Loading...
HomeMy WebLinkAboutHVAC Upgrade-05-02ADMINISTRATION BUILDING HVAC UPGRADE WASTEWATER TREATMENT FACILITY CITY OF OSHKOSH, WISCONSIN PROJECT MAN UAL April 28, 2004 TABLE OF CONTENTS Page GENERAL Official Notice To Contractors 1-2 Bid Proposal for Contract 05-02 1 List Of Subcontractors 1 Contract 05-02 Proposal 1 General Conditions 1-16 Prevailing Wage Rate Determination& 1-5 Debarred Contractors Product Requirements Division 1 00100 Instructions To Bidders 1-6 01100 Summary 1-2 01300 Administrative Requirements 1-2 01400 Quality Control Procedures 1-5 01600 Product Requirements 1-2 01700 Execution Requirements 1-3 01732 Selective Demolition 1-4 Division 15 15010 Basic HVAC Requirements 1-5 15020 Electrical Requirements For HVAC Work 1-4 15050 Basic HVAC Materials And Methods 1-3 15060 HVAC Hangers And Supports 1-2 15080 HVAC Insulation 1-5 15110 HVAC Valves 1-2 15122 Meters And Gauges 1-3 15181 Hydronic Piping 1-3 15183 Refrigerant Piping 1-3 15194 Fuel Gas Piping 1-4 15512 Cast Iron Boilers 1-3 15550 Breechings, Chimneys, And Stacks 1-2 15725 Indoor Modular Air -Handling Units 1-3 INDEX Pagel 15761 Air Coils 15766 Cabinet Unit Heaters 15815 Metal Ducts 15820 Duct Accessories 15845 Air Terminals 15861 Air Filters 15900 HVAC Instruments And Controls 15940 Sequence Of Operation 15961 Direct Digital Control Systems, 15990 Testing, Adjusting, And Balancing Division 16 16050 Basic Electrical Requirements Contract Documents Construction Contract Performance Bond Notice of Award Drawings ROU MAN 1-2 1-2 1-5 1-3 1-2 1-2 1-7 1-4 1-9 1-4 1-4 1-3 1-2 1-2 MAActive Projects145404 OSHKOSH WWTP-HVAC\Project ManuaRTable of Contents, Ap. 28.doc INDEX Page 2 OFFICIAL NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN that sealed bids will be received up to 10:00 a.m., C.S.T., Thursday, June 2, 2005, in. the City Clerk's Office, Room 104, City Hall, Oshkosh, Wisconsin for the construction of an upgrade to the heating, ventilating and air conditioning system, (HVAC) that serves the Administration Building at the Wastewater Treatment Plant, at which time and place all bids will be publicly opened and read in Room 404 of City Hall. Contract 05-02 — ADMINISTRATION BUILDING HVAC UPGRADE The work consists of the replacement of an air handling unit, addition of a boiler, air distribution/heating terminal units, and the replacement of the existing control system, including the related structural, electrical, and general construction work as noted in the Contract documents. It is the bidder's sole responsibility to insure that the bid is timely and physically received by the City Clerk's Office prior to the deadline set forth in this notice. All bids must be submit#ed..in an envelope sealed by the bidder or designated representative. All bids i;hould be addressed to the City Manager, c/o City Clerk's Office, City Hall, 215 Church Avenue, PO Box 1130, Oshkosh, WI 54903-1130. On the outside of the envelope, the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a sealed bid for "Contract 05-02 - ADMINISTRATION BUILDING HVAC UPGRADE". Any bids not complying with these instructions will not be considered submitted to the City, and shall be returned to the bidder unopened and unread. Submission of bid documents by facsimile equipment will not be accepted. This notice establishes a time by which sealed bids must be physically received by the City Clerk's Office. No bids will be accepted after that deadline. Under no circumstances will bids be accepted and read when submitted at the place of bid opening even if presented before the deadline. The City is not responsible for bids submitted in any other way except those submitted in strict conformance with these instructions. Plans and specifications will be on file in the office of the Superintendent of the Wastewater Treatment Plant on Thursday, April 28, 2005 and may be examined at said office. Contractors must be qualified to submit a bid for this project. This shall be done on forms furnished by the City of Oshkosh, Wisconsin and must be filled out in proper manner and then submitted to the City Manager for consideration and filed not later than Friday, May 27, 2005. The Manager's decision as to qualifications will be final. Plans and specifications maybe, obtained from the issuing Office, which is Rouman & Associates, 520 S. Westland Dr., Appleton WI 54914, (920) 739-3241. A non- refundable deposit of ninety dollars ($90.00) will be required for each set of plans and specifications. The minimum wage scale to be paid on said project by the Contractor as prescribed by the State Statutes 66.293 (3) is predetermined and is included in the specification book. These documents are also available for inspection in the office of the City Clerk, Pam Ubrig, Room 104, 215 Church Avenue, Oshkosh, Wisconsin. Sealed bids must be accompanied by a certified check or bid bond payable to the City of Oshkosh, Wisconsin in an amount not less than 5% of the total amount of the bid as a guarantee that if the bid is accepted, bidder will execute and file proper contract and bond within ten (10) days after the award of the contract. No bids will be withdrawn for a period of thirty (30) days after the scheduled time of opening bids. The City reserves the right to reject any and all bids and to waive any informalities. RICHARD A. WOLLANGK City Manager Published: April 28, 2005 May 5, 2005 M:\Active Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\Official Notice to Contractors, Rebid, 05-02 REVISED.doc 2 ROUMAN BID PROPSAL FOR CONTRACT 05-02 ADMINISTRATION BUILDING HVAC UPGRADE WASTEWATER TREATMENT PLANT City Manager City Hall PO Box 1130 Oshkosh, Wl 54903-1130 Dear Sir, The undersigned, having familiarized himself with the local conditions affecting the cost of the work and with the contract documents including Advertisement for Bids lnstructions to Bidders General Conditions, the form of the Proposal, the form of the Contract, the form of the gond. Specifications and Addenda and Exhibits issued and attached to the specifications on file in the office of the Superintendent of the Wastewater Treatment Plant, Oshkosh, Wisconsin, herby proposes to perform everything required to be performed and to provide and furnish all of the labor, materials, except that which is expressly stated will be furnished by the Owner, necessary tools, material or expendable material and all utility and transportation services and appurtenances necessary to perform and complete in a workmanlike manner all of the work required as called for in the following proposal in connection with the upgrades to the Administration Building HVAC at the Wastewater Treatment Plant with the Plans and Specifications on file, including Addenda Nos. issued thereto for the following prices: Lump Sum Bid ars (Words) MAActive Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\Bid Proposal, Ap 26.doc 1 (Numbers) ROUMAN Contract 05-02 LIST OF SUBCONTRACTORS Pursuant to Section 66.29(7), Wisconsin Statutes, the Bidder, as part of this Proposal, submits this full and complete list of all the Subcontractors and the class of work to be performed by each. The Contractor will be permitted to sublet a portion of the Contract, but shall perform with his own organization work amounting to at least 30 percent (30%) of the original Contract amount. If the Contractor shall sublet any part of this Contract, the Contractor shall be as fully responsible to the Owner for the acts and omissions of his Subcontractor and of the persons either directly or indirectly employed by his Subcontractor as he is by acts or omissions of persons directly employed by himself. All Subcontractors, if any, shall be listed in the spaces provided on the Proposal form and said list shall not be added to or altered without the written consent of the Owner. When a Subcontractor and the class of work to be performed is not listed, it shall be considered that the Bidder will perform the work himself. NAME OF SUBCONTRACTOR CLASS OR ITEMS OF WORK I hereby certify that the use of the name(s) of the above Subcontractor(s) was with the knowledge and consent of the said Subcontractor(s). Signature of Bidder MAActive Projects145404 OSHKOSH WWTP-HVAC\Project ManuaRList of Subcontractors, Mar 6.doc CONTRACT 05-02 PROPOSAL The undersigned will begin work as specified after award of the contract and complete as _ i. specified. I hereby certify that all statements are made in behalf of (Name of Corporation, Partnership or Person Submitting Bid) ! a Corporation organized and existing under the laws of the State of a Partnership consisting of ; and Individual trading as of the City of ; State of That I have examined and carefully prepared this Proposal from the Plans and Specifications and have checked the same in detail before submitting this Proposal; that I have full authority to make such statements and submit this Proposal in (its) (their) behalf, and that said statements are true and correct. Signature Title, if any Subscribed and sworn to before me This day of , 20 Notary Public, or other officer authorized to administer oaths (Bidder should not add any conditions or qualifying statements to this Proposal as otherwise the Proposal may be declared irregular as not being responsive to the Advertisement.) Accompanying this proposal is a (certified check, bid bond) in the amount of $ (Dollars) ($ j, as called for in the Invitation to Bid. MAAdve Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\Proposal, Mar. 6.doc ROUMAN GENERAL CONDITIONS GC -1 SCOPE OF WORK AND BIDS The work that shall be done under this contract consists of furnishing all labor, tools, equipment, machinery and appliances and all materials except where definitely specified to the contrary and construct complete, in working order, ready for use, the work covered by this contract. The Contractor shall, for the price bid for all items under this contract, do all work prescribed in these specifications, to make the required excavation for the specified work; do all ditching and diking, pumping, bailing and draining, all sheeting and shoring, shall make all provisions necessary to maintain and protect all buildings, walls, fences, trees, water pipes, conduits, sewers, railings, railways and other structures, and shall repair all damages occurring to same during the progress of the work, and shall' lYrovide all bridges, fences and other means of maintaining travel on intercepting streets, roads, railroads, alleys, and public places, and on streets, alleys, and roads on which trenches are excavated, after giving due notice to parties affected thereby; shall maintain the same in good condition so long as may be necessary, and shall then remove such temporary expedients and restore such ways to their proper conditions; shall provide watchmen, fences, red lights and all other precautionary measures for protection of persons and property; shall refill all trenches, do all repaving and repairing of streets disturbed by this work as herein provided; shall furnish all materials and tools, implements and transportation required to build and put in complete working order the contract awarded him, and shall do each and all to the satisfaction of the Engineer; shall timber all railroads; remove all tree roots, timber and masonry structures and other obstacles, whether shown on the plans or not, by reason of being underground, or otherwise and no extension of otherwork shall be allowed for delay or expense occurred by any of the above. GC -2 CHARACTER OF WORK AND MECHANICS The work shall be executed in the best and most workmanlike manner by qualified, careful and efficient mechanics in strict accordance with the drawings and specifications. GC -3 SITE INVESTIGATION AND REPRESENTATIONS The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon 1 ROU MAN transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river stages, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed to and during the prosecution of the work and all other matters upon which information is reasonably obtainable and which can in any way affect the work or the cost thereof under this contract. The Contractor further acknowledges that he has satisfied himself as to. the character, quality, and quantity of surface and sub -surface materials to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, as well as from information presented by the drawings and specifications made a part of this contract. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Owner assumes no responsibility for any understanding or representations made by any of its officers or agents during, or prior to the execution of this contract, unless (1) such understanding or representations are expressly stated in the contract and (2) the contract expressly provides that ttie-responsibility thereof is assumed by the Owner. Representations made but not so expressly stated and for which liability is not expressly assumed by the Owner the contract shall be deemed only for the information of the Contractor. GC -4 CONTRACT DOCUMENTS The contract documents consist of Official Notice, Instructions to Bidders, General Conditions,, Special Conditions, Specifications, Contract, Bond, Contractor's Proposal, Pians and Addenda, appropriate provisions which may apply to all Contractors and Subcontractors. The General Conditions shall, in general, apply to all contractors performing work at the site. Provisions herein contained that do not apply to a particular contract, shall be disregarded. GC -5 INTENT OF CONTRACT DOCUMENTS The contract documents are complimentary, and what is called for by anyone shall be as binding as if called for by all. The intention of this contract document is to include in the contract price, equipment, light, transportation and all other expense as may be necessary for the proper execution of the work. In interpreting the contract documents, words describing materials or work which may have a well known technical or trade meaning unless otherwise specifically defined in the contract documents, shall be construed in accordance with such well known meaning recognized by architects, engineers and the trade. ROUMAN GC -6 ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof, or monies due or to become due hereunder, without the written consent of the Owner. No assignment of this contract shall be valid unless it shall contain a provision that the funds to be paid the Assignee under the assignments are subject to a prior lien for services rendered or materials supplied for the performance of the work called for in said contract in favor for all persons, firms, or corporations need not be inserted if the assignment technically constitutes a novation, i.e., the assignees not only acquire the benefits under the contract, but also assumes the obligations thereunder in place of the assignor. GC -7 SUBCONTRACTORS The Contractor shall not subcontract any work performed or any materials to be furnished in the performance of this contract without the written consent of the Owner. If the Contractor shall sublet any part of this contract, the Contractor shalt be as fully responsible to the Owner for acts and omissions of his subcontractor and of the persons either directly or indirectly employed by his subcontractor, as he is for the acts and omissions of persons directly employed by himself. GC -8 OTHER CONTRACTS The Owner may award other contracts for additional work, and the Contractor shall fully cooperate with such other contractors and carefully fit in his own work to that provided under other contracts as may be directed by the Owner. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other contractor. GC -9 DEFINITIONS OWNER, MUNICIPALITY, BOARD, DISTRICT, shall be understood to mean the City of Oshkosh, Wisconsin, represented by its Board of Public Works. ENGINEER shall be understood to mean the Rouman & Associates; Appleton, Wisconsin. ATTORNEY shall be understood to mean the Attorney for the City of Oshkosh, Wisconsin. 3 ROUMAN SURETY shall be understood to mean the person or corporation which is bound with the Contractor (who is primarily liable) who engaged to be responsible for payment of all debts pertaining to the contract, and for an acceptable performance of the work for which he has contracted. CONTRACTOR shall be understood to mean the person, firm or corporation contracting the work described herein. PLANS shall be understood to mean all drawings or reproductions of drawings, including profiles, sections and sketches which have been made for the purpose of representing the work to the Contractor all of which are to be considered a part of the contract. Plans and drawings are used synonymously. OR EQUAL, whenever in any part of the contract documents an article, material or equipment is defined by a proprietary product, or by using the name of a manufacturer or vendor. the term "or equal", if not inserted, shall be implied. The specific article; material, or equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency and quality desired and shall not be construed in such manner as to exclude manufacturer's products of comparable quality, design and efficiency. The Contractor shall comply with the requirements of the contract documents relative to the Owner's approval of materials and equipment before they are incorporated in the project. "NOTICE", where in any of the contract documents there is any provision in respect to the giving of any notice, such notice shall be deemed to have been given: as to the Owner, when written notice shall be delivered to the Engineer of the Owner, or shall have been placed in the United States mail addressed to the Clerk or Secretary of the Owner at the place where the bids or proposals for the contract are opened; as to the Contractor: When a written notice shall be delivered to the chief representative of the Contractor at the site of the project or by mailing such written notice in the United States mail addressed to the Contractor at the place stated in the papers prepared by him to accompany his proposal as the address of his permanent place of business; as to the Surety of the performance bond: When a written notice is placed in the United States mail addressed to the Surety at the home office of such surety or to its agent or agents who execute such performance bond in behalf of such surety. "COMPLETED WORK" is understood to mean work which has been accepted by the Engineer and recommended to the Owner as having been performed in accordance with these specifications. Completed work may be accepted but not paid for in full until the entire contract has been completed and accepted. 4 ROU MAN GC -10 CONTRACT SURETY The Contractor shall furnish a surety bond (form attached) in an amount of at least equal to 100 per cent of the contract price as surety for the faithful performance of this contract and for the payment of all persons performing labor and furnishing materials in connection with this contract. GC -11 CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow and subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been obtained and approved. (a) Compensation Insurance: The Contractor shall take out and maintain during the life of this contract Workmen's Compensation Insurance for all his employees employed at the site of the project and, in case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case the class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Workmen's Compensation Statue, the Contractor shall provide adequate insurance coverage for the protection of his employees not otherwise protected. (b) Public Liability and Property Damage Insurance. The Contractor shall take out and maintain during the life of this contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this contract from claims and damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from operations under this contract, whethe(�such operations be by himself or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than $1,000,000 for injuries, including accidental death, to any one person, and, subject to the same limit for each person, in an amount of not less than $3,000,000 on account of one accident and Property Damage Insurance in an amount of not less than $1,000,000. Any subcontractor not covered by the Contractor's public liability and property damage insurance shall carry Owner's Protective and Subcontractor's Liability Insurance in the same amounts. The Contractor shall be responsible for a subcontractor's carrying the insurance herein required. ROUMAN (c) Insurance Covering Special Hazards: The following special hazards shall be covered by a rider or riders to the Public Liability and/or Property Damage Insurance Policy or Policies herein elsewhere required to be furnished by this Contractor or by separate policies of insurance, in amounts as follows: Public Liability Property Damage Insurance Insurance Operations of Trucks and Auto $300,000/$500,000 $300,000 The insurance coverage shall in all instances save, defend, indemnify and hold harmless the City against any and all manners of claims, demands, liabilities, damages or any other costs which may accrue in the protection of the work and that he will save, defend, indemnify, and hold harmless the City from all damages caused by or as a result of his operations. No insurance shall be canceled without notifying the Owner in writing thirty (30) days before such cancellation. See Contractor's responsibility for damaged work. GC -12 PROOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the Owner with satisfactory proof of carriage of the insurance required. Satisfactory proof shall consist of a duplicate or photostat copy of the certification of insurance. GC -13 MINIMUM WAGE SCHEDULE There shall be paid each employee engaged in the work oathe_ project under this contract not less than the minimum wage rate requested by the city to be established by the State of Wisconsin, Department of Workforce Development, together with all amendments, revisions and additions thereto. A copy of said wage scale is incorporated into these specifications and is on file in the office of the City Clerk, Oshkosh, Wisconsin. Copies of full and accurate payroll records for this project shall be furnished to the City by the Contractor upon request of the Engineer. M ROUMAN GC -14 PLANS AND SPECIFICATIONS The work shall be executed in strict conformity with the plans and specifications, and the Contractor shall do no work without proper drawings and specifications. GC -15 DRAWINGS The Owner will furnish the successful Contractor, one copy of the Project Manual one full size set of drawings and one CD-ROM of the Project Manual and all drawings, as well as all addenda, free of charge (PDF format), contractor shall be responsible for making copies of the Project Manual and drawings for his use as well as that of his subcontractors. GC -16 SHOP DRAWINGS The Contractor shall submit to the Owner or Owner's representative all shop or setting drawings and schedules required for the work. The Contractor shall make any corrections in the drawings required by the Owner or Owner's representative and re -submit same without delay. The Contractor shall keep at the site of the work an approved or confirmed copy of the drawings and specifications, and shall at all times give the Owner access thereto. GC -17 RULES AND REGULATIONS The bidder's attention is called to all conditions entering into the performance of this work, including the delivery point of all materials, hauling of materials, employment of labor, location of streets, state trunk highways, county highways, traffic conditions on these streets and highways and all laws of the state of Wisconsin and federal government, ordinances and regulations of the Owner insofar as they may affect his operations. The Contractor shall be held responsible for using such safety measures as will protect the interests of the Owner in the fulfillment of any part of all of the contracts. He shall comply with all rules and regulations of the Owner applying to the work included in this contract. GC -18 PERMITS, SURVEYS AND COMPLIANCE WITH LAWS The Contractor shall pay for all permits, licenses and fees necessary for the prosecution of the work unless otherwise specifically provided. 7 ROUMAN Where permit and/or plan approval is required work shall not commence until such approvals are received and delays caused by not receiving said approval will not be the responsibility of the City. GC -19 CONFLICTS Any provisions in any of the contract documents which may be in conflict or inconsistent with any of the paragraphs in the General Conditions shall be void to the extent of such conflicts and inconsistency. In case of difference between the drawings and specifications, the specifications shall govern. On all plans and drawings figured dimensions shall govern in case of discrepancies between the scale and figures. Contractors shall not take advantage of any error or omission in the plans or of any discrepancy between the plans and specifications, but shall refer all such conditions to the Engineer. An explanation of the plans as construed by the Engineer shall be considered final and binding on all parties involved. GC -20 POINTS AND INSTRUCTIONS The Contractor shall provide reasonable and necessary opportunities and facilities for setting points and making measurements. He shall not proceed until he has made timely demand upon the Engineer and has received from him such points and instructions as may be necessary as the work progresses. The work shall be done in strict conformity to such points and instructions. The Contractor shall carefully preserve such marks, reference points and stakes and in case of careless destruction he shall be charged with the additional expense and shall be responsible for any mistakes that may be caused by such unnecessary loss or disturbances. The Contractor shall furnish all tools, except engineering tools, necessary to stake out and properly Jay out the work, and when requested to do so furnish men to assist the engineering party in staking off the work. GC -21 UNAUTHORIZED WORK Work done without lines or grades or instructions from the Engineer or Owner or all work done beyond the limits of this contract as designated by the plans, or extra work done without written authority will be considered unauthorized and will be done at the expense of the Contractor and will not be paid for. Work so done may be ordered removed or replaced at the Contractor's expense. GC -22 USE OF JOB SITE The Contractor shall confine his equipment, apparatus, the storage of materials and operations of his workmen to limits indicated by law, ordinances, permits and directions of the Owner and shall not encumber the premises with his materials. 0 ROU MAN The Contractor shall enforce the Owner or Owner's authorized representative, instructions regarding signs, advertising, fires and smoke. GC -23 SUPERINTENDENCE AND SUPERVISION The Contractor must at all times have an authorized representative on the work to whom order can be given. This representative is to have full authority to carry out all orders given by the Engineer and shall keep on the work during its progress, a competent superintendent and any necessary assistants, satisfactory to the Engineer. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding. Directions shall be confirmed in writing upon written request in each case. The .Contractor shall give efficient supervision to the work using his best skill and attention. During the construction and maintenance period of the work of this contract, any orders given by the Engineer or his representatives, to the superintendent, or foreman of the Contractor, in the absence of the Contractor, shall have the same force and effect as if given to the Contractor. Neither party 's all -employ or hire an employee of another party without the other party's consent. Prior to commencing the work the Contractor shall designate in writing to the Engineer the name of his superintendent who shall be in complete charge and be his authorized representative. GC -24 ENGINEER'S AUTHORITY The Engineer shall have general supervision and direct all work. He has authority to stop the work whenever such stoppage may be necessary to insure proper execution of the contract. It is further agreed upon by all parties hereto that the Engineer shall in all cases determine the amount, quantities of classification of the several kinds of work or material which are to be paid for under this contract. The Engineer shall decide all questions which may arise relative to the performance of this contract. All the decisions of the Engineer shall, when so requested, be rendered in writing. They shall be final and conclusive in all matters except the financial consideration involved. They shall be final also to the financial considerations unless within ten (10) days after such decisions the Contractor applied in writing to the Municipality for a review of such decisions. GC -25 AUTHORITY AND DUTIES OF INSPECTOR The Engineer and his representative shall at all times have access to the work wherever it is in preparation of progress and the Contractor shall provide proper facilities for such access and inspection. The Inspector employed by the Owner shall be authorized to inspect all work done and materials furnished. Such Inspectors shall report to the Engineer as to the progress of the work and the manner in which it is being performed. He shall report any failure on the part of the ROUMAN Contractor to fulfill the requirements of these specifications and the contract. Such Inspectors shall not relieve the Contractor from any obligations to perform all the work strictly in accordance with the requirements of the specifications. Disagreements between the Inspector and the Contractor and any employee of the Contractor shall be referred to and to be decided by the Engineer. The inspector is not authorized to alter the plans and specifications nor to accept any part of the work. The Inspector is in no case to act as foreman or to perform any duties for the Contractor nor to interfere in anyway with the management of the work by the latter. Any advise which the Inspector may give shall not be construed as binding on the Owner or the Engineer, or release the Contractor from fulfilling the terms of the contract. No work shall be done under this contract except in the presence of an. Inspector or the Engineer and any work not done in accordance with these provisions shall not be considered as work done under this contract therefor. GC -26 MATERIAL AND WORKMANSHIP Unless otherwise stipulated in the specifications, all workmanship, equipment, materials, and articles incorporated in the work covered by this contract are to be new and of the best grade of their respective kinds for the purpose and should any workmanship or materials be needed which are not directly or indirectly denoted in these specifications or drawings, but are never -the -less necessary to the proper execution according to the obvious intent thereof, the Contractor shall understand the same to be implied and shall provide for it in his tender as fully as if it were particularly described. When required by the specifications, or when called for by the Owner, the Contractor shall famish the Owner for approval all information concerning the materials or articles which he contemplates incorporating in the work. The Contractor shall furnish to the Owner for his approval, name of the manufacturer of machinery, mechanical or other equipment, which he contemplates installing, together with their performance capacities and other pertinent information. Samples of materials shall be submitted for approval when so directed. Machinery, equipment, materials and articles installed or used without such approval shall be at the risk of subsequent rejection. GC -27 INSPECTION (a) All materials and workmanship (if not otherwise designated by the specifications) shall be subject to inspection, examination, and test by the Owner at any and all times where such manufacturing or construction is carried on. 10 ROU MAN (b) The Contractor shall furnish promptly without additional charge, all reasonable facilities, labor and materials necessary for safe and convenient inspection and test (c) or shall, upon request, at his expense, submit materials samples to a testing laboratory for any tests required by the Owner shall be performed in such manner as not to unnecessarily delay the work. Special, full size. and performance tests shall be as described in the specifications. Should it be considered necessary or advisable by the Owner at any time before final acceptance of the entire work to make an examination of the work already completed, by removing or tearing out same, the Contractor shall on request promptly furnish all necessary facilities, labor and materials. if such work is found to be defective in any material respect, due to the fault of the Contractor or his subcontractors, he shall defray all the expense of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the contract, the actual cost of labor and material necessarily involved in the examination and replacement plus 15% shall be allowed the Contractor and he shall, in addition, if c6mpletion time of the work has been delayed thereby, be granted a suitable extension of time on account of the additional work involved. All materials or workmanship not conforming to the requirements of these specifications shall be considered as defective, and all such materials, whether in place or not shall be rejected and shall be removed immediately from the work, unless otherwise permitted. Material which has been rejected, and defects of which have not been corrected, shall not be used until approval has been given. All work which has been rejected or condemned shall be remedied, or if necessary, removed and replaced in an acceptable manner by the Contractor at his own expense. An equitable deduction from the contract price shall be made for damaged work or corrected work not done in accordance with the contract, when the Engineer deems it expedient to accept. GC -28 EXTRA, ADDITIONAL OR OMITTED WORK PAYMENT The Owner may authorize changes in, additions to, or deductions from, the work to be performed or the materials to be furnished pursuant to the provisions of the contractor any contract document. Adjustments, if any, in the amounts to be paid to the Contractor by reason of any such damage, addition, or deduction shall be determined by one or more of the following methods: 11 ROUMAIM (a) By unit prices contained in the Contractor's original bid and incorporated in the construction contract. (b) By a supplement schedule of prices contained in the Contractor's original bid and incorporated in the construction contract. (c) By an acceptable lump sum proposal from the Contractor. (d) On a cost plus basis not to exceed a specified limit. A cost plus limited basis is defined as the cost of labor, materials and insurance plus 15% of the said cost to cover superintendence, general expense and profit. No claim for an addition to the contract price shall be valid unless authorized aforesaid. The Owner reserves the right to increase or decrease the estimated quantities on a unit price contract 15% without affecting the unit prices fixed by the proposal. The final payment shall be based upon the actual number of units of completed work as determined by'ff-nal-measurements taken by the Engineer. GC -29 INCIDENTALS ABSORBED Prices and amounts mentioned in the Contractor's proposal shall include all work and materials covered or reasonable from the information given by these specifications or the drawings illustrating same and any tools, appliances, or supplemental structures, necessary to carry out this work. GC -30 CONTRACTOR'S RESPONSIBILITY FOR DAMAGED WORK Until the acceptance of the work by the Owner, it shall be in charge of the Contractor and he shall take every necessary precaution against injury or damage of the work completed or any part thereof, by any action of the elements or by any cause what -so -ever arising from the execution or non -execution -of the work. The Contractor shall build, repair and restore at his own expense, injuries of any character whatever to any part of the work in place, or any material to be used in the work, and shall upon order of the Engineer remove any materials which might have been damaged, and will make good any damage of the work which may have occurred through any cause whatsoever and the work will not be considered complete until such damages have been acceptably repaired. 12 ROU MAN GC -31 CUTTING AND PATCHING The Contractor shall do all cutting, fitting or patching, or any work that may be required to make its several parts fit together or to receive the work of other contractors shown upon, or reasonably implied by, the plans and specifications. for the completed structure and he shall make good after them as may be directed by the Owner or Owner's representative. Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor. The Contractor shall not endanger any work by cutting, digging, or otherwise shall not cut or alter the work of any other Contractor without the consent of the Owner or Owner's authorized representative. GC -3 DELAYS If the Contractor is delayed in the completion of the work by act or neglect of the Owner or Owner's representative or by any other Contractor employed by the Owner, or by causes beyond the Contractor's control, including strikes, lockouts, fire, or unavoidable casualties, then the time of completion may be extended for such reasonable time as may be agreed upon by the Owner and the Contractor, after such notices in writing to the Owner of the cause of such delay. Such notice must be given by the Contractor to the Owner within five (5) days following the beginning of such delay. GC -33 SUSPENSION OF WORK The Owner may at any time suspend the work or any part thereof by giving five (5) days notice to the Contractor in writing. The work shah .be resumed by the Contractor within ten (10) days after the date fixed in the written notice from the Owner to the Contractor to do so. The Owner shall reimburse the Contractor for expenses incurred by the Contractor in connection with the work under this contract as a result of such suspension, unless such suspension is ordered to secure compliance with the terms of this contract, but if the work or any part thereof shall be stopped by notice in writing aforesaid and if the Owner does not give notice in writing to the Contractor to resume work at a date within ten(10) days of the fixed date in the written notice to suspend work, then the Contractor may abandon the portion of the work so suspended, and he will be entitled to the estimate for :payment for all completed work on that portion abandoned. 13 ROU MAN GC -34 TERMINATION FOR BREACH In the event that any of the provisions of this contract are violated by the Contractor or by any of his subcontractors, the Owner may serve written notice upon the Contractor and his surety of its intention to terminate such contract, such notice to contain the reasons for such intention to terminate the contract, and unless within ten(10) days after the serving of such notice upon the Contractor such violation shall cease and satisfactory arrangement for correction be made, the Contractor shall, upon the expiration of said ten days, cease and terminate. In the event of such termination, the Owner shall immediately serve notice thereof upon the Contractor and his surety and the surety shall have the right to take over and perform the contract, provided, however, that if the surety does not commence performance thereof within 30 days from the date of the mailing to such surety the notice of the termination, the Owner may take over the work and prosecute the same to completion by contract for the account and at the expense of the Contractor, and the Contractor and his surety shall be liable to the Owner for any excess cost occasioned by�the ' Owner thereby, and in such event, the Owner may take possession and utilize in completing the work, such materials, appliances and plant as may be on the site of the work and necessary therefor. GC -35 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of, this contract, the Owner after three days written notice to the Contractor and his surety, may without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment due the Contractor. GC -36 PAYMENT Once a month, the Ownerwill make partial payment to the Contractor on the basis of a fully certified approved estimate of the completed work, but the Owner will retain ten per cent (10%) of the amount of each such estimate until final completion and acceptance of all work covered by this contract. GC -37 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF In addition to the payment to be retained by the Owner under a preceding provision of these General Conditions, the Owner may withhold a sufficient amount of any payment otherwise due the Contractor to cover (a) payments that may be past due and payable for just claims for labor and materials furnished in and about the 14 ROUMAN performance of the work on the project under this contract, (b) for defective work not remedied, and 8 for failure of the Contractor to make proper payments to his subcontractors. The Owner shall disburse and shall have the right to act as agent pursuant to this paragraph to the parry or parties who are entitled to payment therefrom. The Owner will render to the Contractor a proper accounting of all such funds disbursed in behalf of the Contractor. GC -38 CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment or any provisions in the contract documents shall relieve the Contractor of the responsibility for negligence or faulty materials orworkmanship within the extent and period provided by law and, upon written notice, shall remove any defects due thereto, and pay for any damage due to other work resulting therefrom which shall appear within two (2) years after date of completion and acceptance. GC -39 USE OF COMPLETED PORTIONS The Owner shall have the right to take possession of and use any completed or partially completed portion of the work, notwithstanding the time of completion of the entire work or such portions may not have expired. If such prior use increases, the cost of, or delays the work, the Contractor shall be entitled to extra compensation, extension of time, or both, as the Engineer may determine. GC -40 DETOURS AND BARRICADES Whenever the construction of this contract shall obstruct traffic in any street the Contractor shall furnish, erect and maintain a detour sign at every intersection leading into the construction area. in addition the Contractor shall furnish, erect and maintain barricades around the actual construction so as to completely bar vehicular traffic. Barricades and signs shall be recently painted preferably two contrasting colors and shall be adequately illuminated at night by red lanterns or flares. Fences shall be provided around all openings, shafts, ditches, excavations or obstructions wherever required for the protection of the work or public. It shall be neat and substantial. All such conditions as mentioned above completed by the Contractor shall be guarded and indicated by suitable and sufficient red flags during daylight and red lights or flares during the night. The Contractor shall also provide watchmen, if necessary, and take such other precautions as are required by day and night to protect life and property. He will be held responsible for any damages caused by himself, his agents or any employee neglecting to take such precautions. All barricades, signs, fences and illumination shall meet the approval of the City of Oshkosh Police Department. GC -41 PATENTS AND TRADE SECRETS It is hereby expressly agreed that alleged ownership by any Contractor of trade secrets as to materials used in any part of the work or preparation of any fixtures for such work shall not be recognized by the City in the performance of this contract. The Engineer.shall at all times have the right to demand and shall be furnished information concerning the materials or samples of ingredients for any materials used or proposed to be used in the work, nor shall mixtures once agreed upon be changed in any manner without the knowledge and written consent of the Engineer. GC -42 CLEAN UP The Contractor shall at all times keep the construction area free from an accumulation of rubbish and discarded materials caused by his employees or work. Upon completion of the work and before acceptance and final payment will be.made, the Contractor'�shafl remove all surplus and discarded materials, rubbish and temporary structures from the construction area as well as from adjacent property for which he is responsible. He shall leave these areas in a neat and presentable condition. The Contractor shall restore all property, both public and private, which has been damaged in performance of the work to an acceptable condition as determined by the Owner. Restoration shall be to a condition equivalent to or better than that which existed prior to the start of construction. If the Engineer determines that the final clean-up is unsatisfactory and this deficiency is not rectified by the Contractor in a reasonable period of time, such clean-up operations as are deemed necessary will be completed by the Owner and charged to the Contractor. Charges for this work will be as the Owner determines to be just. All work involved in the clean-up operations shall be considered incidental to the other items of the contract, and no separate or additional compensation will be made therefor. M_1Active Projects145404 OSHKOSH WWTP-HVAC\SpecificaUons\General Conditions, Feb. 21, 2005.doc 16 Jim Doyle EQUAL RIGHTS DIVISION Governor 201 East Washington Avenue, Room A300 Roberta Gassman P.O. Box 8928 Madison, WI 53708 Secretary. . Telephone: (608) 266-6860 Lucia Nunez ' Fax: (608) 267-4592 Division Administrator TTY: (608) 264-8752 State of Wisconsin http://www.dwd.state.wi.usl Department of Workforce Development DEPARTMENTAL ORDER TOM KRUZIK, PLANT MANAGER CITY OF OSHKOSH, WWTP 233 N CAMPBELL RD OSHKOSH, WI 54902 RE: ADMINISTRATION BUILDING HVAC UPGRADE CITY OF OSHKOSH, WINNEBAGO COUNTY, WI Determination No. 200500405 Project No. 05-02 The application which you filed or was filed on your behalf, by the person copied below, for a prevailing wage rate determination applicable to the above -referenced project has been received. A survey was conducted to determine the prevailing wage rate for the trade(s) or occupation(s) needed to complete the project. The findings.of the survey are set forth in the enclosed determination. If you believe that the wage rate for any trade or occupation does not accurately reflect the prevailing wage rate in the city, village or town in which the project is located, you have the right to request the department to conduct an administrative review regarding such wage rate. Your request. must be made, in writing, within W days from the date indicated below and at least 10 days before the date a construction contract(s) is to be awarded or negotiated. Your request must also'include -wage rate information on at least three (3) similar projects located in the city, village or town where the proposed project is located on which some work was performed by the contested trade(s) or occupation(s) during the current survey period and -which was previously considered by the department in issuing the enclosed determination..Sbe*s. DWD 290.10 of the Wisconsin Administrative Code and either s. 66.0903 (3)(br) or s: 103.49 (3)(c), Stats. for a complete explanation of the administrative review process. - Now, therefore, it is hereby ORDERED that the prevailing wage rates set forth in the enclosed determination shall only be -applicable to the above referenced project. This ORDER shall be in. a FINAL ORDER of this department unless a timely request for an administrative review is filed with the department or a construction contract(s).is not awarded or negotiated before the determination's expiration date DATED OR THE DEP RTM 3/03/2005 M J Dixon, Chief Labor Standards Bureau Construction Wage Standards Section Enclosures (608) 266-0028 cc: DAVID SCHWERBEL, PROJECT ENGINEER ROUMAN & ASSOCIATES 520 S 1NESTLAND DR APPLETON, WI 54914 PREVAILING WAGE RATE DETERMINATION Issued by the State of Wisconsin Department of Workforce Development Pursuant to s. 66.0903, Stats. Issued On: 310312005 DETERMINATION NUMBER: EXPIRATION DATE: DESCRIPTION OF PROJECT: LOCATION OF PROJECT: CONTRACTING AGENCY: 200500405 Prime Contracts MUST Be Awarded Or Negotiated On Or Before 12/31/2005. If NOT, You MUST Reapply. ADMINISTRATION BUILDING HVAC UPGRADE PROJECT NO: 05-02 CITY OF OSHKOSH, WINNEBAGO COUNTY, WI CITY OF OSHKOSH, WWTP CLASSIFICATION: Contractors are required to call the Department of Workforce Development if there are any questions regardingthe proper trade or classification to be used for any worker on a public works project. OVERTIME: Time and one-half must be paid for all hours worked over 10 hours per day and 40 hours per calendar week and for all hours worked on Saturday, Sunday and the following six (6) holidays: January 1; the last Monday in May; July 4 the 1 st Monday in September; the 4th Thursday in November; December 25; the day before if January 1, July 4 or December 25 falls on a Saturday; the day following if January 1 July 4 or December 25 falls on, a Sunday. FUTURE INCREASE:If indicated for a specific trade or occupation, the full amount of such increase MUST be added to the "TOTAL" indicated for such trade or occupation on the date(s) such increase(s) becomes effective. PREMIUM PAY: If indicated for a specific trade or occupation, the full amount of such pay MUST be added to the "HOURLY BASIC RATE OF PAY" indicated for such trade or occupation whenever such pay is applicable. SUBJOURNEY: Wage. rates may be available for some of the classifications indicated below with the exception of laborers, truck drivers and heavy equipment operators. Any employer that desires to use any subjourney classification on this project MUST request the applicable wage rate from this department PRIOR to the date such classification is used on this project Form ERD-10880 is available for this purpose. BUILDING OR HEAVY CONSTRUCTION Includes sheltered enclosures with walk-in access for the purpose of housing persons, employees, machinery, equipment or supplies and non -sheltered work such as canals, dams, dikes, reservoirs, storage tanks; etc. A sheltered enclosure need not be "habitable" in order to be considered a building. The installation of machinery and/or equipment, both above and below grade level, does not change a project's character as a building. On-site'grading, utility work and landscaping are included within this definition. Residential buildings of four (4) stories or less, agricultural buildings, parking lots and driveways are.NOT included within this definition. Fringe Benefits Must Be Paid On All Hours Worked HOURLY HOURLY BASIC RATE FRINGE TRADE OR OCCUPATION OF PAY BENEFITS TOTAL -.------- -------- ------------------- ----------------- Acoustic Ceiling Installer ------------ - ---------------------------------- 23 71 _._ _ _ _ _ 9.84 - _ _ _ 33.55 " Boilerinaker 27.64 15.83' 43.47 _Future Increase(sJ _Add $.80 1/1/05; Add $1.50_T/1/ 05; Add $1_59 711 /06 - - - _ _ _ -------------------------------- ------------ Bricklayer, Blocklayer or Stonemason _ 24.26 --------- 10.98 - - _ _ _ _ _ 35_24 ller Cabinet Insta33.55 23.71 9.84 ---- Carpenter --- ------------------------------------------- 23.71 _ _ --.------------- _ _ _ 9.84 _ _ __ _ 33_55 Carpet _Layer or Soft Floor Coverer --- ------------- --------------------------------------------------------- 23.71 _ _ 10.64 _ _ _ _ _ 34_35 _ Finisher24.98 --------------- ------------------- ----- _ 11.40 _ - _ 36_38 _ ----------------------------------------- Dryv l Taper or Finisher _ 23.71 - 9.84 -- -- Detetmina#ion No 200500405 Page 2 Fringe Benefits Must Be Paid On All Hours Worked HOURLY HOURLY BASIC RATE FRINGE TRADE OR OCCUPATION OF PAY BENEFITS TOTAL -------------$---------- $------ =---=---=---------------------------------------- Electrician 25.15 12.46 37.61 Fut! re_Increase(s):_Add $.80 on 1/1105; Add_ $.86 on 6/1105; Add $_85 on 12/1105 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ------.. Elevator Constructor_ _ _ ---------------------------3--------------------- 24.64 _ _ _ - _ _ _3.72 _ _ _ _ _ _ _ 28.36 _ _ FenceErector -------------------------------------- 17.21 ______4.01___ ___21_22_ Fire Sprinkler Fitter __ _ ____-_- ------------29.29 ------------------ --------_11.50 _-___--40_79_. _ Glazier -------------------------------7--------------- 24 14 _ _8.27 _ _ 32_41 _ Heat or Frost insulator_ -------------------------------------------- 24.30 ----- _ 12.76 _ _ _ _ 37_06 _ Insulator Batt or Blown _ -------------------------------------------- 14 00 2.80 - _ _ _ 16_80 _ - Ironworker 24.56 15.23 39.79 Futurelncrease(s�_Add $1.55 6/l/2005.- _ _ _ ----------------------------------- 7 - - - - - -- -- --- _Lather ---------- --- --------------------- ---------=1369 --------- 1.49---------- 15.18------ -------------- Line Constructor Electrical _ _ - -- -28 _21_ _ - - _ _ _ _ 11.61-------- 39 82 _ Marble Finisher ___ -__22.60 _- ------ 10.00 -------- 32.60. -----------------------28.23 Marble Mason - ------------------------- 10.00 38.23 _ _ _------------------------------------ Building Erector__ = .._ -- - ______ 2. - ____-_-20.17_- ------------ ------------------------- ---25_31-----------9.84 ----__-35.15_- _Millwriht------------- Ov_erl ead _ -------oor Installer -- ---- ---- --- ------------- _ _22 _54 _ _ 6 _ - - _ _ 28_60 O - Painter 24.29 11.00 35.29 Future Increase(s): Add $1.30.6/1/2005; Add $1.30 61112006; Add $130 6/1/2007. Premium Pay: Add $.20 for paperhanging; Add $.35 for bridge, iron and drywall; Add $.75 for spraying and sandblasting_ Add $_60 for EIFS work_Add_$1.00 for lead abatement work._ _ _ --- -------------- ---------- Pav_ement Marking Operator _ _ _ --------------------------------- 19.23 _ -------- _ _1.77 _ _ _ _ _ _ _ 21 _00 Piledriver---------24_21----_----- 9. - -------34_05 _- jpellneFuserorWelder Gas or Utility __ _ __________________39_39____ ____-7---_______53_44_ Plasterer ---------24_98 ---------11.40 --------- 36.38. Plumber------- - --------------------------------------- 27.72 10.52 38.24 Increase(s): Add $1.30 5/30/05.------__--------------- ------------------------------ ---- -• --Future Refrigeration Mechanic__ -- ----------------------27_20 ------------------- -- _--�---9.74 -__---_36,94_ Roofer o_r.Waterproofer_______ -- - 18.15 ------ 4. - -------22.64_ Sheet Metal Worker __-_-_-_-24_90 ___ __ -______________13.39 38.29-- ---------------------------------------------=--------- Steamfitter 27..72 10.52 38.24 -Future-Increase(s):-Add $1.306130/05 -------------------------------- -----_:--------_______-__----_ -- Teledata Technician or Installer-------- _ _20.86 _ _ _ _ _ _. , 8.76 _ _ _ _ 29_62 _ ------------------------------------------------------ Temperature Control _Installer _ : ---------------------------------- _27.20 _ _ _ 9.74 - _ _ _ 36.94 _ Terrazzo Finisher 27.20 _ _9.74 _ 36.94 _ - ------------------------------------- -------27-2-0--------- 9. - -------36.94_ Tile Finisher ' 20.60: _ _ 10.93_ _ _ _ _ _ _ 31.53,_ --------------------------------------------------------------------------- TileSetter24_13.-- _ ---10.75 ----- . 34_88_ ----------------------=---------------------------------------- Tuckpointer, Caulker or Cleaner 27.78 11.00 38.78 ___Futureincrease(s):_Add$1_60on6/6/05_Add $1_60066/5/06_ ___ ___ _ _ ________________________. Underwater Diver (Except on Great Lakes - --------- - - - - -I- - - -p -- - ------------=--------------------------=--------- 24 21 _ _ _9.84 -------- 34.05 _ _ Well _NllerorPump Installer____ --------------------=-------- _19_34_________ 8.66 -------- 28.00 Sidinq Installer --------.----=------------------------------------------- 15.74 --------- 0.00 ---------- - - - - -- 15.74 _ FieavyEqupment Operator _ ELECTRICAL LINE CONSTRUCTION ONLY 30_33 _ _ _11:98 -------- 42.31. Determination No 200500405 Page 3 Fringe. Benefits Must Be Paid On All Hours Worked HOURLY HOURLY. 18.85. _ BASIC RATE FRINGE _21 _51_ _ _ _ _ _ _ _ _ _ _7_•$9 -------- 29.40 . TRADE OR OCCUPATION OF PAY BENEFITS TOTAL Pavement Marking Vehicle18.87 ------------- -----------$------ 28.26 - Light Equipment Operator _ELECTRICAL LINE CONSTRUCTION ONLY _ 22.57 _ _ - 10.25 _ _ _ - __ - _ - _ _ - 32.82 Heavy_ -Truck Driver_ _ELECTRICAL LINE CONSTRUCTION ONLY_ _ _ _ _ _ _ _ _ 14.97 _ _ _ _ _ _ - - - _3.87 ----------- _ - - - - LightTruck Driver_ ELECTRICAL LINE CONSTRUCTION ONLY ------- --- 18.34 ---------- 9.03 _----- 2.7.37 Groundman - ELECTRICAL LINE CONSTRUCTION ONLY _ _ 15.52. _ 8.22 _ _ _ 23.74 TRUCK DRIVERS -------------------------------------,---------- SingleAxleorTwoAxle ---------------- 16_51 ----------- 2.34 ------- 18.85. Three or More Axle --- ------------------------------ -- 14 3.87________18.84_. _21 _51_ _ _ _ _ _ _ _ _ _ _7_•$9 -------- 29.40 . Ooad_Material Hauler________------------26-------------------------3994 Articulated, Euclid, _Dumptor,ff R __________?6_14 _-___-_-_-- -- _-_____39 _94 _. Pavement Marking Vehicle18.87 -------------------------- 9.39 28.26 - ------------------------------------------ Truck Mechanic - I------------- 16_03_ ---------- 2.41 -------- 18_44 LABORERS --------------._.--------- ----------------- - - - General Laborer --- ---- - -- - - -- - -- - -- - - -- ------ 19.62 - _ _ _ 7.85 _ _ 27.47 ------------------------------------------------------- Asbestos Abatement Worker _ _ _ _ !------- - - -- -- -------------------------------- _ 19.48 _ _ _ _ _ _ _ _ _ 4.71 _ 24.19 ----- Landscaper ---- ----------15.72 -------- 0.56--------16_2$-. -------------------------------- _ _ _ _ _ _ _ Gas or Utility Pipeline Laborer (Other Than Sewer and Wateo ---------------------- Gas _21 _51_ _ _ _ _ _ _ _ _ _ _7_•$9 -------- 29.40 . Fiber Optic Laborer (flutside; Other Than Concrete Encased) _ _ _ _ ----- ---------------- 6.00 6. 41 00 35 _00 --------------------------- Railroad. Track Laborer _ _____-____12_11___________0.95 ____13.06_. HEAVY EQUIPMENT OPERATORS. SITE PREPARATION, UTILITY AND LANDSCAPING WORK ONLY ---------------=-------------------------------------------------.------------------------------- Crane; Backhoe (Track Type); Tractor or Truck Mounted Hydraulic Backhoe; -,. 24.70 10.90 35.60 Gradall (Cruz -Aire Type); Mechanic or Welder; Bulldozer or Endloader; Grader or Motor -Patrol; Scraper (Self Propelled or Tractor Drawn) 5cu yards or more:capacity; Power.Subgrader, Asphalt Milling Machine; Boring Machine (Horizontal; Vertical or Directional); Air Track; Rotary or Percussion _ Drilling Machine; Trencher, Post Hole Digger or Driver-, Tug or Launch (not performi----- k on the Great Lake s)--------------------------------- --------------------------------- Farm or Industrial Type Tractor; Greaser; Compactor (Self -Propelled); 12.75 1.45 14.20 Broom or Sweeper, Environmental Burner ----------------- -------- 77 ------------------- Crusher, Screening or Wash Plant; Air Compressor (400 CFM or Over), 27.52 13.70 41.22 Pump (3 .Inch or Over) or Well Points; Refrigeration Plant or Freeze Machine; Skid Steer Loader (With or Without Attachments); Skid Rig; Sturnp Chipper .Mulcher, Vibratory Hammer or Extractor Future Increases : Add $1.55 on 6/1105; Add $1.55 on 6/1/06; Add $1.60 on 611/07; Add $1.65 on 6/1/08 ------- - - - - -- HEAVY EQUIPMENT OPERATORS , EXCLUDING SITE PREPARATION, UTILITY, PAVING AND LANDSCAPING WORK ----=-----------------------------------.---------------------------------------- Crane, Tower Crane or Derrick, With or Without Attachments, With a Lifting . ----------------- 27.67 13.80 41.47 Capacity of Over '100 Tons; Crane,.Tower Crane or Derrick, With Boom, Leads. and/or Jib Lengths Measuring 176 Feet or Over ___ ----------------- ----------- ----------------------------- Crane,. Tower Crane or Derrick, With or Without Attachments, With a Lifting _ 27.17 13.80 40.97 Capacity of 100 Tons or _Under,_ Crane, Tower Crane or Derrick-------------------------------------------------------- With _Boom Determination No 200500405 Page 4 Fringe Benefits Must Be Paid On All Hours Worked HOURLY HOURLY BASIC RATE FRINGE TRADE OR OCCUPATION OF PAY BENEFITS TOTAL --=-----=---------- --------------- --------- -------- Leads and/or Jib Lengths Measuring 175 Feet or Under; Backhoe (Track Type) Having a Mfgr.'s Rated Capacity of 130,000 Lbs. or Over; Traveling Crane (Bridge Type); Caisson Rig; Pile Driver; Dredge (Not Performing Work on the Great Lakes)---------------------------------------------------------------- Crane (Go -Devil Type) or Truck Mounted Hydraulic Crane (10 Tons or 23.44 13.80 37.24 Under); Backhoe (Track Type) Having a Mfgr.'s Rated Capacity of Under 130,000 Lbs.; Tractor or Truck Mounted Hydraulic Backhoe; Gradall (Cruz -Aire Type); Mechanic or Welder; Bulldozer or Endloader; Grader or Motor Patrol; Scraper (Self Propelled or Tractor Drawn) 5 cu yards or more capacity; Concrete Pump, Grout Pump or Concrete Conveyor (Rotec or Bidwell Type); Concrete Breaker (Manual or Remote); Concrete Batch Plant; Power Subgrader, Concrete Spreader; Concrete Paver; Concrete Grinder or Planing Machine; Concrete Conveyor System; Concrete Slipform Placer; Curb and Gutter Machine; Roller (Over 5 Ton); Shouldering Machine; Boring Machine (Horizontal, Vertical or Directional); Air Track, Rotary or Percussion Drilling Machine; Straddle Carrier or Travel Lift; Forklift (Machinery Moving or Steel Erection); Manhoist or Elevator; Material or Stack Hoist; Trencher; Sideboom; Hydro -Blaster (10,000 PSI. ofiOver); Post Hole Digger or Driver; Railroad Track Rail Leveling Machine, Tie Placer, Extractor, Tamper, Stone Leveler or Rehabilitation Equipment _ _ _ - - _ --------------------------------=-----------------r-- _ - - _ - _ - - _------------- Farm or Industrial Type Tractor; Greaser; Compactor (Self -Propelled); 25.24 12.70 37.94 Concrete Saw (Vermeer Type); Concrete Bump Cutter or Grooving Machine; Tieing or Curing Machine; Roller (5 Tons or Under); Broom or Sweeper; Hoist {Tugger; Environmental Bu_rner- Crusher, Screening or Wash Plant; Air, Electric or Hydraulic Jacking System; 23.44 13.80 37.24 Air Compressor (400 CFM or Over; Generator (.150 KW or Over); Pump (3 Inch or Over) or Wel Points; Refrigeration Plant or Freeze Machine; Skid Steer Loader (With or Without Attachments); Robotic Tool Carrier (With or Without Attachments); Skid Rig; Stump Chipper; Mulcher, Vibratory Hammer or Extractor . ------------------------------------------------------------------------------------------------. Oiler; Forklift. 23.44 -.----------------------------------------- -----.---------------------_---------------------- 13.80 37.24 Gas or Utility Pipe ine,_Except Sewer and Water (Primary Equipment) _ _ - _ _ _ _ -- _34 _ _ _ _ -------------- _ - _ _12.98 _ _ _ _ _ _ -41.32 -. Gas or Utility_ Pipeline,_Excepf Sewer and Water (Secondary Equipment) 16_50 4 _ _ _ 5.83 _ _ _ _._ 22.33 _ Fiber .Optic Cable Equipment-- --------------- 18.03 ---- -._- 2.74 -------- 20.77 . This document MUST BE POSTED by the CONTRACTING AGENCY in at least one conspicuous and easily accessible place on the site of the project.. A local governmental unit may post this document at the place normally used to post public notices if there is no common site on the project. This document MUST remain posted during the entire time any worker is employed on the project and, "MUST be physically incorporated into the specifications and all contracts and most subcontracts. if you have any questions, please write to the Equal Rights Division, Labor Standards Bureau, P.O. Box 8928, Madison; Wisconsin 53708 or call (608) 266-0028. The following statutory provisions apply to local governmental unit public works projects and are set forth below pursuant to the requirements of s. 66.0903 (8), Stats. Each contractor; subcontractor or agent thereof performing work.on a project that is subject to this section shall keep full and accurate records clearly indicating the name.and trade or occupation of every person described in sub. (4) and an accurate record of the number of hours worked by each of those persons and _the actual wages paid therefor. Determination No 200500405 Page 5 Any contractor, subcontractor or agent thereof, who fails to pay the prevailing wage rate determined by the department under sub.(3) or who pays less than 1.5 times the hourly basic rate of pay for all hours worked in excess of the prevailing hours of labor determinded under sub.(3), shall be liable to any affected employe in the amount of his or her unpaid wages or his or her unpaid overtime compensation and in an additional equal amount as liquidated damages. An action to recover the liability may be maintained in any court of competent jurisdiction by any employe for and in behalf of that employe and other employes similarly situated. No employe maybe a party plaintiff to any such action unless the employe consents in writing to become such a party and the consent is filed in the court in which the action is brought. Notwithstanding S. 814.04 (1), the court shall, in addition to any judgment awarded to the plaintiff, allow reasonable attorney fees and costs _ to be paid by the defendant. State of Wisconsin Department of Workforce Development ;qua( Rights Division 'abor Standards Bureau Agent or Subcontractor Affidavit of Compliance With Prevailing Wage Rate Determination NOTICE REQUIRED UNDER Section 15.04(1)(m), Wisconsin Statutes. Authorization for this form is provided under Sections, 66.0903(9)(b) and 103.49(4r)(9b) Wisconsin Statutes. The use of this form is mandatory. The penalty for failing to complete this form is prescribed in Section 103.005(12), Wisconsin Statutes. Personally identifiable information may be used for secondary purposes. This form must ONLY be filed with the Awarding Contractor indicated below. Project Name Project Number Determination Number State Of ) Date Determination Issued Date of Subcontract )SS Awarding Contractor County Of Date Work Completed After being duly sworn, the person vIhose name and signature appears below hereby states under penalty of perjury that • I am the duly authorized officer of the corporation, partnership, sole proprietorship or business indicated below. We have recently completed all of the work required under the terms and conditions of a subcontract with the above-named awarding contractor. We make this affidavit in accordance with the requirements set forth in Section 66.0903(9)(b) or 103.49(4r)(b), Wisconsin Statutes and Chapter DWD 290 of the Wisconsin'Administrative Code in order to obtain FINAL PAYMENT from such awarding contractor. • 1 have fully complied with all of the wage and hour requirements applicable to this project, including all of the requirements set forth in the prevailing wage rate determination indicated above which was issued for such project by the Department of Workforce Development on the date indicated above. • 1 have received the required affidavit of compliance from each of my agents and subcontractors that performed work on this project and have listed each of their names and addresses on page 2 of this affidavit. • I have full and accurate records that clearly indicate the name and trade or occupation of every worker(s) that I employed on this project, including an accurate record of the hours worked and actual wages paid to. such worker(s). i I will retain the records and affidavit(s) described above and make them available for inspection for a period of at least three (3) years from the completion date indicated above at the address indicated below and shall not remove such records or affidavit(s) without prior notification to the awarding contractor. Name of Corporation, Partnership, Sole Proprietorship or Business Street Address City State Zip Code Telephone Number Print Name of Authorized Officer Date Signed Signature of Authorized Officer ERD-10584 (R. 08/2003) List of Agents and Subcontractors ,;tate of Wisconsin t7epartment of Workforce Development equal Rights Division abor Standards Bureau Disclosure of Ownership Notice required under Section 15.04(1){m}, Wisconsin Statutes. The statutory authority for the use of #his form is prescribed in Sections 66.0903(12)(d) and 103.49{7)(d), Wisconsin Statutes. The use of this form is' mandatory. The penalty for failing to complete this form is prescribed in Section 103.005 {12), Wisconsin Statutes. Personal information you provide may be used for secondary purposes (1) Qn the date a contractor submits a bid to or completes negotiations with a state agency or local governmental unit, on a project subject to Section 66.0903 or 103.49, Wisconsin Statutes, the contractor shall disclose to such state agency j or local governmental unit the name of any `other construction business", which the contractor, or a shareholder, I officer or partner of the contractor, owns or has owned within the preceding three (3) years. (2) The term "other construction business" means any business engaged in the erection, construction, remodeling, repairing, demolition, altering or painting and decorating of buildings, structures or facilities. It also means any business engaged in supplying mineral aggregate, or hauling excavated material or spoil as provided by Sections 66.0903(3), 103.49(2) and 103.50(2), Wisconsin Statutes. (3) This form must ONLY be filed, with the state agency or local governmental unit that will be awarding the contract, if both (A) and (B) are met_ (A) The contractor, or a shareholder, officer or partner of the contractor 1 ` (1) Owns at least a 25% interest in the "other construction business", indicated below, on the date the contractor l submits a bid or completes negotiations. (2) Or has owned at least a 25% interest in the `other construction business at any time within the preceding . three (3) years. (B) The Wisconsin Department of m rkforce Development (DWD) has determined that the "other construction business" has failed to pay the prevailing wage rate or time and one-half the required hourly basic rate of pay, for hours worked in excess of the prevailing hours of labor, to any employee at any time within the preceding three 1 (3) years. i Other Construction Business _ Name of Business Street Address or P O Box City State Zip Code Name of Business Street Address or P O Box 1 City I State Zip Code Name of Business Street Address or P O BoxCity State Zip Code game of Business Street Address or P O Box City State Zip Code 1 hereby state under penalty of perjury that the information, contained in this document, is true and .iccurate according to my knowledge and belief. Tint the Name of Authorized Officer signature of Authorized Officer Date Signed' Name of Corporation, Partnership or Sole Proprietorship street Address City State Zip Code If you have any questions call (608) 266-0028 ERD-7777 (R. 0912003) Name Name Street Address Street Address City State Zip Code City State Zip Code Telephone Number Telephone Number Name Name Street Address Street Address City State Zip Code City State Zip Code Telephone Number Telephone Number ,Name Name. Street Address Street Address City State Zip Code City State Zip Code Telephone Number Telephone Number Name Name Street Address Street Address City State Zip Code City State Zip Code !'Telephone Number Telephone Number Name Name Street Address Street Address City State Zip Code City State Zip Code Telephone Number Telephone Number Name Name Street Address Street Address —J City State Zip Code City State Zip Code Telephone Number Telephone Number If you have any questions call (608) 266-0028 Page C T C_ O O o to C jn L N. O O E (v ca LO O U) of a) p 7 Cc CUQ) C) U � oo �o vCU4L>>O,E .. b to ca rn d caCO loll N �s 0a�v 0 E c . >0> > U O M C n v n �--oma 3aDQE E� 1 T p o C o a y "ch v O ,Ea L- (D f� r c o o O E o a) �c O 0 N o E Qa�2: v O (� ~ •> CLA v OL d L a) d CL m n. > O �No U a C a m E =3O d v C al U 7 = C C 0 ��n9 vI L o L z C i= U) p CO U a) Q L CO (D oa� h C �L a 4a) >� > s d � U TET E QL _ O ai v Q• A o U a- Y a .0 - a, E � L � ui v > 3 i� c Coccv > U Q Q _ U o •C i a� U) n. N v -0 vQ o z C LO 30 C�i N C h O _ O U CL C Y to > N •O a) O N C L C N 0 00 O O W --r-cu E _ v' in 2- L N C�C Co to W o� U CV C O to D L m (D aaa) W aU -C oa� w2 C) �, T C6 CU a m o r "a L U U y o O_ ��.N C: -0,- -coo fl 'n N to m ca E m ca m v a) a O O Ov o > a) OL Q 0 L to a 0 Q) 7 N O •- a) L c� o C - O Co T a) U O �o � � -a O � � p y c6"-' Q O EU Som _>O� E w ? cc L ai > O O C T� O V c6 N C c a Q( N y CA (6 `p •C G' to N CO v O a) •E c s' 0WJ Q �� i- Q)Q C CL 3 cu 0 U s a) :a L � O - O O E (v � O L .IIS of C3 CO _ E Z Cc CUQ) > . CL>. CL -- a3 O w C co vCU4L>>O,E U b to WI U Q d (A a CL 0a�v 0 L U O M C O �--oma 3aDQE Z U -_ E O = O CLO "a rn O U O c L- E z f� L- v 0 Z V-: C) C a� 3 cu 0 U Q a) :a L � O - O O E (v U of M Cc CUQ) V CL>. CL -- a3 O w C co vCU4L>>O,E co to lC) d (A ca 0a�v 0 U O M C O �--oma 3aDQE -_ E O � "a rn O U co CV Y M a) f� CO p- � o L- O 0 N o E Qa�2: O O W CLA d � d s CL v, O > C Q " a m E =3O d o to C 0 f6 U z v i= U) CO U a) Q L U) (D oa� N O �L d -0 d TET E QL _ O v A U (n O >, a .0 - a, E � z � Uo CO i� o d C Q Q o p A a� m n. N o z CL -- C�i U Y to > N •O W ca N C L C N 0 00 O W --r-cu E _ v' in 2- L N W O W D to D L m (D aaa) W aU -C oa� a "a L U Q ��.N C: -0,- -coo o w N m p Q) Q p cL N LL. U C O L U a) d1 U O a) C b t C6 GQ) o o Uo'��._ co L to a 0 Q) m O Q _0 U +f5 O EU 0 O � � -a O � � (n w X O m a: C R tyA LL. J d v T O a W O m z N Y � L y a� 3 cu 0 U 'a a) :a L � O - O O E (v U M Cc CUQ) N CL>. CL -- a3 O w C co vCU4L>>O,E co T j t: O a) lC) d 0a�v 0 U O M C O �--oma 3aDQE -_ E O � "a rn O U co CV Y M a) f� CO p- � o L- O 0 N o E Qa�2: O C O W CLA d � d � CL v, O > C Q " a CD (n E =3O d o to C f6 U z U i= U) CO U a) Q L U) (D oa� N O �L zi -0 d TET E QL _ i v A C1 (n O >, a .0 - a, E � z � Uo CO w o d C Q Q o p = — a� m n. co COGO O o z CL -- C�i Y � L y 3 cu 0 U a) :a L � O - O E (v Cc CUQ) CL>. CL -- a3 O co vCU4L>>O,E co T j t: O a) lC) O rn 0a�v 0 U O M C O �--oma 3aDQE -_ E O � "a rn O U co CV 0) c °'"g•3 M a) ca >, E CO p- QE C o L- O 0 N o E Qa�2: Q] :3 �a)T0,� O>, N L m a% cu O) m to -0 f0 v, O > C Q " a) m >, Y o I" E M CD (n E =3O O y-0 L a- cum 3 C CD U to C f6 U p U > U C U) CO U a) Q L U) (D oa� N O Q �. (n -0 Y =CL TET E _ Oy app O 0 a)v a Q (n O >, a .0 - a, E > p`'= QT -a.on L cu Uo CO O O U C Ca O L O C CO �� Q Q J Y a- N v Lfl Za3 E co COGO O cn O iB Ov W a O 0 Y to > N •O W ca N C L C N 0 00 O Z3 --r-cu E _ v' in 2- L N W O NQ D to D L m (D aaa) W aU -C oa� L "a L U ��.N C: -0,- -coo o O U N O Oco U O N O U p Q) Q p cL N LL. U C O L U a) d1 U O a) C b t C6 GQ) o o Uo'��._ co L to a 0 Q) m O Q _0 U +f5 O EU 0 Q � � -a O � � (n w State Dof epartment Prime Contractor Affidavit of Compliance sconsin Department of Workforce Development , Equal LaborSiants darisBur With Prevailing Wage Rate Determination Labor Standards Bureau Personally identifiable information may be used for secondary purposes. (See Section 15.04(1)(m), Wisconsin Statutes for details.) This form must ONLY be filed with the Awarding Agency indicated below. Project Name: State Of ? Project # : Determination #: )SS Date Determination Issued: County Of ) Awarding Agency: Date of Contract: Date Work Completed: After being duly sworn, the person whose name and signature appears below hereby states under penalty of perjury that • 1 am the duly authorized officer of the corporation, partnership, sole proprietorship or business indicated below and have recently completed all of the work required under the terms and conditions of a contract with the above-named awarding,agency and make this affidavit in accordance with the requirements set forth in Section 66.0903(9)(c) or 1 b3.49(4r)(c), Wisconsin Statutes and Chapter DWD 290 of the Wisconsin Administrative Code in order to obtain FINAL PAYMENT from such awarding agency. • 1 have fully complied with all of the wage and hour requirements applicable to this project, including all of the requirements set forth in the prevailing wage rate determination indicated above which was issued for such project by the Department of Workforce Development on the date indicated above. • 1 have received the required affidavit of compliance from each of my agents and subcontractors that performed work on this. project and have listed each of their names and addresses on page 2 of this affidavit. • 1 have full and accurate records that clearly indicate the name and trade or occupation of every worker(s) that. I employed on this project, including an accurate record of the hours worked and actual wages paid to such worker(s). • I will retain the records and affidavit(s) described above and make them available for inspection for a period of at least three (3) years from the completion date indicated above at the address indicated below and shall not remove such records or affidavit(s) without prior notification to the awarding agency indicated -above. Name of Corporation, Partnership, Sole Proprietorship or Business Address (Include Street or P.O. Box, City, State and ZIP Code PRINT Name of Authorized Officer Date Signed U Signature of Authorized Officer Telephone Number The statutory authority for the use of this form is prescribed in Sections 66.0903(9)(c) and 103.49(4r)(c), Wisconsin Statutes. The use of this form is mandatory. The penalty for failing to complete this form is prescribed in Section 103.005(12), Wisconsin Statutes. ERD-5724 (R. 0312003) Name Address City, State, Zip Code Telephone Number O Name Address City, State, Zip Code Telephone Number (� Name Address City, State, Zip Code Telephone Number ( } Name Address City, State, Zip Code Telephone Number �} Name Address City, State, Zip Code Telephone Number (__) Name Address City, State, Zip Code Telephone Number ( ) List of Agents and Subcontractors Name Address City, State, Zip Code Telephone Number (__ Name Address City, State, Zip Code Telephone Number L_) Name Address City, State, Zip Code Telephone Number ( Name Address City, State, Zip Code Telephone Number f } Name Address City, State, Zip Code Telephone Number Name Address City, State, Zip Code Telephone Number L) Page 2 L cr a)0 �n o o O 000v_iE +' L + tII C> ai'>oFL.�s •> C-o a) "—' ) p a) a) 0 a) a) a) a) () cu }� a) c c c c c {..�-. L •-� •0 0 . 4'- •a U .. O Z Z Z Z Z Z 0 0 4 -LLT .�.• a) rn V ` N L �' o C i- 1 — — L W O El C a) _1 O 0 "(D O O 4= c — p a) = M ID � O 0mcu� 19 L— 70 E cc 00 s` co oca O=V N M— � O' ON O a O AA N M 0 C) 0 v a0 C C U N �- T 00 O eh co r- O N N' N C - CII co L m CII CO ol U N O� , 14- -0 C N N .0 a N� a (v im. .0 N d'..- � = C .0 U (MOp V V cu O T p co i -= a) O� CII .� N T T O O a) O p U 00 M .� 'a' a) LII i L v- L, — O co V• '.N O S]. co .0 U (II ;� 0 cC , N O O O O O O 0-0 ("j tD cIr T co C) r Ct$L a) CII � CII m co T co M U >+ O U -0 O rn U CO Q (�� N O fl - 'L7 m p O T CII Co E-0 u-) O O T t' i C s= 0 t= O O C CII M 0 N cc a) in y N �coLNN> M MCU O O-- - (a c Q V 4) C) TO p O •0 fA M co O a G r d U CLSI N 0) T O i i O E cu« .. ^ O O Q r *.a CLS � d' (A to C U M r=+ 0 4 � � �••- M- N -p 4- O E O : to Cfl LL7 LO J a) O -0 (O4 UZ N a).Co^ 'L3 �+ Q CV C 00 00 O CU SX [tS F' t/j. > .: U O -._. a) N` O 4' CU w p w CII.0 4-_ ... C))(O U CII L !n O O .0 •(D C p - 00 p) 'a E u)p 0 CII '- p X O C CII 0 to p 0)'a E Q) s= 0 j O - CII CII d O O > UQ O O O LO-� CII O C �. (,) Up) a O T r a) O Q) L n_ Q cu o >_ _ !_ Q L U a) CSi O ^�� . Q d a) O T M L +� O -tII CES S S- � .II o ... o o t- a (.M (i T u) Q) "J': n n n v_� CU. Q �- _� o m C - to -0 > U ` �. O CLS U) O v 3 �n UCU L > m 5 >, n N >, M V ... O O O C +• w: �. a) c U CD CII 0 tT] c U u- O 0 '� U O N L m lL C cII; p m CII 0,0 N LtII C` >, _ Q) W iZ E p 0 ..: '-' CII = tD Q' . Q . m O (U O .lt� !` v co Q) 00cu�oE.�cur �� _� a u`ri._ LO cu � U .0 (,:-.a) .0 O Cll CLS CLT Co CO • • C3' E L Cu O U OC O T u O Q _ C O '- — a) CII O X 'a w0 C C cm N ¢ •N C CII (V C CII '' U L 6 -0 O .L. CII Y " : (II O C0 Q a CII 3 E s= .C] U t= a) cu O C O Q 0 O a) Cil O C 0 U n_ N n a) L s=O 4- c ca = o 'a•3o� oma, CD o F- u) a) o p L- a) a) -0 o, cn cu m L Cl f— o Z .. c CII a) ' a ; E n_ CL a) 0 = a) a) c o j a) � E 1 � > � cin Z -o < — — o� cru m a_ o O Q) L L Y N CU L a � � a) U � � � >' (II O LL iL LL 0' Q) a) L LII O o CLS E CII L L U 0 (� Oc �— Q -a c 0 a) -s= -0 U Q m m m m 0 = w t O C) N (V T' (D L N C O C O O O O Z Z Z Z Z O a v 'a N _ O M O O O �+ O cc 0 0 OO CA �M OOO O. O Tc .. O O N O O N Z. :).. T CO . T Q) N d N N _ -- -' C14 t7 aco o cu cu T co T C ' O 41 C)- o T o cts O C �E w � Q TO co T co T M co \ Cl N - co O N N H " M O > -� T O O O N O O []� N c! r T T a (LU N :00 0 0 CA CA C > U) O 14* O O O U �. a- to O : O OC L Oj L co, Q) Q) O COCif 'L7 ,^*O �: O Q)' � � a- O d"O r, 'L'= Co - •p �' W U 1 1 1 V% .0 COCNJ -Z0 0- U C LU (� Q O 0 A (a C14 J NN N co co a :- V C) N� U —j Q u) as O c to Q) a) Co. rn CO M � • 4M U ai (D 10 /•/•� O Q) M Un U - UA CO N U N, U U) W CO U/) U) .04 C L O U � cu Q _ w O ca_ C O U cu cis O U L . :.70CD O Q) �G Y Q) (D .. m h . . v) . Co ca 0(Y a) a) a) a) m m C C C C C Z Z Z Z Z (1) C O Z Y U cc U a) U 0 ft5 O W U- m I� T- 0 O N N cu U OO O r- O a �- _ CO O r Om Or r 2 O O 0) M O O D O � 4 O O D O coots CO `r O O coC= r �N N N i tf) ted r N LO It t() r O M N .a d� N -O N "C N r ca T co U V r- r r C O (0 CV O (D N C) C Ca ( CO O co O ('7 N m N N C`7 N L N M O r d 114- M v - O > M r O M �- MO M +.. a; C) O O C) V ( � 1�• N � r Q` M t--. � � •� M v T a W (3 (5 > L L L Q C C Cj C) C O -O C c a)a) O O 0 C U Ln i N Octs i) M ice) i C CY)O vJ U C 0 L W U) Lo t- W (n co ( > Co -cn cu M Q Ln L) co o O U U)(D UNU _CR — M 75 Z O O c CO t C U- :N O > � Q p O 0 OOQ c O O ZC O U 'mm U) in Z O U)j }UX O LO LCA ] 0 d m a) O i TU a) N U a) C Q) a. a to UJ d CO CL LO co CO V- co U Cn � � co U (n - a) L to (n C p CO O O U 06- O CO CU C *' U io i0 -� C W ti 06 CD O .- a) C cc � O � c (a �G U (c6 L2 0 � p � >, O a) E C cu ]C ,O �. C _ — C 0 U C] C O p C € m (Lf .. Z cu m U L ca o _ __ __ O U _ cU N C U) m Z to > " 'a . a) Q) Q) ' Y O - U J c (C4 C O O O Q) C 0 N U Y C N 0� O U U Ob (n U W, 0 w ctS }- O > > > N Y U cc U a) U 0 ft5 O W U- m I� T- 0 O N N cu U ROU MAN SECTION 00100 INSTRUCTIONS TO BIDDERS PART1 GENERAL 1.1 GENERAL A. PARTIES B. The Owner for the Work is the City of Oshkosh. C. The Engineer for the Work is Rouman & Associates. 1.2 INTENT A. The intent of this Bid request is to obtain an offer to perform work to complete the stated project for a Stipulated Sum contract, in accordance with the Contract Docu- ments. 1.3 CONTRACT TIME A. The Owner requires that the work of this contract be substantially completed by August 31, 2005. B. Submission of a bid will be considered as evidence that the schedule is reasonable and that the successful bidder will perform work and/or provide materials in accor- dance with a work progress schedule to be prepared by the General Contractor. If, af- ter the Contractor signs an agreement with the Owner, the Contractor prepares a schedule showing completion earlier than the stated completion date, the Contractor does so for their convenience, and at their own risk. If such an earlier completion date is not achieved, the Contractor may not hold the Owner, Architect, or Engineers liable for any extra charges conceived -by the Contractor to be applicable to such a situation. 1.4 DOCUMENTS A. Bid Documents: Contract Documents supplemented with Instructions to Bidders, Bid Form, with Appendices. B. Contract Documents: 1. Drawings. 2. Project Manual, which also includes technical specifications INSTRUCTIONS TO BIDDERS 11/04 00100-1 Oshkosh WWTP Administration Building ROUMAN 1.5 DOCUMENT AVAILABILITY AND EXAMINATION A. Partial sets of Bidding Documents will not be issued. B. Bid Documents are made available only for the purpose of obtaining offers for this pro- ject. Their use does not grant a license for other purposes. C. Upon receipt of Bid Documents verify that documents are complete. Notify Engineer should the documents be incomplete. D. Immediately notify the Engineer upon finding discrepancies or omissions in the Bid Documents. 1.6 INQUIRIES/ADDENDA A. Direct all questions to the Engineer's office. B. Addenda may be issued during the bidding period. Addenda will be sent to known Bid- ders. All Addenda become part of the Contract Documents. Include resultant costs in the Bid Price. C. Verbal answers are not binding on any party. D. Clarifications requested by Bidders must be in writing not less than 7 days before date set for receipt of Bids. The reply will be in the form of an Addendum, a copy of which will be forwarded to known recipients of the documents. 1.7 PRODUCT/ASSEMBLY/SYSTEM SUBSTITUTIONS A. Where the bid documents stipulate a particular product by a manufacturer or brand name. The Engineer will consider substitutions up to 7 days before the receipt of bids. B. The submission shall provide sufficient information to determine acceptability of such products. C. When a request to substitute a product is made, the Engineer may approve the substi- tution and will issue an Addendum to known bidders. D. In submission of substitutions to products specified, bidders shall include in their bid, any changes required in the work, and changes to contract time and contract sum/price to accommodate such substitutions. A later claim by the bidder for an addi- tion to the contract time or contract sum/price because of changes in work necessi- tated by use of substitutions shall not be considered. E. Where the bid documents stipulate a particular product with one manufacturer. or brand name only, and also reads "preferred" or "no substitutions", this means the Owner prefers to have that particular product provided by the indicated manufacturer. INSTRUCTIONS TO BIDDERS 11/04 00100-2 Oshkosh WWTP Administration Building F. Bidders may indicate (at their option), substitute bids for the particular product, with a product the Bidder feels is equivalent to the product specified. G. Such substitutions must be indicated on document bid form, appendix "D" along with the change in price. The Owner has the right to accept or reject such "substitute" bids. H. The contract will be awarded on the specified product, not on the substitutes. I. If the Owner elects to consider a "substitute" product, the contractor will be requested to provide sufficient information to determine acceptability of such products. J. In submission of such substitutions to products specified bidders shall include in their substitute bid, any changes required in the work and changes to contract time and contract sum/price to accommodate such substitutions. A later claim by the bidder for an addition to the contract time or contract sum/price because of changes in work ne- cessitated by use of substitutions shall not be considered 1.8 SITE EXAMINATION A. Examine project site before submitting a bid. B. A site inspection meeting is scheduled for May 19, 2005 at 10:OOAM. No other oppor- tunity to visit the site is guaranteed. 1.9 QUALIFICATIONS A. The Owner or Engineer may make such investigations as they deem necessary to de- termine the ability of a bidder to perform the Work. The bidder shall furnish all such in- formation and data as may be requested. The Owner reserves the right to reject any bid based on the evidence submitted by, or investigation of, such bidder B. The Owner reserves the right to reject a proposed Subcontractor for reasonable cause, and to accept bids that he determines are in his best interest, regardless of price. 1.10 FEES FOR CHANGES IN THE WORK A. Include in the Bid Form, the overhead and profit fees on own Work and Work by Sub- contractors, applicable for Changes in the Work, whether additions to or deductions from the Work on which the Bid Price is based. B. Include in the Bid Form, the fees proposed for subcontract work for changes (both ad- ditions and deductions) in the Work. The Contractor shall apply fees as noted, to the Subcontractor's gross (net plus fee) costs on additional work. INSTRUCTIONS TO BIDDERS 11/04 00100-3 Oshkosh WWTP Administration Building b ROUMAN 1.11 ADDITIONAL BID INFORMATION A. Submit the following Bid Form Appendices concurrent with bid submission: 1. Appendix A List of Subcontractors. 2. Appendix B (if applicable) - Substitute Prices: Include a listing of substitutes prices if the contractor so desires. 1.12 BID FORM SIGNATURE A. The bidder shall sign the Bid Form, as follows: 1. Sole Proprietorship: Signature of sole proprietor in the presence of a witness who will also sign. Insert the words "Sole Proprietor" under the signature. Affix seal. 2. Partnership: Signature of authorized partner or partners in the presence of a wit- ness who will also sign. Insert the word "Partner" under each signature. Affix seal to each'srgnature. 3. Corporation: Signature of a duly authorized signing officer(s) in their normal sig- natures. Insert the officer's capacity in which the signing officer acts, under each signature. Affix the corporate seal. If the bid is signed by officials other than the president and secretary of the company, or the President/secretary/treasurer of the company, a copy of the by-law resolution of their board of directors authoriz- ing them to do so, must also be submitted with the Bid Form in the bid envelope. 4. Joint Venturer Each party of the joint venture shall execute the Bid Form under their respective seals in a manner appropriate to such party as described above, similar to the requirements of a Partnership. 1.13 BID SUBMISSION A. Bid form documents signed, sealed, executed, and dated will be received by the Owner before the date and time specified on the Bid Form. B. Amendments to the submitted offer will be permitted if received in writing prior to bid closing and when endorsed by the same party or parties who signed and sealed the Bid. C. Bidders may withdraw their bid by written request at any time before bid closing. D. Bidders shall be solely responsible for the delivery of their bids in the manner and time prescribed. E. Submit one copy of the executed offer on the Bid Forms provided, signed and sealed in a closed opaque envelope, clearly identified with bidder's name, project name and Owner's name on the outside. F. Bid amounts shall be inserted in words and in figures in spaces provided on the Bid Form; in case of conflict, written word amounts will govern. INSTRUCTIONS TO BIDDERS 11/04, 00100-4 Oshkosh WWTP Administration Building ROU MAN G. Faxed bids will not be accepted. H. Bids submitted after the above time shall be returned to the bidder unopened. 1. Bids will be opened publicly at the time and place indicated on the Bid Form J. An abstract summary of submitted bids will be made available to.all bidders following _ bid opening. 1.14 BID INELIGIBILITY A. Bids that are unsigned, improperly signed or sealed, conditional, illegible, obscure, contain arithmetical errors, erasures, alterations, or irregularities of any kind, may at the discretion of the Owner, be declared unacceptable. B. Bid Forms, Appendices, and enclosures, which are improperly prepared, may at the discretion of the Owner, be declared unacceptable. 1.15 DURATION OF OFFER A. Bids shall remain open to acceptance and shall be irrevocable for a period of Thirty (30) days after the bid dosing date. 1.16 ACCEPTANCE OF OFFER A. The Owner reserves the right to accept or reject any or all offers. B. Bids will be evaluated on the base bid price alone, or completion date. After determination of a successful bidder, consideration will be given to alternate bids, substitute bids and bid price adjustments. 1.17 COMMENCEMENT AND COMPLETION A. The Owner intends to award Construction Contracts within approximately one week af- ter the Bid Due Date. B. The project schedule (for bidding purposes) is as follows: C. June 20, 2005: start of construction. D. August 31, 2005: Substantial completion (all equipment operational) E. After award of the contract, the General Contractor will prepare an actual construction schedule. Schedule will provide information to Owner regarding when resident rooms must be vacated to install the Work. INSTRUCTIONS TO BIDDERS 11/04 00100-5 Oshkosh WWTP Administration Building ROU MAN 1.18 GENERAL INFORMATION A. Each Bidder shall examine all plans and specifications contained in the Contract Documents, and will be required to do all work belonging to his contract that is either shown on the Drawings, mentioned in the Specifications, or reasonably implied as necessary to complete the contract scope. B. Before submitting his bid, each Bidder shall visit the site to understand adjacent areas, conditions of the site, parking responsibilities, and staging areas. C. It is the Bidder's responsibility to understand all applicable State and Local codes and ordinances: D. Each Contactor shall protect the Owner against all social security, Medicate, unem- ployment insurance, and pension laws applying to his personnel, both now in force and as may be modified or enacted during the progress of the Work. Bids, including materials, shall include applicable federal, state, and local taxes. PART 2 — PRODUCTS (not applicable) PART 3-- EXECUTION (not applicable) END OF SECTION 00100 MAActive Projects\45404 OSHKOSH_WWTP-HVAC\Project Manual\00100, Inst. to Bidders, Mar 6.doc INSTRUCTIONS TO BIDDERS 11/04 00100-6 Oshkosh WWTP Administration Building SECTION 01100 SUMMARY PART 1 — GENERAL 1.1 SUMMARY OF WORK A. Project Identification 1. Project: Administration Building HVAC Upgrade 2. Owner: City of Oshkosh B. Contract Documents were prepared by Rouman & Associates, Appleton, WI C. The Work consists of the replacement of an air handling unit and addition of a boiler, air distribution and heating terminal units, and the replacement of the existing control system, together with related structural, electrical, and general construction work as noted in the Contract Documents. D. The Work will be,(;enducted under a single prime contract. E. Work Not included: The following will be provided by others: 1. Asbestos removal, if encountered. 1.2 WORK RESTRICTIONS A. Contractor's Use of Premises: During construction, Premises will be available to Contractors between the hours of 7:00 AM and 4:00 PM, Mon -Fri. Because this is a building in operation, Contractor must provide clean up and secure his tools, equip- ment, etc. at the end of each working day, except for spaces that may be made available by the Owner. B. Contractor will co-operate with Owner in minimizing disruptions to operations during working hours. 1.3 START-UP A. The Contractor will co-ordinate start-up of all, equipment with Owner's Representa- tive. 1.4 OPERATOR TRAINING A. The Contractor will provide operator training as required to instruct the Owner's Rep- resentative in the operation of each building system 1.5 WARRANTY A. Provide a one-year warranty on all installed equipment. Warranty starts after final acceptance of project by Owner. SUMMARY 11/04 01100-1 Oshkosh WWTP Administration Building 1.6 INSURANCE A. Provide the minimum insurance requirements as acceptable to Owner B. Submit copies of general comprehensive insurance policy, with Owner as additional named insured, to Owner's representative at commencement of work. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01100 WActive Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\01100, Summary, Mar 6.doc 11/04 SUMMARY 01100-2 Oshkosh WWTP Administration Building ROUMAN SECTION 01300 ADMINISTRATIVE REQUIREMENTS PART 1 — GENERAL 1.1 PROJECT MANAGEMENT AND COORDINATION A. Verify layout information shown on Drawings, in relation to existing conditions, before laying out the Work. B. Coordinate construction to ensure efficient and orderly execution of each part of the Work. 1.2 CONSTRUCTION SCHEDULE A. Prepare a horizontal bar -chart construction schedule. Provide a separate time bar for each activity and,a vertical line to identify the first workday of each week. Use same breakdown of Work indicated in the Schedule of Values. As Work progresses, mark each bar to indicate actual completion. B. Submit within 10 days after date established for Commencement of the Work. C. Coordinate each element with other activities. Show each activity in proper sequence. Indicate sequences necessary for completion of related Work. D. Indicate Substantial Completion and allow time for Engineers procedures necessary for certifying Substantial Completion. E. Schedule Distribution: Distribute copies to Owner, Engineer, subcontractors, and parties required to comply with dates. F. Updating: Revise the schedule after each meeting or activity_ where revisions have been made. Distribute revised copies to Owner, Engineer, subcontractors, and parties required to comply with dates. 1.3 SUBMITTAL PROCEDURES A. Coordinate submittal preparation with construction schedule, fabrication lead-times, other submittals, and activities that require sequential operations. B. No extension of Contract Time will be authorized due to failure to transmit submittals in time to permit processing sufficiently in advance of when materials are required in the Work. C. Engineer will not accept submittals from sources other than Contractor. D. Submit 10 copies of all submittals and product data. ADMINISTRATIVE REQUIREMENTS 11/04 01300-1 Oshkosh WWTP Administration Building ROUMAN E. Prepare submittals by placing a permanent label on each for identification. Provide a 4 - by 5 -inch (100- by 125 -mm) space on the label or beside title block to record review and approval markings and action taken. Include the following information on the label: Project name. Date. Name and address of Contractor. Name and address of subcontractor or supplier. Number and title of appropriate Specification Section. Contractor's certification that materials comply with specified requirements. F. Coordinate each submittal with other submittals and with work that does not require submittals. 1. See also Division -15 Section A Mechanical General Requirements@ for specific submittal requirements G. Product Data: Mark each copy to show applicable choices and options. Include the following: 1. Data indicating compliance with specified standards and requirements 2. Notation of coordination requirements 3. For equipment data, include rated capacities, dimensions, weights, required clearances, and furnished specialties and accessories H. Engineer will review each submittal, mark as appropriate to indicate action taken, and return copies less those retained. Compliance with specified requirements remains Contractor's responsibility. I. At conclusion of project, submit 5 Operation and Maintenance manuals and record Drawing sets containing 1. Title sheet, as described in Division -15 AGeneral Mechanical Requirements@ Section 2. Submittals for all products 3. Installation, operation, and maintenance requirements for all equipment 4. Equipment warranties 5. Spare parts lists 6. Full Set on CD -Rom. Include required programs to view files. PART 2 — PR60DUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01300 M:1Active Projects145404 OSHKOSH WWTP-HVAC1Project Manua1101300, Admin. Req, Mar. 6.doc ADMINISTRATIVE REQUIREMENTS 11/04 01300-2 Oshkosh WWTP Administration Building SECTION 01400 QUALITY CONTROL PROCEDURES PART 1 - GENERAL ROU MAN 1.1 CONTRACT CONDITIONS A. Independent testing agencies, whether employed by the OWNER or the CONTRACTOR, may not change the requirements of the contract documents and may not approve any portion of the work. B. Employment of testing agencies, by the CONTRACTOR or the OWNER, shall not relieve the CONTRACTOR of their obligation to perform the work in accordance with the contract documents. 1.2 DEFINITIONS A. Certificate: A written statement that a portion of the work as accomplished or a particular product conforms to the requirements of the contract documents. B. Installer: Any entity who performs a construction activity, whether an employee, subcontractor, or sub -subcontractor of the CONTRACTOR. C. Owner's Testing Agency: Any independent testing and inspection agency employed by the OWNER to perform certain quality control activities. D. Reference Standard: Any document incorporated into the specification by reference rather than by inclusion of complete text; including, but not limited to, voluntary specifications prepared by standards organizations and industry organizations. 1.3 REFERENCE STANDARDS A. Reference Standards -General: 1.. Comply with edition of standard indicated; if date is not indicated, comply with edition in effect as of date of receipt of bids. 2. Compliance with standards that are revised or reissued after that date will not be required unless incorporated into the contract documents by modification. 3. Where applicable codes, laws, or regulations require editions of "different dates, obtain instructions from the governing authorities as to which edition is required. QUALITY CONTROL PROCEDURES 11/04 01400-1 Oshkosh WWTP Administration Building ROUMAN B. The requirements of reference standards are binding on the CONTRACTOR, just as if they were copied into the contract documents, but no provisions of reference standards shall alter the contractual relationship of the parties to the contract. C. Keep at the site each standard which is indicated elsewhere as to be kept at the site. 1.4 QUALITY ASSURANCE A. Qualifications of Manufacturers: As indicated in individual sections. 1: The term "experienced," unless otherwise indicated, means having 5 -years of successful production of products similar to those to be used on this project. 2. Where qualifications are required to be submitted but no specific qualifications are specified, use only experienced manufacturers. B. Qualifications of Installers: As indicated in individual sections. 1. The term "experienced," unless otherwise indicated, means having satisfactorily completed similar work on six (6) projects of similar scope and complying'wrth applicable requirements of governing authorities. 2. Where qualifications are required to be submitted but no specific qualifications are specified, use only experienced installers. C. Qualifications of Manufacturers' Field Personnel: Employed directly by the manufacturer and normally performing the activities specified. D. Qualifications of Testing & Inspection Personnel 1. As indicated in individual sections. 2. Independent Testing Agency Qualifications: When employed by the CONTRACTOR: a. A firm independent from the CONTRACTOR's organization. b. Having experience in the testing specified, and having the capability to conduct satisfactorily. the testing specified without delaying the progress of the work, as shown by information supplied as required by ASTM E-699. c. Approved by the ENGINEER. d. Authorized to conduct business in the State in which the project is located. .3. Do not employ the same testing agency the OWNER has employed for testing or inspecting the same portion of the work (if any), unless otherwise agreed upon in writing. E. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either the National Bureau of Standards (NBS) standards or to accepted values of natural physical constants. QUALITY CONTROL PROCEDURES 11/04 01400-2 Oshkosh WWTP Administration Building ROUMAN 1.5 COORDINATION WITH OTHER ENTITIES A. Cooperate with other entities performing quality control activities. B. Provide samples of materials and design criteria as indicated and when requested. C. Provide other assistance, equipment, tools, and storage facilities as specified. D. If desired, make arrangements with those entities and pay for additional similar or related testing or inspection required for the CONTRACTOR's use or convenience. 1.6 SEQUENCING & SCHEDULING A. Coordinate quality control activities to avoid delay and to make it unnecessary to uncover work for testing or inspection. B. Notify the OWNER's testing agencies ten (10) working days prior to commencement or completion of work, which is to be tested or inspected, whichever is applicable. PART 2 - PRODUCTS (Not Applicable) PART 3 -EXECUTION 3.1 GENERAL A. Provide work of the specified quality; where quality level is not indicated, provide work of quality customary in similar types of work. 1. Where codes, laws, or regulations require work of higher quality or performance, provide work complying with those : codes, laws and regulations. 2. Where two or more quality provisions of the contract documents conflict, comply with the most stringent requirement; where requirements are different but apparently equal, and where it is uncertain which requirement is most stringent, obtain clarification from the ENGINEER before proceeding. 3. Actual quality may exceed the specified quality; verify that such differences are acceptable to the OWNER (other criteria may make excessive quality undesirable). B. Control products, suppliers, manufacturers, site conditions, installers, and workmanship in such a manner as to produce work of the specified quality. C. Comply with manufacturers' instructions and recommendations. QUALITY CONTROL PROCEDURES 11/04 01400-3 Oshkosh WWTP Administration Building 1. Keep a record of instructions and recommendations which supplement or conflict with the manufacturer's written instructions. 2. When manufacturers' instructions and recommendations conflict with the contract documents, obtain clarification from the ENGINEER before proceeding. D. Use installers who are capable of producing work of the specified quality. E. Each prime CONTRACTOR shall perform all specified quality control activities related to their work unless indicated to be performed by other entities. 3.2 TESTING A. Perform tests specified. B. When results of tests are unsatisfactory, make whatever changes or repairs are necessary and re -test. C. Submit written report of each original test and of each re -test. 3.3 INSPECTING A. Perform inspections specified. B. When inspections reveal unsatisfactory work, make whatever changes or repairs are necessary and re -inspect. C. Submit written report of each original inspection and each re -inspection. 3.4 MANUFACTURERS' FIELD SERVICES A. Manufacturers' field services required are specified in other sections. 1. Provide additional services when requested. B. Give the ENGINEER timely notice of site visits so that the ENGINEER may be present. C. Submit a report of each site visit, including records of: 1. Site conditions, installer procedures, and related activities which are not as recommended by the manufacturer. 2. Instructions and recommendations given, which differ from the manufacturer's standard printed instructions. QUALITY CONTROL PROCEDURES 11104 01400-4 Oshkosh WWTP Administration Building ROUMAN 3.5 PROTECTION & REPAIR A. When work is uncovered during quality control activities, provide protection from damage. B. Correct work damaged by quality control activities; where repair is indicated. as an unacceptable method, replace the work. END OF SECTION 01400 MAActive Projects145404 OSHKOSH WWTP-HVAC1Project Manua1101400, Qua] Control Proc., Mar. 6.doc QUALITY CONTROL PROCEDURES 11/04 01400-5 Oshkosh WWTP Administration Building ROUMAN SECTION 01600 PRODUCT REQUIREMENTS PART 1 — GENERAL 1.1 SECTION REQUIREMENTS A. Provide products of same kind from a single source. The term "product" includes the terms "material," "equipment," "system," and similar terms. B. Deliver, store, and handle products according to manufacturer's written instructions, using means and methods that will prevent damage, deterioration, and loss, including theft. C. Schedule delivery to minimize long-term storage and to prevent overcrowding construction spaces. D. Deliver in maWvfacturer's original sealed packaging with labels and written instructions for handling, storing, protecting, and installing. E. Inspect products at time of delivery for compliance with the Contract Documents and to ensure items are undamaged and properly protected. F. Store heavy items in a manner that will not endanger supporting construction. G. Store products subject to damage on platforms or pallets, under cover in a weather tight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required. PART 2 — PRODUCTS 2.1 PRODUCTS A. Provide products that comply with the Contract Documents; are undamaged, and are new at the time of installation. B. Provide products complete with accessories, trim, finish, and other devices and components needed for a complete installation and the intended use and effect. C. Do not attach manufacturer's labels or trademarks, except for required nameplates, on surfaces exposed to view in occupied spaces or on the exterior. PRODUCT REQUIREMENTS 11/04 01600-1 Oshkosh WWTP Administration Building ROU MAN D. Select products as follows: 1. Where only a single product or manufacturer is named, provide the item indicated. No substitutions will be permitted. 2. Where two or more products or manufacturers are named, provide one of the items indicated. No substitutions will be permitted. 3. Where products or manufacturers are specified by name, accompanied by the term "or equal," provide the named item or comply with provisions concerning "product substitutions" to obtain approval for use of an unnamed product or manufacturer. 4. Where a product is described with required characteristics, with or without naming a brand or trademark, provide a product that complies with those characteristics and other Contract requirements. 5. Where compliance with performance requirements is specified, provide products that comply and are recommended in writing by the manufacturer for the application. 6. Where compliance with codes, regulations, or standards, is specified, select a product that complies with the codes, regulations, or standards referenced. E. Unless otherwise indicated, Engineer will select color, pattern, and texture of each product from manufacturer's full range of options. PART 3 - EXECUTION (Not Applicable) END OF SECTION 01600 MAActive Projects145404 OSHKOSH WWTP-HVAC1Project Manuai101600, Exec Req., Mar 6.doc PRODUCT REQUIREMENTS 11104 01600-2 Oshkosh WWTP Administration Building SECTION 01700 EXECUTION REQUIREMENTS PART 1 - GENERAL ROUMAN 1.1 CLOSEOUT SUBMITTALS A. Record Drawings: Maintain a set of Contract Drawings as Record Drawings. Mark to show installation that varies from the Work originally shown. B. Operation and Maintenance Data: Organize data into three-ring binders, with pocket folders for folded sheet information, CD-ROMs and diskette holders. Mark identification on front and spine of each binder. Include the following: 1. Emergency instructions. 2. Spare parts list. 3. Copies of wjarranties. 4. Wiring diagrams. 5. Shop Drawings and Product Data. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXCUTION 3.1 CUTTING AND PATCHING A. Do not cut structural members without prior written approval of Engineer. B. For patching, provide materials whose installed performance will equal or surpass that of existing materials. For exposed surfaces, provide or finish materials to visu- ally match existing adjacent surfaces to the fullest extent possible. 3.2 INSTALLATION A. Comply with manufacturer's written instructions for installation. Anchor each prod- uct securely in place, accurately located and aligned. Clean exposed surfaces and protect from damage. If applicable, prepare surfaces for field finishing. B. Comply with NFPA 70 for installation of electrically operated equipment and electri- cal components and materials. C. Installer is responsible for final measurements of valance cooling units. EXECUTION REQUIREMENTS 11/04 01700-1 Oshkosh WWTP Administration Building ROU MAN 3.3 FINAL CLEANING A. Clean each surface or item as follows before requesting inspection for certification of Substantial Completion: B. Remove labels that are not permanent. C. Clean exposed finishes to a dust -free condition, free of stains, films, and foreign substances. Leave concrete floors broom clean. D. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication. E. Clean the site. Remove stains, spills, and foreign deposits. 3.4 CLOSEOUT PROCEDURES A. Request Substantial Completion inspection once the following are complete: B. Advise Owner of pending insurance changeover requirements. i C. Submit Record Drawings, maintenance manuals, warranties, and similar record in- formation D. Deliver spare parts, extra materials, and similar items. E. Complete startup testing of systems and instruction of operation and maintenance personnel F. Remove temporary facilities and controls. G. Complete final cleanup. H. Touch up, repair, and restore marred, exposed finishes. I. Obtain final inspections from authorities having jurisdiction. J. On receipt of a request for inspection, Engineer will proceed with inspection or ad- vise Installer of unfilled requirements. Engineer will prepare the Certificate of. Sub- stantial Completion after inspection or advise Installer of items that must be com- pleted or corrected before the certificate will be issued. EXECUTION REQUIREMENTS 11/04 01700-2 Oshkosh WWTP Administration Building ROUMAN K. Arrange for each installer of equipment that requires operation and maintenance to provide instruction to Owner's personnel. Include a detailed review of the following: 1. Startup and shutdown. 2. Emergency operations and safety procedures. 3. Noise and vibration adjustments. 4. Maintenance manuals. _ 5. Spare parts, tools, and materials. 6. Lubricants and fuels. 7. Identification systems. 8. Control sequences. 9. Hazards. 10. Warranties and bonds. L. Request inspection for certification of final acceptance, once the following are com- plete: M. Submit a copy of the Substantial Completion inspection list stating that each item has been completed, or• otherwise resolved for acceptance. N. Engineer will reinspect the Work on receipt of notice that the Work has been com- pleted. O. On completion of re -inspection, Engineer will prepare a certificate of final accep- tance. If the Work is incomplete, Engineer will advise Installer of the Work that is in- complete or obligations that have not yet been fulfilled. END OF SECTION 01700 EXECUTION REQUIREMENTS 11/04 01700-3 Oshkosh WWTP Administration Building ROUMAN SECTION 01732 SELECTIVE DEMOLITION PART 1- GENERAL 1.1 SUMMARY A. Work Included: All demolition, removal, and salvage work as shown on the drawings or specified herein. B. Related Sections and Divisions 1. Applicable provisions of Division 1 shall govern work in this Section. 2. Divisionl "Summary" Section 1.1 QUALITY ASSURANCE A. Contractor shfiii--perform demolition, removal, and salvage in conformity with applicable federal, state, and local safety practices and code requirements 1.2 SEQUENCE A. No demolition, removal, or salvage work shall commence until approval to proceed has been granted by Owner. Such work shall be completed in accordance with the construction sequence included in Division 1 "Summary" Section, and in accordance with the construction phases of this project and work to be done by other contractors. B. Contractor shall proceed with demolition in a systematic manner to ensure the continuing operation and protection of all utilities and mechanical and electrical equipment. All electrical and instrumentation equipment shall remain in operation unless noted in Division -1 "Summary" Section. PART 2- PRODUCTS (NOT APPLICABLE) PART 3 -EXECUTION 3.1 PRECAUTIONS A. Conduct demolition, operations and removal of debris to ensure minimum interference with streets, walks, and other adjacent occupied or used facilities. SELECTIVE DEMOLITION 11/04 01732-1 Oshkosh WWTP Administration Building ROU MAN B. Do not close or obstruct streets, walks, or other occupied or used facilities without permission from the governing agencies and/or the Engineer. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. C. Provide barricades to ensure the safe passagq;.of persons around the area of demolition. Conduct operations to prevent damage to adjacent buildings, structures, trees and shrubbery not noted to be removed. D. Provide interior and exterior shoring, bracing, or other support to prevent movement, settlement, or collapse of the structures to be removed and to protect the adjacent facilities, which are to remain. E. The Contractor shall be responsible for having the appropriate utility turn off all services before demolition F. Maintain existing utilities not noted to be removed. Keep them in service and protect against damage during demolition. G. Use water sprinkling, .temporary enclosures, and other suitable methods as necessary to Ilmit the amount of dust and dirt rising and scattering in the air, to the lowest level of air pollution practical for the condition existing prior to the start of the work. Prevent construction debris from entering any tankage, drains, or piping adjacent to the work. Tankage drains and piping shall be promptly cleaned of any debris. 3.2 ABANDONING AND REMOVING UTILITIES AND UNDERGROUND PROCESS PIPING A. Contractor shall be responsible for the turning off or unhooking of all utilities and process piping before starting the demolition work. Remove all utility lines, including electrical services and process piping that are shown or specified to be removed. Remove utility lines and process piping that are to be abandoned as needed to clear new construction B. The ends of utility lines and process piping shown or specified to be abandoned that are exposed by excavation shall be plugged with concrete to prevent soil infiltration into the pipes. SELECTIVE DEMOLITION 11/04 01732-2 Oshkosh WWTP Administration Building ROUMAN 3.3 EQUIPMENT A. Contractor shall remove all equipment specified herein or indicated. B. Contractor shall remove associated exposed conduit, power wiring, controls, switches, instrumentation, control wiring, control boxes, appurtenances and their supports serving equipment to be removed. Electrical items shall be removed to their junction with motor control center, control panel, or their junction with conduit serving other equipment that is to remain. C. Contractor shall remove all piping and appurtenances and their supports serving equipment indicated to be removed. Piping shall be removed to its junction with the main service header serving other equipment that is to remain or new equipment as indicated. Remaining piping and tubing shall be fitted with an appropriate blind flange or plug and insulated as required. D. Contractor shafbfemove equipment bases, anchor bolts and other supports serving equipment to be removed. Concrete bases shall be removed to 1 -inch below floor elevation and repaired with non -shrink grout plus surfacing to match existing. E. Contractor shall patch floors, walls and ceilings as required to match existing or as indicated where equipment, piping, electrical, bases, or any supports are removed. 3.4 INTERIOR PIPING AND APPURTENANCES A. Contractor shall remove all piping and appurtenances serving and part of the major equipment and systems indicated on the drawings. The location and elevations of existing piping are approximate. B. Contractor shall remove all supports for piping and appurtenances indicated to be removed. Re -piping and connections to new piping shall be as specified for new piping. Remaining piping and tubing, not reconnected for new piping, shall be fitted with an appropriate blind flange or plugged and insulated as required. C. Contractor shall patch all holes resulting from removal of piping, appurtenances and their supports. Patching of concrete shall be with non -shrink grout and as indicated' Patching of masonry shall be with matching material toothed in. Patch other material, as indicated. SELECTIVE DEMOLITION 11/04 01732-3 Oshkosh WWTP Administration Building ROUMAN 3.5 SALVAGE A. Owner has first right of refusal to all material, piping, and equipment removed. B. All equipment, material, and piping except as specified hereinafter, within the buildings and structures to be demolished and additional items as noted shall be removed by Contractor. Contractor shall inspect each structure and determine the type and amount of equipment, materials, and piping to be removed. C. All equipment, material and piping except as specified hereinafter, within the limits of the demolition, and additional items.noted to be removed will become the property of Contractor, if Owner does not claim under first right of refusal, and shall be removed from the project site. 3.6 DAMAGES A. As directed by`tbe Engineer and at no cost to the Owner, promptly repair damages caused to adjacent facilities, landscaping, or property by the demolition operations. 3.7 CLEAN-UP A. Contractor shall remove from the site all debris, rubbish and other materials resulting from the demolition operation. Storage or sale of removed materials will not be permitted on site B. Do not burn materials from demolished structures on site. END OF SECTION 01732 M:1Acdve Projects145404 OSHKOSH WWTP-HVAC1Project ManuaR01732, Selective Demo,Mar 6.doc SELECTIVE DEMOLITION 11/04 01732-4 Oshkosh WWTP Administration Building SECTION 15010 BASIC HVAC REQUIREMENTS PART GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and Provisions of Division 1 apply to this Section. 1.2 SUMMARY A. This Section sets forth those provisions common to all work specified under Division 15 - Heating, Ventilating, and Air Conditioning (HVAC). B. Scope 1. The Work is to include a complete heating, ventilating, and ,-,air conditioning system as indicated or reasonably implied within these Specifications, the accompanying Drawings, and applicable state and local codes, in acceptable working order, including labor and materials, equipment and services necessary for and incidental to manufacture, de- livery, and installation. . 2. Where the Work is divided into several contracts, the extent of the Work for each contract is as indicated on the Drawings that pertain to each trade involved as defined in the bid forms and Division 1, notwithstanding any division of these Specifications. C. Miscellaneous Work Included: 1. Cutting and patching, including that required to install equipment in existing structures and to uncover or replace defective, nonconforming, or ill-timed work. Refer,to Division -1 section "Cutting and, Patching". 2. Structural steel supports, platforms, hangers, and brackets for mechanical equipment, except as specifically noted as being ' furnished by other trades. 3. Structural steel framing for building penetrations by mechanical work, except where noted on structural drawings. Refer to appropriate Divis- ion -5 sections. 4. Concrete equipment pads and bases. Refer to appropriate Division -3 sections. 5. Sleeves, caulking, and flashing required for waterproofing of building openings for mechanical work. Refer to appropriate Division -7 sections. 6. Finish painting of equipment, pipes and ducts. Basic HVAC Requirements 11/04 15010-1 Oshkosh WWTP Administration Building ROUMAN 1.3 DEFINITIONS A. "Contractor" or "Mechanical Contractor", in the context of Division -15 Specifications, shall indicate the party who is an installer of Division -15 equipment and materials, notwithstanding any contractual division of the Work. B. "Engineer", in the context of Division -15 Specifications, shall indicate the party responsible for the design and/or administration of the Work described in Division -15 documents and related Drawings. 1.4 QUALITY ASSURANCE A. Codes and Standards 1. Various generally recognized codes and standards are referenced in these Specifications. Reference to these codes and standards shall be understood to mean the latest published edition. ADC - Air Diffusion Council AGA - American Gas Association AMCA - Air Moving and Conditioning Association ANSI - American National Standards Institute ASHRAE American Society of Heating, Refrigeration, and Air Conditioning Engineers ASME - American Society of Mechanical Engineers ASTM - American Society for Testing Materials FM - Factory Mutual COMM- Wisconsin Department of Commerce IEEE - Institute of Electrical and Electronics Engineers IMC - International Mechanical Code IRI - Industrial Risk Insurers NEC - National Electrical Code NAIMA - North American Insulation Manufacturer's Association NEBB - National Environmental Balancing Bureau NEMA - National Electrical Manufacturers' Association NFPA - National Fire Protection Association OSHA - Occupational Safety and Health Administration SMACNA - Sheet Metal and Air Conditioning Contractors National Association UL- Underwriters' Laboratories 2. The Drawings and Specifications are intended to conform to these codes and standards. If any mechanical installer becomes aware of a conflict, he shall immediately notify the Engineer and await instructions on how to proceed. Work installed knowingly in non-conformance shall be removed and reinstalled properly without additional cost to the Owner. Basic HVAC Requirements 11104 15010-2 Oshkosh WWTP Administration Building ROUMAN B. Inspection of Plans 1. Examine all Mechanical plans to become familiar with work of other mechanical trades and aware of specific areas requiring coordination between trades. Examine also Electrical Plans and Specifications for locations of outlets, lights, etc. and electrical characteristics of all equip- ment. 2. Check over measurements of equipment furnished with spaces provided for on Plans and be responsible for equipment fitting into space and into work of other trades. Report to the Engineer immediately in writing advising of any equipment that will not so fit and await his decision before proceeding. 3. Plans show amount, kind, and approximate location of ducts, piping, terminals, fixtures, and apparatus required. Mechanical floor plans are diagrammatic in nature; should it be necessary to make minor and reasonable changes in routing or location, such changes shall be made at no additional cost to the Owner. C. Protection of Mechanical Systems 1. Take special care to protect equipment furnished in connection with this Work and parts thereof in such manner as may be necessary or directed. Protection shall include covers, crating, sheds or other means to prevent dirt, grit, plaster or other foreign substances from entering working parts of machinery or equipment. Keep open ends of pipes, coils, ducts, etc., closed while in storage or during progress of the installation. 2. Touch up all paint surfaces damaged during construction or in transit from factory to job site, except items to be finish painted at the job site. D. Supervision and Coordination. _ 1. Furnish the services of an experienced Engineer or Superintendent who shall be continuously in charge of the Work. He/she shall be thoroughly acquainted with and be responsible for the various subcontractors, skilled workmen, helpers and labor required to install the work. 2. Give full cooperation to other trades and furnish any information necessary to permit the work of all trades to be installed satisfactorily and with the least possible interference or delay. 3. Refer also to Division -1 "Coordination" section. E. Conflicts 1. Conflicts which arise during the performance of the work between the location of equipment furnished by several trades shall be settled. at the jobsite by the trades involved insofar as possible. In the event that such conflicts cannot be settled rapidly and amicably between the affected trades, with work proceeding expeditiously, then the Engineer shall decide which work is to be relocated and his judgment shall be final and binding. Basic HVAC Requirements 11/04 15010-3 Oshkosh WWTP Administration Building ROU MAN 2. In general, the order of precedence of equipment in case of conflicts or interferences is: a. Process piping b. Lighting Fixtures C. Ductwork d. Plumbing and HVAC Piping and Equipment e. Electrical Raceways and Equipment f. Low Voltage Equipment 1.5 GENERAL COMPLETION A. Observe provisions of Division -1 "Project Closeout" Section. B. After the completion of all installations, thoroughly clean each system to remove oil, dirt, paint, shipping labels, and other foreign matter. Touch up damaged factory finishes to the satisfaction of the Engineer. C. Change filters in accordance with the provisions of each Division. D. Legally remove all rubbish, debris, etc., accumulated from construction from the premises. E. Furnish the Owner with spare equipment as specified, record drawings, and Maintenance Manuals. 1.6 SUBMITTALS A. Certified Submittal Drawings 1. Mechanical installer will check and approve and submit Certified Drawings according to the provisions of Division -1 "Administrative Requirements" Section. Provide submittals for Air handling units Variable Frequency Drives Refrigeration piping , Variable air volume terminal units HVAC insulation Hot Water Boilers Hydronic specialties Hot Water Terminal Units HVAC controls Duct accessories Electrical drawings, motor schedules, motor control center modifications Submittals will. include installation instructions and parts lists showing physical dimensions, gauges, capacities, finish, electrical characteristics, wiring diagrams and any other detailed information required for construction and record purposes by Engineer. Basic HVAC Requirements 11104 15010-4 Oshkosh WWTP Administration Building ROUMAN 2. Owner's representative and Engineer will check submittals for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Installers are responsible for dimensions which shall be confirmed and correlated at the job site; fabrication processes and techniques of construction; coordination of his work with that of all other trades; and the satisfactory performance of his work. B. Maintenance Manuals 1. Instruct the Owner's representative on the maintenance and operation of all systems installed under his contract, as well as provide 5 maintenance manuals according to the provisions of Division 1. Copy on CD -Rom also. 2. Include in maintenance manuals, in addition to those items stipulated in Division 1, a cover sheet on mechanical installer's letterhead including names, addresses, and phone numbers of all major subcontractors and materials suppliers, and index of items included in manual 3. Upon completion of the Work, submit to the Engineer one clear, concise set of marked up prints (latest revision) indicating "as -built" conditions. PART 2 - PRODUCTS 2.1 ALTERNATES AND SUBSTITUTIONS A. Refer to applicable Division -1 sections for general provisions concerning product substitutions and alternates. B. Space, piping and electrical requirements are based on the specific manufacturer's model numbers shown on the Plans. If other than this manufacturer is used, the mechanical installer shall assume full responsibility to include redesign of the structure, foundations, utilities, piping, and wiring or of any other part of the Work. The cost of all such redesign, drawings, detailing and accompanying additional costs of any item of the Work shall be paid for by the installer and such redesign shall be subject to the approval of the Engineer. PART 3 - EXECUTION (NOT APPLICABLE) END OF SECTION 15010 WActive Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\15010, Basic HVAC Req. Mar 6.DOC Basic HVAC Requirements 11/04 15010-5 Oshkosh WWTP Administration Building ROUMAN SECTION 15020 ELECTRICAL REQUIREMENTS FOR HVAC WORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, Provisions of Division 1 apply to this Section. B. Refer also to Division -15 "Basic HVAC Requirements" Section. C. Refer to the "Products" portions of individual Division -15 sections for information on electrical components of mechanical equipment that may be factory furnished and/or installed. D. Refer to applicable Division -16 sections for information on wire, conduit, and basic electrical methods and materials that apply to HVAC -related wiring as defined herein. 1.2 SUMMARY OF WORK A. Work of this Section includes electrical products to be furnished/installed, and electrical wiring to be performed under Mechanical contracts. 1.3 ELECTRICAL COORDINATION A. All manual motor starters, relays, disconnect switches and fuses, pushbuttons, pilot lights, and other devices required for the line voltage branch circuit wiring of motors or electrical equipment and not integral with mechanical equipment, shall be furnished by the Mechanical installers and turned over to the Electrical installer for installation, except as specifically noted elsewhere in this section. See the Appendix at the end of this Section for further co-ordination information. B. Electrical installer shall provide all magnetic motor starters, power wiring and motor branch circuit control wiring, except temperature control wiring. C. Electrical drawings and/or specifications show number and horsepower rating of all motors furnished, together with their actuating devices if these devices are furnished by the Electrical Installer. Should any change in size, horsepower rating or means of control be made to any motor or other electrical equipment after contracts are awarded, Contractor is to immediately notify the Electrical installer of this change or pay any additional costs due to this change. Electrical Requirements for HVAC Work 11/04 15020-1 Oshkosh WWTP Administration Building ROU MAN 1.4 QUALITY ASSURANCE A. All electrical apparatus shall bear the UL seal of approval. B. Motors shall conform to applicable IEEE standards and National Electrical Code (NEC) Articles. C. Furnish project -specific wiring diagrams to Electrical installer for all equipment and devices furnished under this Section and indicated to be wired by him. PART 2 - PRODUCTS 2.1 ELECTRIC MOTORS A. All NEMA frame electric motors, whether furnished separately or as an integral part of other equipment, shall conform to the following requirements. B. Motors 1/3 HP and below: 120/60/1 voltage. Motors 1/2 HP and larger shall be 480V 3PH TEFC. Verify voltage with electrical plans and Electrical contractor. C. Performance: Quiet operating ball bearing type, with field regreaseable fittings. Unless otherwise specified or scheduled construction to be TEFC, NEMA design B, Class B insulation, 1.15 service factor, 40 C temperature rise. Single-phase motors shall be the capacitor start type. D. Provide an adjustable base and adjustable sheave, and fully enclosed belt guard meeting OSHA requirements for all belt drive motors. E. Standard NEMA frame foot mounted motors 1 HP and larger for Division -15 equipment will be have nominal nameplate efficiencies per the IEEE test method not less than scheduled below (based on 1800 RPM motors). HP MINIMUM EFFICIENCY, % TEFC 1 85.5 85.5 1.5 86.5 86.5 2 86.5 86.5 3 88.5 89.5 5 89.5 89.5 F. Motors 1-1/2 HP and above will have a power factor of 85% or greater. G. Motors controlled by adjustable frequency drives shall be specifically designed for use in these applications. ELECTRICAL REQUIREMENTS FOR HVAC WORK 11/04 15020-2 Oshkosh WWTP Administration Building ROU MAN H. Subject to compliance with requirements, provide electric motors from one of the following: General Electric Baldor Reliance Gould U.S. Motors Marathon Electric Westinghouse Electric Toshiba Leeson 2.2 MANUAL STARTERS A. Furnish manual starters for all motors over 1/8 HP not having magnetic starters. Manual starter may serve as disconnect in this case. B. Starters shall be toggle switch type, with melting alloy overload protection on all ungrounded conductors. C. Furnish surface mounted units with NEMA 1 enclosure; furnish flush mounted units with a gr front plate. D. Provide starters out of sight of the controlled device with a neon or LED pilot light. 2.3 DISCONNECT SWITCHES A. Disconnect switches for non-com p ressorized equipment shall be heavy-duty non- fused type, -voltage rating appropriate to utilization voltage. B. Disconnect switches for compressorized equipment shall be heavy-duty fused type, with HACR type fuses. C. Disconnect switches located outside shall be NEMA 4X rainproof type. 2.4 ADJUSTABLE FREQUENCY DRIVES, 1/4 TO 5 HP A. Manufacturers: Drive shall be Allen-Bradley Model 21 BDO1 1HFAYNANCONNNN- ND-B0-C1-P6-L1. PART 3 - EXECUTION 3.1 GENERAL A. Install electrical equipment in accordance with manufacturersinstructions and National Electrical Code. B. Turn over loose disconnect switches, starters, etc. to Electrical installer for mounting and wiring. All wiring to be tagged. ELECTRICAL REQUIREMENTS FOR HVAC WORK 11/04 15020-3 Oshkosh WWTP Administration Building ROU MAN 3.2 DISCONNECT SWITCHES A. For single-phase motors, manual -starting switch mounted near motor may serve as disconnecting device. B. For three phase motors, furnish disconnect switches located in accordance with provisions of the National Electrical Code if combination starter is not local to device served. 3.3 ADJUSTABLE FREQUENCY DRIVES A. Turn over to Electrical installer for mounting and line voltage wiring. B. Control wiring by Temperature Controls installer END OF SECTION 15020 ELECTRICAL REQUIREMENTS FOR HVAC WORK 11/04 15020-4 Oshkosh WWTP Administration Building ROUMAN SECTION 15050 BASIC HVAC MATERIALS AND METHODS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and Provisions of Division 1 apply to this Section. 1.2 SUMMARY OF WORK A. Work of this Section includes furnishing and installing general purpose piping, valves, and accessories for HVAC systems. 1.3 QUALITY ASSURANG A. ANSI Standards: Comply with ANSI 13.1 for lettering size, length of color field, col- ors, and viewing angles of identification devices. 1.4 SUBMITTALS A. Provide submittal data for and samples of marking and identification devices. PART 2 - PRODUCTS 2.1 GENERAL A. Refer to applicable Division -15 sections for special piping fabrication and installation procedures. 2.2 PIPING ACCESSORIES A. Escutcheons: Sheet steel, chrome plated, solid or split hinged. B. Sleeves: 20 ga. galvanized steel, Schedule 40 iron or steel pipe, or Schedule 80 PVC pipe. 2.3 FIRE BARRIER SEALANT A. UL classified intumescent type caulk or putty. B. Manufacturers: 3M CP25 & 303. Basic HVAC Materials & Methods 11/04 15050-1 Oshkosh WWTP Administration Building ROUMAN 2.4 MECHANICAL IDENTIFICATION A. General: Haphazard markings such as felt tip pens, tape labels, etc., will not be allowed. B. Pipe and duct identification: 1. Stencils, field applied with lettering sizes generally complying with ANSI A13.1 except as noted. Stencil and paint to match existing schemes in plant. 2. Snap -on type semi-rigid color -coded pipe markers. 3. Pressure -sensitive adhesive, pre-printed vinyl labels. C. Equipment identification: 1. 1/16" thick engraved plastic laminate nameplates, black with white core unless otherwise noted, with pressure- sensitive adhesive back or nylon tie. 2. Stencils, field applied with lettering sizes generally complying with ANSI A13.1 except as noted. PART 3 - EXECUTION 3.1 PIPING A. Furnish all piping systems complete with all pipe; fittings, valves, unions, hangers, supports, sleeves, anchors, etc., as required, specified and shown on the plans. Install all pipes to allow for expansion, contraction and vibration. B. All exterior piping to be weather protected or SST 304 C. Adjust work to fit into spaces allotted. Provide all bends, offsets as required, whether indicated or not. Close cooperation between trades is required. Work in- stalled without regard for other trades shall be removed as directed by the Engi- neer. D. Screwed piping: Cut threads to exact length; ream pipe after threading. Apply Tef- lon paste or tape to male threads only. 3.2 PIPING ACCESSORIES 1. Escutcheons: Provide for galvanized piping passing through finished floors, wails, and ceilings. B. Pipe sleeves: 1. Fit holes for the passage of all pipes through masonry walls, floors, beams and roofs with pipe sleeves of size to permit free movement of pipes, including insulation if any. Trim wall sleeves flush with finished surface, extend floor sleeves 1" above floor. 2. Use SST 304 pipe for exterior penetrations; seal both sides with approved mechanical seals only. BASIC HVAC MATERIALS & METHODS 11/04 15050-2 Oshkosh WWTP Administration Building ROUMAN 3.3 MECHANICAL IDENTIFICATION A. Duct Identification: Provide on each access door, indicating equipment accessed. B. Pipe Identification: Properly identify all piping indicating content and direction of flow.. Label pipe at 10 -foot intervals and at equipment, terminals, flow divisions, wall and floor penetrations (both sides), and valves. C. Equipment Identification: Permanently label all Division 15 equipment except plumbing fixtures by one of the following methods, using the same terminology as shown on the Drawings: 1. Stenciled letters min. 3" high for air handling and heat transfer equipment. 2. Tags for in-line devices. 3. Laminated plastic nameplates for panels, instruments, pumps, and other mis- cellaneous equipment. END OF SECTION 15050 MAActive Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\15050, Basic HVAC, Mar. 6.DOC BASIC HVAC MATERIALS & METHODS 11/04 15050-3 Oshkosh WWTP Administration Building ROUMAN SECTION 15060 HVAC HANGERS AND SUPPORTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and provisions of Divi- sion 1 apply to this Section. B. Refer also to Division -15 "Basic HVAC Requirements" and "Basic HVAC Materi- als and Methods" Sections. 1.2 SUMMARY OF WORK A. Work of this Section includes general-purpose hangers, supports, and anchors applicable to all Division -15 HVAC Sections, B. Refer to other Division -15 basic materials and methods Sections for general- purpose piping, valves, and related items. 1.3 QUALITY ASSURANCE A. Support all -piping by means of pipe hangers, supports, and brackets securely fastened to the building construction. PART 2 - PRODUCTS 2.1 PIPE SUPPORTS A. Hangers in direct contact with copper piping shall be copper or copper plated, or vinyl coated. Balance of hangers shall be dipped in metal primer before instal- lation. B. Supports of wire, chain, perforated strap, or any other haphazard materials are not permitted. C. Hangers for hot or uninsulated pipe 2" and under may be band or split ring type. D. Pipe supports shall be as manufactured by Grinnell, Elcen, or Fee and Mason, or field built from structural members. HVAC Hangers & Supports 11/04 15060-1 Oshkosh WWTP Administration Building ROUMAN 2.2 HORIZONTAL PIPING A. For pipe suspended from steel construction, provide clamps or welded brackets as necessary. Where overhead construction does not permit fastening hanger rods in required locations, provide additional steel framing as required. B. For pipe suspended from concrete construction, provide masonry anchors or con- crete inserts. Inserts for poured concrete construction will be turned over to the Concrete Subcontractor for installation. C. Parallel pipe runs may be supported by trapeze hangers of unistrut, back-to-back angles, or channels, mounted at intervals not greater than that required for the smallest pipe supported. Separately clamp or U -bolt each pipe to the hanger. D. Uninsulated pipe runs along walls may be supported by eccentric hooks or unistrut with pipe clamps securely fastened to the wall. Support insulated or parallel runs of pipe along walls by brackets or as detailed. E. Support all pipe at intervals not exceeding the following schedule. In addition, sup- port all pipes at changes of direction, and at concentrated loads due to in-line equipment or valves. Hanger Spacing in Feet Pipe Copper Steel Pipe PVC -40 C. 1. Hanger Size Tube Sch. 40 & 80 Pie 2 Soil Pipe Rod Size 3/4 5 7 - - 3/8 1 6 7 - - 3/8 1-1/4 7 7 - - 3/8 1-1/2 8 9 4 9 3/8 2 8 10 4 10 3/8 Notes: (2) Provide 12", 18 gauge galvanized steel shield at each hanger. F. Paint supports installed outdoors according to the provisions of Division 9. 2.3 EQUIPMENT SUPPORTS A. Provide concrete inserts, beam clamps, angles or channels and threaded rod to support equipment hung from structure. Construct of structural steel members or steel pipe and fittings.. END OF SECTION 15060 MAActive Projects\45404 OSHKOSH WWTP-HVAC\Project Manua1\15060, HVAC Hangers, Mar 6.DOC HVAC HANGERS & SUPPORTS 11/04 15060-2 Oshkosh WWTP Administration Building ROU MAN SECTION 15080 HVAC INSULATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and Provisions of Divi- sion 1 apply to this Section. B. Refer also to Division -15 "Basic Mechanical Requirements" Section C. Refer to Division -15 Section "Basic Mechanical Materials and Methods" for instal- lation of insulated piping inserts and thermal hanger shields. 1.2 SUMMARY OF WORK- . A. Apply insulation to ducts, piping, and equipment in nominal thicknesses in accor- dance with the applications section. 1.3 QUALITY ASSURANCE A. Insulation systems applied indoors under this Section shall have a flame spread rating of 25 or less and a smoke developed rating of 50 or less according to ASTM E 84, unless otherwise noted. B. All insulation products shall conform to specific ASTM Standards noted herein. 1.4 SUBMITTALS A. Provide submittal data for and samples of marking and identification devices. PART 2 - PRODUCTS 2.1 GENERAL A. Refer to applicable Division -15 sections for special piping fabrication and installa- tion procedures. HVAC INSULATION 11/04 15080-1 Oshkosh WWTP Administration Building ROU MAN 2.2 PIPE INSULATION A. Fiberglass snap on pipe insulation (FPM): One piece, molded heavy density glass fiber insulation, ASTM C547, Class 1,2, and 3, 20 to 850 deg. F. tempera- ture rating. Maximum "K" factor .23/in. at 75 deg. F. Pipe size and wall thick- ness printed on each piece. B. Plastic foam insulation (PF): Flexible closed cell foam insulation in tube or sheet form, ASTM C 534, Types I and 11. 40 to 220 deg. F. temperature range. Maxi- mum "K" factor .28/in. at 75 deg. F. Flame spread 25, smoke developed 150 or less per ASTM E 84. 2.3 DUCT AND EQUIPMENT INSULATION A. Rigid glass fiberboard insulation (FRB) in sheet form, ASTM C612, Class 2. 6- Ib/cu. ft. minimum density. -20 to 450 deg. F. temperature range. Maximum "K" factor .23/in. at 75 deg. F. B. Fiberglass blan`kef insulation (FBL): Flexible glass fiber blanket in roll form, ASTM C 553, Type 11, Class F-1, 1 Ib/cu. ft. minimum density. 20 to 250 deg. F. temperature range. Maximum "K" factor .28/in. at 75 deg. F. 2.4 JACKETING MATERIALS A. All -service jacket (ASJ): White kraft paper bonded to aluminum foil and rein- forced with glass fibers, factory applied to insulation. Water vapor permeability .02 perms maximum. Furnish pipe insulation with self-sealing adhesive lap strip and 3" butt strip. 2.5 MANUFACTURERS CertainTeed Knauf Manville Owens-Corning Fiberglass PART 3 - EXECUTION 3.1 GENERAL A. Apply pipe and duct insulation to clean, dry surfaces and only after tests and ap- provals have been completed. Surface and ambient temperature must be at least 25 deg. F. B. All pipe and duct insulation shall be continuous through walls and ceiling open- ings and sleeves unless firestop system is required. HVAC INSULATION 11/04 15080-2 Oshkosh WWTP Administration Building ROUMAN C. Butt adjoining sections and insulation firmly together. Bevel insulation at interrup- tions. All surface finishes must be extended to protect all surfaces, ends and raw edges of insulation. D. Where vapor sealing is required on cold surfaces, the insulation shall be applied with a continuous unbroken vapor seal. Hangers, supports, anchors, etc. that are secured directly to cold surfaces must be adequately insulated and vapor sealed to prevent condensation. 3.2 PIPE INSULATION INSTALLATION A. Fiberglass Pre -molded (FPM): 1. ASJ Jacket: Adhere jacket by sealing the laps and applying butt strips strictly in accordance with the manufacturer's instructions. 2. Insulate fittings with PVC covers and fiberglass inserts. Where standard covers.are not available, insulate with fiberglass to thickness equal to ad- jacent IS f 6 insulation and finish with glass cloth on cement. 3. Where vapor sealing is required, seal -fitting cover seams with vapor bar- rier cement and wrap the circumferential edges of the cover with vapor barrier tape. Vapor seal. B. Plastic Foam, (PF): 1. Apply tubing to pipe during fabrication without slitting. Use fabricated fit- ting -covers for tees, elbows, and valves. Use manufacturer's recom- mended contact adhesive at joints. 3.3 DUCT AND EQUIPMENT INSULATION A. Fiberglass Blanket (FBL): 1. Form a 2" flange on one end of each section; secure. to duct using pres- sure sensitive tape to match jacket taking care to minimize compression of insulation. Butt adjacent sections and seal with tape. 2. For duct bottoms 18" or wider, use weld or adhesive pins or clips. Cut off flush the protruding ends of pins. Seal the vapor barrier with tape and ad- hesive where the fasteners have pierced the facing. 3. Vapor seal at duct hangers. Seal all tears and cuts in the facing with aluminum foil tape. HVAC INSULATION 11/04 15080-3 Oshkosh WWTP Administration Building ROUMAN B. Fiberglass Board Insulation (FRB): 1. Impale insulation on weld pins and secure with speed clips. Cut off pro- truding pins flush with the surface of the insulation. 2. For concealed work, the pin spacing shall be 12". For exposed work, the pin spacing shall be as required to hold the board firmly in place but not less than 12". 3. All joints and penetrations shall be sealed with 3" wide pressure sensitive vapor barrier tape, which matches the jacket. Vapor seal at duct hangers C. Fiberglass blanket insulation - sleeve form (FBS): 1. Preformed sleeve of vinyl -jacketed fiberglass, R4.2 as noted in sched- ules TABLE A - DUCTWORK INSULATION SCHEDULE DUCT TYPE RECTANGULAR OUTSIDE AIR INTAKE EXHAUST AND RELIEF SUPPLY& MIXED AIR RETURN ROUND SUPPLY Notes: 11/04 TEMP INSUL THICK JACKET REMARKS y RANGE TYPE NESS TYPE -40-100 FRB 1-1/2 FSK 50-65 FRB 1-1/2 FSK Indoor exposed (fan room) FBL 2 FSK Indoor concealed 70-90 None 50-65 None Within conditioned space or plenum FBL 2 ASJ Where concealed FBS 1-1/2 VNL Runouts to diffusers HVAC INSULATION 15080-4 Oshkosh WWTP Administration Building ROUMAN 1. See notes on drawings for specific information concerning duct insulation requirements 2. Parallel runs of similar size duct may be insulated as one unit. 3. Internally lined or double wall insulated ducts are not insulated. END OF SECTION 15080 MAActtve Projects145404 OSHKOSH WWTP-HVAC1Project Manua1115080, HVAC Inst, Mar. 6.DOC HVAC INSULATION 11104 15080-5 Oshkosh WWTP Administration Building ROU MAN SECTION 15110 HVAC VALVES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 apply to this Section. B. Refer also to Division -15 'Basic Mechanical Requirements" and "Basic Materials and Methods" Sections. C. Refer to other Division -15 basic materials and methods Sections for general-purpose piping and related items. 1.2 SUMMARY OF WORKR A. Work of this Section includes general purpose valves applicable to all Division -15 Sections B. Provide where indicated and/or required, pressure rated valves of types and sizes shown. Figure numbers are for screwed ends, use equivalent solder end valve for sol- dered piping. 1.3 QUALITY ASSURANCE A. Comply with applicable ANSI/ASTM standards for materials and manufacture of general-purpose valves. PART 2 - PRODUCTS 2.1 GENERAL A. Provide 2" extended stems for ball and butterfly valves installed on insulated pipelines. B. Provide valves 2" and under with threaded or solder ends based on piping system used. C. Provide owner with spares and rebuild parts for each type of valve. HVAC VALVES 11/04 15110-1 Oshkosh WWTP Administration Building ROU MAN 2.2 BALL VALVES A. 2-1/2" and smaller: 150 lb. SWP, 600 WOG rated, bronze body, full port chrome plated bronze ball, two piece design with blow-out proof stem, Teflon packing, washer and seats. Vinyl grip on handle. Apollo 70-100 series, Nibco T-580, Worcester 4211T, Hammond 805, Milwaukee BA -100, Watts FVB. Use extended stem version equal to Apollo 70-100-03/04 series for insulated pipe lines 2.3 CHECK VALVES A. Silent Check 2" and smaller: 125 Ib. SWP, bronze body, spring loaded Teflon disc, Teflon seat ring, stainless steel trim. Nibco T -480Y or approved equal. PART 3 - EXECUTION A. INSTALLATION 1. Install valvesswith' adequate clearance to operate. 2. Install valves in horizontal pipelines with bonnets or stems facing up. END OF SECTION 15110 MA\Active Projects\45404 OSHKOSH W WTP-HVAC\Project Manual\15110, HVAC Valves, Mar. 6.doc HVAC VALVES 11104 15110-2 Oshkosh WWTP Administration Building SECTION 15122 METERS AND GAUGES PART 1 -GENERAL 1.1 RELATED DOCUMENTS ROUMAN A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 apply to this Section. B. Refer also to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Materials and Methods" Sections. 1.2 SUMMARY OF WORK A. Work of this seb6on' includes furnishing and installing devices for indicating or measuring temperature, pressure and flow in pipe lines and ducts. B. Refer to other Division -15 basic materials and methods Sections for general purpose piping and related items. 1.3 QUALITY ASSURANCE A. Gauges shall meet ANSI Grade A requirements. PART 2 - PRODUCTS 2.1 THERMOMETERS A. Bi -metal thermometers —liquid applications: 4-1/2" dial scale, glass front with external adjustment, cast aluminum case and stainless steel stem, range of 30 deg. to 240 deg., accuracy to 1 % of full scale. B. Bi -metal thermometers — vapor applications: 3-1/2" dial scale, acrylic front with external adjustment, stainless steel case and stem, range of 0 deg. to 100 deg , accuracy to 1 % of full scale C. Manufacturers: H.O. Trerice 80030 (air) or 80445 (liquid), A.A. Weiss Co., Ashcroft, Marsh, or equal. D. Provide separable wells for liquid sensing thermometers METERS AND GAUGES 11/04 115122-1 Oshkosh WWTP Administration Building ROU MAN PRESSURE GAUGES E. Gauges: ANSI B40".1, bronze bourdon tube, 3.5" dia. dial with cast aluminum case, glass lens, 1 % accuracy and a range of 0 -100 psi. F. Accessories 1. Provide bronze snubbers for all pressure gauges installed on pumped Liquid pipe lines. 2. Provide brass needle valve type gauge cocks for all pressure gauges. G. Manufacturers: H.O. Trerice #600 or #601, Ashcroft, Marshalltown or A.A. Weiss. 2.2 PRESSURE AND TEMPERATURE TEST STATIONS A. Supply and install where indicated 1/4" MPT fitting to receive either a temperature or pressure probe 1/8" OD. Fitting shall be solid brass with valve core of Nordel, fitted with a color coded and marked cap with gasket, rated at 1000 psig. Use extended fittings at all insulated piping. B. Provide one readout kit consisting of an insertion type thermometer and pressure gauge to the Owner at the conclusion of the project. C. Manufacturers: Peterson Engineering Co 110XL with 500XL test kit, Sisco. PART 3 - EXECUTION 3.1 THERMOMETERS - A. Install liquid bi-metal thermometers in the following locations, and elsewhere where noted on plans: 1. At inlet and outlet of each hydronic coil in air handling units. 2. At boiler return and supply B. Install vapor bi-metal thermometers at the outside air intake, mixed air section, and supply air discharge of all air handling units. C. Fill. wells with oil or. graphite. D. Adjust bases for best visual angle after installation. 3.2 PRESSURE GAUGES A. Install in the following locations, and elsewhere as noted on plans: 1. At suction and discharge of each pump. METERS AND GAUGES 11104 15122-2 Oshkosh WWTP Administration Building ROUMAN 3.3 PRESSURE AND TEMPERATURE TEST STATIONS A. Orient fittings to allow insertion of test probes without interference. END OF SECTION 15122 MAActive Projects\45404 OSHKOSH WWTP-HVAC\Project Manual115122, Meters & Gauges, Mar. 6.doc METERS AND GAUGES 11104 15122-3 Oshkosh WWTP Administration Building ROUMAN SECTION 15181 HYDRONIC PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and Provisions of Division 1 apply to this Section. B. Refer also to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Materials and Methods" Sections for pipe, fittings, and accessories. C. Refer to Division -15 HVAC Valves Section for hand operated valve requirements. 1.2 SUMMARY OF WORK. A. Work of this Section includes installation of piping for heating and cooling systems, and related accessorius -and specialties, and connecting to equipment furnished under other Sections. PART 2 - PRODUCTS 2.1 HYDRONIC PIPE AND FITTINGS A. Copper Pipe and Fittings, system P-3 1. Pipe: Hard drawn copper tubing conforming to ASTM B-88 and ANSI B-23.1, types "L" 2. Fittings for copper tubing: Wrought copper in accordance with ANSI B16.22 3. Solder: 95/5, ASTM B32 -50A. 4. Where screwed connections are necessary to valves or equipment, use wrought copper screwed adapters per ANSI B16.22. 2.2 CALIBRATED BALANCE VALVES A. Furnish and install where indicated, a calibrated bronze balance valve with provisions for installing a portable differential meter. Meter connections shall have built in check valves. An integral pointer shall register degree of valve opening. A calibrated curve shall be furnished relating pointer position to flow rate. Valve shall provide 100% shutoff when closed. B. 125 Ib. rated valve body; supplied with preformed insulation suitable for use on either heating or cooling systems. C. Manufacturers: Bell & Gossett, Armstrong, Taco. HYDRONIC PIPING 11104 15181 -1 Oshkosh WWTP Administration Building ROUMAN PART 3 - EXECUTION 3.1 GENERAL A. Provide unions in supply and return piping to all items of equipment. B. Provide manual vents at all high points of mains and branches for properly venting air from the system. Automatic vents are not acceptable. C. Provide drain valves with standard hose connections at all low points in the system. D. Provide balance or flow control valves at all radiation, water coils, cabinet heaters, return mains, etc., or where required to properly balance water flow in the system. E. Run risers plumb and straight; make branch connections to radiation connections in such a manner as to allow risers to expand and contract freely. F. Use eccentric reducers at size changes (top horizontal) to prevent trapping of air. 3.2 PIPING APPLICATIONS A. Heating and Cooling systems - low pressure/temperature 1. Piping: System P-3 2. Valves: 150 Ib. WOG rating, gate, butterfly, ball, check. Use solder end valves with copper piping and threaded or flanged end valves with steel piping 3.3 MISCELLANEOUS PIPING A. Condensate drain piping 1. iping: System P-3, except type "M" copper is acceptable 2. Install condensate drain piping from evaporators on air conditioning units to near- est drain. 3. Run piping full size from the drain pan connections on the unit unless otherwise indicated on the drawings, with P trap. 3.4 PRESSURE REDUCING VALVES A. Install pressure reducing valve and all makeup water piping from backflow preventer to hydronic systems. 3.5 WATER SYSTEM CLEANING A. Flush and test hydronic piping systems in accordance with Division -15 Basic HYDRONIC PIPING 11/04 15181-2 Oshkosh WWTP Administration Building ROUMAN Mechanical Materials and Methods sections. Open bypasses closed during pressure testing. B. Refill piping systems, adding a blend of organic alkaline penetrants, emulsifiers, surfactants and corrosion inhibitors that remove grease and petroleum products from the interior of piping systems, to maintain Ph of 8.0 to 8.5 and hardness of 0 ppm. Circulate through entire system for 48 hours, adding chemicals as necessary to adjust levels. Fire boiler to 200 deg. F. in hydronic heating systems. C. Drain, flush and refill piping with fresh water. Remove temporary pipeline strainers and clean or blow down permanent strainers. Clean out cooling tower basins. D. Add permanent chemical treatment as recommended by manufacturer. Provide maintenance staff with instructions on water testing and treatment. END OF SECTION 15181 MAActive Projects145404 OSHKOSH WWTP-HVAC1Project Manua1115181, Hydronic Piping, Mar. 6.doc HYDRONIC PIPING 11/04 15181 -3 Oshkosh WWTP Administration Building ROUMAN SECTION 15183 REFRIGERANT PIPING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 apply to this Section. B. Refer also to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Materials and Methods" Sections. 1.2 SUMMARY OF WORK. A. Work of this SeclN- includes halocarbon refrigeration piping and related piping and specialties to complete the installation of refrigeration systems. 1.3 QUALITY ASSURANCE A. Install refrigerant piping in accordance with ASHRAE Standard 15 "Safety Code for Mechanical Refrigeration" B. Follow recommendations of ASHRAE Guideline 3-1996 "Reducing Emission of Halogenated Refrigerants in Refrigeration and Air Conditioning Equipment and Sys- tems" as it applies to halocarbon piping practices. PART 2 - PRODUCTS 2.1 REFRIGERATION PIPING = . A. Piping: Type L copper hard -drawn refrigeration (ACR) grade tubing. B. Solder: Copper brazing alloy. C. See other applicable sections for requirements for accessory items, hangers, etc. REFRIGERATION PIPING 11/04 15183-1 Oshkosh WWTP Administration Building ROU MAN 2.2 REFRIGERATION SPECIALTIES A. Ball Shutoff Valves: Forged brass, chrome plated bronze ball with Teflon seals, ex- tended copper connections, position indicating stem with mechanical stops and threaded seal cap, - 40 — 300 deg. F temperature rating, 500 PSI working pressure. B. Solenoid Valves: Forged brass with Teflon valve seat, normally closed 2 -way type. 250 deg. F temperature rating, 400 psi working pressure. NEMA 1 enclosure with /2' conduit adapter. C. Moisture Liquid Indicator: Combination type with see- through element showing moisture content through color change and permitting viewing of refrigerant bubbles or flash gas. Forged brass, 500 psi working pressure, optical glass port with gap. D. Refrigerant Filter -Dryer: Steel shell and flange ring, ductile iron cover with steel cap screws, copper fittings, 500 psi working pressure, angle or straight type as shown on plans. With replaceable ceramic desiccant cores for suction or liquid line service as scheduled or'shown on drawings. E. Expansion Valves: Externally equalized type with adjustable superheat. F. Hot gas bypass valves: Direct acting, with solenoid. <<internally (mounted in con- densing unit) or externally (mounted at expansion valve) equalized. Brass or copper body with flare fittings for brazing. G. Manufacturers: Sporlan, Alco, Henry. PART 3 - EXECUTION 3.1 REFRIGERATION PIPING A. Run suction and liquid lines level. Use nitrogen purge during brazing operations. B. Take care when running suction and liquid to avoid any unnecessary bends or turns. Give special consideration to vertical risers on suction and hot gas lines for proper oil return to the compressor. Install double riser if recommended by manufacturer or as detailed on Plan. C. Use nitrogen to pressurize piping for checking leaks. Rap all joints with rubber mal- let to test for leaks. Test all refrigerant piping with an electronic leak detector. After system is found to be tight, allow system to stand for 24 hours with full pressure on. REFRIGERATION PIPING 11/04 15183-2 Oshkosh WWTP Administration Building ROU MAN D. After initial pressurization of piping system, evacuate to 100 -micron vacuum with a high vacuum pump. System shall be acceptable when loss of vacuum is less than 50 microns in a 24 hour period. After evacuation, charge with refrigerant. E. Contractor will be responsible for all leaks or loss of refrigerant charge during the warranty period. 3.2 REFRIGERATION SPECIALTIES A. Install refrigerant valves where indicated, and in accordance with manufacturer's in- structions. Remove accessible internal parts before soldering or brazing, replace af- ter joints are completed. END OF SECTION 15183 MAActive Projects145404 OSHKOSH VMTP-HVACIProject Manua1115183,Refrig. Piping, Mar. 6.doc REFRIGERATION PIPING 11/04 15183-3 Oshkosh WWTP Administration Building ROU MAN SECTION 15194 FUEL GAS PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and Provisions of Division 1 apply to this Section. B. Refer also to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Materials and Methods Sections for piping joining materials, joint construction, ba- sic installation requirements, and labeling and identifying requirements. C. Refer to Division -15 "Hangers and Supports" Section for methods of securing and supporting pipe. 1.2 SUMMARY OF WORK A. Work of this Section includes piping, specialties, and accessories for natural gas systems from the meter(s) to gas appliances. 1.3 DEFINITIONS A. Natural Gas: Fuel gas having a heat content of 1000 Btulcu.ft., and specific gravity of 0.6. B. Low Pressure Natural Gas Piping System: Operating at pressure of 0.5 PSIG (13.5' w.c.) or less, with working pressure requirement of 2 PSIG. C. Medium Pressure Natural Gas Piping System: Operating at pressure greater than 0.5 PSIG (13.5" w.c.) but not greater than 2 PSIG, with working pressure require- ment of 10 PSIG. 1.4 QUALITY ASSURANCE A. Piping system shall meet requirements of NFPA 54 "National Fuel Gas Code", and local gas utility. FUEL GAS PIPING 11104 15194-1 Oshkosh WWTP Administration Building ROUMAN B. Provide equipment and accessories that are listed and labeled by UL or other na- tionally recognized testing laboratory. Provide listing/approval stamp, label, or other marking on equipment made to specified standards. 1.5 SUBMITTALS A. Submit product data for gas regulators and special gas duty valves. PART 2 - PRODUCTS 2.1 PIPING - STEEL A. Pipe: Carbon steel, ASTM A53 Type E (electric resistance welded) or S (seamless), Grade B, Schedule 40, black. B. Cast Iron Fittings: ASME B16.1, Classes 125 and 250 C. Malleable Iron Fittings: ASME B16.3, Class 150, standard pattern, with threads con- forming to ASME A1.20.1. - D. Steel Fittings: ASME B16.9, wrought steel, butt -welding type. E. Steel Flanges and Flanged Fittings: ASME B16.24. F. Unions: ASME B16.39, Class 150, black malleable iron, female pattern, brass -to - iron seat, ground joint. G. Gaskets, joint -compound and tape: Suitable for natural gas. 2.2 VALVES A. General: Valves shall conform to ANSI Z21.15 and ANSI Z21.15a if no other stan- dards listed. B. Low-pressure Gas Stops, 2 inches and smaller: AGA certified. design, plug or ball type, bronze body and bronze plug or chrome -plated ball, threaded ends equal to Apollo GB -10. Valves shall be lever type. FUEL GAS PIPING 11/04 15194-2 Oshkosh WWTP Administration Building ROU MAN 2.3 REGULATORS A. For appliances rated 400 CFH and 2 PSIG or less, use lever acting regulator, Maxi- trol 325 series or equal, aluminum body, threaded connections, vent limiting design with dust cap and vent screen. PART 3 - EXECUTION GENERAL A. Comply with NFPA 54 provisions for piping installation safety. B. Gas piping shall be installed by trade whose drawings piping is shown on. 3.2 PIPING SYSTEM APPLICATIONS A. Low-pressure and Medium -pressure gas systems, above ground within building: 1. 2 inches and smaller: Steel pipe with malleable iron fittings. Install unions at equipment and valves. 3.3 PIPING INSTALLATION A. All piping shall be exposed or accessible. B. Slope pipe 1/4 inch in 15 feet (1;60) upward toward risers and equipment. Make re- ductions in size using eccentric reducers flat on bottom to allow for moisture drain - back. Install a drip tee near meter or service regulator. C. Install dielectric unions where dissimilar metals are joined. D. Install pressure regulating valves for all gas appliances where -operating from other than low pressure gas system and vent limiting regulators are not used. Vent regula- tors to outside building and terminate with approved vent cap. E. Test piping system at working pressure after installation. Isolate equipment that may be harmed by test pressure during testing. FUEL GAS PIPING 11/04 15194-3 Oshkosh WWTP Administration Building ROUMAN 3.4 VALVE INSTALLATION A. Install a shut-off valve for each piece of gas equipment and each gas regulator not more than 6 feet from equipment. Where branch pipe drops to floor -mounted equip- ment, place valve in drop) 3.5 REGULATOR INSTALLATION A. Provide piped vent to exterior on non -vent limiting regulators. Provide roof flashing or wall seal, and vent cap. 3.6 EQUIPMENT INSTALLATION A. Final connections to equipment (piping from shutoff valve to equipment or appli- ance) shall be made by trades installing same. B. Install dirt leg with cap at each appliance. END OF SECTION 15194 MAActive Projects145404 OSHKOSH WWTP-HVAC1Project Manuai115194, Fuel Gas Piping, Mar. 6.doc FUEL GAS PIPING 11/04 15194-4 Oshkosh WWTP Administration Building ROU MAN SECTION 15512 CAST IRON BOILERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and Provisions of Division 1 apply to this Section. B. Refer also to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Materials and Methods" Sections. C. Refer to Division -15 "Electrical Requirements for Mechanical Work" Section for motor and wiring requirements. D. Refer to Division -15 "Breechings, Chimneys and Stacks" Section forventing require- ments. E. Refer to Division -15 "Sequence of Operation and AHVAC Instruments and Controls" Sections for boiler controllers and operating sequences. 1.2 SUMMARY OF WORK. A. Work of this Section includes furnishing and installing boiler equipment and connecting to water, gas, and venting. 1.3 QUALITY ASSURANCE A. Gas fired boilers shall be listed and approved by the American. Gas Association for natural or L.P. gas. B. Single boilers with gas 'input of 400,000 BTUH or greater shall be provided with insurance agency approved gas train. C. Start up cast iron boilers under the supervision of a factory trained technician. CAST IRON BOILERS 1/05 15512-1 Oshkosh WWTP Administration Building ROUMAN PART 2 -PRODUCTS 2.1 CAST IRON MODULAR BOILERS A. Each boiler module shall be completely factory assembled with burner base, cast iron mixing tube, cast iron absorption units with elastomer seals between units, cast iron flue collector, insulated metal jacket, probe type lowwater cutoff, and dual aqua - stat. B, Atmospheric burner boilers shall be furnished with aluminized steel burner, electronic intermittent pilot device, automatic gas valve and gas pressure regulator, and draft hood or barometric damper. C. Sealed combustion boilers shall be furnished with stainless steel burners, microprocessor -controlled combustion system, nonmetallic draft inducer fan, connections for non-metallic vent piping, and condensate drain connection. D. Each boiler module shall be constructed for 100 psig working pressure in accordance with ASME code for low pressure heating boilers. For each heating module the manufacturer shall supply a high limit control and, for the total boiler capacity, a. minimum of one ASME pressure relief valve, 30 psig. E. Where noted, furnish boiler with factory -installed circulator, Taco 007 series orequal by Bell & Gossett, and circulator relay. F. Manufacturers: Slant/Fin, Hydrotherm, Weil -McLain, Burnham, Peerless. PART 3 - EXECUTION 3.1 GENERAL A. Mount boilers on concrete pad. B. Install and pipe all boiler trim items shipped loose using crosses with nipples and caps at all changes of direction. C. Connect boilers to supply and return water piping and fuel piping as shown on plans. Provide shutoff valves for supply and balancing valves for return water ;condensate piping and shutoff cocks for fuel piping. CAST IRON BOILERS 1105 15512-2 Oshkosh WWTP Administration Building ROUMAN D. Connect boilers to steam and condensate piping and fuel piping as shown on plans. Provide shutoff valves for steam and condensate piping and shutoff cocks for fuel piping. E. Install flue gas piping or breeching as shown on plans and according. to manufacturer's recommendations. F. Pipe relief valve and blowdown valve to floor drain. G. External control wiring shall be by Temperature Controls subcontractor. END OF SECTION 15512 MAActive Projects145404 OSHKOSH WWTP-HVAC1Project Manual115512, Cast Iron Boilers, Mar. 6.doc CAST IRON BOILERS 1/05 15512-3 Oshkosh WWTP Administration Building ROUMAN SECTION 15550 BREECHINGS, CHIMNEYS AND STACKS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and Provisions of Division 1 shall apply to this Section. B. Refer to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Mate- rials and Methods" Sections. 1.2 SUMMARY OF WORK. A. Work of this section includes furnishing installation of flue vents for gas fired space and water heating equipment. 1.3 QUALITY ASSURANCE A. Comply with applicable portions of UL safety standards and NFPA 211; provide products which have been UL labeled. PART 2 — PRODUCTS 2.1 STAINLESS STEEL, SINGLE-WALL VENTS A. Prefabricated corrosion -resistant venting system manufactured of AL 29-4C stain- less steel, UL listed for use with natural gas or propane appliances to 550 deg. F. flue gas temperatures. B. Snap -lock ring and tab closure system for pipe and fittings which will provide a gas- tight joint to a Fisted working pressure of 3" w.g. when properly sealed. C. Provide pipe, fittings, thimbles for combustible construction, sealant, and adaptors as required for a complete installation. D. Manufacturers: Heat -Fab "Saf-T-Vent BREECHINGS, CHIMNEYS AND STACKS 1/05 15550-1 Oshkosh WWTP Administration Building ROU MAN PART 3 - EXECUTION 3.1 GENERAL A. Install manufactured venting products in accordance with manufacturer's installation instructions and UL listing. Maintain minimum clearances from combustibles speci- fied in UL listing. B. Support vents at intervals recommended by the manufacturer to support the weight of the vent and all accessories, without exceeding loading of appliances. END OF SECTION 15550 MAActive Projects145404 OSHKOSH WWTP-HVAC\Project Manua1115550, Breechings, etc., Mar. 6.doc BREECHINGS, CHIMNEYS AND STACKS 1/05 15550-2 Oshkosh WWTP Administration Building ROU MAN SECTION 15725 MODULAR INDOOR AIR HANDLING UNITS PART1-GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 apply to this Section. B. Refer to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Materials and Methods" Sections. C. Refer to Division -15 "Electrical Requirements for Mechanical Work" for variable frequency drive ahb-NEMA frame motor, starter, and disconnect requirements. D. Refer to Division -15 Controls and "Sequence of Operation" sections for interface of unit controls and work of Temperature Controls installer. E. Refer to Division -15 "Air Filters" Section for air filtration products to be furnished with air handling units F. Refer to Division=l 5 "Air Coils Section for air handling unit coil specifications. 1.2 SUMMARY OF WORK. A. Work of this Section consists of furnishing and installing modular factory fabricated air - handling equipment and related accessories. 1.3 QUALITY ASSURANCE A. Test and rate all factory fabricated air -handling units furnished under this Section in accordance with AMCA standards. B. Housed fan performance shall comply with ARI Standard 430 for Central Station Air Handling Units C. Air handling unit coils shall be rated in accordance with ARI Standard 410 D. Furnish units with capacities at least equal to those specified. Coil air and water pressure drops will be not more than 5% higher than indicated. MODULAR INDOOR AIR HANDLING UNITS 11/04 15725-1 Oshkosh WWTP Administration Building ROUMAN E. Include fan operating curves and fan sound power level at operating conditions with submittals. 1.4 SUBMITTALS A. Submit detailed information specific to units being provided, including job -specific submittal drawings with complete dimensional information, certified fan and coil performance data, installation, operating, and maintenance instructions. PART 2 - PRODUCTS 2.1 MODULAR AIR HANDLING UNITS - FACTORY FABRICATED A. Casings: Double wail construction, with inside and outside walls of reinforced galvanized steel attached to structural. frame, capable of withstanding 4" positive or negative static pressure. Insulate all casing sections between walls with 2"-1.5 ib. fiberglass board or foamed urethane. Provide insulated galvanized or stainless steel drain pan for fan section. All access doors shall be of double wall construction, hinged and gasketed, and secured with quick -opening fasteners. All fasteners shall be aluminized steel B. Fans: Double width double inlet steel construction factory installed in casing. With regreasable 200,000 hour (ABMA L-50) pillow block type shaft bearings and extended grease fittings_ Provide internal fan vibration isolation factory installed. C. Water Coils: Copper tube, aluminum plate fin type with cast iron or Sch. 40 pipe headers, pressure tested and factory installed in casing. Provide manual drain and vent valves at each header of water coils for complete drainage. D. DX Coils: Copper tube and aluminum plate fin construction, factory installed and tested to 250 psig. Provide coil splits, circuiting, and refrigerant distributors to match capacity steps of refrigeration unit. Coitsplits shall be intertwined to keep:the full face active at all times unless scheduled otherwise. Ship coil with holding charge of dry air or nitro- gen. See Plans for side outlet distributors or special devices required. E. Furnish heating and/or cooling coils as scheduled factory installed in casing F. Motors and drives: Premium efficiency motors are required - refer to Division -15 Section "Electrical Requirements for Mechanical Work" for motor specifications. Provide 1.4 service factor belt drive, with adjustable pulley to 3 HP. Drive shall be internally mounted or fully enclosed in a belt guard. G. Filter sections: Provided by manufacturer. Furnish filter tracks and hinged access doors each side. MODULAR INDOOR AIR HANDLING UNITS 11/04 15725-2 Oshkosh WWTP Administration Building ROUMAN H. Rail: Furnish a 4" high full perimeter galvanized steel rail for field assembly and installa- tion. 1. Manufacturers: Trane, McQuay, Carrier, York, Dunham -Bush PART 3 - EXECUTION 3.1 MODULAR AIR HANDLING UNITS -FACTORY FABRICATED A. Set floor mounted units on concrete pad. B1. Pipe coil drain pan to drain. Install P trap at coil. C. Units must be accessible for servicing filters, fans, dampers, etc. END OF SECTION 15725 M:1Active Projects145404 OSHKOSH WWTP-HVAC1Project Manual\15725, Mod. Indoor, Mar. 6.doc MODULAR INDOOR AIR HANDLING UNITS 11104 15725-3 Oshkosh WWTP Administration Building ROU MAN 2.2 REFRIGERATION SPECIALTIES A. Ball Shutoff Valves: Forged brass, chrome plated bronze ball with Teflon seals, ex- tended copper connections, position indicating stem with mechanical stops and threaded seal cap, - 40 — 300 deg. F temperature rating, 500 PSI working pressure. - B. Solenoid Valves: Forged brass with Teflon valve seat, normally closed 2 -way type. 250 deg. F temperature rating, 400 psi working pressure. NEMA 1 enclosure with '/2" conduit adapter. C. Moisture Liquid Indicator: Combination type with see- through element showing moisture content through color change and permitting viewing of refrigerant bubbles or flash gas. Forged brass, 500 psi working pressure, optical glass port with gap. D. Refrigerant Filter -Dryer: Steel shell and flange ring, ductile iron cover with steel cap screws, copper fittings, 500 psi working pressure, angle or straight type as shown on plans. With replaceable ceramic desiccant cores for suction or liquid line service as scheduled or shown on drawings. E. Expansion Valves: Externally equalized type with adjustable superheat. F. Hot gas bypass valves: Direct acting, with solenoid. <<internally (mounted in con- densing unit) or externally (mounted at expansion valve) equalized. Brass or copper body with flare fittings for brazing. G. Manufacturers: Sporlan, Alco, Henry. PART 3 - EXECUTION 3.1 REFRIGERATION PIPING A. Run suction and liquid lines level. Use nitrogen purge during brazing operations. B. Take care when running suction and liquid to avoid any unnecessary bends or turns. Give special consideration to vertical risers on suction and hot gas lines for proper oil return to the compressor. Install double riser if recommended by manufacturer or as detailed on Plan. C. Use nitrogen to pressurize piping for checking leaks. Rap all joints with rubber mal- let to test for leaks. Test all refrigerant piping with an electronic leak detector. After system is found to be tight, allow system to stand for 24 hours with full pressure on. REFRIGERATION PIPING 11/04 15183-2 Oshkosh WWTP Administration Building SECTION 15761 AIR COILS PART 1 - GENERAL ROUMAN 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 shall apply to this Section. B. Refer also to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Materials and Methods Sections. 1.2 SUMMARY OF WORK. A. Work of this section includes all heat transfer coils furnished separately or as part of modular air handling equipment. 1.3 QUALITY ASSURANCE A. Commercial heating and cooling coil performance data and selection procedures shall be certified as being in accordance with ARI Standard 410, "Forced -Circulation Air - Cooling and Air -Heating Coils". B. Residential cooling coil performance data and selection procedures shall be certified as being in accordance with ANSI/ARI Standard 210/240-89, "Unitary Air -Conditioning and Air -Source Heat Pump Equipment". PART 2 - PRODUCTS 2.1 WATER COILS A. To be of the extended surface type. Headers shall be close grained gray cast iron or schedule 40 pipe hydrostatically tested to 400 psi pressure before assembly. The primary surface shall be round seamless copper tubes 5/8" O.D. B. The secondary surface shall consist of aluminum fins of the plate or spiral finned type and shall be continuous across the entire length of the coil section. Tubes shall be pneumatically expanded into the fin collars. AIR COILS 11/04 15761 -1 Oshkosh WWTP Administration Building ROU MAN C. Coil casing shall be 16 ga. zinc coated galvanized steel with formed end support and top and bottom channels. Provide drive slip connections for connections to adjacent ductwork. D. .Test coils at 300 psi air pressure under water for working pressures up to 200 psi._ and temperatures up to 300°F. E. Provide manual air vents and drain connections so as to be completely drainable. Headered coils shall have a vent and drain at each header. F. Manufacturers: Aerofin, Trane, Carrier, McQuay, Dunham -Bush. 2.2 REFRIGERATION COILS A. Construct coils according to provisions of water coil section above B. Provide refrigerartf�distributor of venturi type with low pressure drop design, arranged for down feed and maximum of 12 circuits per distributor. Provide seamless copper tube suction header. Construct distributor tubes of 1/4" copper tube for R-22. PART 3 — EXECUTION (not applicable) END OF SECTION 15761 AIR COILS 11/04 15761 -2 Oshkosh WWTP Administration Building SECTION 15766 CABINET UNIT HEATERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS ROU MAN A. The Drawings, General and Supplementary Conditions, and Provisions of Division 1 apply to this Section. B. Refer also to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Materials and Methods" Sections. 1.2 SUMMARY OF WORK. A. Work of this SeciiQn includes furnishing and installing cabinet unit heaters and related accessories. PART 2 - PRODUCTS 2.1 HYDRONIC CABINET UNIT HEATERS A. Cabinet: 16 gauge, with 4 -side overlap on recessed units, cam lock access door and formed louvers. Factory paint color as selected by Architect. B. Motor: Direct driven multi -speed permanent split capacitor type with overload protection and speed switch. Furnish motor disconnecting device. C. Coil: Copper tube aluminum plate fin type, same end connections. D. Furnish factory -installed control package including thermostat and aquastat to accomplish the control sequence listed in Division -15 "Sequence of Operation" Section. E. Manufacturers: Trane, Sterling, Modine, Airtherm, McQuay, Dunham -Bush. UNIT HEATERS 11104 15766-1 Oshkosh WWTP Administration Building ROUMAN PART 3 - EXECUTION 3.1 HYDRONIC CABINET UNIT HEATERS A. Confirm recesses with masonry and framing installers. B. Insulate pipe runouts; use closed cell foam for runouts in outside walls. C. Furnish manual starter or disconnect switch as required. END OF SECTION 15766 MA Active Projects145404 OSHKOSH WWTP-HVAC1Project Manual115766, Cabinet Heaters, Mar. 6.doc UNIT HEATERS 11/04 15766-2 Oshkosh WWTP Administration Building SECTION 15815 METAL DUCTWORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS ROU MAN A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 apply to this Section. B. Refer to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Mate- rials and Methods" Sections. C. Refer to Division -15 Insulation sections for duct insulation requirements. 1.2 SUMMARY OF WORK"" A. Work of this Section includes rectangular and round metal duct systems, including duct lining. 1.3 QUALITY ASSURANCE A. Construct all ductwork in accordance with SMACNA "HVAC Duct Construction Standards" NF -PA Standard 90A, and in accordance with Building code require- ments. B. Pre -fabricated duct products shall comply with UL 181 "Factory, Made Air Ducts and Air Connectors" C. All duct, insulation, and sealants shall have a flame spread rating not exceeding 25 and a smoke developed rating not exceeding 50 per UL 723. 1.4 PRESSURE CLASSIFICATION A. Use sheet metal gages and reinforcement for rectangular ducts per SMACNA rein- forcement tables for the pressure classifications indicated on drawings or, if no pres- sure classifications are indicated, for: Supply ducts from Air Handling Units to VAV terminals: +3" w.g. Supply ducts from VAV terminals to air outlets +1" w.g METAL DUCTWORK 11/04 15815-1 Oshkosh WWTP Administration Building ROU MAN B. Construct round and flat oval duct systems for maximum 5" positive, 2" negative static pressure. Provide reinforcement as required for flat oval duct. `1.5 LEAKAGE A. Seal all ducts constructed to 1 ", 2" or 3" pressure classification to SMACNA. seal. class B (transverse joints and longitudinal seams sealed). PART 2 - PRODUCTS 2.1 METAL A. Galvanized steel: ASTM A527, lockforming quality, G90 galvanized sheet steel. All duct metal shall be galvanized steel unless noted or specified otherwise._ B. Aluminum: ASTM 8209 Alloy 3003 temper H14 aluminum sheet, mill finish. Bracing shall be aluminum. structural shapes. 2.2 SEALING MATERIALS A. Pressure sensitive foil -faced adhesive tape B. Elastomeric duct sealer in tape form, with heavy foil backer C. Polymeric rubber duct sealer "United Duct Sealer", Foster 32-14, or equal, solvent base, UL Classified. D. Shrink band joint sealers for round duct: equal to Raychem TWDB E. Hard cast fabric tape and epoxy setting compound. 2.3 HANGERS AND SUPPORTS A. Hangers: Galvanized sheet steel or carbon steel threaded rod.: Strap and rod hang- ers shall comply with Table 4-1 of SMACNA HVAC Duct Construction Standards. B. Trapeze and riser supports: Galvanized steel shapes conforming to ASTM A-36, or unistrut with baked enamel finish. Comply with Table 4-3 of SMACNA HVAC Duct Construction Standards for trapeze angles. METAL DUCTWORK 11/04 15815-2 Oshkosh WWTP Administration Building ROUMAN 2.4 ROUND DUCT A. Factory or shop fabricated straight duct sections of galvanized metal or other mate- rials noted on drawings. B. Smooth stamped elbows are acceptable through 8" diameter. Otherwise fittings will be of welded seam construction, with mating surfaces for connections to straight lengths, elbow centerline radius 1.5 times diameter. Pleated elbows are not accept- able. C. Construct all metal round duct to the following gauge schedule: ROUND DIAMETER (OR FLAT OVAL EQUIVALENT) DUCT GAUGE FITTINGS GAUGE 3-14 26 24 15-26 24 22 27-36' 22 20 37-50 20 20 51-60 18 18 D. Where noted, provide duct and fittings with a minimum 4 mil. PVC coating on the ex- terior, interior, or both sides. E. Round and flat oval ducts and fittings installed exposed in finished spaces will be fabricated from paint -grip grade galvanized steel. 2.5 DUCT JOINT SYSTEMS A. Use manufactured gasketed slide -on flange system with corner clips and metal cleats at all rectangular transverse joints for all ducts over 18" least dimension. B. Manufacturers: Ductmate, Lockformer Co. TDC/TDF PART 3 - EXECUTION 3.1 GENERAL A. Duct sizes shown on plans are interior airway dimensions - add the specified lining thickness in each dimension for lining where lined ducts are required. METAL DUCTWORK 11/04 15815-3 Oshkosh WWTP Administration Building ROUMAN B. All ducts -shall be constructed straight and true; smooth on the inside without ob- struction to the airflow, and sized in accordance with the drawings. C. Make all necessary changes in cross sections, offsets, etc. to avoid interference with other work, equipment or structural supports whether or not specifically men- tioned. If changes to ducts are required to meet field conditions, maintain equivalent cross sections based on equal friction. D. Curved elbows shall have a centerline ratio of 1.5:1 if possible, and if ratio is less than 1:1, single thickness turning vanes shall' be used as shown on the Drawings. Install turning vanes at 90E square elbows whether or not they are shown on the Drawings E. Install all ductwork so as to be free from vibration under all normal operating condi- tions. Install flexible fabric connections where ducts connect to rotating or vibrating machinery. F. Anchor and support" suspended horizontal ductwork securely and rigidly from the building structure by means of threaded rod -angle iron or strap hangers. Attach an- gle and strap hangers to ducts by means of welds or sheet metal screws and to suitable roof or ceiling structures through formed angles, by anchor screws and heavy, wide washers. G. Where ducts pass through walls or ceilings in finished rooms, provide a suitable sheet metal frame for the opening. Where ducts pass through exterior building con- struction, provide a suitable flashing and counterffashing to make a weather -tight in- stallation. H. Support vertical duct risers as they pass through floors, ceilings or roofs by angle iron spanning the opening and firmly and securely attached to the building walls or columns. 1. Where ducts pierce fire rated enclosure (walls, floor, ceilings etc.) seal openings around all ducts with a sufficient amount of firestopping cement%to provide satisfac- tory fire rating of enclosure acceptable to State, Local and Fire Insurance inspec- tors. 3.2 RECTANGULAR METALLIC DUCT A. Make curves, bends, offsets, transition and transformation pieces with slopes as long as possible but not less than 30 degrees total included angle. At points where duct air velocity is reduced, design the transformation pieces to obtain maximum static pressure regain. METAL DUCTWORK 11/04 15815-4 Oshkosh WWTP Administration Building ROU MAN B. Pressure sensitive tape is suitable for sealing of ducts constructed to 1" pressure class. Above 1" pressure class, use duct sealer in liquid or tape form or gasketed flange system. C. Cross -break or bead unlined duct sides that are 19 inches or larger and are 20 gauge or less. 3.3 ROUND METALLIC DUCT A. Provide round duct where noted on drawings B. Assemble duct using couplings in straight runs. Seal all joints at fittings by coating both mating surfaces with duct sealer, securing after assembly with sheet metal screws. Seal Complete joints with second coat of duct sealer after assembly where concealed. C. As an alternate to duct sealer, joints may be sealed with an approved shrink band fastener or hardcAt tape where ducts are concealed or in mechanical spaces. D. Reinforce flat oval duct with trapeze hangers or "C" braces. Tie rod reinforcement is not allowed. E. Hang ductwork with 1" wide metal strap and single suspension hanger, or two piece clamp strap with two hangers, appropriately fastened to the building construction. Place hangers at joints and otherwise at regular intervals not more than 12 feet on center. Do not secure straps to duct with screws. F. Clean tool oil and mill scale from exposed round duct in finished areas in prepara- tion for painting, according to manufacturer's recommendations. Remove all excess duct sealer from joints of exposed ducts in finished areas. 3.4 JOINING MATERIALS A. Install sealants in strict accordance with manufacturer's recommendations, paying special attention to temperature limitations. Allow sealant to fully cure before pres- sure testing of ductwork, or before startup of air handling systems. END OF SECTION 15815 MA1Active Projects145404 OSHKOSH WWTP-HVAC1Project Manual115815, Metal Ductwork, Mar. 6.doc METAL DUCTWORK 11/04 15815-5 Oshkosh WWTP Administration Building ROU MAN SECTION 15820 DUCT ACCESSORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 shall apply to this Section. B. Refer to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Materials and Methods" Sections. 1.2 SUMMARY OF WORK. A. Work of this SeCt"ron includes dampers, hardware, and other accessory items for duct systems. 1.3 QUALITY ASSURANCE A. Comply with ASHRAE and SMACNA recommendations for construction and place- ment of duct accessories, except as otherwise noted. B. Fire and smoke dampers must have Underwriter's Laboratory label and comply with UL Standards 555 and 555S. C. Flexible duct shall comply with UL Standard 181. PART 2 - PRODUCTS 2.1 MANUAL DAMPERS A. Construct metal volume dampers of not less than 20 gauge, galvanized with hemmed edges for ducts up to 7" high x 23" wide. B. For ducts 8" and higher or 24" and wider use manufactured multi -blade damper set in a 1-1/2" channel frame. C. Provide Ventlok 555 or ' 560 locking position indicating quadrants, externally mounted, for all manual dampers. DUCT ACCESSORIES 11104 15820-1 Oshkosh WWTP Administration Building ROUMAN 2.2 FLEXIBLE DUCTS - INSULATED METALLIC A. General: Use insulated metallic flexible air ducts to connect supply ducts with air terminals. B. Flexible air ducts shall have a flexible corrugated aluminum inner core, covered by fiberglass insulation, R -value of R4.2, with the fiberglass covered with an airtight reinforced polyethylene vapor barrier jacket. C. Flexible air ducts shall have UL -181 Class 0 rating, with flame spread rating not to exceed 25 and smoke developed rating not to exceed 50. D. Flexible duct shall be labeled with manufacturer's name, R -value, and surface burning characteristics at intervals not to exceed 36". E. Flexible ducts shall be suitable for 3" W.C. positive or negative pressure. F. Manufacturers: Hart & Cooley F144 2.3 INSTRUMENT TEST OPENINGS A. Heavy duty extended neck fitting with gasket and threaded cover vent of sizes shown, complete with roof flashing, vent cap, fittings, etc. B. Manufacturer: Ventlok 699 (699-2 on insulated ducts). 2.4 DUCT ACCESS DOORS A. For ducts: Air tight, of double metal type, with suitable reinforced edges, closing into gasketed channels. Use insulated doors in insulated duct. Panels shall be double diagonally cross broken, hinged with two (2) butt hinges and secured with two (2) cam latches. B. Access doors shall be of insulated double wall construction, with a 10 x 10 insulating glass vision light, and employing Ventlok #310 latches and #254 T -hinges. C. For round ducts: Vacuum release access sections shall be equal to United Sheet Metal type AR -W, having removable view port with inward -opening latches. D. Manufacturers: Cesco, Advanced Air or Ventlok. DUCT ACCESSORIES 11/04 15820-2 Oshkosh WWTP Administration Building ROUMAN PART 3 - EXECUTION 3.1 MANUAL DAMPERS A. Install dampers at return, exhaust and low pressure supply branches, and elsewhere as noted on Plans. 3.2 FLEXIBLE DUCT A. The flexible duct shall be capable of maintaining the shape required by job conditions without subsequent sagging or droop. Support ducts with 2" wide straps, 3 feet on center or by wire from grommets, factory installed for the purpose. Install duct in the shortest direct distance between components with a maximum of only one 90 turn in a runout. Make duct connections to collars air tight in accordance with the duct manufacturer's recommendations, using a metal clamp with worm drive or screw type tightener, and duct tape. B. Apply duct seale"o both mating surfaces before attaching flexible duct to metallic duct rated at 3" w.g. or greater. C. At diffuser connections furnish and install a Twis-in duct board or Tap -in sheet metal take -off fitting with adjustable damper at each connection to the main, duct. 3.3 DUCT ACCESS DOORS A. Furnish access doors at all locations where they are required for the servicing of equipment, filters, etc., whether or not they are shown on the Drawings and/or the Specifications. END OF SECTION 15820 M:1Aciive Projects145404 OSHKOSH WWTP-HVAC%Project Manuahl5820, Duct Acc., Mar. 6.doc DUCT ACCESSORIES 11/04 15820-3 Oshkosh WWTP Administration Building SECTION 15845 AIR TERMINALS PART 1 -GENERAL 1.1 GENERAL ROUMAN A. The General and Supplementary Conditions, and provisions of Division 1 apply to this Section of the Specifications. Refer also to Division -15 "Mechanical General Requirements" Section. B. Refer to Division -15 "DDC Controls" and "HVAC Instruments and Controls" Sections for description of factory -furnished VAV and zoning system control panels. C. Refer to Division -`(5- "Sequence of Operation" section for description of control sequence required for units with factory furnished controls. 1.2 SUMMARY OF WORK A. Work of this Section consists of furnishing and installing airflow control devices. 1.3 QUALITY ASSURANCE A. Variable volume control units shall be certified under the ARI Standard 880-94 "Variable Air Volume Terminals" Certification program and carry the ARI seal. PART 2 - PRODUCTS 2.1 VARIABLE VOLUME CONTROL UNITS = . A. Construct of heavy gauge, galvanized steel. Insulate interior surfaces with glass fiber material, surface- treated to prevent erosion. Insulation shall meet NFPA and NBFU 90A Standard and UL 181. Provide round or oval inlet and rectangular drive . slip outlet. B. Furnish units less controls. C. Provide a factory installed multi -point averaging velocity sensor at the inlet to each unit, with pressure taps extended to an accessible location. D. Maximum/Minimum CFM shall be factory set on units with factory furnished controls. Provide field adjustable positive stops for minimum and maximum -volume. AIR TERMINALS 11/04 15845-1 Oshkosh WWTP Administration Building ROUMAN E. Furnish reheat type boxes with hot water heating coils and access doors of capacity as scheduled at minimum air flow. F. Manufacturers: Carnes, Envirotec, Trane, Carrier, Anemostat, Titus, Tuttle & Bailey. PART 3 — EXECUTION 3.1 GENERAL A. Mount terminal units from ceiling construction. Connect primary air to inlet with round metallic (not flexible) duct. B. Install dampers in duct where shown on plans. Support separately from duct. 3.2 TEMPERATURE CONTROLS A. Temperature Contr�els-ihstaller shall furnish water valve DDC controls. Water valve shall be 4-20 mA controlled. B. Provide low voltage wiring (less than 50 volts) to units from 120 -volt junction box and conduit provided by electrical installer in locations noted on plans. Provide separate conduit run (3/4) home run to main control panel for each unit. END OF SECTION 15845 M:\Active Projects\45404 OSHKOSH W WTP-HVAC\Project Manual\15845, Air Terminals, Mar. 6.doc AIR TERMINALS 11/04 15845-2 Oshkosh WWTP Administration Building SECTION 15861 AIR FILTERS PART 1 -GENERAL 1.1 RELATED DOCUMENTS • 5 1 L Vi A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 shall apply to this Section. B. Refer to Division -15 "Basic Mechanical Requirements" Section. C. Refer to individual Division -15 air handling product sections for filter applications. 1.2 SUMMARY OF WORK. A. Work of this Section includes air filtration media, filter retainers, and related equipment, applied independently or as part of air handling equipment. 1.3 QUALITY ASSURANCE A. All air filtration devices shall meet ARI Standard 850 "Commercial and Industrial Air Filter Equipment' B. Disposable filter media shall be tested and rated according to ASHRAE Standard 52.1-1992 "Gravimetric and Dust -Spot Procedures for Testing Air Cleaning Devices Used in General Ventilation for Removing Particulate Matter" C. MERV-rated filter media shall meet requirements of ASHRAE Standard 52.2-1999 PART 2 - PRODUCTS 2.1 FILTERS — EXTENDED MEDIA A. Filters shall have an average dust spot efficiency of 25-30% in accordance with ASHRAE 51.1-1992 and an average MERV rating of 7 in accordance with ASHRAE 52.2-1999, with media area not less than: 1. 15 pleats/ft - 2" thick media B. Manufacturers: Camfil Farr 30/30, AAF AIR FILTERS 11/04 15861 -1 Oshkosh WWTP Administration Building ROU MAN FILTER GAUGES C. Furnish and install Dwyer "Magnehelic" 2000 series differential pressure gauges, range 0 - 1 inch water, across the filter sections of air handling equipment as noted below. Include static pressure probes, tubing and gauge mounting accessories. B. Provide for: All Modular air handling units. PART 3 - EXECUTION 3.1 GENERAL A. Prior to testing and balancing, ensure that clean filters are installed at all positions. 3.2 FILTER GAUGES A. Mount gauges for maximum visibility. Mark filter replacement pressure drop on gauge face. END OF SECTION 15861 M:\Active Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\15861, Air Filters, Mar. 6.doc AIR FILTERS 11/04 15861-2 Oshkosh WWTP Administration Building ROUMAN SECTION 15900 HVAC INSTRUMENTS AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 shall apply to this Section. B. Refer to other Division -15 applications Sections for control components furnished in- tegrally with HVAC equipment C. Refer to Division -15 "Electrical Requirements for Mechanical Work' Section and ap- plicable Division -16 sections for electrical wiring requirements. D. Refer to Division -15 "Direct Digital Control _Systems" for descriptions of other con- trols which may itiferface with those described in this Section. E. Refer to Division -15 "Sequence of Operation" Section, for operating description of control system 1.2 SUMMARY OF WORK A. Miscellaneous work included 1. Mount all damper actuators, controllers, sensors, and other field devices. 2. Provide all line and low voltage temperature control wiring and raceways, includ- ing 120 volt wiring to relays, transformers, manual motor starters, etc. not fur- nished by Electrical installer. 3. Furnish in-line control devices (automatic dampers and valves, flow switches, flow elements, etc.) to piping and sheet metal installers for installation. 4. Mount smoke detectors and firestats associated with the HVAC system. 5. Mount all freezestats, P/E switches. 6. Mount all control cabinets and perform all piping and wiring within. B. Work not Included (by other installers) 1. Furnish and/or install starters and branch circuit motor wiring. 2. Furnish and install thermometers and pressure gages. 3. Test, adjust, and balance HVAC system. 4. Provide blank -off plates for dampers smaller than duct size 5. Provide doors or other means of access through ducts for service to control equipment. 6. Install temperature controls devices in pipe lines HVAC INSTRUMENTS AND CONTROLS 11/04 15900-1 Oshkosh WWTP Administration Building ROU MAN 1.3 QUALITY ASSURANCE A. All work shall be performed by installers experienced in control system installation for no less than 5 years. 1.4 TESTING AND ADJUSTING OF CONTROLS A. Set and calibrate all automatic control system devices to achieve the required se- quence of operation. B. Test each sensor provided under this section of work for accuracy at its specific sensing location and replace where error exceeds accuracy level of device. C. Coordinate testing and adjusting with Test and Balance installers. 1.5 SUBMITTALS A. Submit catalog cut.sheets for each device of the proposed system prior to instal- lation for engineers approval. B. Submit installation drawings, control strategy flow charts, and sequences of opera- tion. The drawings shall include the location and intercommunication of all control panels; the schematic diagrams of the controlled equipment with sensors and actua- tors shown interconnected to the system controllers 1.6 TRAINING A. Provide the owner's representative complete instructions for proper control of the system under all modes of operation. Conduct during normal working hours, at the job site. 1.7 CERTIFICATION OF COMPLETION A. Submit at the completion of the work under this section, a signed written report certi- fying that the control system has been installed in accordance with the manufac- turer's recommendations, that all control system elements are operating properly, have been calibrated and tested for accuracy and that the system is functioning within the intent of the plans and specifications. B. The certified report shall be submitted before the Installer presents the system for acceptance and it shall be signed by the individual in responsible charge. PART 2 - PRODUCTS 2.1 MANUFACTURERS HVAC INSTRUMENTS AND CONTROLS 11/04 15900-2 Oshkosh WWTP Administration Building ROU MAN A. Unless otherwise noted, reference to analog electric control components is to equipment manufactured by Honeywell; equipment of equal quality and identical function manufactured by Siemens Building Technology or Johnson/Penn will be acceptable. 2.2 GENERAL A. Furnish mounting hardware, connectors, and auxiliary devices necessary to pro- vide a complete system meeting the intent of the Specifications. B. All control field devices will provide 4-20mA signals. Voltage or pulsed control modes are not acceptable. 2.3 TEMPERATURE SENSORS - ELECTRIC/ELECTRONIC A. RTD Sensors — for pipe or duct: 4 wire 1000 Ohm platinum RTD devices with an accuracy of 0.5 deg. F over full scale. Control signal shall be 4-20 mA from de- vice. B. RTD Sensors — space sensing: Thermistor, 1000 Ohm resistance at 70 deg. with an accuracy of`0.fdeg. F at 70 deg. Control signal shall be 4-20 MA from device C. Room Thermostats (4-20 MA signals): Thermistor type space temperature sen- sor with local setpoint adjustment and communications jack for local readout of zone control parameters with suitable diagnostic equipment. BAPI "BAPI-Stat' (www.bapihvac.com) with no substitutions — contact vendor for compatibility with installed DDC system. D. Aquastats: - Strap -on type, L6008C, with 5-1/2 ft. capillary and remote bulb, fixed differential, range 40-180°F. Include bulb strap and heat transfer compound. E. Duct Temperature sensors: RTD devices with an insertion measuring probe 18 inches long, 20 to 120°F range, including a utility box and gasket. For all mixed air applications, install bendable averaging duct sensors with a minimum 12 foot long sensor element. Control signal shall be 4-20 mA from device. 2.4 PRESSURE/LEVEL SENSORS - ELECTRIC/ELECTRONIC A. Differential Static Pressure Transducer: Accuracy: +1. 1.0% full scale. Range; - .25 to +.75" w.g. for building static pressure, 0 to +5.0" w.g. for duct static pres- sure. 4-20 mA output. Overpressure tolerance of 10" w.g. TCS TD/TL series, or equal by Modus, Setra, Mamac. B. Duct Static Pressure: Stainless steel diaphragm; VARIABLE reluctance coil pickups. Accuracy: +/- 0.5% full scale. Range: 0-10" w.g. 4-20 mA output. In- ternal 0.5 Hz damping filter, overpressure tolerance of 10" w.g. Validyne DP 850C equal by Mamac, Setra, TCS, Modus. HVAC INSTRUMENTS AND CONTROLS 11104 15900-3 Oshkosh WWTP Administration Building ROU MAN C. Differential Air Pressure Switches: Dwyer 1900 Series - Diaphragm operated with a SPDT snap action switch. Se#point: 3"w.g. A field adjustable pressure set point with a range as noted. The switch voltage and current rating shall be dou- ble the load requirements. Provide sensing tubes connected to tips specifically designed for air flow sensing. D. Low water cut-off: probe type with solid state circuit, test lamp and test switch, and time delay on response. Manual reset. Provide with 3/4" NPT nipple for in- sertion. RW700B1054, or Mc -Donnell -Miller 902M. 2.5 SWITCHES AND SAFETY DEVICES A. Smoke Detectors: Self-contained duct mounted units operating on the ionization principle for air velocity flow from 500 to 4000 feet per minute. Detectors shall use sampling tubes extending at least 75 percent of the width of the duct to sense the products of combustion. Visual indicators for alarm and power. Auxil- iary contact for connection to Owner's smoke and fire annunciation system. De- tectors shall be UL listed for the application per UL268A standards. System Sensor DH100ACDCI with ST series sampling tube to match duct width. B. Filter Differential Pressure Switch/Gauge: Dwyer "Photohelic" 3001 MR indicating gauge, range 0-1" w.g., with dual SPDT pressure switches, high- and low- pressure setpoints adjustable from front of case. 24V AC operated. Furnish with (2) static pressure bulkhead tap fittings. Provide one unit connected across each air handling unit filter section; mount in temperature control panel. C. Freezestats: With 20 foot element designed to sense the temperature of the coldest one -foot segment. Factory set for 37 F, with manual reset. Provide one (1) freezestat for each 20 square feet of coil face area. 2.6 CONTROL VALVES A. General 1. Provide control valves of type, body material and pressure class indi- cated. Where type or body material is not indicated, provide selection as determined by manufacturer for installation requirements and pressure class, based on maximum pressure and temperature in piping system. Provide valve size in accordance with scheduled or specified maximum pressure drop across control valve. Equip control valves with heavy-duty 4-20 mA actuators, with proper shutoff rating for each individual applica- tion. 2. Water Service Valves - proportioning: Equal percentage characteristics with rangeability of 50 to 1, and maximum full flow pressure drop of 5 PSIG. HVAC INSTRUMENTS AND CONTROLS 11/04 15900-4 Oshkosh WWTP Administration Building ROU MAN B. Motor Operated Valves 1. Modulating, %2' to 2": Belimo B2 (2-way)B3 (3 -way) series characterized disk valve, 400 psi WSP forged brass body with stainless steel trim, PTFE seals, EPDM O -rings. Suitable for 50 psi differential pressure in closed position. With close -coupled quarter -turn actuator - refer to actuator specifications below. 2.7 VALVE AND DAMPER ACTUATORS - ELECTRIC/ELECTRONIC A. General 1. Direct connect motors are required on all dampers and valves. 2. Unless noted otherwise, use spring return fail-safe (open or close on loss of power) actuators for outside and relief dampers and all heating and cooling valves. Actuators will open heating valves and return dampers, and close cooling valves, relief dampers, and outside air dampers on loss of power. 3. Furnish all motors with transformers, potentiometers, auxiliary contacts, crank arms and linkages as specified or required. 4. Provide motor heater where motor will be exposed to temperatures below 32°F. - B. Direct -connect actuators: 1. Actuator shall have built-in shaft clamp, position indicator, manual posi- tioning capability, adjustable timing, rotation angle and direction, overload and overtravel protection. 2. Proportional input as required by control sequence. Proportional input shall be 4-20 mA. 3. Manufacturers: Honeywell, Kreuter, Belimo, Siemens or approved equal. 2.8 VAV DAMPER ACTUATORS A. For field -furnished controls: direct -coupled non -spring -return with 90 degree rota- tion, manual release clutch on actuator body, minimum 66 Ib -in. torque, 4-20 mA, Honeywell ML7161. 2.9 CONTROL CABINETS A. Totally enclosed, NEMA 12, steel with back panel. The cabinet face panel and the inside sub -panel shall be removable from the cabinet for ease in mounting of equipment. A piano type hinge shall run the entire length of the cabinet to sup- port the door. Provide a key locking latch on the door for security purposes and provide owner with 2 sets of keys. B. Each panel shall have all instruments and indicators clearly identified by means of removable bakelite engraved nameplates. HVAC INSTRUMENTS AND CONTROLS 11/04 15900-5 Oshkosh WWTP Administration Building C. Control panel and all electrical equipment mounted in control panels shall be UL listed. D. Tag all controls inside of panels with composite tags to match control drawings identification numbers. Tag wire with permanent numbers. PART 3 - EXECUTION 3.1 WIRING A. All low voltage (less than 50 volts) and line voltage wiring required for the control system is to be installed by the Temperature Controls installer. All wiring shall be in- stalled in raceways. Wiring in boiler room shall be in rigid conduit. Line voltage power wiring to air conditioning units, fan motors, electronic air cleaners, or other controlled devices, will be provided by the Electrical Installer. B. Provide line voltage wiring and control devices meeting the requirements of the "electrical" sections of this specification and Division 16 - Electrical Specifications. C. HVAC controls shall be on dedicated 120 volt circuits as required. All low voltage wiring shall be ruhi n % conduit. Each VAV box shall have a dedicated run to the control panel. Wire mold will be permitted for exposed office installation only if wall cannot be "fished". Requires owner permission. D. Install all low voltage wiring with color coded multi conductor cable, Class 1, Class 11, and Communications grades, 18 ga. minimum, with stranded conductors in conduit.. All wiring will be run inside rigid steel or EMT conduit minimum 3/4"tade size.. Final connections to equipment in these cases will be by liquid tight, flexible metallic con- duit to the equipment enclosure or junction box or to within 3" of exposed termina- tions. Flexible conduit will not be fastened to or supported from rotating or vibrating equipment. E. All electrical control devices will be mounted on outlet boxes appropriate to the type of construction encountered. When roughing -in for devices, take care to ensure the proper orientation of the box to suit the device (or use 4 x 4 square box with raised cover as required). 3.2 SENSOR INSTALLATION A. Include all accessory items (immersion wells, bulb holders, brackets, etc.) neces- sary for a complete installation. B. Check calibration on all devices before installing. C. All room thermostats with accessible adjustments shall be mounted at 64" to bottom of case unless noted otherwise. Sensors and non-adjustable thermostats shall be mounted 64" above floor unless noted otherwise. Thermostats or sensors on un -- insulated exterior walls shall be mounted on a 1" foam spacer, not directly to the all. Replacement thermostats shall be mounted at the height of existing thermostats HVAC INSTRUMENTS AND CONTROLS 11104 15900-6 Oshkosh WWTP Administration Building D. All temperature transmitters, insertion thermometers, etc., mounted on externally in- sulated ductwork will be installed after the insulation has been applied and will be furnished with a probe of sufficient length to extend through the insulation and into the air stream the minimum length recommended by the manufacturer. 3.3 ACTUATOR INSTALLATION A. Mount direct -connect actuators to damper shaft and attach to duct using hardware provided by manufacturer. B. All motors or operators shall fail in the open position on heating line valves and re- turn air dampers, and closed on cooling valves and outside or exhaust air dampers. END OF SECTION 15900 MAActive Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\15900, HVAC Inst.& Cont. Mar. 6.doc HVAC INSTRUMENTS AND CONTROLS 11/04 15900-7 Oshkosh WWTP Administration Building ROUMAN SECTION 15940 SEQUENCE OF OPERATION PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 apply to this Section. B. Refer to other Division -15 equipment sections for control components (controllers, dampers, etc.) furnished integral with equipment or by others. C. Refer to Division -15 "HVAC Instruments and Controls" and "Direct Digital Controls" Sections for temperature. controls hardware, field devices, and installation methods. 1.2 SUMMARY OF WORK A. This Section describes the operating sequences of various temperature control systems. PART 2 - PRODUCTS 2.1 GENERAL A. Furnish all hardware and field devices that may be reasonably be inferred as necessary to accomplish the operating sequences described herein, whether specifi- cally mentioned or not. PART 3 - EXECUTION 3.1 AIR HANDLING UNIT CONTROL A. In general, the system consists of a air handling unit with: 1 Mixing dampers 2. Direct expansion cooling coil 3. Hot water heating coil with coil pump 4. Face and bypass damper 5. Supply fan with variable frequency drive SEQUENCE OF OPERATION 11104 15940-1 Oshkosh WWTP Administration Building ROUMAN B. Remove the existing pneumatic panel and install the new panel in the same location C. Provide DDC controls to provide the following sequences. D. Discharge temperature control: The discharge air controller will modulate the cooling coil capacity, mixing damper position, and heating coil capacity in sequence to maintain the discharge air temperature setpoint; discharge temperature will be monitored by a duct air temperature sensor downstream of the unit supply fan_ E. DX cooling coil control: Provide solenoid valves for each stage of DX cooling. On a rise in supply air temperature, the refrigeration solenoids will open in sequence. A time delay will prevent compressor staging more often than 5 minutes. A hot gas bypass valve (self-contained control) will provide modulation of the last stage of cooling. F. Water heating coil control with coil pump and face and bypass dampers: Provide.a separate pump for the heating coil, with a 2 -way 2 -position control valve. The control valve will open, and the pump will start and run continuously when the air temperature is below 40 degrees F. (adjustable) or when the discharge air controller indicates a demand' for heat. On a fall in discharge temperature, the face and bypass dampers will modulate toward their respective open and closed positions. When the pump is not running, the face dampers will open fully and the bypass dampers will close fully. Provide an electronic temperature transmitter with averaging element downstream of the heating coil in addition to the freezestat. G. Mixed Air Economizer control - Dry bulb with single O.A. damper: Provide an outside air temperature sensor and mixed air temperature sensor. Economizer operation will be enabled whenever outside air dry bulb is below the change -over setpoint (initial setpoint 55 aeg. F.). When so enabled, on a rise is discharge air temperature above the setpoint, the return and outside air dampers shall modulate toward their respective fully closed and fully open positions. On a rise in outside air temperature above the economizer change -over setpoint, the outside air and return air dampers will be driven to their respective minimum and maximum positions. H. Mixed air low limit control: A mixed air low limit control will limit the mixing damper positions determined by the discharge temperature control to maintain the mixed air temperature at or above its setpoint (approximately 35 deg. F.). Minimum outside air control - by plenum pressure: A differential pressure sensor in the mixed air plenum will have its setpoint established as the negative (relative to the adjacent space) value corresponding to the outside air and return air damper settings for minimum outside air at design air delivery (approximately .5" w.g.). The controller will over -ride the damper positions determined by the discharge tempera- ture control by closing the return air damper and maintaining the outside air damper position in order to maintain the negative pressure setpoint. This control sequence SEQUENCE OF OPERATION 11/04 15940-2 Oshkosh WWTP Administration Building ROU MAN will be over-ridden if necessary by the mixed air low limit control Occupied -Unoccupied control: The fan will always run in an 'occupied" (minimum outside air enabled, continuous fan operation). K. Supply fan volume control: A variable frequency drive will modulate the supply fan speed to meet the setpoint of the static pressure sensor in the discharge duct. A pressure switch in the duct will provide a high limit control to limit static pressure to 2" w.g. (adjustable) at the sensor. Use underload function in drive. L. Dirty Filter Sensing: A differential pressure switch located at the filter bank will indicate filter status by monitoring the pressure drop across the filters. M. Safety Shutdown 1. A safety shutdown will over -ride all other control_logic and shall shut off the supply fan, close the outside air and relief dampers, open the return damper, and place the heating coil face and bypass dampers into the full bypass posi- tion. A priority alarm will be transmitted .to the operator interface. Z Safety shutdowns shall be initiated by: a. Smoke: A return duct smoke detector will shut down the fan upon •6ensing smoke. This is a manual reset shutdown requiring operator attention. Auxiliary contacts on the smoke detector will alarm the condition to the fire alarm system, if present. b. Low air temperature: A freezestat located downstream of the heating coil will shut down the unit upon sensing a temperature below 36 degrees over any portion of its sensing element. This is a manual reset shutdown requiring operator attention. C. Supply duct overpressure: A differential pressure switch in the duct located near the fan will shut down the fan if an overpressure condition is detected in the duct. This is a manual reset shutdown requiring operator attention. 3.2 BUILDING STATIC PRESSURE CONTROL A. Replace the existing pneumatic relief damper regulator and static pressure controller (located in the existing pneumatic panel) with a direct -connect 4-20 mA electronic actuator and electronic pressure transducer. The transducer Will utilize the existing high- and low -side pressure tubing. The relief damper will open in response to building static pressure exceeding +.05" w.c. SEQUENCE OF OPERATION 11/04 15940-3 Oshkosh WWTP Administration Building ROU MAN 3.3 SINGLE BOILER AND HOT WATER PUMP CONTROL A. In general, the system shall consist of a one boiler and one pump, and a low water cut-off. B. Boiler control: The boiler will be activated manually and will operate from its internal aquastat to produce hot water at the setpoint temperature. C. Pump control: The boiler pump will start when the boiler fires. D. Safety shutdown: The low water cutoff will de -energize the boiler upon sensing a low water level. The boiler pump will shut off. E. Summer changeover: Provide (2) 2 -position electrically -activated 3 -way valves to change the building heating water supply from the main boilers to the summer boiler. The 3 -way valves will open from the summer boiler to the system when the boiler is manually activated. 3.4 WATER HEATING TERMINAL UNIT (WOMEN'S LOCKER ROOM) A. For each cabinet heater furnish a modulating electric control valve, electronic room sensor, and line voltage aquastat. The thermostat will modulate the control valve open as the temperature falls below its setpoint, and the aquastat (hard wired) will start the unit fan upon sensing a supply water temperature above its setting. B. A VAV terminal controller's unused points may be used for this application. 3.5 VAV TERMINAL CONTROL - WITH WATER HEATING COIL — PRESSURE INDEPENDENT A. Provide a VAV terminal controller and proportioning two-way water valve for each VAV unit. B. Terminal controller will modulate VAV damper between scheduled minimum and maximum cooling settings on a rise in temperature at the sensor. Terminal controller will reset damper position to maintain constant CFM delivery for a given demand based on pressure signal from VAV box flow sensor. Heating Valve remains closed. C. On a requirement for heating, controller will adjust VAV unit damper to its heating CFM setting, then modulate the heating coil valve toward its open position. END OF SECTION 15940 MAAcUve Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\15940,Seq. of Ops.. Mar. 6.doc SEQUENCE OF OPERATION 11/04 15940-4 Oshkosh WWTP Administration Building ROU MAN SECTION 15961 DIRECT DIGITAL CONTROL (DDC) SYSTEMS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 apply to this Section. B. Refer to Division -15 "HVAC Instruments and Controls" Section for descriptions of field devices and wiring methods to be used with DDC control systems. C. Refer to Division -15 "Sequence of Operation" Section for control sequences. 1.2 SUMMARY OF WORK` A. Work in this section includes furnishing and installing Direct Digital Control (DDC) Controllers, including Digital System Controllers (DSC's) Application Specific Controllers (ASC's), main communication trunk, necessary firmware and software programming, operator interface, and other equipment and accessories necessary to constitute a completely coordinated Direct Digital Control (DDC) system interfaced with pneumatic and electric field devices to meet all operational and quality standards specified herein. B. It is the intent of this Section to define a system architecture consisting of a one or more system controller panels which will communicate with and manage the building air handling unit and VAV terminal units, and other equipment named in the sequence of operation and provide inquiry, control, and alarm functions from a location in the building. 1.3 QUALITY ASSURANCE A. DDC systems shall be furnished by a firm regularly engaged in manufacture of DDC control equipment similar to the specified equipment and which has been in satisfactory similar service for not less than 5 years. Subject to compliance with requirements, provide control system manufactured by: Allen Bradley Johnson Controls Kreuter Siemens Building Technologies . TAC -Control Systems International Automated Logic Corp DIRECT DIGITAL CONTROL SYSTEMS 11/04 15961-1 Oshkosh WWTP Administration Building ROUMAN B. DDC systems shall be installed by a firm specializing and experienced in DDC control system installation for no less than 5 years. All work shall be done by qualified mechanics in the direct employ of this manufacturer, or of an Authorized Representative of that manufacturer. Where installing contractor is an authorized representative of the control equipment manufacturer, submit written confirmation of such authorization upon demand. C. Electrical Standards: Provide electrical products which have been tested, listed and labeled by Underwriters' Laboratories (UL) and comply with NEMA standards. D. FCC Standards: Comply with Federal Communications Commission rules governing the control of interference caused by Digital Electronic Equipment to Radio Communications (1979 Amendment to Part 15, Subpart J). 1.4 SUBMITTALS A. Product Data: Submit manufacturer's specifications for each control component furnished, including installation instructions and startup instructions. General catalog sheets showing asiries of the same device is not acceptable unless the specific model is clearly marked. Provide input and output and device lists, along with descriptive narratives of the sequence of operation of the entire system involved. Submit wiring diagram for each electrical control device along with other details required to demonstrate that the system has been coordinated and will function as a system. B. Maintenance Data: Submit maintenance data and spare parts lists for each control device. Include this data in maintenance manual. C. Record Drawings: Prior to request forfinal payment, provide complete composite record drawings to incorporate the DDC and Pneumatic/Electric fieldwork. D. Provide Owner with copy of programming code on CD-ROM E. Owner Training: Provide a minimum of 32 hours of Level 1 class and 8 hours of specific facility training to the Owner's Representatives, concerning the proper operation and maintenance of the control system provided, using the operating and maintenance manuals as the basis for instruction at all training sessions. Training shall include programming training for all provided equipment so plant personnel can troubleshoot and modify system as needed. F. Conduct training sessions during normal business hours after system start-up and acceptance by Owner. DIRECT DIGITAL CONTROL SYSTEMS 11104 15961-2 Oshkosh WWTP Administration Building ROU MAN PART 2 - PRODUCTS 2.1 GENERAL A. Provide DDC control products in sizes and of capacities as required, conforming to manufacturer's standard materials and components as published in their product information, designed and constructed as recommended by the manufacturer and as required for application indicate. B. System shall be capable of operating with 120 VAC power supply, fully protected with a shutdown -restart circuit, and associated hardware and software. 2.2 DIRECT DIGITAL CONTROLS A. System will be capable of integrating multiple building functions, including equipment supervision and control, alarm management, energy management, and trend data collection. B. The system shall be modular in nature, and shall permit expansion of both capacity and functionality through the addition of sensors, actuators, additional controllers and operator devices. C. The failure of any single component or network connection shall not interrupt the execution of control strategies at other operational devices. 2.3 DIGITAL SYSTEM CONTROLLERS (DSC's) A. General: The DSC shall operate as a stand-alone controller capable of performing its specified control responsibilities independently of other controllers in the network. The DSC shall be a programmable, microprocessor based, multi -tasking, real-time digital control processor. B. Each DSC shall have sufficient memory to support its own operating system and data bases for controlled equipment - C. Provide a RS -232C port at each DSC to allow access to the entire network from any DSC on line with the operator's terminal or laptop computer. D. The DSC shall directly support the temporary use of a portable service terminal that can be connected to the DSC via a zone temperature sensor communications jack or directly at the controller. The capabilities of the portable service terminal shall include, but not be limited to, the following information for the DSC to which connected but also any other DSC, or digital panel on the network. Provide the portable service terminal. DIRECT DIGITAL CONTROL SYSTEMS 11104 15961-3 Oshkosh WWTP Administration Building ROUMAN 1. Display temperatures 2. Display status 3. Display setpoints 4. Display control parameters 5. Override binary output control 6. Override analog setpoints 7. Modify control parameters E. Where indicated, provide a built-in operator interface, with LED or LCD display and operator keyboard. The interface shall be capable of displaying all input and output points located anywhere within the DDC system. F. All system setpoints, proportional bands, control algorithms, and any other programmable parameters shall be stored such that a power failure of any duration does not necessitate reprogramming the DSC. G. Control algorithms shall be available and resident in the DSC memory to permit proportional, integial, and derivative (PID), pulse, floating point, or two -position control modes in any combination required to properly execute the sequence of operation. H. The DSC shall be furnished with universal inputs and outputs, configurable in software, and capable of accommodating the following inputs and outputs: 1. Form C contact (binary) 2. Analog, 4-20 Ma only 3. Pulse 4. Floating point (drive open/closed) 5. 3-15 psi (with suitable transducers provided) Provide a network interface suitable for: 1. RS -485 communications to other devices on the network. 2. Ethernet LAN (IEEE802.3) 3. Lon Works LAN J. Controller shall have the ability to accept additional input and output points, network interfaces, memory, etc. 2.4 APPLICATION SPECIFIC CONTROLLERS (ASC's) A. General: The ASC shall operate as a stand-alone controller capable of performing its specified control responsibilities independently of other controllers in the network. The ASC shall be a programmable, microprocessor based, real-time digital control processor. DIRECT DIGITAL CONTROL SYSTEMS 11/04 15961-4 Oshkosh WWTP Administration Building ROUMAN B. Each ASC shall have sufficient memory to support its own built-in algorithms and allow for user -defined programming. C. Provide a local port at each ASC to allow access to the controller database with the operator's terminal or laptop computer. D. Provide stable memory for programming and database, and a battery -backed online real-time clock. E. Control algorithms shall be available and resident in the ASC memory to permit proportional, integral, and derivative (PID), pulse, floating point, or two -position control modes in any combination required to properly execute the sequence of operation. 2.5 The ASC shall be furnished with sufficient inputs and outputs to accomplish the stated sequence of operation of the controlled equipment, from terminal strips on the unit circuit board: 1. Analog, 4-20 Ma only 2. Analog, RTD input 3. Digital (triad -for bn-off, pulse or floating point output 4. Form C dry contact B. Provide a network interface for communication with other devices on the network. C. ASC's shall be available in generic form or pre -configured for applications including, but not limited to: 1. Single or multiple VAV box control (with velocity sensor) 2. Air Handling Unit control 2.6 UNITARY VAV CONTROLLER (VAV) A. Provide digital controller with P+I control algorithms plus provisions for accepting user defined programming. B. Provide on -board analog inputs for space temperature and duct temperature sensors. C. Provide software configurable outputs for proportional, on-off, floating point, or pulse control of auxiliary fans or valves on fan powered or reheat applications. D. Provide pressure transducer for connection to velocity pickup of VAV box. Transducer shall control over a range from 0 to `3000 ft/min. E. VAV controller shall permit direct network connection or provisions for series connection to network gateway. Provide gateways as required for quantity and location of VAV boxes. DIRECT DIGITAL CONTROL SYSTEMS 11/04 15961-5 Oshkosh WWTP Administration Building ROU MAN F. VAV damper actuator may not be integral with controller. Refer to Division -15 "HVAC Instruments and Controls" section for actuator specifications, for VAV controllers integrated with actuators. 2.7 SYSTEM SOFTWARE A. All necessary software to form a complete operating system, as described in this specification, shall be provided as an integral part of the digital panel, and shall not be dependent upon higher level computer for execution. _ B. Programming shall provide the ability to perform any or all of the following energy management routines: 1. Time of day scheduling 2. Calendar based scheduling 3. Holiday scheduling 4. Optimal start/stop 5. Demand limiting 6. Heating/cooling interlock 7. Trend logging C. All programs will be executed automatically without the need for operator intervention, and be flexible enough to allow user customization. D. Digital controllers shall be able to execute configured processes defined by the user to automatically perform calculations and control routines. It shall be possible to use any of the following in a configured process: 1. Any system -measured pant data or status 2. Any calculated data 3. Any results from other processes 4. Boolean logic operators (and, or) E. Configured processes may be triggered based on any combination of the following: 1. Time of day 2. Calendar date 3. Other processes 4. Events (e.g., point alarms) F. Alarm management shall be provided to monitor, buffer, and direct alarm reports to operator devices and memory files. All alarm or point change reports shall include the English language description of each point and the time and date of the occurrence. DIRECT DIGITAL CONTROL SYSTEMS 11/04 15961-6 Oshkosh WWTP Administration Building ROUMAN 2.8 OPERATOR INTERFACE A. Command Entry/Menu Selection Process: Operator interface software shall minimize operator training through the use of English.language prompting and English language point identification. B. Text -Based Displays: The operator interface shall provide consistent text -based displays of all system point and application data described in this specification. Point identification, engineering units, status indication, and application naming conventions shall be the same at all operator devices. C. In addition, operator interface will be able to access point data in pre-programmed text - based report form. D. Password Protection: Multiple -level password access protection shall be provided to allow the user/manager to limit control, display, and data base manipulation capabilities as he deems appropriate for each user, based upon an assigned password. E. Logs and Summaries: Reports shall be generated manually, and directed to the displays. As a minimum, the system shall allow the user to easily obtain the following general listing of all points in the system, which shall include, but not be limited to: 1. Points currently in alarm 2. Off-line points 3. Points currently in override status 4. Points in weekly schedules 5. Holiday programming F. Summaries shall be provided for specific points, for a logical point group, for a user - selected group of groups, or for the entire facility without restriction due to the hardware configuration on the facility management system. Under no conditions shall the operator need to specify the address of hardware controller to obtain system information. R G. System Configuration and Definition: All temperature and equipment control strategies and energy management routines shall be definable by the operator. System definition and modification procedures shall not interfere with normal system operation and control. H. Programming Description: Definition of operator device characteristics, DSC's, individual points, applications and control sequences shall be performed through fill -in - the -blank templates. DIRECT DIGITAL CONTROL SYSTEMS 11/04 15961-7 Oshkosh WWTP Administration Building ROUMAN 1. Network -Wide Strategy Development: Inputs and outputs for any process shall not be restricted to a single DSC, but shall be able to include data from any and all other DSC's to allow the development of network -wide control strategies. J. System Definition/Control Sequence Documentation: All portions of system definition shall be self -documenting to provide hard copy printouts of all configuration_ and application data. K. Data Base Save/Restore/Back-up: Backup copies of all DSC and digital panel databases shall be provided on CD-ROM by system supplier. Users shall also have the ability to manually execute downloading of a DSC or digital panel database. 2.9 OPERATOR WORK STATION A. All real-time control functions shall be resident in the stand-alone DDC controllers to facilitate greater fault tolerance and reliability. B. Provide software ferinstallation on Owner's portable computer for diagnostic purposes. PART 3 - EXECUTION 3.1 GENERAL A. This Direct Digital Control system as herein specified shall be fully integrated and completely. installed by this section. It shall include all required software and hardware. Include the engineering, installation, supervision, calibration, software programming, and check-out necessary for a fully operational system. B. Install system and materials in accordance with manufacturer's instructions, rough -in drawings and details on drawings. C. Extension of the data -net between DDC Controllers and- to (LAN) Local Area Network to be by this installer. D. All cables to DDC panels shall be extended by the pneumatic/electric controls installer (Division -15 "HVAC Instruments and Controls" Section) into the DDC panel with sufficient spare cable (minimum of 5') to allow termination by the DDC Installer. All tubing, cable and individual wiring is to be permanently tagged, with numbers corresponding with "Record Drawings", spares are to be labeled as "Spare" with location of other end identified. DIRECT DIGITAL CONTROL SYSTEMS 11/04 15961-8 Oshkosh WWTP Administration Building ROU MAN E. Polyethylene tubing shall be extended and connected to numbered lines within the panel. Controls system installer shall provide afield mechanic and system technician to inspect and validate all tubing and wiring associated with the DDC installer. F. Provide technician to work with air balancing installer and/or provide test & balance (TAB) installer with necessary hardware to over -ride DDC controllers for air - balancing. END OF SECTION 15961 MAActive Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\15961, DDC Systems, Mar. 6.doc DIRECT DIGITAL CONTROL SYSTEMS 11104 15961-9 Oshkosh WWTP Administration Building ROUMAN SECTION 15990 TESTING, ADJUSTING, AND BALANCING PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and provisions of Division 1 apply to this Section. B. Refer also to Division -15 "Basic Mechanical Requirements" and "Basic Mechanical Materials and Methods" Sections. 1.2 SUMMARY OF WORK. A. Perform all testingand'balancing as noted herein. B. Work Not Included 1. Pressure testing of piping and duct systems. 2. Installation and startup of equipment being tested. 1.3 QUALITY ASSURANCE A. The waterside -and airside system balancing will be performed by an AABC or NEBB. Certified agency who is not the Installer of systems to be tested and who is otherwise independent of the project. 1.4 SUBMITTALS A. Submit four (4) sets of all balance data to Engineer. All data will be typed on AABC or NEBB forms. PART 2 - PRODUCTS 2.1 GENERAL A. Submit evidence of calibration of all HVAC measurement equipment within the past 6 months of use on the project. TESTING, ADJUSTING, AND BALANCING 11/04 15990-1 Oshkosh WWTP Administration Building ROUMAN 2.2 AIR FLOW MEASURING EQUIPMENT A. For surface mounted air outlets and inlets, use a flow hood device. B. For duct traverses, use pitot tube and hot-wire or electronic differential pressure sensor- _ based gauge. PART 3 - EXECUTION 3.1 GENERAL A. Airside of system must be balanced completely before starting water balance. B. Procedures listed below are intended to be used as a guide; TAB contractor is responsible for satisfactory performance of TAB work. 3.2 PREPARATION FOR AfR' SYSTEM TESTING A. General 1. Check for completeness of temperature control work. 2. Set all temperature controls to call for full heating or cooling. B. Air Side 1. Check dampers (including fire dampers), for correct initial positions. Check duct system for blockages. 2. Check all fans for correct rotation and fan belts for correct tension. 3. Check to be sure proper, clean filters are installed in air handling equipment. C. Water Side 1: Open all valves to full flow position. 2. Remove and clean all strainers. 3. Make sure system water is clean and treated. 4. Check pumps for correct rotation. 5. Check expansion tanks. 6. Check air vents and vent system completely. TESTING, ADJUSTING, AND BALANCING 11/04 15990-2 Oshkosh WWTP Administration Building ROU MAN 3.3 PERFORMING TESTING, BALANCING, AND ADJUSTING A. General Patch insulation, ductwork, and housings removed or penetrated during TAB procedures. Use material identical to those removed., or sealing devices designed for the purpose. B. Air Side Balancing 1. Test and adjust fan RPM to design requirements. 2. Test and record fan motor amperages 3. Test and record initial system static pressures, suction and discharge. 4. Test and adjust system for design outside air and recirculated air quantities. 5. Adjust dampers in all main supply and return air ducts and zones to proper design CFM. 6. Test and adjust each diffuser, grille and register to within 5% of design requirements-- Record data and location. Use manufacturers ratings and calcula- tions. 7. Adjust all diffusers and grilles to minimize drafts in all areas. C. Water Side Balancing 1. Check and set operating temperature of boiler. 2. Check pump motor amps. 3. Set pumps to proper GPM delivery. 4. Adjust flow of water through boilers, heat exchangers, and chillers. Check entering and leaving water temperatures and pressure drop. Reset to correct design temperatures. 5. Check entering and leaving water temperatures at all coils and radiation. Balance each unit and record all data. 6. Adjust all coils with three way valves so that pressure drop across bypass equals coil pressure drop at full flow. 7. Mark flow control devices; including damper control positions, valve indicators, fan speed control adjustments, and similar controls and devices, to show final settings. Mark with paint of other suitable, permanent identification materials. 3.4 RECORD AND REPORT DATA A. Record all air temperatures: supply, return, mixed, outside air including dry and wet bulb. B. Record design, initial, and final values of all equipment tested. TESTING, ADJUSTING, AND BALANCING 11/04 15990-3 Oshkosh WWTP Administration Building ROUMAN C. Make recommendations for correcting unsatisfactory performance of mechanical systems that cannot be corrected by TAB procedures. D. After unsatisfactory conditions are corrected by mechanical installers, retest as necessary to confirm adequacy. END OF SECTION 15990 MAActive Projects\45404 OSHKOSH WWTP-HVAC\Project Manua!\15990, Testing, etc., Mar. 6.doc TESTING, ADJUSTING, AND BALANCING 11/04 15990-4 Oshkosh WWTP Administration Building ROUMAN SECTION 16050 BASIC ELECTRICAL REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General and Supplementary Conditions, and Provisions of Division 1 apply to this Section. 1.2 SUMMARY A. This section includes materials for general electrical construction. 1.3 QUALITY ASSURANCE A. Electrical installations shall be in accordance with ANSI/NFPA 70 "National Electrical Code", as amended by authority having jurisdiction B. Follow National Electrical Contractors Association (NECA) "Standard of Installation" for general electrical installation work. PART 2 - MATERIALS 2.1 RACEWAYS A. Conduit: EMT, ANSI C80.1, above suspended ceilings - 3/4" minimum size; B. Conduit: Rigid steel, ANSI C80.1, for outdoor and hazardous location installations, in boiler rooms, in all exposed locations and in firestop penetrations - 3/4" minimum size. C. Conduit: Liquid tight flexible metallic conduit; D. Fittings and Conduit Bodies: 1. ANSI/NEMA FB1: steel compression type, die cast, for EMTANSI/NEMA FB threaded steel type, for rigid steel 2. ANSI/NEMA F131 for liquid tight flexible metallic conduit. 2.2 SUPPORTING DEVICES: A. Slotted -steel channels. B. Steel or malleable iron clamps, straps, and supports. REQUIREMENTS BASIC ELECTRICAL 11/04 16050-1 Oshkosh WWTP Administration Building ROUMAN 2.3 CONDUCTORS A. Copper, type THHN/THWN, 600 volt, stranded conductor, NEMA WC 5 B. 12 AWG minimum wire size for power conductors C. Motor control wiring shall be No. 14 stranded minimum; D. All wiring within control panels shall be No. 16 stranded minimum. 2.4 BOXES A. Outlet, pull and junction boxes: galvanized steel , ANS1/NEMA OS1, 4" square boxes shall be a minimum 2 1/8" deep; B. Outlet, pull and junction boxes in hazardous areas: galvanized steel, ANSI/NEMA OS7 2.5 ELECTRICAL IDENTIFICATION A. Raceway and Cable Labels shall be self -laminating wire labels. B. Tape markers for wire shall be self -laminating wire labels. C. Wire shall be color coded for phase and voltage. 2.6 DISCONNECT SWITCHES A. Manual starting switch, with overload relays, equal to Square D Bulletin 2510, for single phase equipment installed indoors. B. NEMA 3R heavy duty fusible, for single and polyphase equipment installed outdoors. PART 3 - EXECUTION 3.1 ELECTRICAL DEMOLITION A. Confirm that wiring and devices to be abandoned serve only equipment to be demolished B. Legally remove all demolished Division -16 wiring and equipment from the premises C. Maintain electrical system in operation with only minor interruptions for removal of equipment and wiring. D. Exposed Accessible Electrical Work including that in ceiling spaces shall be demolished in its entirety. REQUIREMENTS BASIC ELECTRICAL 11/04 16050-2 Oshkosh WWTP Administration Building ROUMAN E. Concealed electrical work: Remove to 1/2" behind finished surface. Place blank covers on abandoned flush boxes which are not removed. 3.2 CONDUIT A. Run conduit parallel to building walls; group conduit in parallel runs where possible. Support maximum 8 feet on center unless otherwise restricted by code B. Use specified conduit supports - do not fasten conduits with perforated strap or wire. C. Maintain 6" minimum clearance between conduits and piping . Maintain 12" minimum distance between conduit and any heat sources. D. Use conduit hubs for fastening conduit to boxes. E. Provide seal -offs or approved firestopping where conduit penetrates rated assemblies or enters/leaves hazardous areas. 3.3 SUPPORTING DEVICE A. Fasten conduit supporting devices to building construction using inserts or expansion anchors in masonry construction, beam clamps in steel construction, sheet metal screws in metal studs, or wood screws in wood construction B. Do not fasten supports to work of other trades or other conduit 3.4 CONDUCTORS A. Splice wire only in approved junction or outlet boxes. B. Provide wire tags for all conductors inside control panels C. Wire nuts are acceptable for splices in wire smaller than 8 AWG. Use approved crimp type connectors for 8 AWG and larger wire splices. D. Provide properly identified ground wire in EMT installations; do not rely on conduit for grounding; provide a ground wire in all discreet conduits, including 120 volt and above; 3.5 BOXES A. Provide boxes where shown or required for terminations at equipment or splices, taps or wire pulling. B. Co-ordinate box installation with other trades to ensure access to boxes in completed installations. REQUIREMENTS BASIC ELECTRICAL 11/04 16050-3 Oshkosh WWTP Administration Building RQUMAN C. Provide knockout closures for unused opened knockouts. D. Support pull and junction boxes independent of conduit. 3.6 ELECTRICAL IDENTIFICATION: A. Provide color -coded markers at splice boxes. Label each end of individual wires in field devices and at terminations; B. Provide numbered tags for wire installed in gutters, panelboards, or control panels C. Identify panelboard and branch circuit for each motor or special outlet. 3.7 DISCONNECTS A. For disconnects mounted to equipment, coordinate disconnect location with equipment installer to maintain accessibility. B. Label all disconnects per owner numbering scheme END OF SECTION 16050 MAActive Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\16050, Basic Elect. Req. Mara 6.doc REQUIREMENTS BASIC ELECTRICAL 11/04 16050-4 Oshkosh WWTP Administration Building ROU MAN CONSTRUCTION CONTRACT THIS AGREEMENT made on the day of , 20 by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as the CITY, and party of the second part, hereinafter referred to as the CONTRACTOR. WITNESSETH: That the City and the Contractor, for the consideration hereinafter named, agree as follows: ARTICLE I SCOPE OF WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all .of the work shown on the plans and described in the specifications for the project entitled or described as follows: Administration Building HVAC Upgrade Wastewater Treatment Facility City of Oshkosh, WI all in accordance and in strict compliance with the Contractor's proposal and the other Contract documents referred to in ARTICLE V of this Contract. ARTICLE II TIME OF COMPLETION The work to be performed under this Contract shall be commenced and the work completed within the time limits specified in the General Conditions and/or Contractor's proposal. ARTICLE III PAYMENT (a) The Contract Sum The city shall pay to the Contractor for the performance of the Contract the sum of $ , adjusted by any changes as provided in the General Conditions, or any changes hereafter mutually agreed upon in writing by the parties hereto provided, however, in the event the proposal and Contract documents are on a "Unit Price" basis, the above mentioned figure is an estimated figure, and the City shall, in such cases, pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work as set forth in the Contractor's proposal; the number of units therein contained is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the: work covered by the Contract. 1 ROU MAN (b) Progress Payments In the.event the time necessary to complete this Contract is such that the progress payments are required, they shall be made according to the provisions set forth in the General Conditions. ARTICLE IV CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE V COMPONENT PARTS OF THE CONTRACT This Contract consists of the following component parts, all of which are as fully a part of this Contract as if herein set out verbatim or, if not attached, as if hereto attached: 1. Official Notice to Contractors 2. Construction Contract 3. Proposal 4. Performance Bond 5. List of Subcontractors 6. Notice of Award 7. General Conditions 8. Specifications: Divisions, 1, 15 & 16 9. Drawings 10. This Instrument 11. Any Addenda In the event that any provision in any of the above component parts of this Contract conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. AND IS HEREBY DECLARED, UNDERSTOOD AND AGREED that the word "Contractor" wherever used in this Contract means the part of the second part and its, his or their legal representatives, successors and assigns. 2 ROUMAN IN WITNESS WHEREOF, the City of Oshkosh, Wisconsin, has caused this contract to be sealed with its corporate seal and to be subscribed to by its Manager and City Clerk and countersigned by the Comptroller of said City, and the party of the second part has hereunto set its, his or their hand and seal the day and year first above written. In the Presence of: CONTRACTOR By: (Seal of Contractor, By: _ if a Corporation) In the Presence of: (Specify Title) CITY OF OSHKOSH, WISCONSIN City Manager City Clerk (Seal of City) hereby certify that provisions have been made to pay the liability that will accrue to the City of Oshkosh, Wisconsin, under the within Contract. Comptroller Approved as to form and execution: City Attorney MAActive Projects145404 OSHKOSH WWTP-HVACXProject ManuaAConstruction Contract, Mar 6.doc 3 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that , Contractor, as principal, and , as surety, are held and firmly bound unto the CITY OF OSHKOSH, WISCONSIN, Owner, in the sum of ROUMAN (Dollars) ($ ) to be paid to the Owner for which payment well and truly to be made we jointly and severally bind ourselves, our heirs, executors, administrators, and assigns firmly to these presents. THE CONDITIONS OF THE ABOVE OBLIGATIONS are such that WHEREAS, the said - did, on the day of , 20, by articles that date, enter into a Contract with the Owner for the NOW, THEREFORE, if the said Contractor shall save and hold harmless the said Owner from all public liability and damages of every description in connection therewith, shall well and faithfully in all things fulfill the said Contract, according to all the conditions and stipulations therein contained, in all respects, and shall save and hold harmless the said Owner from and against all liens and claims of every description in connection therewith, including payment for all materials, labor and equipment, then this obligation shall be void and of no effect, but otherwise, it shall remain in full force and virtue, and in the event that the said Owner- shall extend the time for completion of the work or otherwise modify elements of the Contract in accordance with provisions thereof, such extensions of time or modifications of the Contract shall. not in any way release the sureties of this bond. 1 WITNESS OUR HANDS AND SEALS this In the Presence of: day of Principal Surety MAActive Projects145404 OSHKOSH WWTP-HVAC\Project Manual\Performance Bond, Mar 6.doc Fd 0 k�. 20 (SEAL) (SEAL) (SEAL) (SEAL) NOTICE OF AWARD To ROU MAN PROJECT Description: Administration Building HVAC Upgrade The OWNER has considered the BID submitted by you for the above-described WORK in response to its Advertisement for Bids dated , 19_, and information for Bidders. You are hereby notified that your-Bl6has been accepted for items in the amount of You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S Performance BOND, Payment BOND and certificates of insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS, within ten (10) days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of 20 City of OSHKOSH WISCONSIN, OWNER By Title 1 ACCEPTANCE OF NOTICE Receipt of the above is hereby acknowledged By - This the By - Title day of ROUMAN 20 M:\Active Projects\45404 OSHKOSH WWTP-HVAC\Project Manual\NOTICE OF AWARD, Mar 6.doc 2