.

3.2 LAYING SOD

A. Moisten prepared surface immediately prior to laying sod.

Clark Dietz, Inc. Sodding

E0140040 329223 - 2

B. Lay sod within 24 hours after harvesting to prevent deterioration.

C. Lay sod tight with no open joints visible, and no overlapping; stagger end joints 12 inches minimum. Do not stretch or overlap sod pieces.

D. Lay smooth.

E. Place top elevation of sod 1/2 inch below adjoining paving.

F. Do not place sod when temperature is lower than 32 degrees F.

G. Water sodded areas immediately after installation. Saturate sod to 4 inches of soil.

3.3 MAINTENANCE

A. Neatly trim edges and hand clip where necessary.

B. Immediately remove clippings after mowing and trimming.

C. Water to prevent grass and soil from drying out.

D. Control growth of weeds. Apply herbicides. Remedy damage resulting from improper use of herbicides.

E. Immediately replace sod on areas showing deterioration or bare spots.

F. Protect sodded areas with warning signs during maintenance period.

END OF SECTION 329223

PROJECT LOCATION

LAKE COUNTY

COOK COUNTY

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

C:\U

sers

\ntp

\ Doc

umen

ts\E

0140

040_

NT P

.rvt

9/25

/201

7 6:

00:0

3 PM

1G0.00

E0140040

CO

VER

SH

E ET

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

I

DESIGNED : NTPDRAWN BY : NTPCHECKED BY : KRP

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/17

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

CITY OF EVANSTONCHANDLER NEWBERGER CENTER

HVAC AND ELECTRICALIMPROVEMENTS PHASE I

BID NO. 17-561028 CENTRAL STREET

EVANSTON, IL 60201SEPTEMBER 25 2017

GENERAL LOCATION MAP PROJECT AREA MAP PROJECT LOCATION MAP

PROJECTLOCATION

SHEET INDEX

PROJECTLOCATION

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

1. THE LOCATIONS AND SIZES OF EXISTING DUCTWORK,PIPING AND EQUIPMENT HAS BEEN TAKEN FROMPREVIOUS DESIGN DRAWINGS OR AS BUILT DRAWINGS.CONTRACTOR SHALL FIELD VERIFY ALL EXISTINGCONDITIONS PRIOR TO START OF WORK.

2. DUCTWORK AND PIPING IS SHOWN IN SCHEMATIC FORMONLY, CHANGES IN ELEVATION ARE NOT NECESSARILYSHOWN. ROUTE DUCTWORK AND PIPING IN AN ORDERLYMANNER AS REQUIRED FOR CLEARANCE WITHSTRUCTURAL CONDITIONS. COORDINATE LOCATION OFDUCTWORK AND PIPING WITH OTHER TRADES PRIOR TOINSTALLATION. WHERE POSSIBLE, RACK PIPINGHORIZONTALLY OR VERTICALLY.

3. COORDINATE LOCATIONS AND SIZES OF DUCTWORK ANDPIPING CONNECTIONS TO EQUIPMENT BEING SHOWN.CONTRACTOR SHALL COORDINATE ALL WORK WITH ALLTRADES.

4. ALL CONNECTIONS TO, OR SHUTDOWNS OF, EXISTINGSYSTEMS SHALL BE COORDINATED WITH THE OWNER TOPROVIDE MINIMUM INTERFERENCE WITH THEIROPERATION AND DOWNTIME OF THE SYSTEM. PROVIDEPROPOSED PHASING PLAN FOR CONNECTIONS TOEXISTING SERVICES TO OWNER FOR APPROVAL PRIOR TOSTARTING OF WORK.

5. CONNECTIONS TO EQUIPMENT SHALL BE PROVIDED WITHISOLATION VALVES AND UNIONS TO FACILITATEEQUIPMENT REMOVAL.

6. UNLESS OTHERWISE NOTED, CONCEAL ALL DUCTWORKAND PIPING ABOVE CEILINGS, IN WALLS, OR INSIDECHASES.

7. CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDINGADEQUATE SUPPORTING SYSTEMS AND DEVICES FOR ALLDUCTWORK, PIPING, EQUIPMENT, AND ACCESSORIES.

8. PROVIDE AND INSTALL SLEEVES FOR ALL DUCTWORK ANDPIPING PASSING THROUGH WALLS AND FLOORS.

9. PROVIDE FIRE STOPPING OR FIRE CAULK AT ALLPENETRATIONS OF FIRE AND/OR SMOKE RATED WALLS,CEILINGS, AND FLOORS. EXISTING WALLS ALONG ALLCORRIDORS ARE CONSIDERED TO BE FIRE RATED WALLS.

10. LOCATE AND INSTALL ALL EQUIPMENT TO PROVIDEMANUFACTURER'S MINIMUM SERVICE CLEARANCES.

11. FOR DUCT CONNECTIONS TO TERMINAL DEVICES, FANS,AND OTHER EQUIPMENT SEE DETAILS.

12. LOCATE ALL MANUAL BALANCING DAMPERS IN ANACCESSIBLE LOCATION. WHERE DAMPERS ARE NOTACCESSIBLE PROVIDE MINIMUM 18x18 ACCESS DOOR.

13. PROVIDE MANUAL BALANCING DAMPERS IN ALL BRANCHDUCTWORK AND AT EACH AIR INLET AND OUTLET.

14. CONTRACTOR IS RESPONSIBLE FOR PROVIDINGTEMPORARY HEATING AND/OR COOLING DURING TIMESWHEN THE BUILDING HEATING AND COOLING SYSTEMSARE NOT FUNCTIONAL.

15. THE INFORMATION SHOWN ON TEMPERATURE CONTROLDRAWING IS FOR GENERAL ARRANGEMENT OF DDCSYSTEM ONLY. ACTUAL SYSTEM ARCHITECTURE SHALL BEDESIGNED BY CONTROL CONTRACTOR.

M

AD

EF-X

XX-XT

24/24

SYMBOL

RETURN DUCT UP OR TOWARD

SYMBOLDESCRIPTION DESCRIPTION

RETURN DUCT DOWN OR AWAY

EXHAUST DUCT UP OR TOWARD

EXHAUST DUCT DOWN OR AWAY

SUPPLY DUCT UP OR TOWARD

SUPPLY DUCT DOWN OR AWAY

SUPPLY DIFFUSER (WITH HARD DUCT)

SUPPLY DIFFUSER (WITH FLEXDUCT)

RETURN GRILLE OR REGISTER

RETURN GRILLE OR REGISTER

(WITH HARD DUCT)

(WITH FLEXDUCT)

EXHAUST GRILLE OR REGISTER

EXHAUST GRILLE OR REGISTER

(WITH HARD DUCT)

(WITH FLEXDUCT)

RECTANGULAR DUCT (FIRST FIGURE ISSIDE SHOWN) ALL DUCT DIMENSIONSARE INSIDE CLEAR DIMENSIONS

XØ ROUND DUCTWORK

FLEXIBLE DUCTWORK

90° ELBOW WITH TURNING VANES

BRANCH DUCT TAP

ACCESS DOOR (HORIZONTAL/VERTICAL)

MOTORIZED DAMPER

OFFSET (DOUBLE RADIUSED FITTINGS)

FLEXIBLE DUCT CONNECTION

TRANSITION FROM RECTANGULAR TO ROUND DUCT

NEW CONNECTION TO EXISTING

TO BE REMOVED

THERMOSTAT W/EQUIPMENT NUMBER

ROOF MOUNTED EXHAUST FANW/ EQUIPMENT NUMBER

DIRECTION OF AIRFLOW

(NAME) EXISTING PIPING

TEE DOWN OR AWAY

ELBOW DOWN OR AWAY

ELBOW UP OR TOWARD

TEE UP OR TOWARD

RISE OR DROP

90° ELBOW

PIPE TEE

PIPE TAKEOFF (FROM TOP OF MAIN)

45° ELBOW

PIPE TAKEOFF (FROM BOTTOM OF MAIN) PITCH PIPING IN DIRECTION OF ARROW

45° BRANCH

BALL VALVE

REDUCER

CONCENTRIC REDUCER

ECCENTRIC REDUCER

END CAP

UNION - SCREWED

UNION - FLANGED

EXISTING EQUIPMENT

NEW EQUIPMENT

1. VERIFY EXACT SIZE AND LOCATION OF EXISTING UTILITIESPRIOR TO START OF DEMOLITION.

2. DISCONNECT ALL HEATING DUCTWORK AND PIPINGCONNECTIONS TO EQUIPMENT BEING REMOVED.CONTRACTOR SHALL COORDINATE WORK WITH ALLTRADES.

3. UNLESS OTHERWISE NOTED, REMOVAL DUCTWORK,PIPING AND/OR EQUIPMENT SHALL INCLUDE ALLINSULATION, DAMPERS, VALVES, HANGERS, SUPPORTS,EQUIPMENT PADS, FLASHING, CONTROLS, CONTROLSTUBING/WIRING AND ASSOCIATED ACCESSORIES.

4. UNLESS OTHERWISE NOTED, REMOVAL OF PIPING SHALLBE BACK TO THE MAIN OR LAST ACTIVE SERVICE.

5. ALL OPENINGS OR HOLES LEFT IN EXISTING WALLS,FLOORS, AND CEILINGS TO REMAIN, INCLUDING CHASES,SHALL BE PATCHED TO MATCH EXISTING CONDITIONS.PATCHING SHALL BE IN ACCORDANCE WITH THEAPPROPRIATE DIVISION OF THE SPECIFICATIONS.

6. THE CONTRACTOR SHALL DISCONNECT EXISTINGBUILDING TEMPERATURE CONTROL SYSTEM FROM THENETWORK AND PROVIDE ALL WORK ASSOCIATED WITHDEMOLITION.

7. THE CONTRACTOR SHALL PROVIDE ALL REQUIRED WORKTO MAINTAIN THE CONTINUITY OF THE EXISTING NETWORKUNTIL NEW NETWORK HAS BEEN ESTABLISHED.

SA SUPPLY AIRRA RETURN AIREA EXHAUST AIROA OUTDOOR AIREF EXHAUST FANSF SUPPLY FANG GASFD FIRE DAMPERCFM CUBIC FEET PER MINUTETYP. TYPICALVFD VARIABLE FREQUENCY DRIVEDI DIGITAL INPUTDO DIGITAL OUTPUTAI ANALOG INPUTAO ANALOG OUTPUTNC NORMALLY CLOSEDBAS BUILDING AUTOMATION SYSTEMSP STATIC PRESSURERAD RETURN AIR DAMPEROAD OUTDOOR AIR DAMPERVVT VARIABLE VOLUME AND TEMPERATURERTU ROOF TOP UNITMBH MEGA BRITISH THERMAL UNITCFH CUBIC FEET PER HOURWC WATER COLUMNHP HORSE POWERRPM REVOLUTION PER MINUTEWPD WATER PRESSURE DROPEAT ENTERING AIR TEMPERATURELAT LEAVING AIR TEMPERATURENC NOISE CRITERIA

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

C:\U

sers

\ntp

\ Doc

umen

ts\E

0140

040_

NT P

.rvt

9/27

/201

7 9:

58:5

7 PM

1H0.10

E0140040

HVA

C G

ENER

A L N

OT E

S ,SY

MB O

LS A

ND

ABB R

E VIA

TIO

NS

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

I

DESIGNED : NTPDRAWN BY : NAR/NTPCHECKED BY : KRP

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/17

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

HVAC GENERAL NOTESHVAC LEGEND HVAC GENERAL DEMOLITION NOTES

HVAC ABBREVIATIONS

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

T

T

T

1. REMOVE EXISTING SA DUCT TO ALLOWINSTALLATION OF NEW VVT DAMPER.

2. REMOVE EXISTING THERMOSTATS AND ALLASSOCIATED CONTROLS WIRING. PROVIDE COVERPLATE OVER EXISTING OPENING.

3. REMOVE EXISTING SUPPLY DIFFUSER ANDASSOCIATED FLEX DUCT. CAP AND SEAL EXISTINGOPENING IN SA DUCT.

4. REMOVE EXISTING RETURN GRILLES ANDASSOCIATED DUCTWORK. MODIFY EXISTINGOPENING IN DUCT TO ALLOW INSTALLATION OFNEW DUCTS/GRILLES.

5. REMOVE EXISTING EXHAUST GRILLES IN CEILING.REPLACE EXISTING CEILING TILES WITH NEW.

6. REMOVE EXISTING ELECTRIC RADIANT HEATINGPANEL AND ASSOCIATED CONTROLS. PROVIDEMATCHING CEILING TILES AND GRID TO ALLOWINSTALLATION OF NEW CEILING WHERE EXISTINGPANELS ARE REMOVED.

7. REMOVE EXISTING EA DUCT ABOVE CEILING TOBOTTOM OF DECK.

8. DISCONNECT AND REMOVE EXISTING SA DUCT TOTHE BOTTOM OF THE UNIT.

9. DISCONNECT AND REMOVE EXISTING RA DUCT TOTHE BOTTOM OF THE UNIT.

10. REMOVE EXISTING SA DUCT ABOVE CEILING. CAPOPENING TO ALLOW INSTALLATION OF NEWBRANCH DUCTS.

11. DISCONNECT AND REMOVE EXISTING SA FLEXDUCTS CONNECTED TO AHU-3. CAP EXISTINGOPENING IN DUCT.

12. REMOVE EXISTING RETURN GRILLE ANDASSOCIATED FLEX DUCT CONNECTED TO AHU-3.CAP EXISTING OPENING IN RETURN DUCT SEALTIGHT.

13. REMOVE EXISTING SUPPLY DIFFUSER ANDASSOCIATED FLEX DUCT.

14. DISCONNECT AND REMOVE EXISTINGTEMPERATURE SENSOR FROM THE OFFICE AREA.EXISTING WIRE SHOULD BE COILED ABOVECEILING.

1. EXISTING SA DUCT AND DIFFUSERS ASSOCIATED WITHGYMNASIUM ROOF TOP UNITS TO REMAIN.

2. EXISTING RA DUCT AND GRILLES TO ASSOCIATED WITHGYMNASIUM ROOF TOP UNITS TO REMAIN.

3. EXISTING SA DUCT TO REMAIN. MAKE MODIFICATION TO THEEXISTING DUCT AS REQUIRED TO ALLOW INSTALLATION OFNEW VVT DAMPERS. SEE 1H2.01 FOR NEW WORK.

4. EXISTING RA DUCT ABOVE CEILING TO REMAIN.5. EXISTING TEMPERATURE CONTROL PANELS TO REMAIN.

DISCONNECT AND REMOVE EXISTING CONTROLSASSOCIATED WITH RTU-4.

6. EXISTING EA DUCT AND GRILLE TO REMAIN.7. EXISTING WALL MOUNTED EXHAUST FAN TO REMAIN.8. EXISTING SA DUCT ASSOCIATED WITH AHU-1, SERVING THE

LOCKER ROOMS AND ELECTRICAL ROOM TO REMAIN.9. EXISTING RA DUCT ASSOCIATED WITH AHU-1, SERVING THE

LOCKER ROOMS AND ELECTRICAL ROOM TO REMAIN.10. EXISTING SA DIFFUSER AND ASSOCIATED DUCT TO REMAIN.11. EXISTING SA DUCT ABOVE CEILING TO REMAIN.

1. SEE SHEET 1H0.10 FOR GENERAL NOTES, SYMBOLS ANDABBREVIATIONS.

2. PATCH AND PAINT EXISTING OPENINGS IN WALLS TOMATCH EXISTING.

3. PATCH EXISTING ROOF OPENINGS TO MATCH EXISTING.CONTRACTOR SHALL MAKE SURE ALL ROOF WORK MEETSEXISTING ROOFING WARRANTY.

4. CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVING ANDREPLACING ALL CEILING TILES REQUIRED TO INSTALLTHEIR WORK.

5. PROVIDE NEW CEILING TILES WHERE EXISTING CEILINGTILES ARE DAMAGED DURING WORK OR REPLACEMENTCEILING TILES ARE REQUIRED WHERE EXISTINGGRILLES/DIFFUSERS ARE REMOVED.

6. PROVIDE NEW CEILING GRID WHERE REQUIRED TO ALLOWINSTALLATION OF NEW DUCT/DIFFUSER/GRILLES.

7. ALL NEW DUCTWORK IN GYMNASIUM AREA SHALL BEDOUBLE WALL WITH FIBERGLASS INSULATION.

8. ALL NEW DUCTWORK AND INSULATION IN GYMNASIUMAREA SHALL BE PAINTED TO MATCH EXISTING WALLS.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

C:\U

sers

\ntp

\ Doc

umen

ts\E

0140

040_

NT P

.rvt

9/27

/201

7 9:

59:0

4 PM

1H1.10

E0140040

FIR

ST F

L OO

R H

VAC

DEM

OLI

TIO

N P

LAN

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

I

DESIGNED : NTPDRAWN BY : NARCHECKED BY : KRP

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/17

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

0 2' 4' 8' 16'

FIRST FLOOR HVAC DEMOLITIONPLAN

1

DEMOLITION NOTES

KEYNOTES

NOTES

#

#

1

1

1

1

1

1

1111

1

1

22

1

5

5

4 4 4 47

9

8

33 3 3 3

66

7

6

6

NOT IN CONTRACT

1

13(TYP.)25

710

12

10 NOT IN CONTRACT

12

12

3

3

9

8

1

98

11

44

4

1111

11

1111

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

14

11

5

3

6

2

1. REMOVE EXISTING ROOF TOP UNIT AND CURB. PATCHOPENING IN ROOF TO MATCH EXISTING. DISCONNECT ANDREMOVE EXISTING SA AND RA DUCT DROPS. REMOVEEXISTING GAS PIPING TO BELOW ROOF. ALLOW FOREXTENSION TO NEW UNIT.

2. REMOVE EXISTING ROOF MOUNTED EXHAUST FAN ANDCURB. DISCONNECT AND REMOVE EXISTING EXHAUST DUCT.PATCH OPENING TO MATCH EXISTING.

1. EXISTING ROOF TOP UNIT TO REMAIN.2. EXISTING ROOF MOUNTED EXHAUST FAN TO REMAIN.

1. SEE SHEET 1H0.10 FOR GENERAL NOTES, SYMBOLS ANDABBREVIATIONS.

2. PATCH AND PAINT EXISTING OPENINGS IN WALLS TOMATCH EXISTING.

3. PATCH EXISTING ROOF OPENINGS TO MATCH EXISTING.CONTRACTOR SHALL MAKE SURE ALL ROOF WORK MEETSEXISTING ROOFING WARRANTY.

4. CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVING ANDREPLACING ALL CEILING TILES REQUIRED TO INSTALLTHEIR WORK.

5. PROVIDE NEW CEILING TILES WHERE EXISTING CEILINGTILES ARE DAMAGED DURING WORK OR REPLACEMENTCEILING TILES ARE REQUIRED WHERE EXISTINGGRILLES/DIFFUSERS ARE REMOVED.

6. PROVIDE NEW CEILING GRID WHERE REQUIRED TO ALLOWINSTALLATION OF NEW DUCT/DIFFUSER/GRILLES.

7. ALL NEW DUCTWORK IN GYMNASIUM AREA SHALL BEDOUBLE WALL WITH FIBERGLASS INSULATION.

8. ALL NEW DUCTWORK AND INSULATION IN GYMNASIUMAREA SHALL BE PAINTED TO MATCH EXISTING WALLS.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

C:\U

sers

\ntp

\ Doc

umen

ts\E

0140

040_

NT P

.rvt

9/27

/201

7 9:

59:1

4 PM

1H1.20

E0140040

RO

OF

LEVE

L H

VAC

DEM

OLI

TIO

N P

LAN

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

I

DESIGNED : NTPDRAWN BY : NTP/NARCHECKED BY : KRP

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/17

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

0 2' 4' 8' 16'

1H1.02 ROOF LEVEL HVACDEMOLITION

1

DEMOLITION NOTES

KEYNOTES

NOTES

1

22

2

2

1 1

2 2

1

NOT IN CONTRACT

NOT IN CONTRACT

2

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

21H3.10

8"x12" RA 12"x12" RA

12"x8" (SA)450CFM

R4 450CFM

R4

400CFM

400CFM

400CFM

400CFM

400CFM

400CFM

400CFM

400CFM

A4

A4

A4

A4 A4

A4 A4

A4

300CFM

300CFM

300CFM

A3 A3 A3

10"x10" SA

10"x10" SA

8"x12" SA18"x12" SA

34"x

14" (

SA)

34"x

14" (

RA)

14"x10" (SA)

36"x

18" R

A

14"x

34" S

A

22"x

30" S

A

12"x

10" S

A

18"x12" RA

36"x18" SA

800CFM

800CFM

800CFM

800CFM

R5 R5 R5 R534"x14" (RA)

300CFM

R3R3300CFM

12"x8" (SA) 10"x6" (SA)

A2 A2200CFM

200CFM

10"x10" RA

8"x6

" (SA

)

R3

R3

A3

A3

300CFM

300CFM

300CFM

300CFM

E200CFM

TT

T T

T

11H3.10

1. EXISTING SA DUCT TO REMAIN.2. EXISTING RA DUCT TO REMAIN.3. NEW SA DUCT SAME SIZE AS UNIT OPENING DOWN FROM

NEW ROOF TOP UNIT, RTU-4. CENTER DUCTWORKBETWEEN EXISTING STRUCTURAL JOISTS.

4. NEW RA DUCT SAME SIZE AS UNIT OPENING DOWN FROMNEW ROOF TOP UNIT, RTU-4. CENTER DUCTWORKBETWEEN EXISTING STRUCTURAL JOISTS.

5. MAKE CONNECTION TO EXISTING 22x30 SA DUCT ABOVECEILING. REMOVE AND REPLACE EXISTING CEILING TILES/GRID AS REQUIRED TO COMPLETE WORK.

6. MAKE CONNECTION TO EXISTING 30x14 RA DUCT ABOVECEILING.

7. MAKE CONNECTION TO EXISTING SA DUCT ABOVE CEILING.8. PROVIDE NEW VVT DAMPER IN NEW SA DUCT. TRANSITION

TO/FROM DUCT.9. NEW SA DUCT ABOVE CEILING.10. NEW WALL MOUNTED TEMPERATURE SENSOR. ROUTE

WIRING IN EXISTING WALLS UP TO ABOVE CEILING.11. NEW CEILING DIFFUSER IN EXISTING CEILING. MAKE

CONNECTION TO SA DUCT WITH FLEX DUCT.12. NEW RETURN GRILLE IN EXISTING CEILING. MAKE

CONNECTION TO RA DUCT WITH FLEX DUCT.13. EXISTING TEMPERATURE CONTROL PANEL TO REMAIN.

NEW UNIT SHALL OPERATE IN STAND ALONE MODE.PROVIDE INTERFACE FROM NEW UNIT TO EXISTINGCONTROL PANEL.

14. ROUTE NEW SA DUCT EXPOSED BELOW STRUCTURALJOISTS AND TO THE WALL. INSTALL DUCTWORK JUSTBELOW JOISTS.

15. ROUTE NEW RA DUCT EXPOSED BELOW DECK AND TOTHE WALL. INSTALL DUCTWORK AS HIGH AS POSSIBLE.

16. NEW 36x18 SA DUCT EXPOSED ALONG WALL. MAKEPENETRATION THROUGH WALL. CONNECT TO NEW 22x30SA DUCT ABOVE CEILING. PROVIDE STRUCTURALSUPPORTS. SEE DETAIL 6/1H6.01.

17. NEW 36x18 RA DUCT EXPOSED ALONG WALL. MAKEPENETRATION THROUGH WALL. CONNECTION TO NEW34x14 RA DUCT ABOVE CEILING. PROVIDE STRUCTURALSUPPORTS. SEE DETAIL 6/1H6.01.

18. NEW 14"X34" BYPASS DUCT. ROUTE DUCT AS CLOSE TOTHE ROOF STRUCTURE AS POSSIBLE.

19. SYSTEM BYPASS DAMPER.20. EXISTING 1-1/2" G PIPING ABOVE CEILING TO BE REUSED.21. EXTEND NEW 1" G PIPE TO NEW ROOF TOP UNIT

THROUGH GYMNASIUM. MAKE NEW CONNECTION TOEXISTING 1-1/2" G PIPING ABOVE OFFICE AREA.

22. NEW 1" GAS PIPING UP TO ROOF MOUNTED UNIT.

1. SEE SHEET 1H0.10 FOR GENERAL NOTES, SYMBOLS ANDABBREVIATIONS.

2. PATCH AND PAINT EXISTING OPENINGS IN WALLS TOMATCH EXISTING.

3. PATCH EXISTING ROOF OPENINGS TO MATCH EXISTING.CONTRACTOR SHALL MAKE SURE ALL ROOF WORK MEETSEXISTING ROOFING WARRANTY.

4. CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVING ANDREPLACING ALL CEILING TILES REQUIRED TO INSTALLTHEIR WORK.

5. PROVIDE NEW CEILING TILES WHERE EXISTING CEILINGTILES ARE DAMAGED DURING WORK OR REPLACEMENTCEILING TILES ARE REQUIRED WHERE EXISTINGGRILLES/DIFFUSERS ARE REMOVED.

6. PROVIDE NEW CEILING GRID WHERE REQUIRED TO ALLOWINSTALLATION OF NEW DUCT/DIFFUSER/GRILLES.

7. ALL NEW DUCTWORK IN GYMNASIUM AREA SHALL BEDOUBLE WALL WITH FIBERGLASS INSULATION.

8. ALL NEW DUCTWORK AND INSULATION IN GYMNASIUMAREA SHALL BE PAINTED TO MATCH EXISTING WALLS.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

C:\U

sers

\ntp

\ Doc

umen

ts\E

0140

040_

NT P

.rvt

9/27

/201

7 9:

59:2

0 PM

1H2.10

E0140040

FIR

ST F

LOO

R H

VAC

NEW

WO

RK

P LAN

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

I

DESIGNED : NTPDRAWN BY : NTP/NARCHECKED BY : KRP

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/17

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

0 2' 4' 8' 16'

FIRST FLOOR HVAC NEW WORKPLAN

1

KEYNOTESNOTES

1

3

4

5

6

77

911

7

11

8

8

8

12

NOT IN CONTRACT8

8NOT IN CONTRACT

V4-3

V4-2

V4-1

V4-4

V4-5

V4-6

1

2

2

10 V4-1 10V4-2

10V4-3 10V4-5

10 V4-5

(TYP.)

(TYP.)

11 (TYP.)

11 (TYP.)

12 (TYP.)

13

17

16

18

19

20

21

22

NO. DATE REVISION

14

15

1. EXISTING ROOF TOP UNIT TO REMAIN.2. EXISTING ROOF MOUNTED EXHAUST FAN TO REMAIN.3. NEW ROOF TOP UNIT OVER GYMNASIUM ROOF SERVING

EXISTING MULTIPURPOSE ROOMS. MAKE CONNECTION TONEW SA AND RA DUCTS. FLASH NEW CURB INTO EXISTINGROOF. SEE DETAILS.

4. EXTEND EXISTING GAS PIPING FROM EXISTING LOCATION TONEW ROOF TOP UNIT. MAKE CONNECTION TO NEW ROOF TOPUNIT. SEE DETAIL 7/1H6.01.

5. PROVIDE FIBERGLASS CONDENSATE DRAIN PAN WITH SIDEDISCHARGE. ROUTE DRAIN PIPING FROM PAN TO EXISTINGROOF DRAINS.

1. SEE SHEET 1H0.10 FOR GENERAL NOTES, SYMBOLS ANDABBREVIATIONS.

2. PATCH AND PAINT EXISTING OPENINGS IN WALLS TOMATCH EXISTING.

3. PATCH EXISTING ROOF OPENINGS TO MATCH EXISTING.CONTRACTOR SHALL MAKE SURE ALL ROOF WORK MEETSEXISTING ROOFING WARRANTY.

4. CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVING ANDREPLACING ALL CEILING TILES REQUIRED TO INSTALLTHEIR WORK.

5. PROVIDE NEW CEILING TILES WHERE EXISTING CEILINGTILES ARE DAMAGED DURING WORK OR REPLACEMENTCEILING TILES ARE REQUIRED WHERE EXISTINGGRILLES/DIFFUSERS ARE REMOVED.

6. PROVIDE NEW CEILING GRID WHERE REQUIRED TO ALLOWINSTALLATION OF NEW DUCT/DIFFUSER/GRILLES.

7. ALL NEW DUCTWORK IN GYMNASIUM AREA SHALL BEDOUBLE WALL WITH FIBERGLASS INSULATION.

8. ALL NEW DUCTWORK AND INSULATION IN GYMNASIUMAREA SHALL BE PAINTED TO MATCH EXISTING WALLS.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

C:\U

sers

\ntp

\ Doc

umen

ts\E

0140

040_

NT P

.rvt

9/27

/201

7 10

:01:

30 P

M

1H2.20

E0140040

RO

OF

L EVE

L H

VAC

NEW

WO

RK

P LAN

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

I

DESIGNED : NTPDRAWN BY : NTP/NARCHECKED BY : KRP

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/17

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

0 2' 4' 8' 16'

ROOF LEVEL HVAC PLAN1

KEYNOTESNOTES

1 11

22

3

2

2

2

NOT IN CONTRACT

NOT IN CONTRACT

NO. DATE REVISION

36"x

18" S

A

34"x14" SA

18"x

36" R

A

18"x36" RA

16"ø (SA)

14"x34" SA

1. NEW ROOF TOP UNIT OVER GYMNASIUM ROOF SERVINGEXISTING MULTIPURPOSE ROOMS. MAKE CONNECTION TONEW SA AND RA DUCTS AND GAS PIPING.

2. NEW SA DUCT SAME SIZE AS UNIT OPENING DOWN FROMNEW ROOF TOP UNIT, RTU-4. CENTER DUCTWORKBETWEEN EXISTING STRUCTURAL JOISTS.

3. NEW RA DUCT SAME SIZE AS UNIT OPENING DOWN FROMNEW ROOF TOP UNIT, RTU-4. CENTER DUCTWORKBETWEEN EXISTING STRUCTURAL JOISTS.

4. ROUTE NEW SA DUCT EXPOSED BELOW STRUCTURALMEMBERS AND TO THE WALL. INSTALL DUCTWORK AS HIGHAS POSSIBLE.

5. ROUTE NEW RA DUCT EXPOSED BELOW DECK AND TO THEWALL. INSTALL DUCTWORK AS HIGH AS POSSIBLE.

6. NEW 36x18 SA DUCT EXPOSED ALONG WALL. MAKEPENETRATION THROUGH WALL. CONNECT TO NEW 22x30 SADUCT ABOVE CEILING. PROVIDE STRUCTURAL SUPPORTS.SEE DETAIL X/XX.

7. NEW 36x18 RA DUCT EXPOSED ALONG WALL. MAKEPENETRATION THROUGH WALL. CONNECTION TO NEW 34x14RA DUCT ABOVE CEILING. PROVIDE STRUCTURALSUPPORTS. SEE DETAIL X/XX.

8. NEW 14"X34" BYPASS DUCT. ROUTE DUCT AS CLOSE TO THEROOF STRUCTURE AS POSSIBLE.

9. SYSTEM BYPASS DAMPER.10. EXTEND NEW 1" G PIPE TO NEW ROOF TOP UNIT THROUGH

GYMNASIUM.11. NEW 1" GAS PIPING UP TO ROOF MOUNTED UNIT.12. NEW 22"X30" SA DUCT THROUGH EXISTING WALL.13. NEW 34"x14" RA DUCT THROUGH EXISTING WALL.

36"x

18" R

A

34"x14" RA

18"x36" SA

30"x22" SA

34"x14" RA

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

C:\U

sers

\ntp

\ Doc

umen

ts\E

0140

040_

NT P

.rvt

9/27

/201

7 10

:00:

21 P

M

1H3.10

E0140040

HVA

C S

ECTI

ON

S

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

I

DESIGNED : NTPDRAWN BY : NTP/NARCHECKED BY : KRP

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/17

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

0 6" 1' 2' 4'

HVAC SECTION 22

KEYNOTES

1

2

3

4

5

6

7

8

9

10

11

1213

1

2

3

4

5

6

7

8

10

11

13

12

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

0 6" 1' 2' 4'

HVAC SECTION 11

I

I

I

POINTS LIST KEYNOTES (THIS SHEET)

M#

BAS INTERFACE AI

M#

M#

MD-#

OA

OAD

RAD

RASA

DI AI DO AO VP

POINT TYPEADDRESS

DESCRIPTORPOINT

REMARKS

BAS Interface

7

86

9

3

2

1

#

1. BAS COMMUNICATION INTERFACE.2. COMPRESSORS.3. AIR FILTER.4. CONDENSER FAN AND COILS.5. GAS BURNER.6. SUPPLY FAN.7. PACKAGED ROOF TOP UNIT.8. EXHAUST FAN.9. DX COOLING COIL.10. DUCT MOUNTED SP SENSOR.

44

10

5

1. UNIT CONTROLS SHALL BE PROVIDED BY THE UNIT MANUFACTURER AND FACTORYINSTALLED. MANUFACTURER SHALL PROVIDE CONTROL ELEMENTS SHIPPED LOOSE FORFIELD INSTALLATION. THE CONTROLS INTEGRATION WILL BE PROVIDED AS PART OFSEPARATE PROJECT. THE UNIT SHALL BE EQUIPPED WITH ALL NECESSARYACCESSORIES TO BE ABLE TO INTEGRATE THE UNIT TO THE EXISTING BAS SYSTEM ANDBE ABLE TO INTERFACE TO NEW BAS SYSTEM IN THE FUTURE.

2. ALL SETPOINTS SHALL BE ADJUSTABLE THRU THE BAS.3. OCCUPIED MODE:

a. SF SHALL RUN CONTINUOUSLY.b. A SA STATIC PRESSURE HIGH LIMIT SHALL PREVENT THE UNIT FROM

OVERPRESSURIZING THE SA DUCTWORK. SF SHALL BE SHUT DOWN ON HIGH LIMITAND RESTART AUTOMATICALLY 3 TIMES. AFTER 3 RE-STARTS, THE UNIT SHALL BE SHUT DOWN AND REQUIRE MANUAL RESTART.

c. THE EF SHALL BE ENABLED WHEN THE SF RUNS AND THE MIXED AIR ECONOMIZERIS ENABLED. THE EF VSD SHALL MODULATE BETWEEN HIGH AND LOW SETTING TOMAINTAIN A SLIGHT POSITIVE PRESSURE IN THE BUILDING USING A DIFFERENTIAL PRESSURE CONTROLLER THAT COMPARES INDOOR BUILDING PRESSURE TO AMBIENT OUTSIDE PRESSURE.

d. THE OA DAMPER SHALL OPEN TO MINIMUM POSITION, RA DAMPER SHALL BE OPEN AND EA DAMPER SHALL BE CLOSED UNLESS MIXED AIR ECONOMIZER IS ENABLED.

e. BELOW 55 DEG. OA TEMPERATURE, ENABLE MIXED AIR ECONOMIZER. RA DAMPER AND OA DAMPER SHALL MODULATE TO MAINTAIN DISCHARGE AIR SETPOINT (55F). DISCHARGE AIR SETPOINT SHALL BE RESET UPWARDS (60F MAX.) WHEN ROOM IS NOT FULLY OCCUPIED. GAS CONTROL VALVE SHALL MODULATE TO MAINTAIN MINIMUM DISCHARGE SETPOINT (95F). MIXED AIR LOW LIMIT CONTROLLER SHALL PREVENT DISCHARGE AIR TEMPERATURE FROM FALLING BELOW SETPOINT BY RESETTING RA DAMPER AND OA DAMPER POSITION.

f. ABOVE 55 DEG. OA TEMPERATURE, MULTIPLE REFRIGERATION COMPRESSORS SHALL STAGE ON AND OFF TO MAINTAIN THE DISCHARGE AIR SETPOINT (55F). DISCHARGE AIR SETPOINT SHALL BE RESET UPWARDS (60F MAX.)

4. UNOCCUPIED MODE:a. ABOVE 55 DEG. OA TEMPERATURE, THE RTU SHALL BE OFF.b. BELOW 55 DEG OA TEMPERATURE, OA DAMPER SHALL BE CLOSED, RA DAMPER

SHALL BE OPEN. THE SF SHALL CYCLE ON TO MAINTAIN UNOCCUPIED SPACE TEMPERATURE SETPOINT BY MODULATING GAS CONTROL VALVE AND OPERATING VVT BOX DAMPERS.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

C:\U

sers

\ntp

\ Doc

umen

ts\E

0140

040_

NT P

.rvt

9/27

/201

7 10

:00:

31 P

M

1H4.10

E0140040

HVA

C S

CH

E MA T

ICS

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

I

DESIGNED : NTPDRAWN BY : NTP/NARCHECKED BY : KRP

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/17

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

ROOF TOP UNIT, RTU-4 SCHEMATIC

RTU SEQUENCE OF OPERATION

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

C:\U

sers

\ntp

\ Doc

umen

ts\E

0140

040_

NT P

.rvt

9/27

/201

7 10

:00:

38 P

M

1H5.10

E0140040

HVA

C S

CH

E DU

LES

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

I

DESIGNED : NTPDRAWN BY : NTPCHECKED BY : KRP

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/17

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

FACTORYFABRICATED SLEEVE

FIRE DAMPER

165° FUSIBLE LINK

DUCTWORK

FIRE-RATED WALLOR PARTITION

1-1/2" x 1-1/2" x 1/8"ANGLES FASTENED TOSLEEVE. DO NOT FASTEN TOWALL.

FASTEN DUCT TOSLEEVE WITH S CLIPS

12"x12" DUCT ACCESSDOOR AT FIREDAMPER. IF DUCT ISLESS THAN 12" INHEIGHT, DOOR SHALLBE 1" LESS THANDUCT HEIGHT

MAIN DUCT

WIDTH OF OPENING IS 1.5BRANCH DUCT WIDTH

LENGTH OF FITTING IS 1/2BRANCH DUCT WIDTH

.5W

MAIN DUCT

45° ANGLE TRANSITION

BRANCH DUCT WIDTH

VOLUME DAMPER ATAPPROXIMATELY 24" FROMOPENING

BRANCH DUCT

45°

.5W

.5W

VD

W

ISOMETRIC

PLAN

FLEXIBLE DUCT. SEEPLANS FOR SIZE.

MINIMUM RADIUS EQUALTO ONE DUCT DIAMETER

CEILING

CONNECT FLEXIBLE DUCT TOPLENUM WITH STAINLESSSTEEL WORM DRIVE BANDCLAMP

CEILING DIFFUSER. SEEPLANS AND SCHEDULE

BRANCH DUCT. SEE PLANSFOR SIZE

MANUAL VOLUME DAMPER

CONNECT FLEX DUCT TOCOLLAR WITH STAINLESSSTEEL HOSE CLAMP

BRANCH DUCT. SEEPLANS FOR SIZE

MANUAL VOLUMEDAMPER

200%CONNECTION

MAIN DUCT

VD

MAIN DUCT

15°

1/2 W45°

VD

W

EXISTING CMU BLOCK WALL

C6x8.2

C4x4.5

5/8" DIA.ANCHOR BOLTSAT 16" O.C., 21/2" MIN. EMBED.

4" MIN.FIT SNUG OF SHIM, TYP.

1. THESE DETAILS ARE TYPICAL FOR NEW OR ENLARGEDOPENINGS IN THE CMU WALLS FOR DUCTWORK ANDOTHER REQUIRED OPENINGS. THESE DETAILS APPLY TOALL OPENINGS WIDER THAN 16" AT CMU WALLS. SEE HVACDRAWINGS FOR DUCT LOCATIONS.

2. INSTALL CHANNEL FRAME OR TEMPORARILY SHOREFLOOR STRUCTURE ON EACH SIDE OF WALL BEFOREREMOVING MATERIAL FOR OPENING.

3. IN CMU WALLS REMOVE BLOCKS IN 8" INCREMENTSHORIZONTALLY AND VERTICALLY TO NEAREST BLOCKJOINT. CLEANLY SAW CUT BLOCK WHERE HALF BLOCK ISTO REMAIN.

4. PROVIDE TIGHT FIT BETWEEN UNDERSIDE OF FLOORSTRUCTURE AND SUPPORTING CHANNELS AND BETWEENCHANNELS AND TOP OF FOOTINGS.

5. ANCHORS SHALL BE SUITABLE FOR GROUT FILLED CMUWALLS. IF HOLLOW CMU IS ENCOUNTERED SELECTSUITABLE 5/8" DIAMETER ANCHORS.

6. STEEL CHANNELS SHALL BE ACCORDING TO ASTM A36.CHANNELS MAY BE CUT AND DRILLED ON-SITE TO FITCONDITIONS.

7. PROVIDE COAT OF PRIMER ON ALL SURFACES CHANNELPRIOR TO ERECTION. PRIMER MAY BE APPLIED IN FIELDFOLLOWING PAINT MANUFACTURER'S REQUIREMENTS.PRIMER SHALL BE SHERWIN WILLIAMS STEEL SPECSTRUCTURAL STEEL PRIMER, TNEMEC SERIES 10, OREQUAL.

1" 3"

NON - COMBUSTIBLECANT

COUNTERFLASHING

RIGID INSULATION

INSULATED METAL CURB

8" m

in.

PARADIENE 20 or 20 SA(fully adhere to vertical andhorizontal surfaces as shown)

PARADIENE 20 (dry on cant,fully adhere to roof surfaces, prime surfacesto receive Paradiene 20 SA)

PARADIENE 20 SA(fully adhere to primed curb and underlying Paradiene20)

4"

SEALANT

CLAMP

WATERTIGHT UMBRELLA(set in sealant)

PARADIENE 20 (fully adhere)

METAL FLANGE(prime, set in mastic, and fasten)

PARADIENE 20 (fully adhere)

PARADIENE 30 FR (fully adhere)

PS-304 SEALANT

METAL FLASHING

8" m

in.

RIGID INSULATION

DETAIL AT PIPE OR CONDUIT PENTRATIONCURB AT NEW ROOF TOP HVAC UNIT

4"

(AS REQUIRED)

BALL VALVE

UNION

PIPE REDUCER

DIRT LEG

SEE PLANFOR SIZE

(PER MANUFACTURERFLEXIBLE GAS HOSE

REQUIREMENTS)

GAS PIPE ORGAS FIREDEQUIPMENT

G

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

C:\U

sers

\ntp

\ Doc

umen

ts\E

0140

040_

NT P

.rvt

9/25

/201

7 5:

36:4

9 PM

1H6.10

E0140040

HVA

C D

E TAI

LS

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

I

DESIGNED : NTPDRAWN BY : NTPCHECKED BY : KRP

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/17

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

N.T.S.1 FIRE DAMPER IN WALLN.T.S.2 BRANCH TAKEOFF FITTING W/VD

N.T.S.3 DIFFUSER CONNECTION

N.T.S.4 DUCT CONNECTIONS

N.T.S.6 DUCTWORK WALL SUPPORT DETAIL

N.T.S.7 ROOF CURB DETAIL

N.T.S.5 GAS PIPING CONNECTION

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

J

#

GF

WS

CS

RC

PP

SYMBOL LIST

ABBREVIATIONS

JUNCTION BOX

MOTOR, # INDICATES EQUIPMENT TAG

FUSED DISCONNECT SWITCH

SINGLE POLE SWITCH

DUPLEX RECEPTACLE (CTR INDICATES COUNTER HEIGHT MOUNTING)

THERMOSTAT

DUPLEX RECEPTACLE WITH G.F.C.I. PROTECTION

NON-FUSED DISCONNECT SWITCH

RECESSED LINEAR LIGHT FIXTURE (* = FIXTURE TYPE)

PANELBOARD

AMPERESABOVE COUNTERABOVE FINISHED FLOORALUMINUMASPHALTCOMBINATION STARTER/DISC. SW.CIRCUITCEILINGCONCRETECONTINUEDCOMBINATION STARTER/DISC. SW.DIRECT DIGITAL CONTROLDOWNELECTRICELECTRICAL CONTRACTOREMERGENCYFEEDERFULL LOAD AMPERESFLUORESCENTFULL VOLTAGE NON-REVERSINGFULL VOLTAGE 2-SPEEDGROUNDGENERAL CONTRACTORGROUND FAULT INTERRUPTERHORSEPOWER

INCHESKILO-VOLTKILO-VOLT AMPERESKILOWATTSPOUNDSMECHANICAL CONTRACTORMOTOR CONTROL CENTERMAIN LUG ONLYMANUAL MOTOR STARTERMAIN SWITCHBOARDOVERCURRENTPOLEPRIMARYRIGID GALVANIZED STEELREVOLUTIONS PER MINUTESERVICE ENTRANCESECONDARYSTAINLESS STEELTELEPHONEUNDERWRITER'S LABORATORYUNINTERRUPTIBLE POWER SUPPLYVOLTSVOLT AMPERESVARIABLE FREQUENCY DRIVEWATTSWEATHER PROOF

AACAFFALUMASPHCSDSCKTCLGCONCCONTCSDSDDCDNEECEMFDRFLAFLUORFVNRFV2SG,GNDGCGFIHP

INKVKVAKWLBSMCMCCMLOMMSMSWBOCPPRIRGSRPMSESECSSTULUPSVVAVFDWWP

CEILING MOUNTED OCCUPANCY SENSOR (SEE LIGHTING CONTROL SCHEDULE)

THREE WAY SWITCH

WALL MOUNTED OCCUPANCY SENSOR (SEE LIGHTING CONTROL SCHEDULE)

SURFACE MOUNTED LIGHT FIXTURE

RECESSED DOWNLIGHT

WALL MOUNT EGRESS LIGHT FIXTURE

EXIT LIGHT FIXTURE

WALL MOUNT LIGHT FIXTURE

WALL MOUNT REMOTE EGRESS FIXTURE

DOUBLE DUPLEX RECEPTACLE

VARIABLE FREQUENCY DRIVE

CORNER MOUNTED OCCUPANCY SENSOR (SEE LIGHTING CONTROL SCHEDULE)

LIGHTING CONTROL SYSTEM ROOM CONTROLLER (SEE LIGHTING CONTROL SCHEDULE)

LOW VOLTAGE SWITCH. # = NUMBER OF PUSH BUTTONS (SEE LIGHTING CONTROL SCHEDULE)

LIGHTING RELAY POWER PACK (SEE LIGHTING CONTROL SCHEDULE)

CEILING MOUNTED OCCUPANCY SENSOR (SEE LIGHTING CONTROL SCHEDULE)

COMBINATION EXIT AND EGRESS LIGHT FIXTURE

FIRE ALARM SYSTEM SMOKE DETECTOR

RECESSED LINEAR LIGHT FIXTURE ON 24 HOUR (UNSWITCHED) CIRCUIT (* = FIXTURE TYPE)

S

T

S3

*

VFD

DS

PS

*

1. SUBMIT SHOP DRAWINGS FOR SWITCHBOARDS AND PANELBOARDS WITHIN 4 WEEKS OF SIGNEDCONTRACT.

2. ON RECEIPT OF APPROVED SHOP DRAWINGS, RELEASE EQUIPMENT FOR ORDER. EQUIPMENTSHALL BE RECEIVED ON SITE NO LATER THAN FRIDAY MARCH 16, 2018. SEE SPECIFICATIONS.

3. THE BUILDING SHALL BE ALLOWED TO BE SHUTDOWN FROM SATURDAY MARCH 24, 2018 TOSUNDAY APRIL 1, 2018. POWER MUST BE RESTORED TO THE BUILDING NO LATER THAN SUNDAYAPRIL 1, 2018 TO ALLOW REGULAR BUILDING OPERATIONS ON MONDAY APRIL 2, 2018. SUBMITPROPOSED SHUTDOWN SCHEDULE DETAILING POWER SHUTDOWN AND POWER RESTORATIONDATES TO OWNER AND ENGINEER FOR REVIEW. SCHEDULE SHALL INCLUDE DAILY TASKS ANDWORKING HOURS.

4. SCHEDULE MEETING WITH OWNER AND ENGINEER TO REVIEW SHUTDOWN SCHEDULE.5. RECEIVE APPROVAL OF PROPOSED SHUTDOWN SCHEDULE.6. ISSUE SHIP DATE FOR THE SWITCHBOARDS AND PANELBOARDS WHEN AVAILABLE.7. COORDINATE EQUIPMENT FOR TEMPORARY POWER REQUIREMENTS.8. PROVIDE GROUNDING COMPONENTS FOR NEW ELECTRICAL SERVICE PRIOR TO SHUTDOWN.9. RECEIVE THE SWITCHBOARDS AND PANELBOARDS ON SITE. REVIEW ALL EQUIPMENT TO VERIFY

ORDER IS COMPLETE AND ACCURATE 1 WEEK PRIOR TO SHUTDOWN.10. BEGIN SHUTDOWN.11. PROVIDE TEMPORARY POWER CONNECTIONS.12. COORDINATE REMOVAL OF EXISTING ELECTRICAL SERVICE WITH THE UTILITY.13. REMOVE EXISTING MAIN DISTRIBUTION SWITCHBOARD.14. PROVIDE NEW MAIN DISTRIBUTION SWITCHBOARD INCLUDING GROUNDING CONNECTIONS AND

NEW SERVICE ENTRANCE CONDUCTORS.15. HAVE NEW MAIN DISTRIBUTION SWITCHBOARD INSPECTED.16. COORDINATE CONNECTION OF NEW ELECTRICAL SERVICE WITH THE UTILITY.17. RESTORE POWER TO THE BUILDING.18. REMOVE EXISTING PANELBOARDS AND DISCONNECT EXISTING BRANCH CIRCUITS TO REMAIN.19. PROVIDE NEW PANELBOARDS AND NEW FEEDERS.20. RESTORE CONNECTIONS TO EXISTING BRANCH CIRCUITS TO REMAIN.21. REMOVE TEMPORARY POWER CONNECTIONS.22. CLEAN SITE AND ALLOW OWNER TO RETURN TO REGULAR BUILDING OPERATIONS.

1. TO ALLOW THE REPLACEMENT OF THE BUILDING ELECTRICAL DISTRIBUTION SYSTEM (MAINDISTRIBUTION SWITCHBOARD AND THE BRANCH PANELBOARDS) THE OWNER WILL ALLOW THEBUILDING TO BE CLOSED FROM PUBLIC ACCESS BEGINNING SATURDAY MARCH 24, 2018 ANDENDING ON SUNDAY APRIL 1, 2018. THE BUILDING SHALL BE RESTORED TO FULL OPERATION INTIME FOR THE BEGINNING OF BUSINESS MONDAY APRIL 2, 2018.

2. DURING THIS TIME THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING A PORTABLEGENERATOR OR OTHER POWER SOURCE TO PROVIDE TEMPORARY POWER CONNECTIONS FORTHE FOLLOWING: BUILDING FIRE ALARM EQUIPMENT, BUILDING SECURITY EQUIPMENT AND ANYAND ALL POWER REQUIRED FOR CONSTRUCTION, I.E. TEMPORARY LIGHTING AND POWER.

3. BUILDING FIRE ALARM AND SECURITY EQUIPMENT SHALL BE ALLOWED TO BE DISABLED DURINGCONSTRUCTION HOURS, BUT MUST BE RESTORED TO SERVICE AT THE END OF EACH DAY.

4. CONTRACTOR SHALL PROVIDE 24 HOUR ON SITE SUPERVISION/WATCH FOR THE DURATION OF THESHUTDOWN WHILE A GENERATOR IS BEING USED TO POWER THE BUILDING. A GENERATOR SHALLNOT BE PERMITTED TO BE LEFT UNATTENDED DURING THE SHUTDOWN. WATCH PERSONNELSHALL HAVE ACCESS TO A MOBILE TELEPHONE TO CONTACT EMERGENCY PERSONNEL,SECURITY MONITORING COMPANY, FIRE ALARM MONITORING COMPANY AND OWNER'SREPRESENTATIVE IN THE EVENT OF AN EMERGENCY OR UNPLANNED POWER OUTAGE.

5. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL COORDINATION WITH UTILITY.6. OWNER SHALL BE RESPONSIBLE FOR REGULAR UTILITY FEES REQUIRED FOR ELECTRICAL

SERVICE REPLACEMENT.7. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY UTILITY FEES THAT MAY RESULT FROM POOR

COORDINATION OR CHANGES IN SCHEDULE DIRECTLY RELATED TO CONTRACTOR MIS-COORDINATION.

1. ALL WORK SHALL CONFORM TO THE REQUIREMENTS OF THE 2017 NATIONAL ELECTRICALCODE, THE MOST CURRENT EDITION OF THE NATIONAL ELECTRICAL SAFETY CODE, ANDALL APPLICABLE LOCAL ORDINANCES.

2. CONTRACTOR SHALL FURNISH ALL MATERIALS FOR A COMPLETE AND WORKABLESYSTEM.

3. CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL REQUIRED PERMITS AND FORPROVIDING ALL SUPERVISION, LABOR AND TOOLS FOR THE PROJECT.

4. ALL WORK IS TO CONFORM TO A TIME SCHEDULE TO BE ESTABLISHED BY THE OWNER.5. CONTRACTOR SHALL COORDINATE THE WORK SCHEDULE WITH THE OWNER AND OBTAIN

THE OWNER'S APPROVAL BEFORE ANY WORK INVOLVING A SHUTDOWN IS DONE.CONTRACTOR SHALL PROVIDE 72 HOUR NOTICE PRIOR TO A REQUESTED SHUTDOWNFOR OWNER COORDINATION.

6. ALL MATERIALS FURNISHED BY THE CONTRACTOR ARE TO BE NEW AND APPROVED BYTHE OWNER AS TO MANUFACTURER AND TYPE.

7. ALL CONDUITS SHALL BE PROVIDED WITH AN INSULATED COPPER EQUIPMENTGROUNDING CONDUCTOR SIZED IN ACCORDANCE WITH THE 2017 NATIONAL ELECTRICALCODE.

8. ALL LOCATIONS AND DIMENSIONS SHOWN ARE APPROXIMATE. CONTRACTOR SHALLFIELD VERIFY ALL ELECTRICAL EQUIPMENT LOCATIONS AND EQUIPMENT DIMENSIONS.CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING EQUIPMENT THAT WILL FIT INTHE SPACE ALLOTTED.

9. THE LOCATION OF UTILITIES AND STRUCTURES, BOTH SURFACE AND SUBSURFACE, ARESHOWN ON THE PLANS FROM DATA AVAILABLE AT THE TIME OF THE SURVEY AND ARENOT NECESSARILY COMPLETE OR CORRECT. THE EXACT LOCATION AND PROTECTIONOF UTILITIES AND STRUCTURES IS THE RESPONSIBILITY OF THE CONTRACTOR. DURINGCONSTRUCTION THE CONTRACTOR SHALL USE DILIGENCE TO PROTECT ALL EXISTINGUTILITIES AND STRUCTURES WHETHER SHOWN ON THE PLANS OR NOT. IF DAMAGE ISCAUSED, THE CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR AND RESTORATION OFSAME IN ACCORDANCE WITH THE DIRECTIONS OF THE ENGINEER AND FOR ANYRESULTING CONTINGENT DAMAGES.

10. BEFORE WORKING WITH OR AROUND EXISTING UTILITIES, THE APPLICABLE UTILITYCOMPANY SHALL BE CONTACTED BY THE CONTRACTOR.

11. REMOVE ALL UNUSED CONDUIT AND WIRE BACK TO SOURCE ASSOCIATED WITHEQUIPMENT BEING REMOVED OR RELOCATED. CONCEALED CONDUIT BELOW FLOOR ORUNDERGROUND MAY REMAIN IN PLACE.

12. UNLESS OTHERWISE NOTED, ALL NEW CONDUIT FOR POWER AND LIGHTING SHALL BETYPE EMT CONDUIT. MINIMUM CONDUIT SIZE SHALL BE 3/4".

13. ALL UNDERGROUND CONDUITS SHALL BE HOT-DIPPED GALVANIZED HEAVY WALL RIGIDSTEEL 1" MINIMUM AND SHALL BE 2'-6" MINIMUM BELOW GRADE, UNLESS OTHERWISENOTED.

14. CONDUIT RUNS SHALL BE ROUTED TO AVOID, AND NEVER RUN BELOW, STEAM, WATEROR OTHER PIPE WHICH MAY HAVE AN ADVERSE EFFECT DUE TO HEAT OR LEAKS.WHERE CONDUIT PARALLELS OR CROSSES SUCH PIPES, A MINIMUM SEPARATION OF 12INCHES SHALL BE MAINTAINED.

15. LIQUID-TIGHT FLEXIBLE CONDUIT (MAXIMUM OF 24") SHALL BE USED IN CONNECTINGMOTORS, SENSING ELEMENTS, INSTRUMENTS, SOLENOID VALVES, OR ANY OTHERDEVICE WHICH TRANSMIT VIBRATION OR NOISE, REQUIRE MOVEMENT FORADJUSTMENT, OR REQUIRE REMOVAL FOR MAINTENANCE. MINIMUM SIZE OF FLEXIBLECONDUIT SHALL BE 1/2".

16. JUNCTION BOXES, CABINETS, SWITCHES AND OTHER ELECTRICAL EQUIPMENT SHALL BESOLIDLY ATTACHED PRIOR TO INSTALLATION OF CONDUIT.

17. CONDUIT, PULL BOXES, CABINETS, ETC. SHALL FORM A CONTINUOUS CONDUCTIVEGROUND SYSTEM. AT TRANSITIONS AND BREAKS, CONDUIT SHALL BE BONDED.

18. CONDUIT SHALL NOT BE FASTENED TO OTHER EQUIPMENT OR SO INSTALLED AS TOPREVENT THE READY REMOVAL OF OTHER EQUIPMENT FOR REPAIRS. INSTALLATION OFCONDUITS MUST NOT INTERFERE WITH ACCESS WAYS OR LADDERS.

19. ONLY PULLBOXES SPECIFICALLY REQUIRED BY THE ENGINEER IN LOCATIONS SHOWNARE IDENTIFIED. CONTRACTOR SHALL PROVIDE ALL PULLBOXES REQUIRED TO MEETAPPLICABLE CODES.

20. GROUND RODS SHALL BE 3/4" DIA x 10'-0" LONG COPPER CLAD. CONNECTIONS TOGROUNDING CONDUCTOR SHALL BE WITH EXOTHERMIC WELDS.

21. WIRING SHALL BE IDENTIFIED BY PERMANENT WIRE MARKERS AT EACH TERMINATIONAND SHALL CORRESPOND WITH THE IDENTIFICATION NUMBERS ON THE DRAWINGS.

22. CONDUCTORS SHALL BE CONTINUOUS FROM POINT OF ORIGIN TO THE TERMINATION.NO CABLE SHALL BE SPLICED EXCEPT AS SHOWN ON THE DRAWINGS OR ON EXPLICITINSTRUCTIONS OF THE OWNER.

23. TERMINALS ON TERMINAL BLOCKS SHALL BE PLAINLY AND PERMANENTLY MARKED TOCORRESPOND WITH THE IDENTIFICATION NUMBERS ON THE DIAGRAMS.

24. ALL CABLE AND WIRE SHALL BE STRANDED COPPER. ALUMINUM CABLE AND WIRE ARENOT ACCEPTABLE. ALL POWER AND CONTROL CABLE SHALL BE CROSS-LINKEDPOLYETHYLENE (XLP) OR POLYVINYL CHLORIDE (PVC) INSULATION (XHHW OR THHN-THWN), RATED 90°C FOR 600 VOLT.

25. FABRICATED BOXES 24 x 24 INCHES OR SMALLER SHALL BE MADE FROM 10 GAUGE STEELSHEET.

26. FABRICATED BOXES LARGER THAN 24 x 24 INCHES SHALL BE MADE FROM 1/8" STEELSHEET.

27. CONTRACTOR SHALL LEAVE SLACK IN ALL CABLE IN ALL BOXES.28. ALL CABLES WITHIN BOXES SHALL BEAR A CABLE IDENTIFICATION TAG IN ACCORDANCE

WITH THE SPECIFICATIONS.29. FIRE ALARM SYSTEM SHALL BE TESTED AND CERTIFIED BY A MANUFACTURER

AUTHORIZED TECHNICIAN AT PROJECT COMPLETION. PROVIDE CERTIFICATIONDOCUMENTS TO OWNER AND ENGINEER.

30. PROVIDE TEMPORARY LIGHTING DURING CONSTRUCTION TO IN ALL AREAS WHEREEXISTING LIGHTING IS REMOVED UNTIL NEW LIGHTING IS INSTALLED AND FUNCTIONAL.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 5:

57:4

4 PM

1E0.10

E0140040

LEG

END

, GE N

E RA L

NO

TES

AND

ABB

REV

IAT I

ON

S

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : PLZDRAWN BY : PLZCHECKED BY : LMZ

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

SUGGESTED CONSTRUCTION SEQUENCE

BUILDING SHUTDOWN REQUIREMENTS

GENERAL NOTES

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

XE XE

XE

XE

XE

XE

XAXA

XAXA

XAXA

XC

XS

XC

XC

XC

XC XC

XC

XC

XC XC

XC

XC XC

XC

XC

XC

XC

XC

XC

XC

XC

XC

XC

XC XC

XC

XC

XCXE

XS XS XS

XS

XS

XS

XE XE XE

XE

XP

XP

1. REMOVE AND DISPOSE OF EXISTING PENDANT HUNGMETAL HALIDE LIGHT FIXTURE. REMOVE EXISTINGCONDUIT AND CONDUCTORS BACK TO SOURCE.

2. REMOVE AND DISPOSE OF EXISTING METAL HALIDEWALL PACK. REMOVE CONDUCTORS BACK TOSOURCE. EXISTING CONDUIT MEETING CURRENTCODE REQUIREMENTS MAY BE REUSED TO THEEXTENT POSSIBLE.

3. REMOVE AND DISPOSE OF EXISTING RECESSEDMETAL HALIDE LIGHT FIXTURE. REMOVECONDUCTORS BACK TO SOURCE. EXISTING CONDUITMEETING CURRENT CODE REQUIREMENTS MAY BEREUSED TO THE EXTENT POSSIBLE.

4. REMOVE AND DISPOSE OF EXISTING EXIT FIXTURE.PROTECT CONDUIT AND CONDUCTORS FOR REUSE.

5. REMOVE AND DISPOSE OF EXISTING WALL MOUNTEMERGENCY FIXTURE. PROTECT CONDUIT ANDCONDUCTORS FOR REUSE.

6. REMOVE AND DISPOSE OF EXISTING RECESSEDEMERGENCY FIXTURE. REMOVE EXISTINGCONDUCTORS BACK TO NEAREST JUNCTION BOXAND MAINTAIN ANY EXISTING CONNECTIONS.PROVIDE NEW CEILING TILE. SEE SPECIFICATIONS.

7. DISCONNECT AND REMOVE EXISTING IN-GRADEFLAGPOLE FIXTURE. REMOVE CONDUCTORS BACKTO SOURCE. REMOVE EXISTING JUNCTION BOX, CUTAND CAP EXISTING CONDUITS BELOW GRADE.RESTORE AREA WITH NEW PAVERS. SEESPECIFICATIONS.

8. REMOVE EXISTING KEYLESS LIGHT FIXTURES,CONDUIT AND CONDUCTORS.

9. REMOVE EXISTING HARD CEILING AND SUPPORTINGSTRUCTURE TO ALLOW ACCESS TO THE CONDUITSABOVE.

10. CAREFULLY REMOVE EXISTING CLOCK ANDWIREGUARD. PROTECT FOR REINSTALLATION.COORDINATE REMOVAL AND RELOCATION WITH NEWDUCTWORK INSTALLATION.

11. PROVIDE NEW 3/4" CONDUIT WITH CONDUCTORS ASREQUIRED TO RELOCTE EXISTING CONDUIT FROMJUNCTION BOX ON SOUTH WALL TO JUNCTION BOXON WEST WALL. COORDINATE RELOCATION WITHINSTALLATION OF NEW DUCTWORK.

12. REMOVE EXISTING LIGHT FIXTURE IN EXTERIORCEILING. REMOVE CONDUCTORS BACK TO SOURCE.PATCH AND PAINT CEILING TO MATCH EXISTING.

1. SEE SHEET 1E0.10 FOR THE SUGGESTEDCONSTRUCTION SEQUENCE.

2. SEE SHEET 1E0.10 FOR THE SYMBOL LEGEND,GENERAL NOTES AND ABBREVIATIONS.

3. SEE SHEET 1E2.10 FOR NEW LIGHTING PLAN.4. SEE SHEET 1E3.30 FOR LIGHTING CONTROL WIRING

DIAGRAMS.5. SEE SHEET 1E4.10 FOR THE LUMINAIRE SCHEDULE,

LIGHTING CONTACTOR SCHEDULE AND LIGHTINGCONTROL SCHEDULE.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 4:

47:3

5 PM

1E1.10

E0140040

LIG

HTI

NG

DE M

OLI

T IO

N P

L AN

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : PLZDRAWN BY : PLZCHECKED BY : LMZ

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-560 2' 4' 8' 16'

LIGHTING DEMOLITION PLAN1

#TYP

TYP2

1

3TYP

DEMO NOTES

4 5

4 554 5

4

6

4

6

4 4 4

4

6 6 6

6

6 4

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

NOTES (THIS SHEET)

7

8

9

10

J

J11

11

12

SBSB

S

S

S

S

S

S

A

MDP

MAIN

LPA

RTU-1 RTU-2

RTU-3

RTU-4

ICE BEAR

EX-FP

GEF-3 GEF-4

LPB

FACP

1. REMOVE EXISTING CEILING MOUNTED SPEAKER. REMOVEASSOCIATED CONDUIT AND WIRING BACK TO SOURCE.

2. REMOVE EXISTING AUDIO AMPLIFIER RACK. REMOVE ALLCONDUIT AND WIRING ASSOCIATED WITH THEGYMNASIUM SOUND SYSTEM BACK TO SOURCE.

3. REMOVE EXISTING BRANCH PANELBOARD. PROTECTEXISTING BRANCH CIRCUITS FOR CONNECTION TO NEWPANEL. SEE EXISTING AND NEW PANEL SCHEDULES.

4. REMOVE EXISTING MAIN DISTRIBUTION SWITCHBOARDMDP. PROTECT EXISTING FEEDER CONDUCTORS FORRECONNECTION WHERE REQUIRED. SEE EXISTING ANDNEW ONE-LINE DIAGRAMS.

5. EXISTING EQUIPMENT TO BE REMOVED. DISCONNECTEQUIPMENT. REMOVE EXISTING DISCONNECT, CONDUITAND CONDUCTORS BACK TO SOURCE.

6. EXISTING EQUIPMENT TO REMAIN AND BE FED WITH NEWFEEDER. REMOVE EXISTING DISCONNECT, CONDUIT ANDCONDUCTORS BACK TO SOURCE.

7. REMOVE EXISTING SMOKE DETECTOR FOR CEILINGREMOVAL. PROTECT FOR REINSTALLATION.

8. DISCONNECT EXISTING RADIANT CEILING PANEL.REMOVE EXISTING CONDUCTORS BACK TO SOURCE.

1. EXISTING EQUIPMENT TO REMAIN AND BERECONNECTED TO NEW DISTRIBUTION EQUIPMENT.PROTECT EXISTING DISCONNECT, CONDUIT ANDCONDUCTORS. SEE EXISTING AND NEW ONE-LINEDIAGRAMS.

1. SEE SHEET 1E0.10 FOR THE SUGGESTEDCONSTRUCTION SEQUENCE.

2. SEE SHEET 1E0.10 FOR THE SYMBOL LEGEND,GENERAL NOTES AND ABBREVIATIONS.

3. SEE SHEET 1E2.20 FOR NEW POWER AND SYSTEMSPLAN.

4. SEE SHEET 1E3.10 FOR THE DEMOLITION ONE-LINEDIAGRAM.

5. SEE SHEET 1E4.20 FOR THE EXISTING PANELSCHEDULES.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 4:

47:3

6 PM

1E1.20

E0140040

POW

ER A

ND

SYS

TEM

SD

EMO

LITI

ON

PLA

N

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : PLZDRAWN BY : PLZCHECKED BY : LMZ

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

0 2' 4' 8' 16'

POWER AND SYSTEMSDEMOLITION

1

DEMO NOTES #

1TYP

2

3

3

4

3 KEY NOTES #

1 1

5

6

6

5 5

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

NOTES (THIS SHEET)

7

J8J8

D

C

C

C

C C

C

C

C C

C

C

C

C

C

C

C

C

C

C

C

C

C

CC

C

C

C

EH

EH EH EH

EH

EH

EH

EL

EL

EH Z1,LPB-39

Z1

Z1

Z1

Z1

Z1

Z1

Z1

Z1

Z1

Z1

Z1

Z2,LPB-41

Z2

Z2

Z2

Z2

Z2

Z2

Z2

Z2

Z2

Z2

Z2

Z3,LPB-43

Z3

Z3

EMEM EM

EMEM

EM EM

EMEM

EMX

EMX

EMX

EMX

EL

EL EL EL

EH

A

A

A A

A

A

Z4, LPB-45 Z4

Z4 Z4

Z4 Z4

Z5, EXISTINGZ5 Z5 Z5 Z5

Z5

Z5 Z5 Z5 Z5

Z1Z2Z3Z4Z5

DS DS

PC

EMH EMH EMH

EMH

LPB-47LPB-47LPB-47

LPB-47

LPB-47

LPB-47

LPB-47

LPB-47

LPB-49

LPB-49

LPB-49

LPB-49

LPB-49 LPB-49LPB-49

TC

DS DS

DS DS

DD

LPB-47EH

1. PROVIDE FIXTURE. PROVIDE RIGID PENDANT STEM ANDSWIVEL HANGER AS REQUIRED TO MOUNT FIXTUREEVEN WITH THE BOTTOM OF THE BEAMS.

2. PROVIDE SWITCHES FOR GYMNASIUM LIGHTINGCONTROLS. SURFACE MOUNT (3) SINGLE POLESWITCHES IN A 3 GANG SURFACE RACEWAY BOX,WIREMOLD V5744S-3 OR EQUAL, WITH WIREMOLD 700SURFACE RACEWAY TO ABOVE CEILING FOR ON/OFFCONTROL OF GYMNASIUM ZONES 1, 2 AND 3. SURFACEMOUNT (1) DIMMER IN A 1 GANG SURFACE RACEWAYBOX, WIREMOLD V5744S OR EQUAL, WITH WIREMOLD700 SURFACE RACEWAY TO ABOVE CEILING FORDIMMING OF GYMNASIUM ZONES 1, 2 AND 3. SEEGYMNASIUM LIGHTING CONTROL WIRING DIAGRAM,INTERIOR LIGHTING WIRING DIAGRAM AND LIGHTINGCONTROL SCHEDULE.

3. PROVIDE CONDUIT AND WIRE TO CONNECT FIXTURESTO CONTROLS. PROVIDE SEPARATE RACEWAYS FORLINE VOLTAGE AND LOW VOLTAGE CONDUCTORS. SEEGYMNASIUM LIGHTING CONTROL WIRING DIAGRAM. ALLCONDUCTORS SHALL BE 12AWG MINIMUM IN 3/4"CONDUIT. PROVIDE SUPPORT CHANNEL ANDHARDWARE AS REQUIRED TO SUSPEND CONDUITS AMINIMUM OF 1-1/2" BELOW ROOF DECKING PER NEC300.4(E).

4. PROVIDE LIGHTING CONTACTOR AND TIME CLOCK FORENERGY CODE REQUIRED AUTOMATIC SHUT OFF OFTHE NEW INTERIOR LIGHTING CIRCUITS. SEE INTERIORLIGHTING CONTROL WIRING DIAGRAM.

5. PROVIDE FIXTURE. MATCH EXISTING FIXTUREMOUNTING HEIGHTS. PROVIDE CONDUIT, WIRE ANDBOXES AS REQUIRED TO CONNECT FIXTURE TO NEWCIRCUIT AND NEW EXTERIOR LIGHTING CONTROLS.SEE EXTERIOR LIGHTING WIRING DIAGRAM.

6. PROVIDE LIGHTING CONTACTOR FOR CONTROL OFNEW EXTERIOR LIGHTING CIRCUITS. SEE EXTERIORLIGHTING WIRING DIAGRAM.

7. PROVIDE PHOTOCELL FOR CONTROL OF NEWEXTERIOR LIGHTING CIRCUITS. SEE EXTERIOR LIGHTINGWIRING DIAGRAM.

8. PROVIDE EXIT OR EMERGENCY FIXTURE. PROVIDECONDUIT, WIRE AND BOXES AS REQUIRED TOCONNECT FIXTURE TO AN UN-SWITCHED LEG OF THELOCAL AREA LIGHTING CIRCUIT.

9. PROVIDE EXTERIOR EGRESS FIXTURE. CONNECTFIXTURE TO THE EMERGENCY TERMINALS OF THENEAREST EXIT FIXTURE.

10. PROVIDE CEILING MOUNT OCCUPANCY SENSOR FORCONTROL OF LOCKER ROOM AND RESTROOMLIGHTING. SEE LOCKER AREA LIGHTING CONTROLDETAIL.

11. PROVIDE FIXTURE. PROVIDE CONDUIT AND WIRE ASREQUIRED TO CONNECT FIXTURE TO NEW CIRCUIT,NEW INTERIOR LIGHTING CONTACTOR AND ZONECONTROL SWITCH AT FRONT OFFICE. SEE INTERIORLIGHTING CONTROL WIRING DIAGRAM.

12. PROVIDE CEILING CHOP, PATCH AND FRAMING ASREQUIRED TO INSTALL NEW 2X4 FIXTURE AT EXISTINGHARD CEILING.

13. PROVIDE CONDUIT, WIRE AND BOXES AS REQUIRED TOCONNECT EXISTING CORRIDOR LIGHTING TO NEWINTERIOR LIGHTING CONTACTOR AND ZONE CONTROLSWITCH AT FRONT OFFICE. SEE INTERIOR LIGHTINGCONTROL WIRING DIAGRAM.

14. PROVIDE SWITCHES FOR ZONE 4 AND ZONE 5 LIGHTINGCONTROL. SURFACE MOUNT (2) SINGLE POLESWITCHES IN A 2 GANG SURFACE RACEWAY BOX,WIREMOLD V5744S-2 OR EQUAL, WITH WIREMOLD 700SURFACE RACEWAY TO ABOVE CEILING FOR ON/OFFCONTROL OF ZONES 4 AND 5. SEE INTERIOR LIGHTINGCONTROL WIRING DIAGRAM.

15. PROVIDE WIREGUARDS AT EXIT AND EMERGENCYLIGHT.

16. PROVIDE ROOF MOUNTED FLOOD FIXTURE ONPREFABRICATED EQUIPMENT RAIL. SEE DETAILS.CONTRACTOR SHALL INCLUDE TIME FOR AIMINGFIXTURES AFTER HOURS. CONTRACTOR SHALLINCLUDE ROOF PATCHING COSTS IN BASE BID.

17. PROVIDE (2) #8 AND (1) #8 GROUND IN 3/4" PVCCONDUIT WITH CIRCUIT SHOWN, CIRCUIT SHALL BEROUTED THROUGH THE EXTERIOR LIGHTINGCONTACTOR. PROVIDE TRENCHING AND BACKFILL ASREQUIRED TO BURY CONDUIT A MINIMUM OF 18" BELOWGRADE. SEE SPECIFICATIONS FOR SITE RESTORATIONREQUIREMENTS.

18. PENETRATE BUILDING WITH PVC LB CONDULET.PENETRATION SHALL BE AT 8' ABOVE THE INTERIORFINISHED FLOOR. PROVIDE PVC EXPANSION FITTING INVERTICAL CONDUIT ABOVE GRADE AT THE BUILDINGEXTERIOR. CONDUIT PENETRATION SHALL BE SEALEDBETWEEN THE CONDUIT AND THE WALL AND AT THECONDUIT INTERIOR.

19. PROVIDE SUPPORT CHANNEL AND THREADED ROD TOSUSPEND LIGHT FIXTURES AT 12' ABOVE FINISHEDFLOOR. COORDINATE FIXTURE LOCATIONS WITH NEWSWITCHBOARD.

1. SEE SHEET 1E0.10 FOR THE SUGGESTEDCONSTRUCTION SEQUENCE.

2. SEE SHEET 1E0.10 FOR THE SYMBOL LEGEND,GENERAL NOTES AND ABBREVIATIONS.

3. SEE SHEET 1E1.10 FOR LIGHTING DEMOLITION.4. SEE SHEET 1E3.30 FOR LIGHTING CONTROL WIRING

DIAGRAMS.5. SEE SHEET 1E4.10 FOR THE LUMINAIRE SCHEDULE,

LIGHTING CONTACTOR SCHEDULE AND LIGHTINGCONTROL SCHEDULE.

20. REINSTALL EXISTING CLOCK AND WIREGUARD.COORDINATE LOCATION WITH NEW DUCTWORK.

21. COORDINATE LOCATION OF NEW EXIT AND EMERGENCYLIGHT WITH NEW DUCTWORK INSTALLATION. PROVIDECONDUIT AND WIRE AS REQUIRED.

22. PROVIDE POLE LIGHT FIXTURE AND CONCRETE BASE.SEE POLE BASE DETAIL. LOCATION SHOWN ISAPPROXIMATE. COORDINATE FINAL LOCATION OF POLEWITH OWNER. PROTECT EXISTING TREES FROMDAMAGE DURING INSTALLATION.

23. FIELD COORDINATE POLE LOCATION BETWEENEXISTING TREES. BID SHALL INCLUDE 50' OF CONDUIT,WIRE, TRENCHING AND RESTORATION BETWEEN POLEFIXTURES.

24. COORDINATE LOCATION OF ZONE 3 FIXTURES WITHNEW DUCTWORK.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 4:

47:3

7 PM

1E2.10

E0140040

LIG

HTI

NG

PL A

N

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : PLZDRAWN BY : PLZCHECKED BY : LMZ

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

0 2' 4' 8' 16'

LIGHTING PLAN1

KEYNOTES

1

2

3TYP

TYP

4

5

6

7

8

888

8 88 8

8

88

8

8

8 8

8

9

9

9

9

10

10 10 10

10

10

11TYP

#

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

NOTES (THIS SHEET)

55

5

5

5

5

5 5

5

5

5

5

5

12

13

14

15 15 15

15

J

B, LPB-511616

17

18

19

B, LPB-51

KEYNOTES (CONTINUED)

20

21

P

P

22

22

23

24

SBSB

A

S

J J

S

S S

S

S

S

S

RTU-1 RTU-2

RTU-3

NEWRTU-4

ICE BEAR

FUTURERTU-1

FUTURERTU-2

FP

LPB

LPA

MDP

DS

FACP

1. PROVIDE CEILING MOUNT GYMNASIUM AUDIO SYSTEMSPEAKER. PROVIDE CONDUIT AND SPEAKER CABLE TOGYMNASIUM AUDIO AMPLIFIER RACK. SEE SPECIFICATIONSAND GYMNASIUM AUDIO SYSTEM WIRING DETAIL.

2. PROVIDE GYMNASIUM AUDIO AMPLIFIER RACK ANDASSOCIATED SYSTEM COMPONENTS. SEE SPECIFICATIONSAND GYMNASIUM AUDIO SYSTEM WIRING DETAIL.

3. PROVIDE DOUBLE DUPLEX RECEPTACLE FOR GYMNASIUMAUDIO AMPLIFIER RACK.

4. PROVIDE NEW PANEL. PROVIDE CONDUIT, BOXES ANDCONDUCTORS AS REQUIRED TO EXTEND EXISTING CIRCUITSTO THE NEW PANEL. SEE NEW WORK ONE-LINE DIAGRAMAND NEW PANEL SCHEDULES.

5. PROVIDE NEW MAIN DISTRIBUTION SWITCHBOARD MDP.PROVIDE CONDUIT, BOXES AND CONDUCTORS ASREQUIRED TO EXTEND EXISTING CIRCUITS TO THE NEWDISTRIBUTION SWITCHBOARD.

6. RECONNECT EXISTING EQUIPMENT TO NEW DISTRIBUTIONEQUIPMENT. PROVIDE CONDUIT, BOXES AND CONDUCTORSAS REQUIRED TO EXTEND THE EXISTING FEEDER TO THENEW SOURCE.

7. PROVIDE POWER CONNECTION TO EXISTING EQUIPMENT. SEEEQUIPMENT CONNECTION SCHEDULE AND ONE-LINEDIAGRAM.

8. PROVIDE POWER CONNECTION TO NEW EQUIPMENT. SEEEQUIPMENT CONNECTION SCHEDULE AND ONE-LINEDIAGRAM.

9. PROVIDE POWER CONNECTION FOR FUTURE EQUIPMENT.SEE ONE-LINE DIAGRAM.

10. PROVIDE "TEMPORARY GENERATOR CONNECTION"DISCONNECT. SEE NEW WORK ONE-LINE DIAGRAM.

11. REINSTALL EXISTING SMOKE DETECTOR AT ROOF DECK.PROVIDE CONDUITS AND CONDUCTORS AS REQUIRED TORE-CONNECT SMOKE DETECTOR TO THE EXISTING FIREALARM SYSTEM.

12. PROVIDE SUPPORT CHANNEL AND HARDWARE ASREQUIRED TO SUPPORT EXISTING CONDUITS THAT WERESUPPORTED BY THE REMOVED CEILING.

13. PROVIDE DUCT SMOKE DETECTOR TO MONITOR THE SUPPLYSIDE OF NEW ROOF TOP UNIT. PROVIDE CONDUIT ANDCONDUCTORS AS REQURIED TO CONNECT TO THE EXISTINGFIRE ALARM CONTROL PANEL.

14. EXISTING EST2 FIRE ALARM CONTROL PANEL.15. MOUNT BLUETOOTH ANTENNA 10' ABOVE FINISHED FLOOR

OUTSIDE OF THE CLOSET CONTAINING THE AUDIOEQUIPMENT RACK. PROVIDE WIRE CAGE TO PROTECTANTENNA.

1. SEE SHEET 1E0.10 FOR THE SUGGESTEDCONSTRUCTION SEQUENCE.

2. SEE SHEET 1E0.10 FOR THE SYMBOL LEGEND,GENERAL NOTES AND ABBREVIATIONS.

3. SEE SHEET 1E1.20 FOR POWER AND SYSTEMSDEMOLITION PLAN.

4. SEE SHEET 1E3.20 FOR THE NEW WORK ONE-LINEDIAGRAM.

5. SEE SHEET 1E4.30 FOR THE NEW PANEL SCHEDULES.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 4:

47:3

8 PM

1E2.20

E0140040

POW

ER A

ND

SY S

TEM

S PL

AN

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : PLZDRAWN BY : PLZCHECKED BY : LMZ

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

0 2' 4' 8' 16'

POWER AND SYSTEMS PLAN1

KEYNOTES

1

23

44

4

56 6

7

7

8

99

10

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

NOTES (THIS SHEET)

#

1 1 1 1

111

11

12

13

14

15

208Y/120V - 3PH, 4WEXISTING MAIN DISTRIBUTION MSB - 800A BUS

150/3P

UTILITY XFMR

800A/3P

200/3P 200/3P

LPBLPA

FP

EXISTINGRTU-1

150/3P

EXISTINGRTU-2

100/3P

EXISTINGRTU-3

150/3P

EXISTINGRTU-4

M

1. REMOVE EXISTING SERVICE ENTRANCECONDUCTORS. COORDINATE SERVICEDISCONNECTION WITH COMED.

2. REMOVE EXISTING MAIN DISTRIBUTIONSWITCHBOARD.

3. REMOVE EXISTING PANEL. PROTECT EXISTINGCIRCUITS FOR RECONNECTION TO NEW PANEL. SEEPANEL SCHEDULES FOR ADDITIONAL INFORMATION.SEE SUGGESTED CONSTRUCTION SEQUENCE.

4. REMOVE EXISTING FEEDER CONDUIT ANDCONDUCTORS BACK TO SOURCE.

5. DISCONNECT EXISTING FEEDER. PROTECT FORRECONNECTION TO NEW SERVICE EQUIPMENT.

6. REMOVE EXISTING DISCONNECT.7. DISCONNECT EXISTING EQUIPMENT.

1. EXISTING HVAC EQUIPMENT TO REMAIN.

1. SEE SHEET 1E0.10 FOR THE SUGGESTEDCONSTRUCTION SEQUENCE.

2. SEE SHEET 1E0.10 FOR THE SYMBOL LEGEND,GENERAL NOTES AND ABBREVIATIONS.

3. SEE SHEET 1E1.20 FOR EQUIPMENT LOCATIONS.4. SEE SHEET 1E4.20 FOR EXISTING PANEL SCHEDULES.5. DEMOLITION ONE-LINE DIAGRAM IS BASED ON PAST

CONSTRUCTION DOCUMENTS AND CASUALOBSERVATION. CONTRACTOR SHALL VERIFY ALLCONNECTIONS AS REQUIRED TO SAFELY PERFORMDEMOLITION.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 4:

47:3

8 PM

1E3.10

E0140040

ON

E-L I

NE

DI A

GR

AM -

DEM

OLI

T IO

N

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : PLZDRAWN BY : PLZCHECKED BY : LMZ

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

DEMO NOTES

KEY NOTES

NOTES (THIS SHEET)

4

N.T.S.

ONE-LINE DIAGRAM -DEMOLITION

1NO. DATE REVISION1 9/25/17 ISSUED FOR BID

1

2

3 3

4 4 5 5 4 4

6 6

1 1 7 7

3

#

#

EQUIPMENT PAD EXTENSION

208Y/120V - 3PH, 4WMDP - 800A BUS - 65k AIC

200/3P

UTILITY XFMR

MCB

800A/3P

150/3P 150/3P 150/3P200/3P 200/3P

FP

150/3P

RTU1

LPA LPB

100/3P 200/3P 150/3P

SPD

800/3P

RTU3RTU2 RTU4

FUTURERTU2

FUTURERTU1

60/3P

J J

100/3P

#4@12" EA. SIDE FOR PADSEXCEEDING 1'-0" IN HEIGHT

#4@12"

EXIST. CONCRETE

ROUGHEN SURFACE &APPLY BONDING AGENT

#4@12" ALL AROUND W/ 4" MIN.EPOXY EMBED. TURN TO FIT

NARROW EXTENSIONS

EXISTING PAD

**#4@12", 16" LONG W/4" MIN. EPOXY EMBED,

(1 BAR MIN)

OR 1/2" ANCHOR BOLTS

** FOR NARROW EXTENSIONS, LESS THAN 10" WIDE, USE 12"

HEADED BOLTS WITH 3" MINIMUM EPOXY EMBEDMENTWITH 2" CLEARANCE TO FACE OF PAD.

FOR EXTENSIONS BETWEEN 10" AND 14" CUT #4 TO FIT.

* WIDTH AS SHOWN ON ELECTRICAL PLANS OR TO FITPROPOSED EQUIPMENT.

*

M

4

1. SEE SHEET 1E0.10 FOR THE SUGGESTEDCONSTRUCTION SEQUENCE.

2. SEE SHEET 1E0.10 FOR THE SYMBOL LEGEND,GENERAL NOTES AND ABBREVIATIONS.

3. SEE SHEET 1E2.20 FOR EQUIPMENT LOCATIONS.4. SEE SHEETS 1E4.40 AND 1E4.50 FOR NEW PANEL

SCHEDULES.

1. PROVIDE NEW FEEDER CONDUCTORS IN EXISTINGCONDUIT FROM THE COMED TRANSFORMER TO NEWMAIN DISTRIBUTION SWITCHBOARD MDP.COORDINATE CONNECTION WITH COMED.

2. PROVIDE NEW MAIN DISTRIBUTION SWITCHBOARDMDP. SWITCHBOARD SHALL BE COMPRISED OF 2SECTIONS. SECTION 1 (LEFT SECTION) SHALLCONTAIN THE MAIN CIRCUIT BREAKER ANDMETERING COMPARTMENT PER COMEDREQUIREMENTS. SECTION 2 (RIGHT SECTION) SHALLBE FOR DISTRIBUTION AND CONTAIN THE CIRCUITBREAKERS SHOWN. SEE SPECIFICATION 26 24 13FOR ADDITIONAL INFORMATION. MODIFY ANDEXTEND EXISTING 6"H x 76"W x 26"D CONCRETEHOUSEKEEPING PAD AS REQUIRED TO EXTENDDIMENSIONS TO 6"H x 76"W x 42"D. ADDITIONAL 16"OF DEPTH SHALL BE ADDED TO THE REAR OF THEPAD. CONFIRM REQUIREMENTS WITH SWITCHBOARDSHOP DRAWINGS.

3. PROVIDE METER SOCKET WITH WIRING HARNESSPER COMED REQUIREMENTS. MOUNT METER SOCKETDIRECTLY TO SWITCHBOARD.

4. PROVIDE NEW FEEDER CONDUIT ANDCONDUCTORS. SEE FEEDER SCHEDULE.

5. PROVIDE NEW PANELBOARD. SEE SPECIFICATIONSAND NEW PANEL SCHEDULES.

6. RECONNECT EXISTING EQUIPMENT TO MDP ASSHOWN. PROVIDE ADDITIONAL CONDUIT, JUNCTIONBOXES AND SPLICES IF REQUIRED TO EXTEND THEEXISTING CONDUCTORS TO THE NEW CIRCUITBREAKER.

7. EXISTING EQUIPMENT TO REMAIN.8. PROVIDE NEW EQUIPMENT DISCONNECT SWITCH.

SEE EQUIPMENT CONNECTION SCHEDULE.9. MAKE FINAL CONNECTIONS TO RECONNECT

EXISTING EQUIPMENT TO NEW FEEDER.10. MAKE FINAL CONNECTIONS AT NEW EQUIPMENT. SEE

EQUIPMENT CONNECTION SCHEDULE.11. PROVIDE NEW SURGE PROTECTIVE DEVICE. SEE

SPECIFICATION.12. BREAKER SHALL HAVE PERMANENT PROVISIONS FOR

LOCKING IN THE OFF POSITION.13. "TEMPORARY GENERATOR CONNECTION"

DISCONNECT. PROVIDE 208Y/120V, 800A, 3PH, 4W,FUSIBLE NEMA 3R SERVICE ENTRANCE RATEDDISCONNECT SWITCH WITH 800A FUSES.DISCONNECT SHALL BE CAPABLE OF BEING PADLOCKED IN BOTH THE ON AND OFF POSITIONS.TERMINATE FEEDER ON THE LOAD SIDE OF THEDISCONNECT. PROVIDE (2) 4" PVC STUB OUTS WITHREMOVABLE CAPS TO ALLOW EASY CONNECTION OFTEMPORARY GENERATOR CABLES. PROVIDEPERMANENT ENGRAVED SIGN READING "TEMPORARYGENERATOR CONNECTION. DISCONNECT MAY BEENERGIZED IN BOTH THE ON AND OFF POSITIONS.LOAD SIDE CONDUCTORS ARE CONNECTED TOBREAKER AT MDP."

14. PROVIDE JUNCTION BOX AT GYMNASIUM CEILINGWITH 20' OF COILED CONDUCTORS FORCONNECTION TO FUTURE EQUIPMENT. CAP EACHCONDUCTOR WITH A 2 PORT INSULATEDCONNECTOR, NSI POLARIS #ITO-3/0 OR EQUAL.

15. PROVIDE SPARE BREAKER.FEEDER SCHEDULEFEEDER CONDUIT CONDUCTOR GROUND

MARK RATING(A)/WIRE QTY SIZE TYPE SETS NO. PER SET SIZE SETS SIZE NOTES

1 800/4 2 4" EXIST 2 4 600kCM - - -

2 800/4 2 4" EMT/RGS 2 4 600kCM 2 1/0 1

3 200/4 1 2" EMT 1 4 3/0 1 6 -

4 150/3 1 1-1/2" EMT/RGS 1 3 1/0 1 6 1

5 100/3 1 1-1/2" EMT/RGS 1 3 2 1 8 1

6 60/4 1 1" EMT 1 4 6 1 6 -

NOTES:1. EMT CONDUIT SHALL BE ALLOWED INDOORS, ALL EXTERIOR CONDUITS SHALL BE RIGID GALVANIZED STEEL.

PANEL SCHEDULEPHASE TUBS RATING CIRCUIT BREAKERS

PANEL NAME LOCATION TYPE BUS MCB MLO VOLT /WIRE NO. CKT MOUNT (AIC) QTY POLE AMP NOTES

LPA OFFICE NEMA 1 200A X 208 3PH/4W 1 42 RECESSED 42k 1,2,3

ELECTRICALLPB EQUIPMENT NEMA 1 200A X 208 3PH/4W 1 54 SURFACE 42k 2,3,4

ROOM

ELECTRICALFP EQUIPMENT NEMA 1 200A X 208 3PH/4W 1 54 SURFACE 42k 2,3,4

ROOM

NOTES: 1. REUSE EXISTING RECESSED PANEL TUB. PROVIDE NEW INTERIOR.2. SEE INDIVIDUAL CIRCUIT DIRECTORIES FOR BRANCH BREAKER REQUIREMENTS.3. SERIES RATING ALLOWED TO ACHIEVE REQUIRED AIC RATING SHOWN.4. PROVIDE SINGLE TUB WITH NUMBER OF CIRCUITS SHOWN.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 4:

47:3

9 PM

1E3.20

E0140040

ON

E-LI

NE

DIA

GR

A M -

NEW

WO

RK

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : PLZDRAWN BY : PLZCHECKED BY : LMZ

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

NOTES (THIS SHEET)

KEY NOTES

N.T.S.ONE-LINE DIAGRAM - NEW WORK1

N.T.S.Feeder Schedule

N.T.S.Panel Schedule

3

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

1

3 3 4 4 5 4 6 2

5 4

2

1

3

4 4 4 6 4 6 4 4 4 4 4

5 55

14 14 8 8

4 4

12

7 7 9 10

11

13

1515

#

CONTROL WIRING DIAGRAM1INTERIOR LIGHTING

CONTROL WIRING DIAGRAM2EXTERIOR LIGHTING

CONTROL WIRING DIAGRAM3GYMNASIUM LIGHTING

ROOF PENETRATION DETAIL5

FIXTURE TYPE B INSTALLATION DETAIL4

VIOLET GRAY BLACK WHITE

TYPE C - LED DRIVER

N

HZ1

SWITCH

VIOLET GRAY BLACK WHITE

TYPE C - LED DRIVER

N

HZ2

SWITCH

VIOLET GRAY BLACK WHITE

TYPE C - LED DRIVER

N

HZ3

SWITCH

VIOLET GRAY BLACK WHITE

TYPE C - LED DRIVER

VIOLET GRAY BLACK WHITE

TYPE C - LED DRIVER

VIOLET GRAY BLACK WHITE

TYPE C - LED DRIVER

0-10VDIMMER

VIOLET GRAY BLACK WHITE

TYPE C - LED DRIVER

ZONE 1 FIXTURES

VIOLET GRAY BLACK WHITE

TYPE C - LED DRIVER

ZONE 2 FIXTURES

VIOLET GRAY BLACK WHITE

TYPE C - LED DRIVER

ZONE 3 FIXTURES

C

TC

TIMECLOCK

LIGHTING CONTACTOR LC-1

N

H

H

NLIGHT FIXTURE

LOCALSWITCH

CPC

PHOTOCELL

LIGHTING CONTACTOR LC-2

N

H

H

NLIGHT FIXTURE

EXISTING DECK

OPTIONALPRE FABRICATEDMETAL CURB.IF NOT INSULATEDPROVIDE INSULATION.PR0VIDE INTERNALJOISTS AT 16" O.C.

ABS COPING CAP.

OPTIONALWOOD BUILDCURB.PR0VIDEINTERNAL JOISTSAT 16" O.C.

FILL CURB WITHCOMPRESSIBLEINSULATION.

ATTACH CAP TO CURBPER MANUFACTURERSINSTRUCTIONS.

EPDM PIPING BOOT.COORDINATE OPENINGQUANTITIES WITH ALL TRADES.THIS INCLUDES ELECTRICALCONDUIT AND CONTROLSCONDUIT.

SEAL BOOT TO PIPINGUSING STAINLESS STEELBAND CLAMP.

SEAL BOOT TO ABS CAPUSING STAINLESS STEELBAND CLAMP ORMECHANICAL LOCKINGSEAL.

COUNTER FLASHING

THICKNESS TO MATCHROOF INSULATION

2"x4" WOODNAILER

BASEFLASHING

CURB

ROOF ANDINSULATION

BOLT FIXTURETO NAILER

1. SEE SHEET 1E0.10 FOR THE SUGGESTEDCONSTRUCTION SEQUENCE.

2. SEE SHEET 1E0.10 FOR THE SYMBOL LEGEND,GENERAL NOTES AND ABBREVIATIONS.

3. SEE SHEET 1E1.10 FOR LIGHTING DEMOLITION.4. SEE SHEET 1E2.10 FOR LIGHTING PLAN.5. SEE SHEET 1E4.10 FOR THE LUMINAIRE SCHEDULE,

LIGHTING CONTACTOR SCHEDULE AND LIGHTINGCONTROL SCHEDULE.

1. PROVIDE LIGHTING CONTACTOR. SEE LIGHTING PLANFOR LOCATION. SEE LIGHTING CONTACTOR SCHEDULEFOR DETAILS.

2. PROVIDE TIME CLOCK. SEE LIGHTING PLAN FORLOCATION. SEE LIGHTING CONTROL SCHEDULE FORDETAILS.

3. PROVIDE PHOTOCELL. SEE LIGHTING PLAN FORLOCATION. SEE LIGHTING CONTROL SCHEDULE FORDETAILS.

4. PROVIDE DIMMER. SEE LIGHTING PLAN FOR LOCATION.SEE LIGHTING CONTROL SCHEDULE FOR DETAILS.CONNECT DIMMER POWER SUPPLY TO UNSWITCHEDCIRCUIT FOR ZONE 3.

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 4:

47:3

9 PM

1E3.30

E0140040

LIG

HT I

NG

CO

NT R

OL

DIA

GR

A MS

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : DesignerDRAWN BY : AuthorCHECKED BY : Checker

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

NOTES (THIS SHEET)

KEY NOTES

1 12

3

4

#

GYMNASIUM SOUND SYSTEM BLOCK DIAGRAM 24U RACK GYMNASIUM SOUND SYSTEM

nexia I/O com status

CS

MENU

SELECT

RF AUDIO

+

-OUTPUT

LEVEL

MENU

SELECT

RF AUDIO

+

-OUTPUT

LEVELHEADPHONES

OFF ON

PUSH

POWER

MENU

SELECT

RF AUDIO

+

-OUTPUT

LEVELHEADPHONES

OFF ON

PUSH

POWER

peak peak

level level

1 2

Commercial Power Amplifier

POWER

ON

OFF

POWER

SEQUENCER

UNSWITCHED OUTLETPOWER STATUS

DELAY 1 DELAY 2 DELAY 3

REMOTE OFF

CORRECT

OPEN GND

OPEN HOT

OPEN NEU

HOT GND REV

HOT NEU REV

MODEL PS-8R

6

1

2

6

3

6

4

6

5

6

6

6

6

6

6

6

I/P 1 O/P 1

I/P 2

I/P 3

I/P 4

Processor

I/P 5

I/P 6

BOGENGS500

Receiver

BOGENUDR800 MICROPHONE

AntennaI/P

HiZ BalO/P

LowZ O/PAntennaI/P

MAINS O/PMAINSI/P

ReceiverAntennaI/P

HiZ BalO/P

LowZ O/PAntennaI/P

MAINS O/PMAINSI/P

1 WIRELESS MICROPHONE CONTROLLER

2 CD/TUNER/AUXILIARY INPUT

3 AUDIO PROCESSOR

4 2 CHANNEL AMP

5 FURMAN PL-8C POWER CONDITIONER

6 SPACE (BLANK)

LEGEND

RECEIVER

BOGENUDR800 MICROPHONERECEIVER

COMPACT

DIGITAL AUDIO

PLAY

CD/TUNER/AUX

Left O/P

Right O/P

BOGENCDR1

BLUETOOTH

Left O/P

Right O/P

AUDIOENGINEB1

NorthQty 4

SouthQty 4

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 4:

47:3

9 PM

1E3.40

E0140040

SOU

ND

DE T

A ILS

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : DesignerDRAWN BY : AuthorCHECKED BY : Checker

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

TAGFUTURE RTU-1FUTURE RTU-2RTU-3NEW RTU-4ICE BEAR

NOTES1234

EQUIPMENTDESCRIPTION

FUTURE RTU-1FUTURE RTU-2EXISTING RTU-3NEW RTU-4ICE BEAR UNIT

SEE ONE-LINE DIAGRAM FOR FEEDER REQUIREMENTS.PROVIDE JUNCTION BOX WITH CAPPED CONDUCTORS FOR FUTURE EQUIPMENT CONNECTION. SEE ONE-LINE DIAGRAM.PROVIDE FLEXIBLE CONDUIT WHIP PER SPECIFICATIONS FROM EQUIPMENT DISCONNECT TO EQUIPMENT.PROVIDE (3) #8 AND (1) #10 GROUND IN 1" CONDUIT FROM PANEL TO EQUIPMENT DISCONNECT. SEE PANEL SCHEDULE FOR CIRCUIT NUMBER.

SERVICE/LOCATIONGYMNASIUM/GYMNASIUMGYMNASIUM/GYMNASIUMRAQUETBALL COURT/RAQUETBALL COURTMEETING ROOMS/GYMNASIUMRTU-3/ON GRADE BEHIND BUILDING

EQUIPMENT CONNECTION SCHEDULE

FLA89.289.246

89.228.8

MOTOR OR LOADKW/HP

----------

VOLTS208208208208208

PHASE33333

DISCONNECT SWITCHSIZE

----

60A200A30A

FUSES----

60A125A30A

ENCLOSURE----

NEMA 3RNEMA 3RNEMA 3R

POWER SOURCEMDPMDPMDPMDPPANEL FP

CONTROLLERPROVIDED BY

----------

TYPE----------

SIZE----------

ENCLOSURE----------

LOCATION----------

NOTES1,21,21,31,33,4

LUMINAIRE SCHEDULETYPEA

B

C

D

EH

EL

EM

EMH

EMX

P

X

MANUFACTURERKURTZONOR APPROVED EQUAL

LUMARKOR APPROVED EQUAL

METALUXOR APPROVED EQUAL

METALUXOR APPROVED EQUAL

MCGRAW EDISONOR APPROVED EQUAL

MCGRAW EDISONOR APPROVED EQUAL

LITHONIAOR APPROVED EQUAL

LITHONIAOR APPROVED EQUAL

LITHONIAOR APPROVED EQUAL

BEACON LIGHTINGOR APPROVED EQUAL

LITHONIAOR APPROVED EQUAL

CATALOG NUMBERIS-FR-5-2X4-3/LEDH-840-120

NFFLD-S-D-C15-UNV-33-T-BZ

SSLED-LD1-12-W-UNV-L835-CD1WITH SSLED-WG17-U WIREGUARD

4WSL-LD2-55-SPS-UNV-L835-CD1

GWC-AF-02-LED-E1-T2-BZ-800

GWC-AF-01-LED-E1-T3-BZ-600

EU2 LED M12

ELM6-LED-W-LP03VSWITH ELA WG1 WIREGUARD

ELA-AFNR-DB-FWD

WIN30/PC/24NB-55/3K/UNV/DIR2/PT/SPK/BBTWITH WHATLEY POLECF50-15-AB-BLK-30LHQM-S-W-3-R-HO-ROWITH ELA WG3 WIREGUARDWHERE INDICATED

LAMPSTYPELED

LED

LED

LED

LED

LED

LED

LED

LED

LED

LED

CATALOG #NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

NA

NO.-

-

-

-

-

-

-

-

-

-

-

WATTS/LAMP192

52

106

50

86

34

-

-

10.8

55

3.3

DRIVERTYPESTD

STD

DIM

STD

STD

STD

-

-

-

STD

-

NO.1

1

1

1

1

1

-

-

-

1

-

VOLT120V

120V

120V

120V

120V

120V

120V

120V

6V

120V

120V

MOUNTRECESSED

SEEDETAIL

PENDANT

PENDANT

SURFACEWALL

SURFACEWALL

SURFACEWALL

SURFACEWALL

SURFACEWALL

POLEMOUNT

UNIVERSAL

DESCRIPTIONLED RECESSED RAQUETBALLFIXTURE 2'X4'

LED SPOT LIGHT FOR FLAG LIGHTING

LED HIGHBAY WITH WIREGUARD12,000 LUMEN DIMMABLE

LED LINEAR STRIP LIGHT5,500 LUMEN

LED WALL PACK

LED WALL PACK

EMERGENCY LIGHTING UNIT

EMERGENCY LIGHTING UNIT

EXTERIOR EGRESS LIGHT

TALLMADGE STYLE POLE TOPWITH DECORATIVE POLE

LED EXIT FIXTUREWITH REMOTE CAPACITY

NOTES

EQUIPMENTTAG

LC1LC2

NOTES:1. LIGHTING CONTACTOR COIL SHALL BE CONTROLLED BY TIME CLOCK TC-1 AT MAIN ELECTRICAL ROOM. SEE INTERIOR LIGHTING CONTROL DETAIL.2. LIGHTING CONTACTOR COIL SHALL BE CONTROLLED BY PHOTOCELL ON EXTERIOR OF THE BUILDING. SEE EXTERIOR LIGHTING CONTROL DETAIL.3. PROVIDE CONTACTOR WITH 3 POSITION SELECTOR SWITCH ON-OFF-TIMER.4. PROVIDE CONTACTOR WITH 3 POSITION SELECTOR SWITCH ON-OFF-PHOTO.5. PROVIDE CONTACTOR WITH GREEN PILOT LIGHT INDICATING "ON".

DESCRIPTIONINTERIOR LIGHTINGEXTERIOR LIGHTING

CONTACTORLOCATION

MAIN ELECTRICAL ROOMMAIN ELECTRICAL ROOM

LIGHTING CONTACTOR SCHEDULE

TYPEELECTRICALLY HELDELECTRICALLY HELD

AMPS3030

#POLES

88

COILVOLTAGE

120120

ENCLOSURENEMA 1NEMA 1

NOTES1,2,3,51,2,4,5

SYMBOL MANUFACTURERINTERMATICOR EQUAL

INTERMATICOR EQUAL

LUTRON

SENSOR SWITCH

SENSOR SWITCH

MODEL NO.T101R

EK4236S

NFTV-WHWITH PP-DVPOWER PACKCM-PDT-9-LT

PP20

LIGHTING CONTROL SCHEDULEDESCRIPTION24 HOUR MECHANICAL TIME CLOCKWITH METAL ENCLOSURE

STEM AND SWIVEL MOUNT ELECTRONICPHOTOCONTROL

O-10V SLIDE DIMMER

DUAL LOW VOLTAGE DUAL TECHNOLOGYCEILING MOUNT SENSOR

POWER PACK FOR USE WITH CEILING SENSOR

FUNCTIONON/OFF ACTIVATION OF INTERIORLIGHTING CONTACTOR FOR ENERGY CODEREQUIRED SHUT OFFDUSK TO DAWN ACTIVATION OFEXTERIOR LIGHTING CONTACTOR

DIMMER FOR CONTROL OF GYMNASIUMZONES 1-3

ON/OFF CONTROL

RELAY PACK AND LOW VOLTAGEPOWER SUPPLY

EQUIPMENT CONNECTION SCHEDULE4

LUMINAIRE SCHEDULE1

LIGHTING CONTACTOR SCHEDULE2 LIGHTING CONTROL SCHEDULE3

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 4:

47:4

0 PM

1E4.10

E0140040

SCH

EDU

LES

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : PLZDRAWN BY : PLZCHECKED BY : LMZ

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

PANEL

I.D.

LPA

CIRCUIT DESIGNATION

DEMO

ETR

ETR

ETR

ETR

ETR

ETR

ETR

ETR

ETR

DEMO

ETR

ETR

ETR

ETR

TOTAL LINE-NEUTRAL KVA

TOTAL CONNECTED KVA

TOTAL CONNECT AMPS

TOTALS BY TYPE:

AMPS

PHASE

WIRE

VOLTAGE

RACQUET BALL COURT LIGHTS

??

MULTI-PURPOSE ROOMS

MULTI-PURPOSE ROOMS

MULTI-PURPOSE ROOMS

MULTI-PURPOSE ROOMS

HALL LIGHTS

WOMEN'S ROOM

MEN'S ROOM

OFFICE

SOUND SYSTEM

SECURITY

??

GYM STORAGE/KITCHEN

EMERGENCY HALL LIGHTS

SPACE

SPACE

SPACE

SPACE

200

3

4

208/120

R (RECEPTACLES)

L (LIGHTING)

M (MOTORS)

X (MISC.)

MAIN CB AMPS:

MLO

X

KVA

A�

0.00

0.00

0.00

SFL

B�

0.00

FTL

C�

0.00

0.00

0.00

0.00

0.00

TUB SIZE (I.E. 42 CKT)

BREAKER

AMP

20

20

15

15

15

20

15

15

15

15

15

15

15

15

15

42 CKT

POLE

2

2

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

CKT

#

1

3

5

7

9

11

13

15

17

19

21

23

25

27

29

31

33

35

37

39

41

ESTIMATED DEMAND

BY TYPE:

CKT

#

2

4

6

8

10

12

14

16

18

20

22

24

26

28

30

32

34

36

38

40

42

BREAKER

AMP

20

30

30

30

30

30

30

30

15

20

15

15

20

20

15

30

20

FLUSH MOUNT

SURFACE MOUNT

POLE

2

1

1

1

1

1

1

1

1

1

1

1

1

1

1

3

1

X

KVA

A�

0.00

TOTAL ESTIMATED KVA DEMAND:

TOTAL ESTIMATED AMP DEMAND:

0.00

0.00

0.00

0.00

B�

0.00

C�

0.00

LOCATION:

OFFICE

FED FROM:

MSB

CIRCUIT DESIGNATION

??

GYM LIGHTS

GYM LIGHTS

GYM LIGHTS

GYM LIGHTS

GYM LIGHTS

GYM LIGHTS

GYM LIGHTS

FRONT LIGHTS

H.C. DOORS

PHONE

FIRE ALARM CONTROL PANEL

STAIRWAY

ENTRY LIGHTS

PHOTOCELL

ICE BEAR

"

"

GFCI OUTLET ICE BEAR

SPACE

NOTES

0.00

0.00

ETR

DEMO

DEMO

DEMO

DEMO

DEMO

DEMO

DEMO

ETR

ETR

ETR

ETR

ETR

ETR

ETR

DEMO

ETR

PANELI.D.LPB

CIRCUIT DESIGNATIONETRETRETRETRETRETRETRETRETRETRETR

ETRETRETRETRETRETR

DEMO

TOTAL LINE-NEUTRAL KVATOTAL CONNECTED KVATOTAL CONNECT AMPSTOTALS BY TYPE:

AMPSPHASEWIREVOLTAGE

RECEPT - MULTIPURPOSE RM #1RECEPT - MULTIPURPOSE RM #2RECEPT - MULTIPURPOSE RM #4VENDING MACHINEVENDING MACHINEVENDING MACHINEHAND DRYER MEN'S RMHAIR DRYER MEN'S RMHAND DRYER WOMEN'S RMHAIR DRYER WOEMEN'S RMOUTSIDE TALLMADGE LIGHTS

NEW OFFICE RECEPTNEW OFFICE LIGHTS?NEW OFFICE RECEPTNEW OFFICE LIGHTS?BACKBOARDSBACKBOARDSPANEL FP

20034208/120

R (RECEPTACLES)L (LIGHTING)M (MOTORS)X (MISC.)

MAIN CB AMPS:

MLOX

KVAA�

0.000.000.00

SFL

B�

0.00

FTL

C�

0.00

0.000.000.000.00

TUB SIZE (I.E. 42 CKT)

BREAKERAMP

2020202020203020303020

20152015202030

42 CKT

POLE11111111112

1111113

CKT#1357911131517192123252729313335373941

ESTIMATED DEMANDBY TYPE:

CKT#24681012141618202224262830323436384042

BREAKERAMP

202020202020151515202020202020202020202020

FLUSH MOUNT

SURFACE MOUNT

POLE111111111111111111111

XKVAA�

0.00TOTAL ESTIMATED KVA DEMAND:TOTAL ESTIMATED AMP DEMAND:0.000.000.000.00

B�

0.00

C�

0.00

LOCATION:MAIN ELECTRICAL ROOMFED FROM:MSB

CIRCUIT DESIGNATIONSCOREBOARD GYMRECEPT - GYMRECEPT - GYMRECEPT - GYMRECEPT - OFFICE AREASPHONE SWITCHWASHROOM GFIWASHROOM GFI MEN'SCIRC PUMPSRECEPT - KITCHENRECEPT - KITCHENRECEPT - RM 031STORAGE RM LIGHTINGSTORAGE RM OUTLETSANDOVER CONTROLSNEW OFFICE HEATERNEW OFFICE HEATERBACKBOARDS-CURTAINSBACKBOARDS-CURTAINSAPPLIANCE KITCHEN RECEPTAPPLIANCE KITCHEN RECEPT

NOTES

0.000.00

ETRETRETRETRETRETRETRETRETRETRETRETRETRETRETRETRETRETRETRETRETR

PANEL

I.D.

FP

CIRCUIT DESIGNATION

ETR

DEMO

DEMO

ETR

ETR

ETR

ETR

TOTAL LINE-NEUTRAL KVA

TOTAL CONNECTED KVA

TOTAL CONNECT AMPS

TOTALS BY TYPE:

AMPS

PHASE

WIRE

VOLTAGE

GENERAL EXHAUST FAN #1

GENERAL EXHAUST FAN #3

GENERAL EXHAUST FAN #4

GENERAL EXHAUST FAN #5

GENERAL EXHAUST FAN #6

GENERAL EXHAUST FAN #7

KITCHEN EXHAUST FAN

100

3

4

208/120

R (RECEPTACLES)

L (LIGHTING)

M (MOTORS)

X (MISC.)

MAIN CB AMPS:

MLO

X

KVA

A�

0.00

0.00

0.00

SFL

B�

0.00

FTL

C�

0.00

0.00

0.00

0.00

0.00

TUB SIZE (I.E. 42 CKT)

BREAKER

AMP

15

15

15

20

15

15

15

18 CKT

POLE

3

1

1

1

1

1

1

CKT

#

1

3

5

7

9

11

13

15

17

ESTIMATED DEMAND

BY TYPE:

CKT

#

2

4

6

8

10

12

14

16

18

BREAKER

AMP

15

15

15

20

20

20

20

FLUSH MOUNT

SURFACE MOUNT

POLE

3

1

1

1

1

1

1

X

KVA

A�

0.00

TOTAL ESTIMATED KVA DEMAND:

TOTAL ESTIMATED AMP DEMAND:

0.00

0.00

0.00

0.00

B�

0.00

C�

0.00

LOCATION:

MAIN ELECTRICAL ROOM

FED FROM:

LPA

CIRCUIT DESIGNATION

GENERAL EXHAUST FAN #2

EX FAN MEN'S TOILET

EX FAN WOMEN'S TOILET

SPARE

RTU #5

??

WATER METER

NOTES

0.00

0.00

ETR

DEMO

DEMO

ETR

ETR

ETR

EXISTING PANEL LPA SCHEDULE1 EXISTING PANEL LPB SCHEDULE2

EXISTING PANEL FP SCHEDULE3

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 4:

47:4

0 PM

1E4.20

E0140040

EXIS

TIN

G P

ANEL

S CH

E DU

LES

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : PLZDRAWN BY : PLZCHECKED BY : LMZ

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

NO. DATE REVISION1 9/25/17 ISSUED FOR BID

PANELI.D.LPA(NEW)

CIRCUIT DESIGNATIONNEW

NEW

ETR/LPA

ETR/LPA

ETR/LPA

ETR/LPA

ETR/LPA

NEW

ETR/LPA

ETR/LPA

ETR/LPA

NEW

ETR/LPA

ETR/LPA

ETR/LPA

ETR/LPA

NEW

NEW

NEW

NEW

TOTAL LINE-NEUTRAL KVA

TOTAL CONNECTED KVA

TOTAL CONNECT AMPS

TOTALS BY TYPE:

AMPSPHASEWIREVOLTAGE

SPARE

SPARE

??

MULTI-PURPOSE ROOMS

MULTI-PURPOSE ROOMS

MULTI-PURPOSE ROOMS

MULTI-PURPOSE ROOMS

SPARE

WOMEN'S ROOM

MEN'S ROOM

OFFICE

SOUND SYSTEM

SECURITY

??

GYM STORAGE/KITCHEN

EMERGENCY HALL LIGHTS

SPARE

SPARE

SPARE

SPARE

200

3

4

208/120

R (RECEPTACLES)

L (LIGHTING)

M (MOTORS)

X (MISC.)

MAIN CB AMPS:

MLOX

KVAA�

0.00

0.00

0.00

SFL

B�

0.00

FTL

C�

0.00

0.00

0.00

0.00

0.00

TUB SIZE (I.E. 42 CKT)

BREAKERAMP

20

20

20

15

15

15

20

20

15

15

15

20

15

15

15

15

42 CKT

POLE1

1

2

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

CKT#1

3

5

7

9

11

13

15

17

19

21

23

25

27

29

31

33

35

37

39

41

ESTIMATED DEMAND

BY TYPE:

CKT#2

4

6

8

10

12

14

16

18

20

22

24

26

28

30

32

34

36

38

40

42

BREAKERAMP

20

20

20

20

20

20

20

20

15

20

15

15

20

20

15

30

20

20

FLUSH MOUNT

SURFACE MOUNT

POLE2

1

1

1

1

1

1

1

1

1

1

1

1

1

1

3

1

1

X

KVAA�

0.00

TOTAL ESTIMATED KVA DEMAND:

TOTAL ESTIMATED AMP DEMAND:

0.00

0.00

0.00

0.00

B�

0.00

C�

0.00

LOCATION:OFFICE

FED FROM:MSB

CIRCUIT DESIGNATION??

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

FRONT LIGHTS

H.C. DOORS

PHONE

FIRE ALARM CONTROL PANEL

STAIRWAY

ENTRY LIGHTS

PHOTOCELL

ICE BEAR

"

"

GFCI OUTLET ICE BEAR

SPARE

NOTES

0.00

0.00

ETR/LPA

NEW

NEW

NEW

NEW

NEW

NEW

NEW

ETR/LPA

ETR/LPA

ETR/LPA

ETR/LPA

ETR/LPA

ETR/LPA

ETR/LPA

NEW

ETR/LPA

NEW

PANELI.D.LPB(NEW)

CIRCUIT DESIGNATIONETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPA

NEW

NEW

NEW

NEW

NEW

NEW

TOTAL LINE-NEUTRAL KVA

TOTAL CONNECTED KVA

TOTAL CONNECT AMPS

TOTALS BY TYPE:

AMPSPHASEWIREVOLTAGE

RECEPT - MULTIPURPOSE RM #1

RECEPT - MULTIPURPOSE RM #2

RECEPT - MULTIPURPOSE RM #4

VENDING MACHINE

VENDING MACHINE

VENDING MACHINE

HAND DRYER MEN'S RM

HAIR DRYER MEN'S RM

HAND DRYER WOMEN'S RM

HAIR DRYER WOEMEN'S RM

OUTSIDE TALLMADGE LIGHTS

NEW OFFICE RECEPT

NEW OFFICE LIGHTS?

NEW OFFICE RECEPT

NEW OFFICE LIGHTS?

BACKBOARDS

BACKBOARDS

HALL LIGHTS

GYM LIGHTS - Z1

GYM LIGHTS - Z2

GYM LIGHTS - Z3

RAQUETBALL LIGHTS - Z4

EXTERIOR WALL LIGHTS

EXTERIOR WALL LIGHTS

200

3

4

208/120

R (RECEPTACLES)

L (LIGHTING)

M (MOTORS)

X (MISC.)

MAIN CB AMPS:

MLOX

KVAA�

0.00

0.00

0.00

SFL

B�

0.00

FTL

C�

0.00

0.00

0.00

0.00

0.00

TUB SIZE (I.E. 42 CKT)

BREAKERAMP

20

20

20

20

20

20

30

20

30

30

20

20

15

20

15

20

20

20

20

20

20

20

20

20

20

20

42 CKT

POLE1

1

1

1

1

1

1

1

1

1

2

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

CKT#1

3

5

7

9

11

13

15

17

19

21

23

25

27

29

31

33

35

37

39

41

43

45

47

49

51

53

ESTIMATED DEMAND

BY TYPE:

CKT#2

4

6

8

10

12

14

16

18

20

22

24

26

28

30

32

34

36

38

40

42

44

46

48

50

52

54

BREAKERAMP

20

20

20

20

20

20

15

15

15

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

FLUSH MOUNT

SURFACE MOUNT

POLE1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

XKVAA�

0.00

TOTAL ESTIMATED KVA DEMAND:

TOTAL ESTIMATED AMP DEMAND:

0.00

0.00

0.00

0.00

B�

0.00

C�

0.00

LOCATION:MAIN ELECTRICAL ROOM

FED FROM:MSB

CIRCUIT DESIGNATIONSCOREBOARD GYM

RECEPT - GYM

RECEPT - GYM

RECEPT - GYM

RECEPT - OFFICE AREAS

PHONE SWITCH

WASHROOM GFI

WASHROOM GFI MEN'S

CIRC PUMPS

RECEPT - KITCHEN

RECEPT - KITCHEN

RECEPT - RM 031

STORAGE RM LIGHTING

STORAGE RM OUTLETS

ANDOVER CONTROLS

NEW OFFICE HEATER

NEW OFFICE HEATER

BACKBOARDS-CURTAINS

BACKBOARDS-CURTAINS

APPLIANCE KITCHEN RECEPT

APPLIANCE KITCHEN RECEPT

NOTES

0.00

0.00

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

ETR/LPB

PANELI.D.FP(NEW)

CIRCUIT DESIGNATION

ETR/FP

ETR/FP

ETR/FP

ETR/FP

ETR/FP

TOTAL LINE-NEUTRAL KVA

TOTAL CONNECTED KVA

TOTAL CONNECT AMPS

TOTALS BY TYPE:

AMPSPHASEWIREVOLTAGE

GENERAL EXHAUST FAN #1

SPARE

SPARE

GENERAL EXHAUST FAN #5

GENERAL EXHAUST FAN #6

GENERAL EXHAUST FAN #7

KITCHEN EXHAUST FAN

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

100

3

4

208/120

R (RECEPTACLES)

L (LIGHTING)

M (MOTORS)

X (MISC.)

MAIN CB AMPS:

MLOX

KVAA�

0.00

0.00

0.00

SFL

B�

0.00

FTL

C�

0.00

0.00

0.00

0.00

0.00

TUB SIZE (I.E. 42 CKT)

BREAKERAMP

15

20

20

20

15

15

15

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

18 CKT

POLE

3

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

CKT#

1

3

5

7

9

11

13

15

17

19

21

23

25

27

29

31

33

35

37

39

41

43

45

47

49

51

53

ESTIMATED DEMAND

BY TYPE:

CKT#

2

4

6

8

10

12

14

16

18

20

22

24

26

28

30

32

34

36

38

40

42

44

46

48

50

52

54

BREAKERAMP

15

15

15

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

20

FLUSH MOUNT

SURFACE MOUNT

POLE

3

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

XKVAA�

0.00

TOTAL ESTIMATED KVA DEMAND:

TOTAL ESTIMATED AMP DEMAND:

0.00

0.00

0.00

0.00

B�

0.00

C�

0.00

LOCATION:

MAIN ELECTRICAL ROOM

FED FROM:LPA

CIRCUIT DESIGNATION

GENERAL EXHAUST FAN #2

EX FAN MEN'S TOILET

EX FAN WOMEN'S TOILET

SPARE

RTU #5

??

WATER METER

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

SPARE

NOTES

0.00

0.00

ETR/FP

ETR/FP

ETR/FP

ETR/FP

ETR/FP

ETR/FP

NEW PANEL LPA SCHEDULE1 NEW PANEL LPB SCHEDULE2

NEW PANEL FP SCHEDULE3

NOTE: DIMENSIONAL DATA IS TO BE OBTAINED BY SCALING ANY PORTION OF THIS DRAWING

CDI PROJECT No.

DRAWING No.

PRO

JEC

T TI

TLE

DR

AWIN

G T

ITLE

DE S

IGN

FI R

M R

EGIS

TRAT

ION

No.

184

-000

4 50

CITY OF EVANSTON BID No.

2100

RID

GE

AVE.

,EV

ANST

ON

, IL

6020

1

\\KE N

-1\P

roje

cts\

E01

4 004

0_Ev

anst

on -

Cha

ndle

rNew

ber g

er C

omC

tr H

VAC

\A-D

ESI G

N\1

1-0

Dra

win

g s\1

1-6

Elec

trica

l\Cha

ndle

r New

berg

er E

lect

r ical

.rvt

9/25

/201

7 4:

47:4

0 PM

1E4.30

E0140040

NEW

PA N

E L S

CH

E DU

LES

CIT

Y O

F EV

ANST

ON

CH

AND

LER

NEW

BER

GER

CEN

TER

HVA

C A

ND

ELEC

TRIC

ALIM

PRO

VEM

ENTS

PH

ASE

1

DESIGNED : PLZDRAWN BY : PLZCHECKED BY : LMZ

PHO

NE

: 312

.466

. 890

0

ww

w.c

lark

diet

z.co

m

DATE CHECKED : 08/2017

CH

ICAG

O, I

L 60

661

118

S . C

LIN

TON

STR

E ET,

SU

ITE

700

17-56

NO. DATE REVISION1 9/25/17 ISSUED FOR BID