No preview available
HomeMy WebLinkAbout296-24 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 296-24 File Number: 2024-746 MILESTONE CONSTRUCTION COMPANY, LLC. (SERVICE CONTRACT): A RESOLUTION TO AWARD BID #24-44 AND AUTHORIZE A CONTRACT IN THE AMOUNT OF $1,583,718.71 WITH MILESTONE CONSTRUCTION COMPANY, LLC FOR THE CITY HALL HVAC IMPROVEMENTS, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $300,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section I: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #24-44 and authorizes a contract in the amount of $1,583,718.71 with Milestone Construction Company, LLC for the City Hall HVAC improvements and further approves a project contingency in the amount of $300,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on December 4, 2024 Page 1 Attest: ���1�rlF�ziz • ► nY r.vl Kara Paxton, City Cie& Treasurer % �,• c ; i� CITY OF CITY COUNCIL MEMO FAYETTEVILLE ARKANSAS 2024-746 MEETING OF DECEMBER 4, 2024 TO: Mayor Jordan and City Council THRU: Paul Becker, Chief Financial Officer FROM: Waylon Abernathy, Bond Projects & Construction Dir SUBJECT: Bid 24-44 Construction -City Hall HVAC Improvement 2019/2022 Facilities Bond Project RECOMMENDATION: Staff recommends approval of this resolution for Bid 24-44 Construction Contract with Milestone Construction Company, LLC for the City Hall HVAC improvements in the amount of $1,583,718.71, approve Change Order #1 in the amount of $300,000 for an owner contingency, and approve a Budget Adjustment. BACKGROUND: February 2024 Resolution 72-24 Authorized Engineering Services for Design, Construction Documents and Construction Administration for the City Hall HVAC equipment replacement. DISCUSSION: The scope of this contract includes replacement of pumps, boilers, air handlers, vav boxes, a new cental condensing unit at the roof, and an independent heat pump system in the basement. The Change Order will include owner contingency funds for door, wall, ceiling, or other systems replacements that may be needed for the HVAC equipment replacements. BUDGET/STAFF IMPACT: A Budget Adjustment to move $1,883,718.71 from 4607.860.7999-5899.00 2022 Bond unallocated budget to 4707.860.7710-5804.00 City Hall Improvements Building Cost. ATTACHMENTS: SRF (#3), BA (#4), Bid 24-44, Appendix A - City Issued Bid (#5), Bid 24-44 Appendix B - Milestone Bid Submittal (#6), Bid 24-44 Appendix C, Bid Tab (#7), Bid 24-44 Contract - Final Executed (#8), Change Order #01- Owners Contingency (#9) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-746 Bid 24-44 Construction -City Hall HVAC Improvement 2019/2022 Facilities Bond Project A RESOLUTION TO AWARD BID #24-44 AND AUTHORIZE A CONTRACT IN THE AMOUNT OF $1,583,718.71 WITH MILESTONE CONSTRUCTION COMPANY, LLC FOR THE CITY HALL HVAC IMPROVEMENTS, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $300,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #24-44 and authorizes a contract in the amount of $1,583,718.71 with Milestone Construction Company, LLC for the City Hall HVAC improvements and further approves a project contingency in the amount of $300,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 Wade Abernathy Submitted By City of Fayetteville Staff Review Form 2024-746 Item ID 12/3/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 11/6/2024 FACILITIES MANAGEMENT (140) Submitted Date Division / Department Action Recommendation: Bid 22-44 Construction Contract with Milestone Construction Company, LLC for the City Hall HVAC Improvements in the amount of $1,583,718.71, approve Change Order #1 in the amount of $300,000 for an owner contingency, and approve a budget adjustment. This is a 2019/2022 Facilities Bond Project. Budget Impact: 4707.860.7710-5804.00 4707 - Facilities Bonds Account Number Fund 46070.7710 City Hall Improvements (Phase II) Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Purchase Order Number: Change Order Number: Original Contract Number: Comments: Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 2,707,204.00 $ 737,879.23 ? 1,969,324.77 $ 1,883,718.71 85,606.06 Previous Ordinance or Resolution # Approval Date: V20221130 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number FACILITIES MANAGEMENT (140) /Org2 2024 Requestor: Wade Abernathy BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Bid 22-44 Construction Contract with Milestone Construction Company, LLC for the City Hall HVAC Improvements in the amount of $1,583,718.71, approve Change Order #1 in the amount of $300,000 for an owner contingency, and approve a budget adjustment. This is a 2019/2022 Facilities Bond Project. COUNCIL DATE: 12/3/2024 ITEM ID#: 2024-746 Holly Black 11/13/202q 7:q0 Pln RESOLUTION/ORDINANCE Budget Division Date TYPE: D - (City Council) JOURNAL #: GLDATE: CHKD/POSTED: TOTAL Account Number - - Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.20241029 Account Name 4707.860.7710-5804.00 1,583,719 - 46070 7710 EX Building Costs 4707.860.7710-5911.99 4707.860.7999-5899.00 300,000 - (1,883,719) - 46070 46070 7710 EX 7999 EX Contingency - Capital Project Unallocated - Budget I of 1 City of Fayetteville, Arkansas 94V CITY OF Purchasing Division — Room 306 FAYETTEVILLE 113 W. Mountain Fayetteville, AR 72701 A R K A N S A S Phone: 479.575.8258 TDD (Telecommunication Device for the Deaf): 479.521.1316 Bid 24-44, Construction — City Hall HVAC Improvements Re DEADLINE: Wednesday, October 30, 2024 before 2:00 PM, L �ime PRE -BID MEETING: Wednesday, October 16, 2024 at 3:00 P gkom # 1 f City Hall SR. PURCHASING AGENT: Amanda Bedfuss, abe fa et -ar. o� DATE OF ISSUE &ADVERTISEMENT: 10/06 204 & 1131,,W202 No late bids shall be accepted. Bids shall be sub ' Wone of 1,wwing m -Ns'(1) through the City's third -party electronic bidding platform or (2) delivering in so via seal lope to y of Fayetteville Purchasing Division. Submitting through the City's electronic biddi orm is g encoura II bids shall be submitted in accordance with the attached City of Fayetteville spe i t ns a i d uments c d hereto. Each bidder is required to fill in every blank and shall supply all inform queste fail re to dos e used as basis of rejection. NO ESTO DERS: All interested parties can obtain file -ILO r p4iT proje goiN to http://fayetteville-ar.gov/bids. Bid documents shall be distributed electronically from the it Pur ayettevill hasing Division only. BID PACKAGE INCLUDES THE LLO NG FIL ICH SHALL BE LISTED UNDER "ATTACHMENTS": FILE#01: PROJECT M Nk4TotAx43 FILE #02: PLANS —11 PIVeets `N *Additional files added asadrhndns are issued platform Addendums will be uploaded and posted to the City's electronic bidding *PLAN HOLDER L4 A listing of vendors who have received documents can be found in the City's electronic bidding platform and �,$J)It section tab titled 'Plan Holders'. 0 Bidder shall assume all responsibility for receiving updates and any addenda issued to this project by monitoring http://fayetteville-ar.gov/bids. Failure to acknowledge addenda issued as instructed could result in bid rejection. Telecommunications Device for the Deaf TDD (479) 521 1316 113 We%t Mountain Fayetteville, AR 72701 THIS PAGE INTE�N�'lCf Lt,�v`sLANK GOB a J Telecommun,cawns Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. F-1 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Ark1 f at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's check made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an i delivery appointment with the City Purchasing Division. All addenda shall be signed, acknowledged, and submitted on the appropriate ►(submitting th ctual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and eX—ltnde to reve1e item 1 awell as the total bid price. F-1 Total base bid should be calculated in the provi 91 sp V` All pages provided with signature lines shall opriatel dated ac r gly, and included with submitted bid F-1 documents All bids shall be received before the at dead(iijin the City'onic bidding platform or submitting a physical g p g p Y 1-1 sealed bid to the City Purchasi . Suba bid ele oily is strongly encouraged. A public bid opening will be conducted after Mede at City Hall and livestreamed at https://www.youtube.com/ r cit offa tey fear. La t sdirected bids shall not be accepted. The City of Fayetteville shall not be respo sib 44IN misdi or failure of bidder's technical equipment. If submitting a physical bid, all bid documents sha delivered in aled envelope to the address stated in the advertisement or updated deadline issued via Adhd? All bids oul be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bids nsas Cont cto s License Number. Additional lnformatio e`ul're� • AR Secrets to F'in OR submit electronically. • Arka a actor Li e OR submit electronically. • Pursuant Arkans Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Isra a not boycott Israel during any time in which they are entering into, or while in contract, with any ity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the c tractor must notify the contracted public entity in writing. ubmit electronically or circle applicable answer: YES or NO ycottP ant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently Energy, Fossil Fuel Firearms and Ammunition Industries during an time in which the are entering Y gY, g Y Y g into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: YES or NO Telecommunications Device for the Deaf TDD (479) 521 1316 113 West Mountain Fayetteville, AR 72701 11 THIS PAGE ITILLX T BLANK tK C) Telecommun,cawns Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 CITY OF FAYETTEVILLE ARKANSAS TABLE OF CONTENTS BID 24-44, CONSTRUCTION - CITY HALL HVAC IMPROVEMENTS REBID6. INSTRUCTIONS TO BIDDERS ` so SECTION 00 - COVER PAGE, CHECKLIST, AND ADVERTISEMENT ............. .................... ....... 1-5 SECTION 01- INSTRUCTIONS TO BIDDERS ........... 1- 12 PART ONE DEFINED TERIYI , 1 PART TWO COPIES OF B DOCU T 1 PART THREE EXAMIN SITE TRACT ENTS 2 PART FOUR AVAIL I OF LAN WORK RK BY OTHERS 3 PART FIVE I�N�TTEE -� ATION RACT NTS AND ADDENDA 3 PART SIX XIMA S TE OF T ES 4 PART SEVEN RICE S v 4 PART EIGHT F RM 4 PART NINE SI NA MN BID � 5 PART TEN BI D 5 PART ELEVEN P O M BO AND PAYMENT BOND 5 PART TWELVE �SURANC E IREMENTS 7 PARTTHIRTEEN CON R E 7 PART FOURTEEN LIQU�ATED DAMAGES 7 PART FIFTEEN ♦ CONTRACTORS, SUPPLIERS, AND OTHERS 7 PART SIXT ` TITUTE AND "OR EQUALS" ITEMS 8 PART SEVEN ` UALIFICATIONS AND RESPONSIBILITY OF BIDDERS 8 PART EIGHTEEN ` DISQUALIFICATIONS OF BIDDERS 9 PART NINETEEN OPENING OF BIDS 9 PART TWENTY EVALUATION OF BIDS 10 PART TWEN -ON RIGHT TO REJECT BIDS 10 P A R T _PklNkTWO AWARDING OF CONTRACT 10 PAR'i"f - HREE RETAINAGE 10 PARTTWENTY-FOUR SIGNING OF AGREEMENT 11 PARTTWENTY-FIVE MATERIALS GUARANTY 11 PARTTWENTY-SIX FAMILIARITY WITH LAWS 11 PART TWENTY-SEVEN INDEMNIFICATION 11 PART TWENTY-EIGHT MISCELLANEOUS 11 SECTIONO2 - BID FORM........................................................................................................................ 1-5 SECTION 03 - LIST OF SUBCONTRACTORS............................................................................................ 1 - 1 SECTION 04 - CONTRACTOR REFERENCES............................................................................................ 1 - 1 SECTION05 - BID BOND......................................................................................................................... 1-2 � SECTION 06 - PERFORMANCE BOND ` SECTION 07 - PAYMENT BOND........................................................................ &... .............. 1-3 PROJECT SPECIFICATIONS ......................................... .................. 0.......... .c.......... 1- 66 � O O J ,Q O O G D� D� D�' G G CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID SECTION 01 INSTRUCTIONS TO BIDDERS PART ONE - DEFINED TERMS 1.1. Terms used in these Instructions to Bidders which are defined in the General Conditions have the meanings assigned to them in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2 Bidder — One who submits a Bid directly to City of Fayetteville as distinct from a sub -bidder, who su a bid to a Bidder. 1.3 Issuing Office — The office from which the Bidding Documents are to bete d and bidding procedures are to be administered. S, 1.4 Successful Bidder —The lowest, responsible, and r o sive Bi `Gvhom � of Fayetteville (on the basis of the City of Fayetteville's evaluatio as h reinafte ed) m ward. v 1.5 Local Time — Local time is defined as th6�w in Fay , Arkans n e due date of the deadline. Bids shall be received before the dedd�l time as by the clock located in the Purchasing Division Office. �� �� e) J 1.6 Substitution — Items O () of 1 , equi en or substr differs in application method, material, warranty, and/or per as outline he spe i ns. Substitution requests shall be submitted to the Purchasing Di ion by It* uVion d Substitution requests will be addressed via addendum. 1.7 Equivalent (or Equal) — It�of mat ial, uipment, or substrate that meets the application method, material, and perfor a c ut may i anufacturer and/or warranty from what is specified. Item(s) meeting these c ' eria I be co i re equal at time of bid. a. Named ♦ urers * hi he specifications shall be used as a basis of design in regard to esta minimu er rmance standard. PART TWO - COPIES OF BI OCUMENTS 2.1 Complete s Bidding Documents in the number and for the deposit sum, if any, stated in the Advertise nt Bids may be obtained from the Issuing Office. 2.2 C 1 a of Bidding Documents must be used in preparing Bids. Neither City of Fayetteville nor Vojec `Manager assumes any responsibility for errors or misinterpretations resulting from the use of inc plete sets of Bidding Documents. 2.3 City of Fayetteville and Project Manager in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. SECTION 01— INSTRUCTIONS TO BIDDERS 1 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID PART THREE - EXAMINATION OF SITE AND CONTRACT DOCUMENTS 3.1 Bidders are advised that the Drawings and Specifications shall constitute all the information which the City of Fayetteville shall furnish. No other information given or sounding made by the City of Fayetteville or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, drawings, specifications, and estimates, or be binding on City of Fayetteville. 3.2 3.3 3.4 3.5 a Prior to submitting any Bid, Bidders are required to: read carefully the Specifications, contract, and Bonds; examine carefully all Drawings; visit the site of the Work to carefully examine local conditi s; inform themselves by their independent research and sounding of the difficulties to be encour*te , and all attending circumstances affecting the cost of doing the work, and the time speci 'e completion; and obtain all information required to make an intelligent bid. Bidders shall rely exclusively upon their surveys, estimates, investigati s,�eancl d other hich are necessary for full and complete information upon which the bid m4y forwhi a contract is to be awarded. The Bid Form, providing for unit r sum statement that all bids are made with the full kno ledge of tl�u encountered, the kind, quality and qua required and with full knowledge of the c of the contract and Bonds. w Bidders shall promptly notify which Bidder has discovered Information and data facilities at or contigu and Project Manager by City Fayetteville and Project I O unless it is expresslyp%v On request, City investigati s*, BidderrnJ such explor r 3.6 Reference is is to be perfc that relates will Ja ktCTWactor, contains a 40 itions that may be cavation, and materials mates and all provisions ts; eerrors, ambiguities, or discrepancies nts and such other related documents. Con t cuments with respect to existing underground a n r ation and data furnished to City of Fayetteville such underground facilities or others, and City of ie_responsibility for the accuracy or completeness thereof Supplementary Conditions. �pkvide each Bidder access to the site to conduct such examinations, nd studies as each Bidder deems necessary for submission of a Bid. n up and restore the site to its former conditions upon completion of tests, and studies. is t i`General Requirements for the identification of the general nature of work that d a the site by City of Fayetteville or others (such as utilities and other prime contractors) the work for which a Bid is to be submitted. On request, and as available, City of Fayetteville each Bidder, for examination, access to or copies of Contract Documents (other than of related to price) for such work. 3.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 3, that without exception the Bid is premised upon performing and furnishing the Work required bythe Contract Documents and applying the specific means, methods, techniques, sequences, or procedures of construction (if any) that may be shown or indicated SECTION 01— INSTRUCTIONS TO BIDDERS 2 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID or expressly required by the Contract Documents, that Bidder has given Project Manager written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Contract Documents and that the written resolutions thereof by Project Manager are acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 3.8 Mobilization shall not exceed 5% of bid total. This price shall not include bonds and insurance. 3.9 City of Fayetteville will provide dumpster for this project. 3.10 Open burning and blasting are not allowed on City projects. 3.11 Contractor is responsible for obtaining all applicable permits; however, RIP r City -is mits shall be waived. ♦`O PART FOUR -AVAILABILITY OF LANDS FOR WORK AND W K BY OTH ♦ C 4.1 The lands upon which the Work is to be r ed, ri h°� and a is for access thereto and other lands designated for use by Co ra�r in pe llgg the identified in the Contract Documents. All additional lands a�cess th quired mporary construction facilities, construction equipment, or stora aterials d uipment ncorporated in the Work are to be obtained and paid for by C r. E nt or per structures or permanent changes in existing facilities are to b ed and aid r by City tteville unless otherwise provided in the Contract Documents. PART FIVE - INTERPRETATION OF CON Yf DOCU ND ADDENDA 5.1 If any person contempl+&Gbmitti a b d for construction of the Work is in doubt as to the true meaning of any part ht^pose CoW Documents or finds discrepancies in or omissions from any part of the propose C act D u , he should submit a written request for interpretation thereof to the Project age not to t n seven days before the date set for bid opening. The person submittin e1� st�shall re onsible for its prompt delivery. 5.2 Interpretati or co Zion of proposed Contract Documents will be made only by Addendum through the City's online bi ortal. Only questions answered by formal written Addenda will be binding. Oral and other in erit' t ns or clarifications will be without legal effect. City of Fayetteville will not be responsible fo ny other explanations or interpretations of the proposed Contract Documents. 5.3 Addn also be issued to modify the Bidding Documents as deemed advisable by City of Fayetteville Pro' Manager. 5.4 Bidder assumes all responsibility for checking the City's online bidding portal at www.fayetteville- ar.gov/bids for updates and addenda issued to this project. SECTION 01— INSTRUCTIONS TO BIDDERS 3 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID PART SIX - APPROXIMATE ESTIMATE OF QUANTITIES 6.1 Estimated quantities are approximate only and shall be the basis for receiving unit price bids for each item but shall not be considered by Bidders as actual quantities that may be required for the completion of the proposed work. However, such quantities, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of Bids and aid in determining the low and responsive Bidder for the purpose of awarding the contract, and will be used as basis for fixing the amount of the required Bonds. PART SEVEN - UNIT PRICES 7.1 Bidders must state a price for each item of work named in the Bid. Unit and Lump Sum prices ude amounts sufficient for the furnishing of all labor, materials, tools, equip ent, and a f every description to construct, erect, and finish completely all the work as c- r in the ec cations or indicated on the Drawings. ♦`O i; P%v'. 7.2 Prices bid shall bear a fair relationship to the c st o the work tpb!done. Bid w ' appear unbalanced and are deemed not to be in the best in et ity of F tt may ted at the discretion of City of Fayetteville. 7.3 By submission of a Bid, Bidder r n s that as con ' the entire Project and the Work required and has reviewed th s and ltications t f the full scope of the Work. q g �Y p O PART EIGHT - BID FORM G 8.1 Bids are due as indicat �inthe A is4qment fo 8.2 Bids which are incomplet , un Kaiiced, diti al, or obscure or which contain additions not called for, erasures, alterations, or ularities f an kind or which do not comply with these Instructions to Bidders may be reje e a informa -responsive at the option of City of Fayetteville. However, City of Fayetteville r rve a right o aive technicalities as to changes, alterations, or revisions and to make the award nn best it o City of Fayetteville. 8.3 Acceptant 112alteri bi is at the City of Fayetteville's discretion, as best services the City of Fayetteville's intere deductive alternate is provided for on the Bid Form (if applicable). The price of the Bid for a ate will be the amount to be deducted from the price of the Total Base Bid if the City of Faye t a elects any of the alternates. The unit price amount for each alternate shall be the same as th uni rice amount listed in the Bid. 8.4 Nyrgie II divulge the information in the Bid to any person whomsoever, except those having a rtn ship or other financial interest with him in the Bid, until after the bids have been opened. 8.5 All bids shall include all costs including but not limited to sales tax, use tax, permits, insurance, etc. The contractor on this project is defined by the Arkansas Revenue Laws as the user and is responsible for the appropriate taxes. There are NO provisions in this bid for a contractor to avoid taxes. The City of Fayetteville is not a tax-exempt entity. SECTION 01— INSTRUCTIONS TO BIDDERS 4 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID PART NINE - SIGNATURE ON BIDS 9.1 If the Bid is made by an individual, the firm name must be given, and the Bid Form signed by the individual or a duly authorized agent. If the Bid is made by a partnership, the firm name and the names of each member must be given, and the Bid signed by a member of the partnership, or a person duly authorized. If the Bid is made by a company or corporation, the company or corporate name must be given, and the Bid signed by an officer or agent duly authorized. The corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 9.2 All names must be typed or printed in black ink below the signature. ` 9.3 The address and telephone number for communications regarding the Bist be sh 04 n 9.4 Powers of attorney, properly certified, for agents others to si ♦ �ust b i —ng and filed with City of Fayetteville. 9.5 The Bid shall also contain a signed ackno r lent of re fall Add 9.6 Arkansas Contractor's License and r is ion :�ittl�rkansas ry of State shall both be valid at time of bid deadline. J 9.7 Vendor shall not be debar doin busiOwith rnment entity. Y PART TEN - BID BOND 10.1 10.2 A five percent (5%) bid securit the form 0 'd bond, or cashier's check from a bank located in the State of Arkansas, as stated ithe Advese�nent for Bids, shall accompany each bid. Bid bonds for the and Certificates er/i second low bidder shall not be acceptable. The Successful Pl!1►of Fayetteville receives a signed Agreement and required Bonds successful Bidder fails to execute and deliver the Agreement and within fifteen days after the Notice of Selection, City of Fayetteville and the Bid security of that Bidder will be forfeited. the right to retain the security of the three low bidders until the Successful E Contract or until sixty (60) days after bid opening, whichever is sooner. Cash the second and third low bidder may be exchanged for an equivalent bid bond after ns are complete or thirty (30) days after bid opening, whichever is sooner. If any Bidder ter into an Agreement, City of Fayetteville may retain Bidder's bid security as liquidated SECTION 01— INSTRUCTIONS TO BIDDERS 5 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID PART ELEVEN - PERFORMANCE BOND AND PAYMENT BOND 11.1 NOTICE TO PROCEED, BONDS AND ORDERING PROCEDURES 11.3 11.4 11.5 11.6 11.7 a. After contract award, the Contractor will provide the City with separate 100% performance and payment bonds, as required in the contract. b. Upon the City receiving and accepting the 100% Performance and Payment Bonds, the City will issue a Purchase Order along with a Notice of Award (NOA). c. The Notice of Award shall serve as permission for the Contractor to order any materials neeiie complete the project, specifically those with a long lead time. ` 6- d. The City will coordinate with the Contractor on the timing of the Notice to Proceed being is ich shall take into consideration the expected delivery of items with a Ion ead"time. e. Calendar days for substantial and final completion shall not start e day follow the issuance of a Notice to Proceed. ♦�` �� f. The City will make progress payments for at tals delive d rTsite, of r ication of delivered materials by City. If Required -- Contractor shall inc ovision bonds h will guarantee the faithful performance of the prevailing h w ge clquire a Arkansas Prevailing Wage Law, Arkansas Code Annotated § 2 - d). ON, � \1 Contractor shall pay II e s in co c n with obfaining of said Bonds. The Bonds shall be conditioned that Con all kithfully perfor ntract and shall pay all indebtedness for labor and materials furnishe r per r n6the con c of such alterations and additions as prescribed in this contract. The surety companyie Bonds ciste a solvent company on the "Surety Companies Annual List" issued by the U.S. D p t ent o th ftsury, and the Bonds are not to be issued in an amount greater than the underw,g li itat' s r e surety company as set out therein. In Arkan veiling law qui es that performance and payment Bonds on public works contracts shall be execute a re t to al agent who is licensed by the Insurance Commissioner to represent the surety company``e t said Bonds and filing with such Bonds his Power of Attorney as his authority. The mere countiz of the Bonds will not be sufficient. nds, and of the Power of Attorney, must not be prior to the date of the contract. At of the Bonds shall be furnished, each with Power of Attorney attached. The ce and payment bond shall be furnished to the City of Fayetteville accompanied by a receipt iy the Washington County Circuit Clerk's Office. Before any work is performed under this contract, the bond shall be filed with the clerk of the circuit court of Washington County, Arkansas and accepted by the City of Fayetteville Project Manager. SECTION 01— INSTRUCTIONS TO BIDDERS 6 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID 11.8 Bonds are to be approved by City of Fayetteville. If any Bonds contracted for become unsatisfactory or unacceptable to City of Fayetteville after the acceptance and approval thereof, Contractor, upon being notified to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds may be canceled at the discretion of Contractor. PART TWELVE —INSURANCE REQUIREMENTS 12.1 The successful bidder shall provide a Certificate of Insurance in accordance with the following guidelir prior to commencement of any work: $1,000,000 Commercial Liability, Statutory Worker's Compens and General Automotive, if applicable. SUCH CERTIFICATE SHALL LIST THE CITY OF FAYETTEVI N ADDITIONAL INSURED. LISTING THE CITY OF FAYETTEVILLE AS A CERTIFICATE VOLDER O L TAN ACCEPTABLE SUBSTITUTE. CERTIFICATE OF INSURANCE MUST INCLUDE JW_`ENDORS OWING THE CITY OF FAYETTEVILLE LISTED AS AN ADDITIONAL INSURED. I ��ce shall rem ' valid, when applicable, throughout project completion. 12.2 This bid is considered a public improvement id. ublic im ent bi �" submit certificates of insurance within 10 days of notice of �dice o prose City C it pproval. Certificates of insurance are to be addressed to the Citoyettevil;Wing tha c tractor carries the following insurance which shall be maintaine t ughout of th ny work sublet; the contractor shall require the subcontractor s' to prove t same in a coverage. In case any employee engaged in work on the pr c of to under ' Compensation, the Contractor shall provide, and shall cause contr tor�ovide ate employer's liabilit insurance for the p � � p �Y protection of such of" as arelTesf others tected. PART THIRTEEN -CONTRACT TIME �� 13.1 Bidder agrees that the k all be s sta tially completed within 365 consecutive calendar days from the date estab the w to ce to proceed. Total completion (completed and ready for final paym(ent) s all be V95 n e calendar days from the date established in the written notice to proceed. T.1hefNer agre a liquidated damages for each consecutive calendar day thereafter the total p tim 13.2 Except in co nection the safety or protection of persons or the Work or property at the Site or adjacent theret ept as otherwise indicated in the Contract Documents, all Work at the Site shall be perform regular working hours, and Contractor will not permit overtime work or the performance o ork on Saturday, Sunday, or any legal holiday without City of Fayetteville's written conset PART FO RTE IP- LIQUIDATED DAMAGES 14.1 Bidder accepts the provisions as to liquidated damages in the event of failure to complete the Work within the total completion time. Liquidated damages in the sum of $250.00 for each consecutive day thereafter will be assessed. SECTION 01— INSTRUCTIONS TO BIDDERS 7 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID PART FIFTEEN — SUBCONTRACTORS, SUPPLIERS, AND OTHERS 15.1 Contractor shall not assign or sublet all or any part of this contract without the prior written approval of City of Fayetteville nor shall Contractor allow such subcontractor to commence work until approval of workman's compensation insurance and public liability insurance as may be required. Approval of each subcontract by City of Fayetteville will in no manner release Contractor from any obligations as set out in the Drawings, Specifications, contract, and Bonds. PART SIXTEEN - SUBSTITUTE AND "OR EQUAL" ITEMS 16.1 Any reference to a particular brand or manufacture is in an effort to establish an acceptable leve -ty for this purchase and are used as a basis of design in regard to establishing as minimum p nce standard. Brands or manufacturers that are included in a bid that are of a lealt equal lize, and specification as to what has been specified, will be acceptable for conside ti . All requ s approved substitutions shall be submitted by e-mail. Such request to obtaien a c ptable bstit tion shall be made in writing to Amanda Beilfuss, Sr. Purch gent, at uss fa vfkt . -ar. ov. The Sr. Purchasing Agent will forward any such reques s to !erEspo s le i y Depar t or review. Approval of all submittals will be made only by Ad & sued by e y of Faye Purchasing Division. PART SEVENTEEN - QUALIFICATIONS AND R BILITYERS 17.1 To demonstrate qualifications to m the ch Bid a be prepared to submit within five days after bid opening, upon t aye it 's r Project er's request, detailed written evidence such as financial data, pr a mmit nts and othe ata as may be called for. Each Bid must contain evidence of B ualification t o busi ss�he State of Arkansas. 17.2 CERTIFICATION OF FUNDS: Notice: bidders are requ ed r vide king r all line items. Failure to provide deductive alternate pricing can result in bid re 'on. The Ci int ds to award this contract to the lowest qualified responsive responsible bidder b s n the lu id as long as such bid falls within the amount of funds certified for the project, fts 25 a. In the e id falls ' hi he amount of funds certified for the project, plus 25%, the City will utiliz uctive a na es in order until bids can be compared within the amount certified, plus 25%. In even&Ne ductive alternates are subtracted and no bid falls within the amount certified, plus 25%, all bi rejected. b. The City e the authority to negotiate an award with the apparent responsive responsible low biATERNATES: ly if the low bid is within twenty-five present (25%) of the certification of funds. 17.3 D is b includes two (2) deductive alternate. Bidders shall submit fair, marketable representation for bid pri g for all deductive alternates. Failure to submit fair, marketable representation pricing for deductive alternates can result in rejection of bid at the discretion of the City. If deductive alternates are utilized, they shall be taken in order. SECTION 01— INSTRUCTIONS TO BIDDERS 8 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID a. DEDUCTIVE ALTERNATE 1—VRF SYSTEM • Deductive amount pricing shall be the price for the removal of all work associated with the VRF system. b. DEDUCTIVE ALTERNATE 2 — NEW FAN POWERED HYRDRONIC VAV BOXES • Deductive amount pricing shall be the price for the removal of all work associated with the new fan powered hydronic vav boxes in place with no demolition work occurring. 6 17.4 ALLOWANCES: ` In the total base bid, Bidder shall include the amount of $239,000.00 for furnishing and install the BAS HVAC controls. PART EIGHTEEN - DISQUALIFICATIONS OF BIDDERS `O 18.1 Any one or more of the following may be conside sufficie e disq 6V2n of bidders and the rejection of Bids. 18.2 More than one Bid Form for the same oom an ival, firm r rship, or corporation under the same or different names. 18.3 Evidence of collusion among Paot;��Slu`ch co may receive no recognition as bidders rti ' for any future work. 18.4 Unbalanced Bid Form which t pric-es for so s are out of proportion to the prices for other items, or changes writt n in, n ment I er, or failure to submit a unit price for each item of work for which a bid price is uired by tt id Form, or failure to include all required contract documents. ## 18.5 Lack of compete cy as Baled t financial statement, experience, plant, and equipment statements submitted. LackfNsponsi h wn by past work judged from the standpoint of workmanship and progress. ` 18.6 Uncomplete work in the judgment of City of Fayetteville, might hinder or prevent the prompt completion of di i ork if awarded. 18.7 Being in ar ea on existing contracts, in litigation with City of Fayetteville, or having defaulted on a previo tract. PART NI ETE - OPENING OF BIDS 19.1 Bids will be opened and read aloud publicly at the place where Bids are to be submitted in a room to be designated by City of Fayetteville the day of the bid opening. A bid tabulation of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. SECTION 01— INSTRUCTIONS TO BIDDERS 9 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID PART TWENTY - EVALUATION OF BIDS 20.1 After the bids are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted Bids. This review of the Bids will confirm the low bidder. 20.2 In evaluating Bids, City of Fayetteville will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data as may be requested in the Bid Form or prior to the Notice of Selection. 20.3 City of Fayetteville may consider the qualifications and experience of Subcontractors, Suppliers, ani� persons and organizations proposed for those portions of the Work as to which the i tl of Subcontractors, Suppliers, and other persons and organizations must be sub ted as o ithe Supplementary Conditions. City of Fayetteville also may consider the rating c s tenance requirements, performance data, and guarantees of major items of Is and equi ent proposed for incorporation in the Work when such data is r fired to be suer" nor tKf tice of Selection. PART TWENTY-ONE - RIGHT TO REJECT BIDS 21.1 21.2 City of Fayetteville reserves the right for new bids. All Bids are subject to th' which shall be deemed the loaves reputation, financial ability, e City of Fayetteville al Work and to negotia PART TWENTY-TWO -AWARDING OF IVTRACT 22.1 City of Fayetteville from the date of o Bidder. The awak against City ciF_h% contracts iliz necessary s al PART TWENTY-THREE -1LE1 23.1 ny a ation. C, %Ctrnicalities, and to advertise �rves to itself the right to decide nsideration will be given to the not involving price, time or changes in the Ke right t with old the awarding of a contract a reasonable period of time ids, no ed sixty (60) days except with the consent of the Successful contrAlWuon successful Bid shall give the Bidder no right to action or claim JL 4 the contract until the contract is reduced to writing and signed by the a contract shall not be complete until the contract is executed, and the The City of`FaNteville shall make progress payments within two (2) weeks after Architect/Engineer's Certifi�at,�r�of Payment. All such payments will be measured by the schedule of values established as pre a General Requirements. V, r to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer/Architect shall determine, or The City of Fayetteville may withhold, in accordance with the General Requirements. SECTION 01— INSTRUCTIONS TO BIDDERS 10 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID b. Retainage will be with -held from each pay request in the amount of 5%. After Substantial Completion has been issued by the Architect, Payments can be made for 100% less the value of remaining punch list items as identified by the Architect on the Certificate of Substantial Completion. c. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the General Requirements. PART TWENTY-FOUR - SIGNING OF AGREEMENT * , el 24.1 When City of Fayetteville gives a Notice of Selection to the Successful Bidder, it will be accorr�%� the number of unsigned counterparts of the Agreement as indicated in the Supplementaryera�or ondpons, with all other written Contract Documents attached. Within five (5) days thereeter, th nshall execute the contract and return to the City to submit to City Council foraPt I. Withi daps, the City of Fayetteville shall return the fully executed contract to Contractq;nr wive e (5) days to provide the Performance and Payment Bonds for oject. PART TWENTY-FIVE - MATERIALS GUARANTY ♦ 25.1 Before any contract is awarded Bidder 6aN\'-e requi urnish a ete statement of the origin, composition, or manufacture of any r material sed to b in the construction of the Work, together with samples, which m ubjected t is provid in the Specifications to determine their quality and fitness for t O O PART TWENTY-SIX - FAMILIA � LAWS G 26.1 Bidder is presumed to famil' r a�feder , a d city laws, ordinances, and regulations which in any manner affect those enga or emplot e Work, or the materials or equipment used, or that in anyway affect the Wor and shall in r s ects comply with said laws, ordinances, and regulations. No claim of misunderst it ignor nc he part of Contractor will in any way serve to modify the provisions of the con r No re e ons shall be binding unless embodied in the contract. PART TWENTY -SE ♦ NIFIC O 27.1 To the ext t the lir o e Contractor's Commercial General Liability Insurance, the Contractor shall indemnify and hold less the City of Fayetteville against any and all liability, claims, demands, damages, losse a nses, including attorneys' fees, in connection with or arising out of any damage or alleged d an of the Cit 's existing adjacentproperty, includin personalproperty, that ma 8 Y Y g 1 8p Y arise from he formance of the Work, to the extent caused by the negligent or intentionally wrongful acts ions of the Contractor, Subcontractor, Supplier, Sub subcontractor, or anyone employed d' ;t� rectly by any of them or by anyone for whose acts any of them may be liable. PART TWE -E`IGHT - MISCELLANEOUS 28.1 Any building repair and demolition for this Project will be performed by the City of Fayetteville. 28.2 The use of a crane is not anticipated to be needed for this Project. SECTION 01— INSTRUCTIONS TO BIDDERS 11 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID 28.3 CITY HALL ACCESS: a. Contractor will be given temporary badge access during non -City work hours. b. Contractor is required to be CJIS (Criminal Justice Information Services) Certified to perform the scope of work in the basement. c. Access to the basement must be coordinated through City Staff. SECTION 01— INSTRUCTIONS TO BIDDERS 12 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID SECTION 02 BID FORM Contract Name: Rock Street Annex Roof Replacement Bid Number: 24-44, Construction — City Hall HVAC Improvements REBID BID TO: Owner: BID FROM: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 Bidder: G G ARTICLE 1 - INTENT ♦1 1.01 The undersigned Bidder ropo nd a s, iis Bid is accepted, to enter into an agreement with Owner in the form in d the Cont t D cuments to perform and furnish all Work as specified or indicated in the Contra cum is Bid price and within the Bid time indicated in this Bid and in accordance♦w*e other conditions of the Contract Documents. ARTICLE 2 - TE S AN NDITIONS 2.01 Bidder accepts a te�'and conditions of the Invitation to Bid and Instructions to Bidders, including without limita those dealing with the disposition of Bid Security. This Bid will remain subject to iaccept r 90 days after the day of Bid opening. Bidder will sign and deliver the required number o a s of the Agreement with the Bonds and other documents required by the Bidding u' ments within 15 days after the date of Owner's Notice of Award. L32 SECTION 02 — BID FORM 1 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date `O B. Bidder has visited the Site and b �familia1% general, is sati to the and local, Site conditions that may affegl� , progress ormance nishing of the Work. C. Bidder is familiar wi sati e a all fed te, and local Laws and Regulations V that may affect c , ess, p o nce, and mg of the Work. D. Bidder is awar f the en nature of r�p Y e performed b Owner and others at the Site that relates to Work fo ch this Bimitted as indicated in the Contract Documents. CE. Bidder has l t�the i known to Bidder, information and observations obtained from vi to Site, s, and drawings identified in the Contract Documents, and all W minati estigations, explorations, tests, studies, and data with the Contract s. F. Bidder a Purchasing Division written notice of all conflicts, errors, ambiguities, or discr c that Bidder has discovered in the Contract Documents, and the written resolution the of by Purchasing Division is acceptable to Bidder. 4Cj��IeContract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. H. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, SECTION 02 — BID FORM 2 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. I. Upon receipt of written notice of acceptance of this bid, bidder will execute the formal contract attached within 10 days and deliver a Surety Bond or Bonds as required by the General Conditions. ` J. The bid security attached in the sum of $ is to become the property of the Owner in the event the contrag'kn ►bond areq ecuted within the time set forth above, as liquida d damages for t� I and deal expense to the Owner caused thereby. G �(� ARTICLE 4 - CONTRACT TIMES 5.01 Bidder agrees that the Work will bentially c ted and c ted and ready for final payment 365 consecutive calendar d rom th stablishd " written notice to proceed. Total completion shall be 395 � ecutivrl days fr ooNeelldate established in a written notice to proceed. The bidder a total completion time. 5.02 Bidder accepts the prc the total completion t day thereaZL be ARTICLE 5 — 6.01 consecutive calendar day thereafter the in the event of failure to complete the Work within in the sum of $ 250.00 for each consecutive calendar The terms usYd in this which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the m k ssigned to them. SUBMITT Do VVVVV , 20 no e Contractor License No. SECTION 02 — BID FORM 3 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID If Bidder is: An Individual Name (type or printed): By: (Individual's Signature) Doing business as: Business address: Phone No.: i �V'o.: `0' Tax ID No.: v U Uor tst +, Axe A Partnership Partnership Name: SEAL) By: (Si gener r attach evidence of authority to sign) Name (type or printe ): Business address: Phone N .: ♦`�� FAX No.: Tax ID No.: UEI No.: Q-� SECTION 02 — BID FORM 4 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION - CITY HALL HVAC IMPROVEMENTS REBID A Corporation Corporation Name: State of Incorporation: (SEAL) Type (General Business, Professional, Service, Limited Liability): (Signature — attach evidence of authority to sign) Name (type or printed): Title: Ll Z� ;�dR� n �/��, POR; AL) Phone No.: F No.: 4v'li�xwkw Tax ID No.: UEI No.: G END OF SECTION 02 - BID FORM Q-� SECTION 02 - BID FORM 5 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID SECTION 03 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: BID 24-41, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Clearing/Demolition Mechanical Plumbing Electrical Roofing/Sheet Metal Other (designate) Subcontractor's Name Expected Percentage ` and Address or Value • O � 11" �Xr -W NOTE: This for N'e submit in accordance with the Instructions to Bidders. Bidder's Signature SECTION 03 — LIST OF SUBCONTRACTORS CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID Section 04 CONTRACTOR REFERENCES The following information is required from all Bidders so all bids may be reviewed and properly evaluated: COMPANY NAME NUMBER OF YEARS IN BUSINESS: HOW LONG IN PRESENT LOCATION: TOTAL NUMBER OF CURRENT EMPLOYEES: FULLTIME PARTTIME ♦ 6 NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: FULLTIME PART TIME ` PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CO NACT SERVI F RfHIN THE PAST FIVE (5) YEARS (All fields must be completed): ♦ O 1. 2. COMPANY NAME COMPA E CITY, STATE, ZIP ` STATE, ZI CONTACT PERSON CONT C ON to TELEPHONE PHONE DATE COMPLETED TDDATE COMPLETED N.�, E-MAIL ADDRESS E-MAIL ADDRESS 3. 4. COMPANY NAME ♦` COMPANY NAME CITY, STATE, ZIP CITY, STATE, ZIP CONTACT PERSON CONTACT PERSON TELEPHON ` TELEPHONE DATE COMPLETED DATE COMPLETED E-MAIL ADDRESS E-MAI L AD DRESS SECTION 04 - CONTRACTOR REFERENCES 1 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID SECTION 05 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we ♦ 6 INSas Principal, hereinafter called the Principal, and `O a corporation duly organized under the lae State ✓ as Surety, hereinafter called Surety, are held and firmly boun O p City of Fayetteville, Arkansas ci 113 West Mountain Street Fayetteville, Arkansas 72701 tK ♦1 as Obligee, hereinafter called O er,,* the su Dollar ), for the payment of which sum, well and truly to be made, Princi al said u ind ourselves, our heirs, executors, administrators, successors and assigns, jointly and sall , fir b th e presents. WHEREAS, Princi sUbmitte i or: BID 24-44, CONSTRUCTION ALL HVAC IMPROVEMENTS REBID NOW, THEREFORE, if Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accor nce with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or C c cuments with good and sufficient surety for the faithful performance of such Contract and for t payment of labor and material furnished in the prosecution thereof, or in the event of the failure ofpr)pal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. SECTION 05 - BID BOND 1 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID Signed and sealed this day of M PRINCIPAL SURETY By � J ATTORNEY -IN -FACT O O (CORPORATE SEAL) IDK (This Bond shall be accompanied w G Attorney-in-Fact's authority fropsurety) ♦ 6. END OF SECTION 05 G 20 (CORPORATE SEAL) SECTION 05 - BID BOND 2 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID SECTION 06 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and `O le) as Surety, hereinafter called Surety, are h d Firmly b to i f Fayetteville, C ty o Ark n a sas O O 113 West Mountain ee G Fayetteville, Arkansas 701 tK ♦� as Obligee, hereinafter called O ner 1 the a unt $ , for the payment whereof Contractor and Surety bind them s, their h rs, ecutors, administrators, successors and assigns, jointly and severally, firmly by these pr e s. WHEREAS, Contractor s y writ ement dated 20 , entered into a contract with O r 1 24-4 TRUCTION — CITY HALL HVAC IMPROVEMENTS REBID which contract is by reference made rt he an hereinafter referred to as the Contract. NOW, THEREFORE, THE C�FION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contrar�Ithis obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hV,�, ives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, r by Owner to be in default under the Contract, the Owner having performed Owner's obligatio , th reunder, the Surety may promptly remedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and conditions, or B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination SECTION 06 - PERFORMANCE BOND 1 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person or co o ion othe he Owner named herein or the heirs, executors, administrators, or successors of the pe©. Signed and sealed this day of I N��_ 20 CONTRACTOR ` ORATE SEAL) By J O O G SURETY ♦1 COUNTERSIGNED: Resident Agent By ' G State of Arkansas By AT IN -FACT (CORPORATE SEAL) (This Bond Pority ompanied with Attorney-' from Surety) Approved as to Form: Attorney for SECTION 06 - PERFORMANCE BOND 2 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID SECTION 07 LABOR AND MATERIAL PAYMENT BOND This Bond is issued simultaneously with the Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and `O J as Surety, hereinafter called S re a Id an bound O City of Fayetteville, Ar nsas N 113 West Mountain Street Fayetteville, Arkansas 72, G as Obligee, hereinafter Ile Owne use and benefit of claimants as hereinbelow defined, in the amount of $ e payment whereof Contractor and Surety bind themselves, their heirs, executors, admin nd assigns, jointly and severally, firmly by these presents. XW WHEREAS, Contractor written Agreement dated 20 , entered into a contract with Owner 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID which contract is by reference made pa hereof and is hereinafter referred to as the Contract. NOW, TH , T E CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all cla an as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: SECTION 07 - LABOR AND MATERIAL PAYMENT BOND 1 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above -named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 d s after the date on which the last of such claimant's work or labor was done or performed, or mate a were furnished by such claimant, may sue on this Bond for the use of such claimant, pro suit to final judgment for such sum or sums as may be justly due claimant, and have executi on. The Owner shall not be liable for the payment of any costs or expenses of Ay such C. No suit or action shall be commenced hereunder by any claimwt: O 1. Unless claimant other than one havi a direct n t with i 1 al, shall have given written notice to any two of tke ing: the n cor, the , or the Surety within 90 days s after such claimant did ibrmed s f the w abor, or furnished the last of the materials for whic &im is tatin w' stantial accuracy the amount g Y claimed and the nam a party t parthe m t ere furnished, or for whom the work or labor was / e r perfo uch not' a be served by mailing the same by registered mail a ified ai , age pre i , in an envelope addressed to Contractor, Owner or Sur*y, t ny pla w re an o�f,L is egularly maintained for the transaction of business ��ci in ny manner in w 1 I al process maybe served in the state in which the aforesa Proj t i Ad, sav Nudh service need not be made by a public officer. 2. After the ex ' atiyfi of oneCr following the date on which Contractor ceased Work on the Cont rac g and rst d, owever, that if any limitation embodied in this Bond is prohibit d y ny La c ing the construction hereof, such limitation shall be deemed to be aide so a o ual to the minimum period of limitation permitted by such Law. 34R �ivis* than in tat court of competent jurisdiction in and for the county or other political f the state in which the Project, or any part thereof, is situated, or in the United States `Court for the district in which the Project, or any part thereof, is situated, and not a ere. D. The Aunt of this Bond shall be reduced by and to the extent of any payment or payments made in hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of re against said improvement, whether or not claim for the amount of such lien be presented re and against this Bond. SECTION 07 - LABOR AND MATERIAL PAYMENT BOND 2 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID Signed and sealed this CONTRACTOR SURETY day of 20 (CORPORATE SEAL) dent Agent Stat $'PSIGNI r .ansas By �►` ATTORNEY -IN -FACT O O (CORPORATE SEAL) G (This Bond shall be accompanied o Attorney-in-Fact's authority Approved as to Form: Attorney for SECTION 07 - LABOR AND MATERIAL PAYMENT BOND 3 Engineering Elements, PLLC 2458 E. Joyce Blvd, Suite 1 Fayetteville, Arkansas 72703 Phone (479) 695-1333 Fax:(479)251-7982 PERMIT SET SPECIFICATION INDEX July 23, 2024 Fayetteville City Hall HVAC Upgrades Fayetteville, AR .6 Project Number 24-009 230100 —BASIC MECHANICAL MATERIALS AND METHODS INS' 230593 — TESTING, ADJUSTING, AND BALANCING 230700 — HVAC INSULATION O 231123 — NATURAL GAS PIPING ' 233113 —DUCTWORK 233300 —DUCT ACCESSORIES � 233413 — FANS ` 260500 — BASIC ELECTRICA RIAL MET 260513 — CONDUCTORS ABLE 260526 — GROUNDING ONDI J 260533 — RACEWAY OXE O 262416 — PANEL 262726 — WIRING EStK D�' G .6 G SECTION 230100 BASIC MECHANICAL MATERIALS AND METHODS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Piping materials and installation instructions common to most piping systems. 6 2. Dielectric fittings. 3. Vibration Isolators 4. Mechanical sleeve seals. 5. Sleeves. 6. Escutcheons. O 7. Grout. 8. Mechanical demolition. 9. Equipment installation requirements co mon to eq sectio� 1. Concrete bases. 11. Supports and anchorages. ` 1.2 DEFINITIONS �j A. Finished Spaces: S ?1Cfier n m anical ctrical equipment rooms furred P p spaces, pipe and du , unh ted ces im at ly below roof, spaces above ceilings, unexcavated sp e , r aces, nnels. B. Exposed, Interior stallation Aosed to e oors. Examples include finished occupied spaces and mechanical i t room. C. Exposed, Exterior stations: xp sed to view outdoors or subject to outdoor ambient temperatures a vu er conditi x xamples include rooftop locations. D. Concealed, nteri nstalla n Concealed from view and protected from physical contact by building,o` nts. E i Jude above ceilings and in duct shafts. E. Co IExterior al tions: Concealed from view and protected from weather conditions and ical act building occupants but subject to outdoor ambient temperatures. Examples incluNLTVallations within unheated shelters. fa- 1.3 SUBMI LS A. for approval, Manufacturer's technical data sheets including performance specifications uipment and air devices shown on the schedules. Also, provide data on all system ssories and all materials. Include all piping, ductwork and insulation materials. ccessories to be submitted on shall include valves and all piping accessories, and all ductwork accessories including extractors, turning vanes, control dampers and balancing dampers. B. Submit for approval, contractor's original shop drawings of all assemblies of manufactured items including control diagrams. Submit all items called out in individual sections, in addition to those called for in this section. BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 1 07/2024 C. Indicate all pertinent dimensions on scale drawings necessary for clarity and/or coordination of the installation between trades. D. Provide complete electrical wiring diagrams. E. Make submittals for all work contained in Division 15 at one time except by special permission. F. Bind submittals in durable covers with contents conveniently organized and properly indexed with index tabs. G. Obtain approval on product manufacturers not specifically named prior to making bidding. H. Each mechanical section contains a listing of required submittals only for convenience. 6 I. Submit for approval a schedule of nameplates and manufacturer's data sheets an drawings on special supports and seals. J. Provide performance data on all substituted items to demonstrate lity to th uled. Include all sound levels, rpm, velocity and other data as applicabl K. Submit proposed changes in ducts, piping, uipment NOt efore Z�r fabrication as stated below under intent. 1.4 INTENT A. It is intended that the contra r ide a c mV and op echanical system including all incidental items and c �jns ne r for pro ration or customarily included aR�m Y P Y even though each and m t b i dicate B. The drawings i 'ca t neral I require or equipment, fixtures, piping, ductwork, etc. Final layou ov ned by actual fiel on i ions with all measurements verified at the site. Contractor all verify�ll�gquipm ducts and other components will fit in the space provided be ore fa or or r ontractor shall submit any proposed changes to the Engineer for approval re fabricati ordering. C. It is intended t mechanic in allation be safe, reliable, energy efficient, and easily maintained wit a e uate pro owed for access to equipment. D. It is intgn at the i al system operate quietly with noise levels below the criteria reco or the a is on by ASHRAE. Provide corrective action as required to reduce obj Vfimenoise ibr ion. 1.5 QUALITY S CE A. Steel S ort elding: Qualify processes and operators according to AWS D1.1, "Structural Weld' g C e--Steel." B. ♦P e Welding: Qualify processes and operators according to ASME Boiler and Pressure sel Code: Section IX, "Welding and Brazing Qualifications." 1. Comply with provisions in ASME B31 Series, "Code for Pressure Piping." 2. Certify that each welder has passed AWS qualification tests for welding processes involved and that certification is current. C. Electrical Characteristics for Mechanical Equipment: Equipment of higher electrical characteristics may be furnished provided such proposed equipment is approved in writing and BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 2 07/2024 connecting electrical services, circuit breakers, and conduit sizes are appropriately modified. If minimum energy ratings or efficiencies are specified, equipment shall comply with requirements. PART 2 - PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Furnish only new standard products of a manufacturer regularly engaged in the production of said products. B. Support all products by service organizations with adequate spare parts inventory and personnel located reasonably close to the site. ` C. Where multiple units of the same type or class of product are required, provide all unit same manufacturer. D. Store products in the original containers and shelter in a suitabl it nment at approved location. Make readily accessible for inspections and inventory co nting. E. For products specified by generic referen standard s t any 6 meeting such standard. F. For products specified by naming moreP�ts or ma a rers, select any named. Submit request, in writing, for s n of an Z!lfct or ma a rer not specifically named and obtain approval at least f' o ing da o bid da/ V G. Provide all informatio port a e uali oduct proposed for substitution. p q �?�' P P Substitutions will be ered ly uivaleQk ality, efficiency, performance, size, weight, reliability,,_ap a n e, and f maintgIL ce o the specified product. H. Where approve3p oduct tiytions Se**, `design, space requirements, electrical requirements, connectio eclud I necessary to provide a complete installation of quality equal to or bett an thatwould have been achieved with products or manufacturers as s cif' . C) 2.2 MECHANI L ID IFICA I A. Iden ' ajor co ne t as to manufacturer's name, address, model and serial number, an t rating n durable nameplate attached to the component in a conspicuous place. B. Identify e component as it is named on the drawings or referred to herein with engrav d ates made from laminated plastic sheets. C. IdentiJy ea valve, except obvious equipment isolation valves, with black filled coded numbers ♦ d on brass nametags attached with brass jack chains. Provide typewritten legend of i d valves. DCJentify each pipe or exposed duct in equipment rooms or above accessible ceilings with permanent markers as manufactured by Seton. Indicate fluid conveyed and direction of flow. Install on each pipe or duct where it enters or leaves a wall or floor and at other intervals not to exceed 20 feet. E. Identify each major outdoor underground line with continuous strips of plastic utility marker tape as manufactured by Seton stating at regular intervals "CAUTION (identify utility) PIPE BELOW". Install one foot directly above pipe before backfilling to grade. BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 3 07/2024 2.3 AIR FILTRATION A. Filter media shall be blend of polypropylene/polyethylene fibers, multi -layered incorporating mechanical efficiency and a post -manufacturer electric charge. The media shall be formed in a radial pleat design to ensure full utilization of the media area. When tested in accordance with ASHRAE standard 52.2-1999, the filter shall have a minimum efficiency reporting value (MERV) of 8. When tested in accordance with ASHRAE Standard 52.1-1992, the filter shall have a dust spot efficiency of 25-30%, arrestance of 90-92%, and a minimum dust holding capacity of 170 grams. 2.4 VIBRATION ISOLATORS A. Double deflection neoprene mounting shall have a minimum static deflection of 0.35 inches. IN metal surfaces shall be neoprene covered to avoid corrosion and have friction pads b and bottom so they need not be bolted to the floor. Bolt holes shall be provided for thes where bolting is required. On equipment such as small vent sets and d6se co u d ps, steel rails shall be used above the mountings to compensate for the rhang. u hall be type ND or rails type DNR as manufactured by Mason Industri B. Spring type isolators shall be free stand d laterall�lL�s witho�housing and complete with '/4" neoprene acoustical frict pads be �y ase pl support. All mountings shall have leveling bolts th m t be rig to a uipment. Spring diameters shall be no less than compr eight of s ring at rated load. Springs shall have a minimum ad I travel i equal t o f the rated deflection. Submittals shall include sprin ers, d comp s d spring height and solid spring height. Mounting shall SLF a actured on Industries. D' C. Vibration Hangers shall l�w�a steel p and 0. ction neoprene element in series. The neoprene eleme be e a rod i of ion bushing that passes through the hanger box. Spring is e rs and n r box low h sizes shall be large enough to permit 9 P 9 � g 9 the hanger rod through a 3 egree a b e contacting the hole and short circuiting the spring. Spri s shall ha rinimum al travel to solid equal to 50% of the rated deflection. Hange s shal a 30N fa t red by Mason Industries. D. Install vibration isol ors all mo riven ui ment. �� � q P 2.5 PIPE, TUB , AN TIN A. Refer o ual Divi ' n piping Sections for pipe, tube, and fitting materials and joining me o B. Pipe Threads: B1.20.1 for factory -threaded pipe and pipe fittings. 2.6 JOININ A RIALS A. individual Division 15 piping Sections for special joining materials not listed below. B Pi -Flange Gasket Materials: ASME B16.21, nonmetallic, flat, asbestos -free, 1/8-inch aximum thickness unless thickness or specific material is indicated. C. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. D. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 4 07/2024 a E. Brazing Filler Metals: AWS A5.8, BCuP Series or BAg1, unless otherwise indicated. F. Welding Filler Metals: Comply with AWS D10.12. G. Solvent Cements for Joining Plastic Piping: 1. ABS Piping: ASTM D 2235. 2. CPVC Piping: ASTM F 493. 3. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. 4. PVC to ABS Piping Transition: ASTM D 3138. 2.7 DIELECTRIC FITTINGS A. Description: Combination fitting of copper alloy and ferrous materials with threaded, ` joint, plain, or weld -neck end connections that match piping system materials. B. Insulating Material: Suitable for system fluid, pressure, and temper C. Dielectric Unions: Factory -fabricated, union assembly, for 2 - ig inimump%gking pressure at 180 deg F. D. Dielectric Flanges: Factory-fabricate*.toco m anion-fl ssemb �50- or 300-psig minimum working pressure as requ t syste ires. E. Dielectric Couplings: Galvani I coupl, inert ncorrosive, thermoplastic lining; threaded ends; and 30 - ig inimu r g press `25 deg F. F. Dielectric Nipples: Ele st ) ith inoncorrosive thermoplastic lining; plain, threaded, or gr nds; a d 3 - ig miniorking pressure at 225 deg F. 2.8 MECHANICAL S EVE SE ♦, A. Description: Modular seN, elementu 1 esigned for field assembly, to fill annular space between pipe and s vot B. Sealing Elem is PDM in i g links shaped to fit surface of pipe. Include type and number re ired pipe m er and size of pipe. C. Pres e St inl s el. Include two for each sealing element. D. Conn g BoLNnd uts: Stainless steel of length required to secure pressure plates to sealing eleme5NNIude one for each sealing element. (07 2.9 SLEEV A. ♦ ed-Steel Sheet: 0.0239-inch minimum thickness; round tube closed with welded 3�Awnal joint. B�teel Pipe: ASTM A 53, Type E, Grade B, Schedule 40, galvanized, plain ends. C. Cast Iron: Cast or fabricated "wall pipe" equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. D. PVC Pipe: ASTM D 1785, Schedule 40. BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 5 07/2024 E. Molded PE: Reusable, PE, tapered -cup shaped, and smooth -outer surface with nailing flange for attaching to wooden forms. 2.10 ESCUTCHEONS A. Description: Manufactured wall and ceiling escutcheons and floor plates, with an ID to closely fit around pipe, tube, and insulation of insulated piping and an OD that completely covers opening. 2.11 GROUT A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic -cement grout.♦ 6 INS 1. Characteristics: Post -hardening, volume -adjusting, nonstaining, nonco nongaseous, and recommended for interior and exterior application 2. Design Mix: 5000-psi, 28-day compressive strength. 3. Packaging: Premixed and factory packaged. O PART 3 EXECUTION 3.1 MECHANICAL DEMOLITION A. Disconnect, demolish, and r eechanis ems, a t, and components indicated to be removed.] �\ v 1. Piping to Be d: Re ov 19rtion of i indicated to be removed and cap or plugrem ' in i n ith sa compa ipin material. 9 2. Piping to do ed in Place: Dr a p ing and cap or plug piping with same or compatible iping mat♦� 3. Ducts to Be Rem 01�� emo n of ducts indicated to be removed and plug remaining ducts wime or com i e ductwork material. 4. Ducts to Be aq[foned in ac Cap or plug ducts with same or compatible ductwork material. 5. Equipm t e Remo connect and cap services and remove equipment. 6. Equi ent a Re o and Reinstalled: Disconnect and cap services and remove, clea d store a t; when appropriate, reinstall, reconnect, and make equipment al. 7. 1 ent to moved and Salvaged: Disconnect and cap services and remove ipme nd iver to Owner. B. If pipe, i ul �r equipment to remain is damaged in appearance or is unserviceable, P P9 remove da c,�p�! or unserviceable portions and replace with new products of equal capacity and qua 3.2 ♦� CTURER'S DIRECTIONS A. andle, install, connect, test, and operate all products, assemblies, and systems in accordance with manufacturer's recommendations. B. In case of conflicting requirements between the manufacturer's directions and the Contract Documents, obtain specific instructions before proceeding with any work. BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 6 07/2024 3.3 WORKMANSHIP A. Keep the premises clean and free from debris, dirt, etc. Upon completion of work, clean and polish all fixtures, equipment, etc. B. Seal all ductwork during construction to prevent construction dust from entering ductwork. C. Perform all work in accordance with best practices of the trade and provide a "neat" installation by mechanics skilled in their respective trades and properly licensed. D. Accurately install piping, ductwork and other equipment plumb, level and true to line with runs parallel or perpendicular to building lines. Make bends and offsets uniform. E. Do not cut any structural members without specific approval. Do not cut mechanical electrical lines that may be concealed. F. Coordinate with other trade's work and install all work so that systems an**compo t-V be easily maintained and can be removed for replacement in the future 3.4 FAN SHUTDOWN CONTROLS ♦`O A. Provide fan shutdown control smoke d t ctor the rett of un a er than 2000 cfm. The detector shall be installed pri i i g with ir. The detectors shall shut down the respective unit. B. If the building contains a fire ystem, oke det hall be furnished by the fire alarm supplier. The smo ors s a o signal t�e alarm control panel. If the PP 9 building does NOT con e al y then indicators shall be provided in a readily visible I catio C. The mechanical r s all install the smo actor in the ductwork as appropriate. The controls contract shall provVV 4ry cont outside of each unit to shut the unit down. The fire alarm contractotilth ire th to or to the dry contacts and to his own system. Mechanical contractors VV rovide the ke detectors if they are not provided by the fire alarm contractor. V 3.5 PIPING SY TEM COM E UIREMENTS A. Insta i cording th ollowing requirements and Division 15 Sections specifying piping sy B. Drawing plans�� atics, and diagrams indicate general location and arrangement of piping systems. nglicatgd locations and arrangements were used to size pipe and calculate friction loss, e ria on,pump sizing, and other design considerations. Install piping as indicated unless ns to layout are approved on Coordination Drawings. C. ♦I iping in concealed locations, unless otherwise indicated and except in equipment rooms ice areas. D(Zistall piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. E. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. F. Install piping to permit valve servicing. BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 7 07/2024 G. Install piping at indicated slopes. M H. Install piping free of sags and bends. Install fittings for changes in direction and branch connections. J. Install piping to allow application of insulation. K. Select system components with pressure rating equal to or greater than system operating pressure. L. Install escutcheons for penetrations of walls, ceilings, and floors. M. Install sleeves for pipes passing through concrete and masonry walls, gypsum -board partition 1.6 and concrete floor and roof slabs. N. Aboveground, Exterior -Wall Pipe Penetrations: Seal penetrations IGsing v nd mechanical sleeve seals. Select sleeve size to allow for 1-inch a�r clear s een pipe and sleeve for installing mechanical sleeve seals. IN 1. 2. 3. Install steel pipe for sleeves smaller th ches in �F Install cast-iron "wall pipes" for sleeves inches an r in diam Mechanical Sleeve Seal Installs n: Select t d nu f sealing elements required for pipe material ♦els Tw. Posi I in cen f sleeve. Assemble mechanical sleeve seals an ill in ann ace bet a and sleeve. Tighten bolts against pressure pl cause element o pand and make watertight seal. Underground, Exterior- a Pe t do s. � lsInstal lilr pipe penetrations usi anica sle ea. ct clear space betviee ip d slee fo nstallin c n Mechanics Sleeve required for pipe t mechanical sleeve bolts against �re5/[ seal. �� on "wall pipes" for sleeves. Seal leeve size to allow for 1-inch annular ical sleeve seals. ct type and number of sealing elements kPosi ion pipe in center of sleeve. Assemble nnular space between pipe and sleeve. Tighten sealing elements to expand and make watertight cated fire rating of walls, partitions, ceilings, and floors at ns with firestop materials. for roughing -in. ons in other Sections of these Specifications for roughing -in T CONSTRUCTION Pe and fittings according to the following requirements and Division 15 Sections ng piping systems. B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 8 07/2024 D. Soldered Joints: Apply ASTM B 813, water-flushable flux, unless otherwise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using lead- free solder alloy complying with ASTM B 32. E. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube" Chapter, using copper -phosphorus brazing filler metal complying with AWS A5.8. F. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded* damaged. Do not use pipe sections that have cracked or open welds. ` G. Welded Joints: Construct joints according to AWS D10.12 using u ied pro d 1 9 9 q� welding operators according to Part 1 "Quality Assurance" Article. H. Flanged Joints: Select appropriate asket material size • e thic ss r service 99 application. Install gasket concentrically posts4ad. Use suricant threads. I. Plastic Piping Solvent -Cement Joints: can nd dry surfac of pipe and fittings according to the following: + 1. Comply with ASTM F 40 �aafe-hanractice o I ers, primers, and solvent cements. 2. ABS Piping: Join ac to AST�35 and A 2661 Appendixes. 3. CPVC Piping: Joi ding 2846/ M Appendix. 4. PVC Pressure ' Join the numbe S D 1785, PVC pipe and PVC socket fittings accor g to STM 26 . Join e - an -schedule -number PVC pipe and socket fitt rding to AS D 285 5. PVC Nonp ssure Pip:_Jgn accord' STM D 2855. 6. PVC to AB NonpW ransifio i ' s: Join according to ASTM D 3138 Appendix. J. Plastic Pressure Pi g �dsketed ts: JZ in according to ASTM D 3139. K. Plastic Non re s e�Pkimp in G oints: Join according to ASTM D 3212. p 9 9 L. PEe Fusion in lean and dry joining surfaces by wiping with clean cloth or pain acc in ASTM D 2657. 1.ipe Fittings: Use butt fusion. 2.i and Socket Fittings: Use socket fusion. M. Fibergl ss r d Joints: Prepare pipe ends and fittings, apply adhesive, and join according to pipe m ac rer's written instructions. 3.7 ONNECTIONS Acitconnections according to the following, unless otherwise indicated: Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. Dry Piping Systems: Install dielectric unions and flanges to connect piping materials of dissimilar metals. BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 9 07/2024 4. Wet Piping Systems: Install dielectric coupling and nipple fittings to connect piping materials of dissimilar metals. 3.8 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS A. Install equipment to allow maximum possible headroom unless specific mounting heights are not indicated. B. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, unless otherwise indicated. C. D. 3.9 A. 3.10 3.11 Install mechanical equipment to facilitate service, maintenance, and repair or replacement of6 components. Connect equipment for ease of disconnecting, with minimum interference to otf% installations. Extend grease fittings to accessible locations. Install equipment to allow right of way for piping installed at required sloped CONCRETE BASES `O Concrete Bases: Anchor equipment to conc to base a or to eq el4t manufacturer's written instructions and according to teis is c des at Pr 1. Construct concrete bases tensions i ed, but n I han 4 inches larger in both directions than sun it dw— Install dowel rods to indicated, install dow Install epoxy-coa base, and anc stru Place an se re horag�je Ces. drawings, s, iagrams, instru embedded. ♦� A Install an r bolt Install anchor bolts rd Use 3000-p2 y con Division , to floor. Unless otherwise all perimeter of the base. that extend through concrete rted equipment manufacturer's setting directions furnished with items to be for proper attachment to supported equipment. bolt manufacturer's written instructions. ngth concrete and reinforcement as specified in TS AND ANCHORAGES Ikplace m1VIlaWeous metal supports accurately in location, alignment, and elevation and —6—horNechanical materials and equipment. Ln9� ply with AWS D1.1. � OF WOOD SUPPORTS AND ANCHORAGES Jand place wood grounds, nailers, blocking, and anchorages to support, and anchor nical materials and equipment. B. Select fastener sizes that will not penetrate members if opposite side will be exposed to view or will receive finish materials. Tighten connections between members. Install fasteners without splitting wood members. C. Attach to substrates as required to support applied loads. BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 10 07/2024 3.12 PAINTING A. Surface prep and paint ductwork, piping, equipment, etc. exposed in finished areas to match adjacent surfaces as directed. Paint items flat black or as directed if visible through grilles or other openings. B. Paint all exposed piping and equipment in mechanical spaces for uniform appearance or identification as directed. C. Paint ferrous piping, equipment, hangers, etc. exposed outdoors or subject to rusting with one coat primer and two coats exterior enamel based paint. D. Paint plywood backboards used for mounting equipment. *6 3.13 GROUTING A. Mix and install grout for mechanical equipment base bearing ces, pu other equipment base plates, and anchors. B. Clean surfaces that will come into contact wi get. ' C. Provide forms as required for placem� n f gro t. ` D. Avoid air entrapment during place digrout. * E. Place grout, completely fillin ip ent ba F. Place grout on concrete nd vide ooth be rface for equipment. G. Place grout aro d r . H. Cure placed grou tK +, 3.14 POST CONSTRUC�P�SUBMIT�� A. Deliver specia t of , lubr'c nd other products necessary for proper operation and maintenan of th echan al ystem. B. Deli arts all or under other mechanical sections contained herein or on drawings. C. Subm oject rd d cuments indicating all changes made during construction. D. Submit c 'fi f Final . Inspection from the administrative authority. Y E. Submit era ions and Maintenance manuals covering all phases of equipment and systems prc�yidtd. nclude complete spare parts data. With a source of supply. Include a copy of the ♦*'I�wings required in the "Pre -Construction Submittals". F ulSmit extended warranties in excess of the standard one year construction warranty where quired by other mechanical sections. G. Submit Test, Adjust and Balance (TAB) report on approved record forms. BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 11 07/2024 3.15 INSTRUCTIONS TO OWNER A. Provide competent instruction to Owner's personnel covering operation and maintenance of all mechanical systems. Provide specialized training by manufacturer's technical representatives when required. B. Make provisions to record all Owner instruction in video form, and provide three sets of the video training the Owner. END OF SECTION 230100 BASIC MECHANICAL MATERIALS AND METHODS Fayetteville City Hall HVAC Upgrades 23 0100 - 12 07/2024 SECTION 230593 TESTING, ADJUSTING, AND BALANCING PART 1 - GENERAL 1.1 1.2 1.3 1.4 SUMMARY A. Section Includes: 1. Testing, adjustment, and balancing of air systems. 2. Measurement of final operating condition of HVAC systems. ` 3. Sound measurement of equipment operating conditions. 4. Vibration measurement of equipment operating conditions. B. Related Documents: The Contract Documents, as defined in S ti 01110 - ry of Work, apply to the Work of this Section. Additional requirem2nt Ninformation n essary to complete the Work of this Section may be fo d in other Do REFERENCES ♦ �� A. Associated Air Balance Council ( B 1. AABC - National Standa otal Sys lance. B. National Environmental B I i g Burea ). � J O SUBMITTALS A. Submittal Proced es: ♦1 1. Assurance/Control it als: a. Test Report 1) i to defici cie in systems that would prevent proper testing, adjusting, alancing Gems and equipment to achieve specified performance. 2 kbmit draftr�pies es of report for review prior to final acceptance of Project. rovide fina for inclusion in operating and maintenance manuals. ♦ Pr � *orts in binder manuals, complete with index page and indexing ` b ith cover identification at front and side. Include set of reduced d in s with air outlets and equipment identified to correspond with data &icate s, and indicating thermostat locations. 4 data on AABC National Standards for Total System Balance forms. b. ates: Manufacturer's certificate that Products meet or exceed specified irements. C. ualification Documentation: Submit documentation of experience indicating compliance with specified qualification requirements. B. ♦ Submittals: Procedures for closeout submittals. Project Record Documents: Accurately record the following: a. Actual locations of balancing valves and rough setting. QUALITY ASSURANCE A. Qualifications: TESTING, ADJUSTING AND BALANCING Fayetteville City Hall HVAC Upgrades 23 0593 - 1 07/2024 Company specializing in testing, adjusting, and balancing of specified with minimum 5 years documented experience. Company to be certified by one of the following. a. AABC Certified Independent Testing and Balancing Agency. b. National Environmental Balancing Bureau Certified Independent Agency. (NEBB). B. Certification: Certify the testing, adjusting, and balancing field data reports. C. Testing, Adjusting, and Balancing Reports: Use testing, adjusting, and balancing Agent's standard forms. PART 2 -PRODUCTS ` (Not Used.) PART 3 - EXECUTION 3.1 EXAMINATION G � A. Verify that systems are complete a able b f encin Ensure the following conditions: 1. Systems are started an g in a s norm i on. 2. Temperature control s are ins mplete o erable. 3. Proper thermal ove rotectio lace for I equipment. 4. Final filters are c n nd in a If quired, emporary media in addition to final filters. 5. Duct syst le n of de 6. Fans are orr tly. 7. Fire and vo me d mp rhin plac n n. 8. Air coil fins are cle nd com 9. Access doors are c and ct a aps are in place. 10. Air outlets a+&.9 1led and on cted. 11. Duct sys ge is in z 12. Hydroni s t s ar fl illed and vented. 13. Pumtkare ating c re ly. 14. Pgro r rainer ar clean and in place. 15.V nd la va ves are open. 3.2 PREPARATIO A. Provid in is required for testing, adjusting, and balancing operations available Contracting Officer to facilitate spot checks during testing. B. ♦ additional balancing instruments as required. 3.31STALLATION TOLERANCES Make instruments A. Air Handling Systems: Adjust to within plus or minus 5 percent of design for supply systems and plus or minus 10 percent of design for return and exhaust systems. TESTING, ADJUSTING AND BALANCING Fayetteville City Hall HVAC Upgrades 23 0593 - 2 07/2024 B. Air Outlets and Inlets: Adjust total to within plus 10 percent and minus 5 percent of design to space. Adjust outlets and inlets in space to within plus or minus 10 percent of design. 3.4 ADJUSTING A. Ensure recorded data represents actual measured or observed conditions. B. Permanently mark settings of valves, dampers, and other adjustment devices allowing settings to be restored. Set and lock memory stops. C. After adjustment, take measurements to verify balance has not been disrupted or that sucN 6 disruption has been rectified. '' D. Leave systems in proper working order, replacing belt guards, closing Access Zing doors to electrical switch boxes, and restoring thermostats to specifi ttings. E. At final inspection, recheck random selecti s of data recc eport. F' ck points or areas as selected and witnessed by Contrac icer. F. Check and adjust systems approximit ix months a to accep nd submit report. 3.5 AIR SYSTEM PROCEDURE A. Adjust air handling and dis ion syst rovide I or design supply, return, and exhaust air quantities. tepth' it cooli m energized where applicable to obtain the extra resis wet Ky c ils. B. Make air uantit em is in ducts b P' to traverse of entire cross sectional area of q Y duct. � � C. Measure air quantities at lets a d ouu . D. Adjust distribut' sv to obta u orm space temperatures free from objectionable drafts and noise. E. Use vole ntrol d o egulate air quantities only to extend that adjustments do not crea kid able air do or sound levels. Effect volume control by duct internal devices. F. Vary systeNir q ntities by adjustment of fan speeds. Provide drive changes required. Vary branch ai ities by damper regulation. G. Provid s chematic with required and actual air quantities recorded at each outlet or Y q inlet. H. ♦ ; e static air pressure conditions on air supply units, including filter and coil pressure d total pressure across the fan. Make allowances for 50 percent loading of filters. I. ldjust outside air automatic dampers, outside air, return air, and exhaust dampers for design conditions. Measure temperature conditions across outside air, return air, and exhaust dampers to check leakage. TESTING, ADJUSTING AND BALANCING Fayetteville City Hall HVAC Upgrades 23 0593 - 3 07/2024 K. Measure building static pressure and adjust supply, return, and exhaust air systems to provide required relationship between each to maintain approximately 0.05 inches (12.5 Pa) positive static pressure near the building entries. END OF SECTION 230593 TESTING, ADJUSTING AND BALANCING Fayetteville City Hall HVAC Upgrades 23 0593 - 4 07/2024 SECTION 230700 HVAC INSULATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: ` 1. Insulation Materials: a. Cellular glass. b. Flexible elastomeric. C. Foam/vinyl. d. Polystyrene. B. Systems Included: 1. Interior air duct acoustical li 2. Exterior duct wrap insulation► 3. Refrigerant piping insul 4. Cooling condensate sulation. C. Related Sections includ th follow . O 1. Division 23 S iuctwo an Accessor 1.2 SUBMITTALS A. Product Data: Sub it fo ,ac'h typ insulation to be used. 1.3 QUALITY SSnRVCE �� A. Perform?' I ion in 0 ce with MICA Commercial and Industrial Insulation Standards. B. Foll ufact`er's ' ections on adhesive application, fastener spacing, etc. C. Fire -Test -Red s�`Characteristics: Insulation and related materials shall have fire -test - response rr ristics indicated, as determined by testing identical products per ASTM E 84, by a to ' d inspecting agency acceptable to authorities having jurisdiction. Factory label insul tion d jacket materials and adhesive, mastic, tapes, and cement material containers, it ropriate markings of applicable testing and inspecting agency. I sulation Installed Indoors: Flame -spread index of 25 or less, and smoke -developed index of 50 or less. Insulation Installed Outdoors: Flame -spread index of 75 or less, and smoke -developed index of 150 or less. HVAC INSULATION Fayetteville City Hall HVAC Upgrades 23 0700 - 1 07/2024 PART 2 - PRODUCTS 2.1 A. B. C. D. INSULATION MATERIALS Acoustical fiberglass interior duct liner with 1-1/2 lb. density and coated face. Meet UL 181 on erosion tests and NFPA 90A on flame/smoke rating. Flexible fiberglass exterior duct wrap equal to FRK-25. 1. K-Factor no greater than 0.3. 2. 3/4 pound density. ` 3. Foil reinforced Kraft (FRK) vapor barrier. Products shall not contain asbestos, lead, mercury, or mercury comp nd . Products that come in contact with stainless steel shall have ale chloridg con nt of less than 50 ppm when tested according to AST 871. INV PART 3 - EXECUTION ♦ �� 3.1 3.2 F G PREPARATION G, Surface Preparation: Cl dry su o receivation. Remove materials that will adversely affect insulati a plicati O Coordinate ins stallation the installing heat tracing. Comply with requirements for at r cingkat applies to ir�e�. Mix insulating cements stainless -steel surfaces r; if insulating cements are to be in contact with ,r. accessories, and finishes with smooth, straight, and even surfaces; fflVe length of equipment and piping including fittings, valves, and trials, forms, vapor barriers or retarders, jackets, and thicknesses required pment and pipe system as specified in insulation system schedules. n with longitudinal seams at top and bottom of horizontal runs. Itiple layers of insulation with longitudinal and end seams staggered. not weld brackets, clips, or other attachment devices to piping, fittings, and specialties. Keep insulation materials dry during application and finishing. Install insulation with tight longitudinal seams and end joints adhesive recommended by insulation material manufacturer. Bond seams and joints with HVAC INSULATION Fayetteville City Hall HVAC Upgrades 23 0700 - 2 07/2024 3.3 H. Install insulation with least number of joints practical. Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at hangers, supports, anchors, and other projections with vapor -barrier mastic. 1. Install insulation continuously through hangers and around anchor attachments. 2. For insulation application where vapor barriers are indicated, extend insulation on anchor legs from point of attachment to supported item to point of attachment to structure. Taper and seal ends at attachment to structure with vapor -barrier mastic. 3. Install insert materials and install insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by insulatipn material manufacturer. 6 4. Cover inserts with jacket material matching adjacent pipe insulation. Install shield vk jacket, arranged to protect jacket from tear or puncture by hanger, sport, and s� J. Apply adhesives, mastics, and sealants at manufacturer's recommcoverag d wet and dry film thicknesses. IF `O K. Cut insulation in a manner to avoid compres sulation •Ethan 75 �eof its nominal thickness. L. Finish installation with systems at t g con i i sepair jarations and cracking due to thermal movement. M. Repair damaged insulation s by ap a m e f iaterial over damaged areas. Extend patches at least s beyo aged arhere, staple, and seal patches similar to butt joints. O N. For above ambi s es, do notul insula ' the following: g 1. Vibration-c trol d vic �1 2. Testing agency la d stamp 3. Nameplates and d ates. 4. Manholes. 5. Handhol 6. Cleanou IV O. Provide*al i m she over insulation exposed outdoors above grade. Use rivets and seal ' t rtigh P. Ducts upst an 30" downstream of electric resistance and fuel -burning heaters located within duct sy I be wrapped externally with fiberglass duct wrap. Q. All sup turn air duct systems installed in any unconditioned space shall be insulated with a mi um of 2" thickness, 1/4 lb. density wrap, or 1" thickness, 1-1/2 lb. density liner. kerform UALITY CONTROL Ac.tests and inspections. B. Tests and Inspections: All insulation applications will be considered defective Work if sample inspection reveals noncompliance with requirements. HVAC INSULATION Fayetteville City Hall HVAC Upgrades 23 0700 - 3 07/2024 3.4 INSULATION SCHEDULE A. Refer to the drawings. END OF SECTION 230700 HVAC INSULATION Fayetteville City Hall HVAC Upgrades 23 0700 - 4 07/2024 PART 1 - GENERAL 1.1 A. 1.2 A. B. 1.3 A. B. C, D. 1.4 SECTION 231123 NATURAL-GAS PIPING SUMMARY Section Includes: ` 1. Under ground natural gas service piping. 2. Interior natural as i in ' 9 P9 3. Exterior exposed natural gas piping. 4. Connectors for appliances and equipment. •`O 5. Pressure regulators. 6. Cocks I;z** PERFORMANCE REQUIREMENT Minimum Operating -Pressure ti s: 1. Piping and Valves- Q, i mini less oth indicated. p 9 W.Ps 9 2. Service Regulato 0 psig minimum unless i wise indicated. Natural -Gas Sy ssure within Buildings: �siigg or less, or more than 0.5 psig but not more than 2 psig. SUBMITTALS Product Data: o eNtype indicated. Record Dr ' gs: ndic a to I location and routing of natural-gas piping as installed. We nti icates. Opera t n and k)kenance data. QUALI S R A N C E A. t upport Welding Qualifications: Qualify procedures and personnel according to AWS • / 1 M, "Structural Welding Code - Steel." Bpe Welding Qualifications: Qualify procedures and operators according to ASME Boiler and C4ressure Vessel Code. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. NATURAL GAS PIPING Fayetteville City Hall HVAC Upgrades 23 1123 - 1 07/2024 PART 2 - PRODUCTS 2.1 PIPES, TUBES, AND FITTINGS A. Underground piping: 1. Schedule 40 black steel or galvanized steel with malleable iron fittings or welded joints with butt weld fittings. 2. Mill coat pipe with high density polyethylene over adhesive undercoating. 3. Wrap field joints and fittings with Republic "X-Tru-Tape" or equal per manufacturer's6 recommendations. ` B. Above ground piping: 1. Schedule 40 black steel or galvanized steel with malleable ij n *ttings or joints with buttweld fittings. �0 0 C. Connectors for appliances and other equipm �` 1. PVC coated spiral flexible brass ctor with Na Pared ga fittings. D. Cathodic Protection — Packaged m `um an E. Welding rod — Same mated iping. O O 2.2 GAS COCKS G A. Iron body with br p u an asfler with sc e r flanged ends rated for 125 lb. WOG. V _ '11 PART 3 - EXECUTION D�' G 3.1 OUTDOO PI I STA A A. Compl i PA 54 1 Ilation and purging of natural-gas piping. B. All a v groun ipi exposed to the weather shall have a protective coating applied to the piping. efer tom nsas Fuel Gas Code section 403.8. C. Install and r natural-gas piping buried at least 24 inches below finished grade. D. Provi e o or more anodes, sized for pipe size and length of underground service. E. i ielectric union where gas piping emerges from underground. F. range with local utility company for gas tap and meter installation. Pay all costs to establish natural gas service. G. Install continuous strip of utility marker tape over gas piping. Use strip with trace wire for plastic pipe. NATURAL GAS PIPING Fayetteville City Hall HVAC Upgrades 23 1123 - 2 07/2024 3.2 INDOOR PIPING INSTALLATION A. Comply with NFPA 54 for installation and purging of natural-gas piping. B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements are used to size pipe and calculate friction loss, expansion, and other design considerations. Install piping as indicated unless deviations to layout are approved on Coordination Drawings. C. Arrange for pipe spaces, chases, slots, sleeves, and openings in building structure during progress of construction, to allow for mechanical installations. D. Install piping in concealed locations unless otherwise indicated and except in equipment m` and service areas. ## 0 E. Install piping indicated to be exposed and piping in equipment roo service t right angles or parallel to building walls. Diagonal runs are prohibit ss specifica indicated otherwise. ♦` F. Install piping above accessible ceilings to allo sufficien s ac for ceilin removal. G. Locate valves for easy access. H. Verify final equipment locations ghing-in. V� I. Extend relief vent con for s r gulator ne regulators, and overpressure protection devices to o o s and i 'ith we r3of vent cap. J. Do not use nat ping as gro ng elec K. Install strainer on inlet` ein�-press r for and automatic or electrically operated valve. L. Use flexible connec��d gas c k fo final connection to each appliance or gas fueled unit. M. Bond interior met s pip to c system ground. Piping shall be electrically continuous. 3.3 VA LLAT A. Install anualhutoff valve for each gas appliance ahead of corrugated stainless -steel tubing or cop ector. 3.4 FIEAL(Q1 ITY CONTROL A. ♦ pect, and purge natural gas according to NFPA 54 and authorities having jurisdiction. END ECTION 231123 NATURAL GAS PIPING Fayetteville City Hall HVAC Upgrades 23 1123 - 3 07/2024 SECTION 233113 METAL DUCTWORK PART 1 - GENERAL 1.1 SUMMARY A. This Section includes metal, rectangular ducts and fittings for supply, return, outsid *6 exhaust air -distribution systems in pressure classes from minus 2- to plus 10-inch wg. B. See Division 23 Section "Duct Accessories" for dampers, sound -con I dices, ing access doors and panels, turning vanes, and flexible ducts. 1.2 SUBMITTALS s A. Shop Drawings: s: Show fabrication tion de metal du K 1. Penetrations through fire-,rt d other s. 2. Duct accessories, includi g cess do panels. � J 1.3 QUALITY ASSURAN O O A. NFPA Complia Cj 1. NFPA 90A, Install ioAir'Col�d' a d Ventilating Systems." 2. NFPA 90B, "Install of Warm A a ing and Air Conditioning Systems.' PART 2 - PRODUCTS 2.1 SHE MATE L A. Com ith AC 's "HVAC Duct Construction Standards --Metal and Flexible" for accept le ma material thicknesses, and duct construction methods, unless otherwise indicated. S etal materials shall be free of pitting, seam marks, roller marks, stains, discolorati other imperfections. B. Galy ize heet Steel: Lock -forming quality; complying with ASTM A 653/A 653M and having ♦�ting designation; ducts shall have mill-phosphatized finish for surfaces exposed to view. Offbrcement Shapes and Plates: Galvanized -steel reinforcement where installed on Ivanized sheet metal ducts. D. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for lengths 36 inches or less; 3/8-inch minimum diameter for lengths longer than 36 inches. METAL DUCTWORK Fayetteville City Hall HVAC Upgrades 23 3113 - 1 07/2024 2.2 SEALANT MATERIALS A. Joint and Seam Tape: 2 inches wide; glass -fiber -reinforced fabric. B. Flange Gaskets: Butyl rubber or EPDM polymer with polyisobutylene plasticizer. 2.3 HANGERS AND SUPPORTS A. Building Attachments: Concrete inserts, powder -actuated fasteners, or structural -steel fasteners appropriate for construction materials to which hangers are being attached. *6 1. Use powder -actuated concrete fasteners for standard -weight aggregate concretes Of% slabs more than 4 inches thick. 2. Exception: Do not use powder -actuated concrete fasteners or fightwei - gZate concretes or for slabs less than 4 inches thick. ♦ OB. Hanger Materials: Galvanized sheet steel o eaded steel 'N 1. Hangers Installed in Corrosive tmo heres: c ogalvani thread rods or galvanized rods with threads pai ith zinc- ro primer�Rstallation. 2. Strap and Rod Sizes: Com i Vh SMA s VAC DywtUstruction Standards-- Metal and Flexible" for steel h width a i ness ansheel rod diameters. C. Duct Attachments: Sheet crews, b ts, or s ling metal screws; compatible with duct materials. O D. Trapeze and Riser�—�'Pp� Galy ize -steel sh eOd plates complying with ASTM A 36/A 36M. E. Cripple Cable Ha er Sy terIlk Distri n. 2.4 RECTANGULAR DABRIC lO A. Fabricate duc %SCN�6s ows, tran&tidl�rs, offsets, branch connections, and other construction according "H C Duct Construction Standards --Metal and Flexible" and comply i requi nts for metal thickness, reinforcing types and intervals, tie -rod app nd joi and intervals. 1. ngths: rica a rectangular ducts in lengths appropriate to reinforcement and rigidity class regai or pressure class. 2. Deflection: "I Duct systems shall not exceed deflection limits according to SMACNA's '`uct Construction Standards --Metal and Flexible." B. Tr s rse Joints: Prefabricated slide -on joints and components constructed using ♦ turer's guidelines for material thickness, reinforcement size and spacing, and joint ment. C. ormed-On Flanges: Construct according to SMACNA's "HVAC Duct Construction Standards -- Metal and Flexible," Figure 1-4, using corner, bolt, cleat, and gasket details. D. Cross Breaking or Cross Beading: Cross break or cross bead duct sides 19 inches and larger and 0.0359 inch thick or less, with more than 10 sq. ft. of nonbraced panel area unless ducts are lined. METAL DUCTWORK Fayetteville City Hall HVAC Upgrades 23 3113 - 2 07/2024 2.5 WET DUCT A. For dishwasher exhaust, use No. 22 MSG stainless steel. Weld seams and make airtight. B. All exhaust, supply and return ducts in shower areas shall be 3003-H14 aluminum. Fasten with rivets or sheet metal screws. PART 3 - EXECUTION 3.1 DUCT INSTALLATION ` A. Construct and install ducts according to SMACNA's "HVAC Duct Construc9pn Standard and Flexible," unless otherwise indicated. B. Install ducts with fewest possible joints. ♦ O C. Install fabricated fittings for changes in directi ze, an and for ions. D. Install couplings tight to duct wall +Is ith a �'� of proj into duct. Secure couplings with sheet metal screws. ,ew iWit aIs of 1 with a minimum of 3 screws in each coupling. �►� E. F W Install ducts, unless oth indicat ically rizontally and parallel and perpendicular to building roid dia ns. Install ducts close t verhe co, r truction, I s, and other structural and permanent V enclosure elem&Tts�i�latfildinq. _n� Conceal ducts fro vie W unless specifically i . ted. ly for insulation thickness. Do not encase horizontal runs in solid partitions ing, fire- and smoke -control dampers, lighting layouts, Vpply sealant to male end connectors before insertion, and afterward heet metal screws. r Spaces: Route ducts to avoid passing through transformer vaults and spaces and enclosures. 'Nted Partition Penetrations: Where ducts pass through interior partitions and exterior j are exposed to view, conceal spaces between construction openings and ducts or lation with sheet metal flanges of same metal thickness as ducts. Overlap openings on v at least 1-1/2 inches. Fire -Rated Partition Penetrations: Where ducts pass through interior partitions and exterior walls, install appropriately rated fire dampers, sleeves, and firestopping sealant. Fire and smoke dampers are specified in Division 15 Section "Duct Accessories." Firestopping materials and installation methods are specified in Division 7 Section "Through -Penetration Firestop Systems." METAL DUCTWORK Fayetteville City Hall HVAC Upgrades 23 3113 - 3 07/2024 N. Protect duct interiors from the elements and foreign materials until building is enclosed. 3.2 SEAM AND JOINT SEALING A. Seal duct seams and joints according to SMACNA's "HVAC Duct Construction Standards -- Metal and Flexible" for duct pressure class indicated. B. Seal ducts before external insulation is applied. 3.3 HANGING AND SUPPORTING ` A. Support horizontal ducts within 24 inches of each elbow and within 48 in of eac intersection. B. Support vertical ducts at maximum intervals of 16 feet and at p C. Install upper attachments to structures with a able to �xceedi �urth of failure (proof -test) load. D. Install concrete inserts before placi ♦ arete. E. Install powder -actuated concreners acrete is and completely cured. 1. Do not use powded conc teners fol tweight-aggregate concretes or for slabs less than Wh s thic O 3.4 CONNECTIONS A. Make connections to equ nt with fleonnectors. B. Comply with SMA'HVAC uct onstruction Standards --Metal and Flexible" for branch, outlet and inlet T c ctions. END OF SECTI �3 M3 G METAL DUCTWORK Fayetteville City Hall HVAC Upgrades 23 3113 - 4 07/2024 SECTION 233300 DUCT ACCESSORIES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: ` 1. Backdraft and Volume dampers. ' 2. Fire dampers (including ceiling fire dampers). 3. Turning vanes. 4. Duct -mounting access doors. 5. Flexible connectors. 0 . Flexible ducts. 7 . Duct accessory hardware. 1.2 SUBMITTALS A. Product Data: For the follo � J 1. Backdraft and Vo damp O O 2. Fire dampers Cj 3. Turning v�Tr 4. Duct-moun g c es oors. 5. Flexible corector[ 6. Flexible ducts. V _ B. Shop Drawings: �equipm nt semblies and indicate dimensions, weights, required clearances, m sem com vents, and location and size of each field connection. 1. Spe fitti s. 2. al lume installations. 3. per - .ons, including sleeves and duct -mounting access doors. 4. i ng Diram • Power, signal, and control wiring. 1.3 QUALITY �1NCE A. Com ly NFPA 90A, "Installation of Air Conditioning and Ventilating Systems," and NFPA 0 stallation of Warm Air Heating and Air Conditioning Systems." G DUCT ACCESSORIES Fayetteville City Hall HVAC Upgrades 23 3300 - 1 07/2024 PART 2 - PRODUCTS 2.1 2.2 2.3 SHEET METAL MATERIALS A. Comply with SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods, unless otherwise indicated. B. Galvanized Sheet Steel: Lock -forming quality; complying with ASTM A 653/A 653M and having G60 coating designation; ducts shall have mill-phosphatized finish for surfaces exposed to vieyv. C. Stainless Steel: ASTM A 480/A 480M. ` D. Aluminum Sheets: ASTM B 209, alloy 3003, temper H14; with mill ish for co eaidGcts and standard, 1-side bright finish for exposed ducts. E. Reinforcement Shapes and Plates: G nized-steel ent installed on galvanized sheet metal ducts; compatible ma r for alu nd stai - el ducts. F. Tie Rods: Galvanized steel, 1/4-incls m diam r engths es or less; 3/8-inch minimum diameter for lengths longe � 6 inc BACKDRAFT DAMPERS A. Description: Multiple- d ara a ravit a ced, with center -pivoted blades of P P p �9 Y� P maximum 6-inch w' seal e es, asse n rattle -free manner with 90-degree stop, steel ball riff/ and axles; stmen to permit setting for varying differential static pressure. tK VOLUME DAMPE A. General Desc acto a ed, with required hardware and accessories. Stiffen damper blades f abilit locking device to hold single -blade dampers in a fixed position wi ut rati CI e duct penetrations for damper components to seal duct consist6at it ressurl c B. Sta rd olu Dalliers: Multiple- or single -blade, parallel- or opposed -blade design as indicafW, stan eakage rating, with linkage outside airstream and suitable for horizontal or vertical applici� 1. mes: Hat -shaped, galvanized sheet steel channels, minimum of 0.064 inch thi with mitered and welded corners; frames with flanges where indicated for attaching o walls and flangeless frames where indicated for installing in ducts. +� oll-Formed Steel Blades: 0.064-inch- thick, galvanized sheet steel. ade Axles: Galvanized steel. Bearings: Molded synthetic. Tie Bars and Brackets: Galvanized steel. C. Jackshaft: 1-inch-diameter, galvanized -steel pipe rotating within pipe -bearing assembly mounted on supports at each mullion and at each end of multiple -damper assemblies. DUCT ACCESSORIES Fayetteville City Hall HVAC Upgrades 23 3300 - 2 07/2024 2.4 Length and Number of Mountings: Appropriate to connect linkage of each damper in multiple -damper assembly. D. Damper Hardware: Zinc -plated, die-cast core with dial and handle made of 3/32-inch-thick zinc - plated steel, and a 3/4-inch hexagon locking nut. Include center hole to suit damper operating - rod size. Include elevated platform for insulated duct mounting. FIRE DAMPERS A. Manufacturers: 1. Ruskin Company. ` 2. Nailor Industries. 3. United Enertech. B. Fire dampers shall be labeled according to UL 555. L WE E. F. G H I . 2.5 C Fire Rating: 1-1/2 hours. ♦`O Frame: Curtain type with blades inside irst am; fabr' ed ith roll-f 0.034-inch-thick galvanized steel; with mitered and infer corners Mounting Sleeve: Factory -or field14 &7*6slled, gal e'lsheet s 1. Minimum Thickness: r2 or 0. thicki icated and of length to suit application. 2. Exceptions: O eeve r m er fr width permits direct attachment of p � P � perimeter mo ngles ea side of �a floor, and thickness of damper frame complies a require ` Mounting Orientat n: V is I Arizonta i i ted. Blades: Roll -form d, i rlckin 0.03 nch-thick, galvanized sheet steel. In place of interlocking blades, ull-lengt 0.0 -inch-thick, galvanized -steel blade connectors. n � and stainless -steel closure spring. deg F rated. Qn: Labeled according to UL 555C; comply with construction details for tested iling assemblies as indicated in UL's "Fire Resistance Directory." Galvanized sheet steel, round or rectangular, style to suit ceiling construction. Galvanized sheet steel with refractory insulation. 165 deg F rated. DUCT ACCESSORIES Fayetteville City Hall HVAC Upgrades 23 3300 - 3 07/2024 2.6 TURNING VANES A. Fabricate to comply with SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for vanes and vane runners. Vane runners shall automatically align vanes. B. Acoustic Turning Vanes: Fabricate airfoil -shaped aluminum extrusions with perforated faces and fibrous -glass fill. 2.7 DUCT -MOUNTING ACCESS DOORS A. General Description: Fabricate doors airtight and suitable for duct pressure class. *6 B. Door: Double wall, duct mounting, and rectangular; fabricated of galvan�d sheet m insulation fill and thickness as indicated for duct pressure class. I lude vision a e ere indicated. Include 1-by-1-inch butt or piano hinge and cam latches. 1. Frame: Galvanized sheet steel, with d-over tabs ♦ gask C. Door: Double wall, duct mounting, a 0 ro d; fabri d of galvarni ee s eet metal with insulation fill and 1-inch thickness. lr4clai m latch 1. Frame: Galvanized sheet s el, ith spin ed fra D. Seal around frame attachm uct and o rame wi rene or foam rubber. E. Insulation: 1-inch-thic , ib us-gl rstyrene-10board. 2.8 FLEXIBLE CON O S A. General Description: F -retardant o combustible fabrics, coatings, and adhesives complying with UL 81, ss 1. B. Flexible Conn c: GI f0dOuble coated with neoprene. 1. Mini ight: 6 . yd. 2. a trength. f/inch in the warp and 360 Ibf/inch in the filling. 3. e Tern Minus 40 to plus 200 deg F. 2.9 FLEXIBLE DIJf\K\ A. Nonins&qtAdVuct Connectors: UL 181, Class 1, multiple layers of aluminum laminate suppgrte y helically wound, spring -steel wire. ♦ �jessure Rating: 10-inch wg positive and 1.0-inch wg negative. ' aximum Air Velocity: 4000 fpm. Temperature Range: Minus 20 to plus 210 deg F. B. Insulated -Duct Connectors: UL 181, Class 1, 2-ply vinyl film supported by helically wound, spring -steel wire; fibrous -glass insulation; polyethylene vapor barrier film. 1. Pressure Rating: 10-inch wg positive and 1.0-inch wg negative. 2. Maximum Air Velocity: 4000 fpm. DUCT ACCESSORIES Fayetteville City Hall HVAC Upgrades 23 3300 - 4 07/2024 3. Temperature Range: Minus 10 to plus 160 deg F. C. Flexible Duct Clamps: Stainless -steel band with cadmium -plated hex screw to tighten band with a worm -gear action, in sizes 3 through 18 inches to suit duct size. 2.10 DUCT ACCESSORY HARDWARE A. Instrument Test Holes: Cast iron or cast aluminum to suit duct material, including screw cap and gasket. Size to allow insertion of pitot tube and other testing instruments and of length to � suit duct insulation thickness. B. Adhesives: High strength, quick setting, neoprene based, waterproof, and resistant to ga A and grease. PART 3 - EXECUTION `O 3.1 APPLICATION AND INSTALLATION G � A. Install duct accessories according Iable ` MACN C Duct Construction Standards --Metal and Flexible" for e ucts. B. Provide duct accessories of als suite o t material galvanized -steel accessories in galvanized -steel, st ' teel a ies in ess-steel ducts, and aluminum accessories in aluminu C. Install backdra on exhaus s or ne outside and where indicated. D. Install volume da ers i du.�kitt lin r; age to and erosion of duct liner. E. Provide balancingamt of on s ply, return, and exhausts stems where branches p P pY Y lead from larger d s requir for it balancing. Install at a minimum of two duct widths from branch to F. Install fire mp rs, th s le links, according to manufacturer's UL-approved written ins tructi�i G. Inst d ``t acc s d s to allow for inspecting, adjusting, and maintaining accessories and termin units a ws: 1. On t i i s of duct coils. 2. am from volume dampers and equipment. 3. Ad ent to fire or smoke dampers, providing access to reset or reinstall fusible links. n sides of ducts where adequate clearance is available. H Ir xible connectors immediately adjacent to equipment in ducts associated with fans and �otorized equipment supported by vibration isolators. I. For fans developing static pressures of 5-inch wg and higher, cover flexible connectors with loaded vinyl sheet held in place with metal straps. Connect terminal units to supply ducts with maximum 12-inch lengths of flexible duct. Do not use flexible ducts to change directions. DUCT ACCESSORIES Fayetteville City Hall HVAC Upgrades 23 3300 - 5 07/2024 K. Connect diffusers or light troffer boots to low pressure ducts with maximum 60-inch lengths of flexible duct clamped or strapped in place. L. Connect flexible ducts to metal ducts with adhesive. 3.2 ADJUSTING A. Adjust duct accessories for proper settings. B. Adjust fire and smoke dampers for proper action. C. Final positioning of manual -volume dampers is specified in Division 23 Section "Te n ` Adjusting, and Balancing." END OF SECTION 233300 `O � O O J ,Q O O G D� D� D�' G .6 G DUCT ACCESSORIES Fayetteville City Hall HVAC Upgrades 23 3300 - 6 07/2024 SECTION 233413 PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Centrifugal roof ventilators. 2. Ceiling -mounting ventilators. 3. In -line centrifugal fans. 4. Accessories. 1.2 SUBMITTALS A. LJ Product Data: Include product indicated and ii Shop Drawings: Del required clearances, m connection. FANS LM `O fifes, andAliapones for each type of 'iiY dimensions, weights, loads, and location and size of each field C. Operation and n1�Tt�fice data. v �� tK 1.3 QUALITY ASSURANCE A. Electrical Compone�evices, nd cessories: Listed and labeled as defined in NFPA 70, Article 100, b a e n age table to authorities having jurisdiction, and marked for intended u e. B. NEMA Cli ce: M r d electrical accessories shall comply with NEMA standards. C. UL n rd: Per tilators shall comply with UL 705. PART2-PRODUC 2.1 A is-o -Design Product: Subject to compliance with requirements, provide the product dicated on Drawings or a comparable product by one of the following: 1. Loren Cook Company. 2. Twin City Fans & Blowers. B. Description: Direct- or belt -driven centrifugal fans consisting of housing, wheel, fan shaft, bearings, motor and disconnect switch, drive assembly, curb base, and accessories. FANS Fayetteville City Hall HVAC Upgrades 23 3413 - 1 07/2024 A C E. F G 2.2 A. B. Housing: Removable, spun -aluminum, dome top and outlet baffle; square, one-piece, aluminum base with venturi inlet cone. Hinged Subbase: Galvanized -steel hinged arrangement permitting service and maintenance. Fan Wheels: Aluminum hub and wheel with backward -inclined blades. Belt -Driven Drive Assembly: Resiliently mounted to housing, with the following features: 1. Fan Shaft: Turned, ground, and polished steel; keyed to wheel hub. 2. Shaft Bearings: Permanently lubricated, permanently sealed, self -aligning ball bearin ` 3. Pulleys: Cast-iron, adjustable -pitch motor pulley. 4. Fan and motor isolated from exhaust airstream. Accessories: 1. Disconnect Switch: Nonfusible type, thermal-ov I tectioed inside fan housing, factory wired through an internal �%minum 2. Bird Screens: Removable, 1/2-inclameV alumin or rass wir 3. Dampers: Counterbalanced, 4p -blade, b k dampe ; mounted in curb base; factory set to close when fa&-b 4. Motorized Dampers: Paralldamp nted in se with electric actuator; wired to close when fan Roof Curbs: Galvanize I mitered elded c 1/2-inch-thick, rigid, fiberglass insulation adhered to i i walls; -1 -inch w nler. Size as required to suit roof opening and fan bas . 0 IN 1. Configura -flaiLbing without a, with mounting flange. 2. Overall Hei t: 12 'nc ♦1 XIk CEILING-MOUNTIOVNTILAT ris Basis-of-Design r uct: S to compliance with requirements, provide the product indicated o Dra gs or a m !rable product by one of the following: 1. La k Co 2. e� ntilat' n Descri on: �ga fans designed for installing in ceiling or wall or for concealed in -line applications. A C. Housi C F Tined with acoustical insulation. Centrifugal wheels directly mounted on motor shaft. Fan shrouds, motor, and fan be removable for service. `rile: Aluminum, louvered grille with flange on intake and thumbscrew attachment to fan ousing. Electrical Requirements: Junction box for electrical connection on housing and receptacle for motor plug-in. G. Accessories: Fayetteville City Hall HVAC Upgrades 23 3413 - 2 FANS 07/2024 1. Manual Starter Switch: Single -pole rocker switch assembly with cover and pilot light. 2. Ceiling Radiation Damper: Fire -rated assembly with ceramic blanket, stainless -steel springs, and fusible link. 3. Isolation: Rubber -in -shear vibration isolators. 4. Manufacturer's standard roof jack or wall cap, and transition fittings. 2.3 IN -LINE CENTRIFUGAL FANS A. Basis -of -Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following: 1. Loren Cook Company. ` 2. Penn Ventilation. B. Description: In -line, direct -driven centrifugal fans consisting of ho ingwheel I ide vanes, fan shaft, bearings, motor and disconnect switch, drive as rNly, mou ckets, and accessories. O C. Housing: Split, spun aluminum with aluminu ightenin inlet at flanges, and support bracket adaptable to floor, side w II, o ceiling m ti D. Direct -Driven Units: Motor mounte i i tream f o ired to ect switch located on outside of fan housing. E. Fan Wheels: Aluminum, ai des weld minume.) F. Accessories: O O 1. Volume- mper: Ma opera quadrant lock, located in fan outlet. 2. Companio s: ter inlet and outl connections. 3. Fan Guard 1/2- 1 i %esh of v i d steel in removable frame. Provide guard for inlet or outlet fo not con c ductwork. 4. Motor and Drive C Epo -coa steel. PART 3 - EXECUTION 3.1 INS A. Install wer vc ors evel and plumb. B. Support u ispring isolators. C. Instal flo ounting units on concrete bases. D. ♦ u oof-mounting fans to roof curbs with cadmium -plated hardware. Eeiling Units: Suspend units from structure; use steel wire or metal straps. F. Support suspended units from structure using threaded steel rods and elastomeric hangers. G. Install units with clearances for service and maintenance. H. Make final duct connections with flexible connectors. Fayetteville City Hall HVAC Upgrades 23 3413 - 3 FANS 07/2024 Install ducts adjacent to power ventilators to allow service and maintenance. 3.2 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: 1. Verify that shipping, blocking, and bracing are removed. 2. Verify that unit is secure on mountings and supporting devices and that connections to ducts and electrical components are complete. Verify that proper thermal -overload protection is installed in motors, starters, and disconnect switches. 3. Verify that cleaning and adjusting are complete. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and ven fa wheel free rotation and smooth bearing operation. Reconnect fan d�Ve system, a adjust belts, and install belt guards. 5. Adjust belt tension. 6. Adjust damper linkages for proper damper operation. O 7. Verify lubrication for bearings and oth oving parts. ♦` �/'� 8. Verify that manual and automatic contro c�fire and iokE dampers in pen connected ductwork systems are i full positi 9. Disable automatic temperature rol opera r , ergize and adjust fan to indicated rpm, and measure a fo e and a e. 10. Shut unit down and reconne atic to ture-con o rators. 11. Remove and in units replace m test as i d above. P �� g _✓ B. Test and adjust controls afeties. ace damRQ equipment. � O G END OF SECTION 23341 tK D�' G Ci d malfunctioning controls and FANS Fayetteville City Hall HVAC Upgrades 23 3413 - 4 07/2024 SECTION 260500 GENERAL ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 6 1. Sleeves for raceways and cables. 2. Sleeve seals. , 3. Grout. 4. General electrical installation requirements. 1.2 PRE -CONSTRUCTION SUBMITTALS G A. Submit for approval Manufacturer' al dat ee includi 6rmance specifications for all equipment, major material nn ther m red ite ain approval on product manufacturers not specifically q�an V prior to submitt�%- �� V B. Bind submittals in durabl with c conveni r anized and properly indexed. C. Make submittals on n Divi n 2 at one ti ept by special permission. 1.3 INTENT A. It is intended that t co c or pr e a �mplete and operating electrical system including all incidental items an nditions ces ry for proper operation or customarily included even though each a VVIIiem indicated. B. The drawi indi ate t g e I layout requirements for equipment, fixtures, conduit, devices, etc. Firl o will b o ed by actual field conditions with all measurements verified at the site ` C. Condu and w shown on the drawings is diagrammatic unless otherwise noted, and is intended to i switching and branch circuit arrangements, phase balance, and general wiring con equirements. D. It is ' te?%ed that the electrical installation be safe, reliable, energy efficient and easily t 'ned with adequate provisions for access to equipment. E ♦� i tended that the electrical system operate with noise levels below the criteria Y P C r1commended by NEMA. Provide corrective action to reduce objectionable hum or vibration. F. Isolated ground circuits as well as circuits serving non -linear loads and those serving ground fault circuit breakers must have their own neutral or isolated ground. GENERAL ELECTRICAL REQUIREMENTS Fayetteville City Hall HVAC Upgrades 26 0500 - 1 07/2024 1.4 TEMPORARY LIGHTING AND POWER A. Provide general and task lighting for construction activity as required for adequate illumination. Provide 5 foot candles minimum for general illumination. Protect lamps with wire guards or tempered glass enclosures. Provide exterior type fixtures where exposed to weather or moisture. B. Provide general purpose outlets and special outlets for construction activities. Provide circuits of proper sizes and ratings for each use required. Install wiring where least exposed to damage. Provide rigid steel conduit to protect wiring on grade, floors or decks. C. Provide 20 amp, 4-gang receptacle outlets, equipped with ground fault circuit interrupters, re button and pilot light, spaced so that a 100 foot extension cord can reach each area of wo D. Provide warning signs at outlets that are other than 20 amp, 120 volt. 1.5 COORDINATION `O C A. The contractor is cautioned to examine a dra 'ngs r and ci cations t� other trades of work, and he shall make proper proviisi La review a o ork. B. The architectural, structural and ci 'I `s and tions, i i the General Conditions and all supplements issued informat bidder ther pertinent documents issued by the Engineer, ar rt of th a cificatio the accompanying electrical plans, and shall be com h in ev ect. All e above is included herewith, and shall be examined by II idder to co s all not relieve the contractor of responsibility or be a basi or ad�ditional c ation due to omission of architectural, structural or civi a om the el ' I drawi PART 2 - PRODUCTS 01 2.1 PRODUCT R INFENT CJ A. All materia and quip en u d in carrying out these specifications to be American made unless 7ei othe the Engineer and to be new and have UL listing, or listing by oth d t t' aboratory when such listings are available. Specifications and dra s na type, or catalog numbers of materials and equipment to be used as stand sIs s all be based on these standards. Contractor may use materials and equipmento those specified, subject to Engineer approval. B. Furnish eyill ��iv standard products of a manufacturer regularly engaged in the production of said pro ts. C. ♦all products by service organizations with spare parts inventory and personnel located X.Nridbly close to the site. D. here multiple units of the same type or class are required, provide all units of the same manufacturer. GENERAL ELECTRICAL REQUIREMENTS Fayetteville City Hall HVAC Upgrades 26 0500 - 2 07/2024 2.2 PRODUCT HANDLING A. Store products in their original containers and shelter in a suitable environment. B. Make products readily available for inspections and inventory. 2.3 SUBSTITUTIONS A. For products specified by generic reference, select any product meeting such standard. B. For products specified by naming one or more products or manufacturers, select any n Submit request in writing for substitution of any manufacturer not specifically named and ai approval at least 5 days prior to bidding. C. Provide all information required to support claim of equality of prod pposed fo ution. Substitutions will be considered only if equivalent in qual' y, ncy, pe orm ce, size, weight, reliability, appearance and ease of tenance to s � ' rodu D. Where approved substitutions alter the esi spa*AIAL ements, c al requirements, connections, cooling loads, etc. incluid ork neceprovid pleteinstallation of quality equal to or better than that o with pN445uf pecified. 2.4 SLEEVES FOR RACEWAY CABLE � J A. Steel Pipe Sleeves: A 53/A OM, E, Grachedule 40, galvanized steel. B. Cast -Iron Pipe Cast or fa b ed "wequivalent to ductile -iron pressure pipe, with plain ends a in a ral Vz stop, unles ise indicated. tK' 2.5 SLEEVE SEALS A. Description: iltXIaling i signed for field assembly, to fill annular space between sleeve and racew r cabl . 1. lemen M interlocking links shaped to fit surface of cable or conduit. e type ber required for material and size of raceway or cable. 2. r sure late lastic. Include two for each sealing element. 3. nnect olts and Nuts: Stainless steel of length required to secure pressure plates to seal~,- ents. Include one for each sealing element. 2.6 GR TT v A6ta m Ilic, Shrinkage -Resistant Grout: ASTM C 1107, factory -packaged, nonmetallic g to grout, noncorrosive, nonstaining, mixed with water to consistency suitable for plication and a 30-minute working time. GENERAL ELECTRICAL REQUIREMENTS Fayetteville City Hall HVAC Upgrades 26 0500 - 3 07/2024 PART 3 - EXECUTION 3.1 A. B. C. D. E. 3.2 C C F H COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION Comply with NECA 1. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall -mounting items. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom consistent VN6. ` these requirements. Equipment: Install to facilitate service, maintenance, and repair or r lace ent o Bents of both electrical equipment and other nearby installations. Co e in such as to facilitate future disconnecting with minimum interference with Vth s in theni Right of Way: Give to piping systems installe require SLEEVE INSTALLATION FOR EL6�I AL PEONS Electrical penetrations occur penetrate concrete slabs, cqM Concrete Slabs and W openings are used. ,his Fire -Rated Assemblies unless openings co�pp< or wall. K %s," cable trays, or busways floor and wall assemblies. 6Ar penetrr s unless core -drilled holes or formed erection &SID and walls. n res rectangular sleeved opening. trations of fire -rated floor and wall assemblies used are fabricated during construction of floor with both surfaces of walls. rs 2 inches above finished floor level. V.ovide 1/4-inch annular clear space between sleeve and raceway or otherwise. of sleeves with grout for penetrations of concrete and masonry pack grout solidly between sleeve and wall so no voids remain. Tool exposed smooth; protect grout while curing. 75rTenetrations of Non -Fire -Rated Walls and Floors: Seal annular space between sleeve raceway or cable, using joint sealant appropriate for size, depth, and location of joint. J. Fire -Rated -Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway and cable penetrations. Install sleeves and seal raceway and cable penetration sleeves with firestop materials. GENERAL ELECTRICAL REQUIREMENTS Fayetteville City Hall HVAC Upgrades 26 0500 - 4 07/2024 K. Roof -Penetration Sleeves: Seal penetration of individual raceways and cables with flexible boot -type flashing units applied in coordination with roofing work. L. Aboveground, Exterior -Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. M. Underground, Exterior -Wall Penetrations: Install cast-iron pipe sleeves. Size sleeves to allow for 1-inch annular clear space between raceway or cable and sleeve for installing mechanical sleeve seals. 3.3 SLEEVE -SEAL INSTALLATION ` A. Install to seal exterior wall penetrations. B. Use type and number of sealing elements recommended by ma re for r cew or cable material and size. Position raceway or cablescenter of sl sembl nical sleeve seals and install in annular space between r or ca leeve. t bolts against pressure plates that cause sealing eleme is t xpand a m e waterti t a . 3.4 FIRESTOPPING A. Apply firestopping to pe s of fir -r floor all assemblies for electrical installations to restore or ' -resist ting of as Y. O 3.5 MANUFACTU '�ECTIONSG A. Handle, install, nnect to A oper ducts and systems in accordance with manufacturer's recomme ons. In c� onflicting requirements between manufacturer's directions and contract dQ ents tain instructions before proceeding with work. 3.6 INSPECTION ry A. Arrang2 minist*ti thority for inspections of all work and obtain approval prior to con r proc Give adequate notice before concealing any work for inspections by Ow s prese tativ 3.7 CLEANI A. Keep re . es free and clean of dirt, debris, etc. Upon completion of work clean and polish all fK , equipment, etc. 3.8 ( ORKMANSHIP A. No person shall perform electrical work without possessing a Master or Journeyman License from the state electrical examiner's board. All electrical work and apprentices shall be supervised by a Master or Journeyman electrician. GENERAL ELECTRICAL REQUIREMENTS Fayetteville City Hall HVAC Upgrades 26 0500 - 5 07/2024 B. Carefully perform all cutting, drilling, digging, etc. and patch or refinish disturbed area to the condition of adjoining or similar surfaces. Do not cut any structural members. C. Conceal conduit in chases, furrings, or above ceilings unless otherwise noted. Flush mount equipment in finished walls wherever possible. 3.9 FLAME AND SMOKE CONSIDERATIONS A. In enclosures or plenums used for transporting environmental air, use only products conforming to NFPA and UL classifications not exceeding 25 for flame spread and 50 for smoke developed6 ratings, or install in conduit. This requirement applies to all materials. ` B. Completely seal all penetrations through fire and/or smoke rated walls, ceu 'ngs, floors barriers with UL listed material to preserve the rating of the barrier. 3.10 COORDINATION `O A. Coordinate the electrical work with the rk all other t d Piping rui ment requiring p g� p q g slope or specific mounting height wiK fight of w o r conduit � er products whose elevation can be changed. 3.11 EQUIPMENT CONNECTIO 4 A. Make all required elect I onnec ' 0�ch item uipment shown or specified including equipment furnishe �ier, an ma operatio I. 3.12 PROTECTION R UIR A. Locate existing utili lin n ide an rotect during excavation and installation. B. Protect all w ng b n ashes against damage due to dirt, water, chemicals, handling, t eft, et lose 1 o s in conduit and equipment during installation. C. Provide i devic a d all exposed "live" parts or high temperature surfaces. 3.13 PAIN G A. Paint con pment, etc. exposed in finished areas to match adjacent surfaces. Touch up scratch tory finished surfaces with a paint to match. B60ploy sed exterior conduit and equipment shall be painted for a uniform appearance. If through grilles or other openings, paint conduit flat black. Cwood backboards used for mounting equipment. 3.14 TESTING AND ADJUSTING A. Test the completed electrical system and prove free of short circuits, poor connections, and improper grounding. Test all systems to assure safe operation. GENERAL ELECTRICAL REQUIREMENTS Fayetteville City Hall HVAC Upgrades 26 0500 - 6 07/2024 B. Verify proper taps on motors and transformers for rated performance. 3.15 POST CONSTRUCTION SUBMITTALS A. Submit project record documents indicating all changes to contract documents made during construction. B. Submit certificates of final inspection from administrative authority or manufacturer. C. Deliver all special tools and spare parts necessary for proper operation and maintenance aqd as called for in other electrical sections. 6% D. Submit operations and maintenance (O&M) manuals covering all phas p of equi m systems provided. Include complete spare parts data and copy of nufiacturin a ets and shop drawings required in pre -construction submittals. E. Submit extended warranties required in exc of one year. ♦`O F. Assemble all closeout documents for ele rica stem i in binders h�der tabs labeled Y � and properly indexed. Submit the nL n sets as r�ul1� by the t. 3.16 INSTRUCTIONS TO OWNER G, A. Provide competent instr the Ow ersonnel ring operation and maintenance of all electrical system Provlized it rtion by manufacturer's technical representative whe e i v 3.17 USE OF EQUIP NT tK A. The contractor sha not p anerit►electrical system for construction activity except by special permission. ermitted, the ntractor's use of any equipment shall not reduce the warranty time i or an nt. 3.18 GENEM RAN A. War t e ele rica . stallation against defects for a period of one year from the date of substa ial co on in accordance with Architect's specifications. Provide all labor, replacement rvices, transportation and incidental costs necessary for proper operation of electric s during the warranty period. Make good any damage to the building or ground o er equipment resulting from defects in products and/or workmanship during the warra ty iod. END S 260500 GENERAL ELECTRICAL REQUIREMENTS Fayetteville City Hall HVAC Upgrades 26 0500 - 7 07/2024 SECTION 260513 CONDUCTORS AND CABLES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: ` 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. ' 3. Control and signal wiring and connectors. 4. Sleeves and sleeve seals for cables. 1.2 SUBMITTALS G �� A. Product Data: For each type of pro ♦ dicated 1.3 QUALITY ASSURANCE � J A. Electrical Component a es, a CC. ) nes: to and labeled as defined in NFPA 70, Article 100, by a to inncy ep ble to a os having jurisdiction, and marked for intended use. B. Comply with NFP 70. tK PART 2 - PRODUCTS ##C) 2.1 CONDUCT�jS A D C L A. Co e uctors. y with NEMA WC 70. B. Condu or Insu1\ Comply with NEMA WC 70 for Types THW, THHN-THWN, and XHHW. C. Multicondu r�jdble: Comply with NEMA WC 70 for metal -clad cable, Type MC with ground wire. 2.2 ♦ TORS AND SPLICES A(Jescription: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. CONDUCTORS AND CABLES Fayetteville City Hall HVAC Upgrades 26 0513 - 1 07/2024 2.3 SLEEVES FOR CABLES A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. B. Cast -Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. 2.4 SLEEVE SEALS A. Description: Modular sealing device, designed for field assembly, to fill annular space betw sleeve and cable. 1. Sealing Elements: EPDM interlocking links shaped to fits ace of cab Quit. Include type and number required for material and size of rac or cable. 2. Pressure Plates: Plastic. Include two for each sealing gle t. 3. Connecting Bolts and Nuts: Stainles teel of lengt to sessure plates to sealing elements. Include one for a aling el �C�r✓ PART 3 - EXECUTION 3.1 CONDUCTOR MATERIAL TION J A. Feeders and Branch C' ui : Co for No. WG and smaller; stranded for No. 8 p AWG and larger. 3.2 CONDUCTOR IN ULAT NI klIULTI OR CABLE APPLICATIONS AND WIRING METHODS A. Service Entrance: �THHN-IWIy single conductors in raceway or Type XHHW, single conductors in r� � B. Exposed F�rs�Typ TH N-VHWN, single conductors in raceway. C. FegpP�icealed ' gs, Walls, Partitions, and Crawlspaces: Type THHN-THWN, single con to in raV . D. Feeders Co r Mo'in Concrete, below Slabs -on -Grade, and Underground: Type THHN- THWN, si o uctors in raceway. E. Expo ed nch Circuits, Including in Crawlspaces: Type THHN-THWN, single conductors in r F. h Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single �nductors in raceway. G. Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN-THWN, single conductors in raceway. H. Metal -clad, Type MC cable may not be used for homeruns on branch circuits. Type MC cable will be allowed between junction boxes serving light fixtures above a lay -in ceiling. Do not CONDUCTORS AND CABLES Fayetteville City Hall HVAC Upgrades 26 0513 - 2 07/2024 ki 3.3 A. B. C. D. E. F. 3.4 install type MC cable in exterior walls or within walls containing foam insulation. Contact engineer for approval to use type MC cable at all other locations. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless - steel, wire -mesh, strain relief device at terminations to suit application. Class 1 Control Circuits: Type THHN-THWN, in raceway. Class 2 Control Circuits: Type THHN-THWN, in raceway, power -limited cable, concealed in building finishes or power -limited tray cable, in cable tray. INSTALLATION OF CONDUCTORS AND CABLES INS, Conceal cables in finished walls, ceilings, and floors, unless otherwis ndi�ted. Use manufacturer -approved pulling compound or lubricant vYh essary; omp nd used must not deteriorate conductor or insulati Do not ex ufact commended maximum pulling tensions and sidewall pres lues. M�✓✓✓ Use pulling means, including fish tape rope, a Tcet-weav able grips, that will not damage cables or raceway. +", Install exposed cables paralle rpendic surfac x osed structural members, and follow surface contours possible Identify and color -cod o ductor les acc�g to Division 16 Section "Electrical Identification." Tighten electric o n cto and terminal ding to manufacturer's published torque - tightening values. If marypfa rl tor` re not indicated, use those specified in UL 486A and UL 486B. �, installations. All splices shall be approved by the Make approved splices and taps that are compatible ess equivalent or better mechanical strength and uctor at each outlet, with at least 6 inches of slack. N . NION FOR ELECTRICAL PENETRATIONS W6 and Walls: Install sleeves for penetrations unless core -drilled holes or formed used. Install sleeves during erection of slabs and walls. Assemblies: Install sleeves for penetrations of fire -rated floor and wall assemblies nings compatible with firestop system used are fabricated during construction of floor C. Cut sleeves to length for mounting flush with both wall surfaces. D. Extend sleeves installed in floors 2 inches above finished floor level. CONDUCTORS AND CABLES Fayetteville City Hall HVAC Upgrades 26 0513 - 3 07/2024 E. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies. F. Fire -Rated -Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at cable penetrations. G. Roof -Penetration Sleeves: Seal penetration of individual cables with flexible boot -type flashing units applied in coordination with roofing work. H. Aboveground Exterior -Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Size sleeves to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. X.6 I. Underground Exterior -Wall Penetrations: Install cast-iron "wall pipes" for s4eves. Size to allow for 1-inch annular clear space between cable and sleeve forTnstallin ical sleeve seals. 3.5 FIRESTOPPING A. Apply firestopping to electrical penatr6%, of fire-rr and semblies to restore original fire -resistance rating of ass END OF SECTION 260513 O J ,Q O O G D� D� D�' G .6 G CONDUCTORS AND CABLES Fayetteville City Hall HVAC Upgrades 26 0513 - 4 07/2024 SECTION 260526 GROUNDING AND BONDING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes methods and materials for grounding systems and equipment. ` 1.2 SUBMITTALS , A. Product Data: For each type of product indicated. B. Certified test report of grounding electrode re ace. `O 1.3 QUALITY ASSURANCE ` w� A. Electrical Components, Devic Acces Listed a led as defined in NFPA 70, Article 100, by a testing a cceptab t uthoritieg jurisdiction, and marked for intended use. O B. Comply with UL 467 rnding Cd b nding ma i�1�and equipment. PART 2 -PRODUCTS DC 2.1 CONDUCTORS A. Insulated (�Lound Cond t opper wire or cable insulated for 600 V unless otherwise required by applicable d or uthorities having jurisdiction. Identify with continuous green insul$Ali orWeen tape t e termination. B. Bareer Co uct 1. S*e0oZdnuctors: ors: ASTM B 3. 2. Sductors: ASTM B 8. 3. ASTM B 33. 2.2 ♦ TORS AC).sted and labeled by a nationally recognized testing laboratory acceptable to authorities having jurisdiction for applications in which used, and for specific types, sizes, and combinations of conductors and other items connected. B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, bolted pressure -type, with at least two bolts. GROUNDING AND BONDING Fayetteville City Hall HVAC Upgrades 26 0526 - 1 07/2024 Pipe Connectors: Clamp type, sized for pipe. C. Welded Connectors: Exothermic -welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. 2.3 GROUNDING ELECTRODES A. Ground Rods: Copper -clad steel; 5/8" by 10 feet. PART 3 -EXECUTION ` 3.1 APPLICATIONS , A. Conductors: Install solid conductor for No.8 AWG and smaller, nded c duc rs for No. 6 AWG and larger, unless otherwise indicat ` B. Underground Grounding Conductors: I tall are copductor, AWG minimum. Bury at least 24 inches below grade.* �� C. Isolated Grounding Conductors: re`colore tion wit t uous yellow stripe. On feeders with isolated ground, ' e ' y ground' ductor visible to normal inspection, with alternating bands of g nd yello to with at t hree bands of green and two bands of yellow. O O D. Conductor Terminat n Conn tion 1. Pipe and ip nt und1ng Con d minations: Bolted connectors. 2. Undergrou Con ct Elde rs, except at test wells and as otherwise indicated. 3. Connections o Gr Rod TesiM/Vells: Bolted connectors. 4. Connections ructural eel: elded connectors. n � 3.2 EQUIPME GRC�lUND G r A. Ins ed eq grounding conductors in all raceway systems, in addition to those req d NFP 70: B. Air -Duct Equi ircuits: Install insulated equipment grounding conductor to duct -mounted electrical operating at 120 V and more, including air cleaners, heaters, dampers, humidi other duct electrical equipment. Bond conductor to each unit and to air duct and c Ned metallic piping. C. ♦ e eater, Heat -Tracing, and Antifrost Heating Cables: Install a separate insulated m nt grounding conductor to each electric water heater and heat -tracing cable. Bond nductor to heater units, piping, connected equipment, and components. D. Isolated Grounding Receptacle Circuits: Install an insulated equipment grounding conductor connected to the receptacle grounding terminal. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service, unless otherwise indicated. GROUNDING AND BONDING Fayetteville City Hall HVAC Upgrades 26 0526 - 2 07/2024 E. Signal and Communication Equipment: For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location. 1. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 1/4-by-2-by-12-inch grounding bus. 2. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. F. Metal Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode and a separate insulated equipment grounding conductor in addition to grounding conductor installed with branch circuit conductors. so` 3.3 INSTALLATION A. Grounding Conductors: Route along shortest and straightes p�ssible, unles therwise indicated or required by Code. Avoid obstr g access or i g condu or ere they may be subjected to strain, impact, or damage.✓ B. Ground Rods: Drive rods until top4 inches b o ished fl final grade, unless otherwise indicated. 1. Interconnect ground ro ground I"ectrode u for below grade and as otherwise indicated. h onnectio ifT6ut exp eel or damaging coating. V C. BondingStraps and J Ins&ngt o tions a ibTe for inspection and maintenance, p rN p except where route shortJ of cond 1. Bonding t r re: and straps dir asic structure, taking care not to penetrate any adjace parts *1 2. Bonding to Equip n ounted r tion Isolation Hangers and Supports: Install so vibration is n t tramr� ed t idly ounted equipment. 3. Use exothe Gelded c nne ors for outdoor locations, but if a disconnect -type connecti ired, e d clamp. D. Grounding d B ding for 'pi 1. s sula d er grounding conductors, in conduit, from building's main service q 'pmen or unding bus, to main metal water service entrances to building. Connect undi du ors to main metal water service pipes, using a bolted clamp connector or by Ili lug -type connector to a pipe flange, using one of the lug bolts of the fla metal grounding conductor conduit or sleeve to conductor at each end. 2. aboveground portion of gas piping system downstream from equipment sh ff valve. END S 260526 GROUNDING AND BONDING Fayetteville City Hall HVAC Upgrades 26 0526 - 3 07/2024 SECTION 260533 RACEWAYS AND BOXES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiri g ` 1.2 SUBMITTALS , A. Product Data: For surface raceways, wireways and fiVn r box hi ed-cover enclosures, and cabinets. 0 I;?**` 1.3 QUALITY ASSURANCE ♦It Z A. Electrical Components, Devicesccessor' ed and a as defined in NFPA 70, Article 100, by a testing age�ceptable orities jurisdiction, and marked for intended use. PRODUCTS PART2 _ O O G 2.1 METAL CONDUI AND B�ji A. Rigid Steel Conduit'NAN,# C 0.1. B. EMT: ANSI C G C. FMC: ZinTtesteel ';Z4� D. LF 'ble ste n it with PVC jacket. E. Fittings or Con ncluding all Types and Flexible and Liquidtight), EMT, and Cable: NEMA FB 1; liste f and size raceway with which used, and for application and environment in which insta d 1. Co it Fittings for Hazardous (Classified) Locations: Comply with UL 886. ittings for EMT: Steel or die-cast, set -screw or compression type. 2.2 NONMETALLIC CONDUIT AND TUBING A. ENT: NEMA TC 13. B. RNC: NEMA TC 2, Type EPC-40-PVC unless otherwise indicated. C. Fittings for ENT and RNC: NEMA TC 3; match to conduit or tubing type and material. RACEWAYS AND BOXES Fayetteville City Hall HVAC Upgrades 26 0533 - 1 07/2024 2.3 METAL WIREWAYS A. Description: Sheet metal sized and shaped as indicated, NEMA 250, Type 1, 12 or 3R, unless otherwise indicated. B. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold- down straps, end caps, and other fittings to match and mate with wireways as required for complete system. C. Wireway Covers: Screw -cover type. D. Finish: Manufacturer's standard enamel finish. 6 2.4 NONMETALLIC WIREWAYS A. Description: PVC plastic, extruded and fabricated to size and indicat wi snap -on cover and mechanically coupled connection,,'th plastic fas B. Fittings and Accessories: Include coupI' gs, ffsets, el s, xpansio o1adapters, hold- down straps, end caps, and other iitt' match n ate with ys as required for complete system. P` com 2.5 SURFACE RACEWAYS A. Surface Metal Racew : Galva ' d I with s n covers. Manufacturer's standard enamel finish in c r .ted b Ar itect or oating, ready for field painting (see drawings). B. Surface Nonmet is Rae Two-p' n ruction, manufactured of rigid PVC with texture and color selecte rchitecti a ufacturer's standard colors. 2.6 BOXES, ENC , AN S A. Sheet Met utle and evi xes: NEMA OS 1. B. Ca utlet a e Boxes: NEMA FB 1 or Type FD, with gasketed cover. C. Nonm Ilic Oud Device Boxes: NEMA OS 2. D. Metal Floove` Cast metal, fully adjustable, rectangular. E. Non rrletar% Floor Boxes: Nonadjustable, round. F. ♦Gast -Metal ! lor eet Metal Pull and Junction Boxes: NEMA OS 1. Access, Pull, and Junction Boxes: NEMA FB 1, with gasketed cover. H. Hinged -Cover Enclosures: NEMA 250, Type 1, with continuous -hinge cover with flush latch, unless otherwise indicated. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Plastic. RACEWAYS AND BOXES Fayetteville City Hall HVAC Upgrades 26 0533 - 2 07/2024 Cabinets: 1. NEMA 250, Type 1, galvanized -steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. PART 3 - EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below, unless othe 5s, ndicate . 1. Exposed Conduit: Rigid steel conduit ♦`O 2. Concealed Conduit, Aboveground: Ri I co k 3. Underground Conduit: RNC, Type EP 0-PVC, i ct uried. 4. Connection to Vibrating Equip cluding 4Tr rmers draulic, Pneumatic, Electric Solenoid, or Motor- D uipm L 5. Boxes and Enclosures, Abond: N Type B. Comply with the following inert pp``licatio s othe i i dicated: V 1. Exposed, Not Su ec to Phy I age. E 2. Exposed and to Sev a PysicaI Da igid steel conduit. 3. Conceal g s and Int i alls a titions: EMT. 4. Connectio o i ratirM Equipment (I Transformers and Hydraulic, Pneumatic, Electric So noid, r V `-L iven E ): FMC, except use LFMC in damp or wet locations. VVV ��- 5. Damp or Wet Loc Ri ' tee nduit. 6. Raceways focal Fiber r C munications Cable: EMT. 7. Boxes ures• N 50, Type 1, except use NEMA 250, Type 4, stainless steel in p r wet c i C. Minimum cc ay Siz h trade size. D. Ra y iitVing : C atible with raceways and suitable for use and location. 1. Ri s id a mediate Steel Conduit: Use threaded rigid steel conduit fittings, unless 9 9 9� othAlpN icated. 3.2 IN T LATION A. r eways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. s all horizontal raceway runs above water and steam piping. B. Complete raceway installation before starting conductor installation. C. Arrange stub -ups so curved portions of bends are not visible above the finished slab. RACEWAYS AND BOXES Fayetteville City Hall HVAC Upgrades 26 0533 - 3 07/2024 D. Install no more than the equivalent of three 90-degree bends in any conduit run except for communications conduits, for which fewer bends are allowed. E. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated. F. Raceways Embedded in Slabs: 1. Run conduit larger than 1-inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 6% G. Raceway Terminations at Locations Subject to Moisture or Vibration: Us'.4insulating to protect conductors, including conductors smaller than No. 4 AWG. H. Install pull wires in empty raceways. Use polypropylene or m ent plastic li with not less than 200-lb tensile strength. Leave at I t 12 inches of — each Kn pull wire. I. Raceways for Optical Fiber and Commu 'cati s Cable: I tt I as follo� 1. 3/4-Inch Trade Size and Sm I tall ra y ' maxim the of 50 feet. 2. 1-Inch Trade Size and Lar all race maxim the of 75 feet. 3. Install with a maximum -degre s or eq or each length of raceway unless Drawings sho er requir Separ the with pull or junction boxes or terminations at ion fra rcabinets re necessary to comply with these requirements. O J. Install raceway 9 pp i tin s at su a ro d accessible locations and fill them with listed sealing co F concealed rac stall each fitting in a flush steel box with a blank cover plate aving fi i sllmilar to t jacent plates or surfaces. Install raceway sealing fittings at the folio points: 1. Where condVss from war to cold locations, such as boundaries of refrigerated spaces. 2. Where o e req it FPA 70. K. Flexible►C ' Conn Use maximum of 72 inches of flexible conduit for recessed and se eighti f' es, equipment subject to vibration, noise transmission, or movement; an r sfor ers motors. 1. Use LF am or wet locations subject to severe physical damage. p 1 pY g L. Reces d in Masonry Walls: Saw -cut opening for box in center of cell of masonry block, and insta ox flush with surface of wall. M. ♦ I floor boxes level and flush with finished floor surface. N nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface. 3.3 INSTALLATION OF UNDERGROUND CONDUIT A. Direct -Buried Conduit: RACEWAYS AND BOXES Fayetteville City Hall HVAC Upgrades 26 0533 - 4 07/2024 1. Excavate trench bottom to provide firm and uniform support for conduit. 2. After installing conduit, backfill and compact. Start at tie-in point, and work toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches of finished grade, make final conduit connection at end of run. 3. Install manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches of concrete. b. For stub -ups at equipment mounted on outdoor concrete bases, extend steA� conduit horizontally a minimum of 60 inches from edge of equipment p foundation. Install insulated grounding bushings on terminatioVs at equipm 4. Warning Planks: Bury warning planks approximately 12 , C s abov uried conduits, placing them 24 inches o.c. Align planks a'La width an long the centerline of conduit. �J' ` 3.4 FIRESTOPPING A. Apply firestopping to electrical pe a ions of d floor II assemblies to restore original fire -resistance rating of Iy. END OF SECTION 260533 O O G D� D� D�' G .b. G RACEWAYS AND BOXES Fayetteville City Hall HVAC Upgrades 26 0533 - 5 07/2024 SECTION 262416 PANELBOARDS PART 1 - GENERAL 1.1 SUMMARY - A. This Section includes distribution panelboards and lighting and appliance branch it t**6* panelboards. 1.2 SUBMITTALS A. Product Data: For each type of panel bo overcurrent a de ' essory, and component indicated. Include dimensions manuf techni on features, performance, electrical characteristics, ra ings, nd finis B. Shop Drawings: For each panelbo relate sip nt, incl following. a. Enclosure types d ail4ano Iher than 50, Type 1. b. Bus configurat' rent, e ratingc. Short-circui ratingIboards avercurrent protective devices. d. UL listin s ies ra ed de ce e. Featur cteriss, rttings, an� ry settings of individual overcurrent pr�Mvices and �Rfiary co��rits. tK 1.3 QUALITY ASSURANCE A. Electrical Compone - evices,Qndcessories: Listed and labeled as defined in NFPA 70, Article 100, by a e n ageable to authorities having jurisdiction, and marked for intended u e. B. Compl i MA P PART 2 -PROD TS 2.1 MANU ERS A. cturers: Subject to compliance with requirements, provide products by one of the ♦ wi Panelboards, Overcurrent Protective Devices, Controllers, Contactors, and Accessories: a. Eaton Corporation; Cutler -Hammer Products. b. Square D. PANELBOARDS Fayetteville City Hall HVAC Upgrades 26 2416 - 1 07/2024 2.2 MANUFACTURED UNITS A. Enclosures: Flush- and surface -mounted cabinets. NEMA PB 1, Type 1. Rated for environmental conditions at installed location. a. Outdoor Locations: NEMA 250, Type 3R. b. Other Wet or Damp Indoor Locations: NEMA 250, Type 4. C. Hazardous Areas Indicated on Drawings: NEMA 250, Type 7C. 2. Front: Secured to box with concealed trim clamps. For surface -mounted fronts, math box dimensions; for flush -mounted fronts, overlap box. 6. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within h� trim cover. B. Phase and Ground Buses: Hard -drawn copper, 98 percent conduct i�it�* C. Conductor Connectors: Suitable for use wit nductor mat ♦ O 1. Ground Lugs and Bus Confi ured erm ators: C r sion t 9 9 � Ype� D. Service Equipment Label: UL labe use a i quipm 'Ianelboards with main service disconnect switches. E. Future Devices: Mounting ts, bus ons, an c ssary appurtenances required for future installation of d ' O O F. Panelboard Short-C' ting: 1. UL label i a n se ' s-connected r h integral or remote upstream overcurrent protective vices In I Nze an a pstream device allowable, branch devices allowable, and UL -connect o -circuit rating. 2. Fully rated to inter ym ical rt-circuit current available at terminals. 2.3 DISTRIBUTIO LBO R A. Doors: ♦ tu d with pe latch with tumbler lock; keyed alike. Omit for fused -switch pan. B. Main rcurrdl►tRrotective Devices: Circuit breaker. C. Branch O c�l'r (`Protective Devices: 1. Fo ircuit-Breaker Frame Sizes 125 A and Smaller: Bolt -on circuit breakers. or Circuit -Breaker Frame Sizes Larger Than 125 A: Bolt -on circuit breakers; plug-in ♦ cuit breakers where individual positive -locking device requires mechanical release for ` moval. G 2.4 LIGHTING AND APPLIANCE BRANCH -CIRCUIT PANELBOARDS A. Branch Overcurrent Protective Devices: Bolt -on circuit breakers, replaceable without disturbing adjacent units. PANELBOARDS Fayetteville City Hall HVAC Upgrades 26 2416 - 2 07/2024 2.5 we B. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. OVERCURRENT PROTECTIVE DEVICES A. Molded -Case Circuit Breaker: UL 489, with interrupting capacity to meet available fault currents. 1 2. 3. Thermal -Magnetic Circuit Breakers: Inverse time -current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit -breaker frame sizes 250 A and larger. GFCI Circuit Breakers: Single- and two -pole configurations with 5-mA trip sensitivit . Molded -Case Circuit -Breaker Features and Accessories: Standard frame size tri ratings, and number of poles. Z a. Lugs: Mechanical style, suitable for number, size, ip tings, a uctor materials. b. Application Listing: Appropte for appli ♦' ype or switching fluorescent lighting loads; ACating, o tinning, and refrigerating equipment. C. Shunt Trip: 120-V trip goiized frorr�s� to circto trip at 55 percent of rated voltage. ,� �*t ^� B. Fused Switch: NEMA KS 1, T CONTROLLERS 4 Py1 A. Motor Controll mounting. B. Contactors: N C Controller Disconn to and interlock9% 1 PART 3 - EXECNYfION 3.1 INSTA XW A. I s I anelboards and accessories according to NEMA PB 1.1. B I p of trim 74 inches above finished floor, unless otherwise indicated. C. ount plumb and rigid without distortion of box. Mount recessed panelboards with fronts uniformly flush with wall finish. fuses; lockable handle. controller equipped for panelboard controller equipped for panelboard mounting. instantaneous -trip circuit breaker mounted adjacent with disconnect switches to de -energize external control- D. Install overcurrent protective devices and controllers. E. Install filler plates in unused spaces. PANELBOARDS Fayetteville City Hall HVAC Upgrades 26 2416 - 3 07/2024 F. Stub four 1-inch empty conduits from panelboard into accessible ceiling space or space designated to be ceiling space in the future. Stub four 1-inch empty conduits into raised floor space or below slab not on grade. G. Identify field -installed conductors, interconnecting wiring, and components. H. Panelboard Nameplates: Label each panelboard with engraved metal or laminated -plastic nameplate mounted with corrosion -resistant screws. PANELBOARDS Fayetteville City Hall HVAC Upgrades 26 2416 - 4 07/2024 SECTION 262726 WIRING DEVICES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: ` 1. Receptacles, receptacles with integral GFCI, and associated device ates. 2. Wall -box motion sensors. 3. Snap switches and wall -box dimmers. 4. Solid-state fan speed controls. 5. Wall -switch and exterior occupancy s rs. 6. Communications outlets. 1.2 SUBMITTALS A. Product Data: For each type r Oct indic B. Operation and Maintena a: For �Atrq devices t Jude in all manufacturers' packing P � p 9 label warnings and inst ti manuals that include la conditions. 1.3 QUALITY ASSU A. Electrical Components, es, and A� ries: Listed and labeled as defined in NFPA 70, Article 100, by a t tin gency tab to authorities having jurisdiction, and marked for intended use. G PART 2 -PRODUCT 2.1 ST BLA R EPTACLES A. Convenience acles, 125 V, 20 A: 5-20R, an 8. Receptacles shall 5352 fo p or equal. Comply with NEMA WD 1, NEMA WD 6 configuration be similar to Hubbell Specification Grade Series HBL 2.2 ♦ 1 CEPTACLES X eneral Description: Straight blade, feed -through type. Comply with NEMA WD 1, NEMA WD 6, UL 498, and UL 943, Class A, and include test and reset push buttons and indicator light that is lighted when device is tripped. Furnish device equal to Hubbell GF 5362. B. Duplex GFCI Convenience Receptacles, 125 V, 20 A. WIRING DEVICES Fayetteville City Hall HVAC Upgrades 26 2726 - 1 07/2024 2.3 ISOLATED GROUND RECEPTACLE A. Where isolated ground receptacles are indicated, use NEMA 5-20R with ground terminal isolated from mounting plate. Identify isolated ground receptacles with an orange triangle on the face and UL labeled as such. Hubbell Series IG 5362 or equal. 2.4 SAFETY TYPE RECEPTACLES A. NEMA 5-15R with back wired terminals and a mechanical interlock device to prevent insertion of objects into only one terminal. Arrow Hart TR82 or equal. *6 2.5 SNAP SWITCHES A. Comply with NEMA WD 1 and UL 20. B. Switches, 120/277 V, 20 A: ♦`O C. Key -Operated Switches, 120/277 V, 20 G 1. Description: Single pole, wit -suppe ' lieu of i6i an le. D. Single -Pole, Double -Throw, M ary Cont enter -Off es, 120/277 V, 20 A; for use with mechanically held light' 'tactors. � J E. Key -Operated, Single of Do - , Mom n Contact, Center -Off Switches, 120/277V, 20A; for e mech ica held lig n e ntactors, with factory -supplied key in lieu of switch h 2.6 WALL -BOX DIMMERS A. Dimmer Switches: ular, full- ve, olid-state units with integral, quiet on -off switches, with audible freque MI/R sion filters. B. Control: C inu sly 'u b slider; with single -pole or three-way switching. Comply with UL 147Z` 2.7 FAN S ED COLS A. Modular, - ull-wave, solid-state units with integral, quiet on -off switches and audible freque n MI/RFI filters. Comply with UL 1917. ontinuously adjustable. ♦ ree-speed adjustable. 2.8 CCUPANCY SENSORS A. Wall -Switch Sensors: 1. Description: Passive -infrared type, 120/277 V, adjustable time delay up to 30 minutes, 180-degree field of view, with a minimum coverage area of 900 sq. ft. WIRING DEVICES Fayetteville City Hall HVAC Upgrades 26 2726 - 2 07/2024 B. Long -Range Wall -Switch Sensors: Description: Passive -infrared type, 120/277 V, adjustable time delay up to 30 minutes, 110-degree field of view, with a minimum coverage area of 1200 sq. ft. C. Wide -Range Wall -Switch Sensors: 1. Description: Passive -infrared type, 120/277 V, adjustable time delay up to 30 minutes, 150-degree field of view, with a minimum coverage area of 1200 sq. ft. D. Exterior Occupancy Sensors: 1. Description: Passive -infrared type, 120/277 V, weatherproof, adjustable time delay t` 15 minutes, 180-degree field of view, and 110-foot detection ran . Minimu rating: 1000-W incandescent, 500-VA fluorescent. 2.9 COMMUNICATIONS OUTLETS `O A. Telephone Outlet: 1. Description: Single RJ-45 r ter in 00-oh aced, four -pair UTP; TIA/EIA-568-B.1 comp lyin ithtegory mply wi 63. B. TV Outlet: � J 1. Description: Sin pe F c iale conne� 2.10 WALL PLATES A. Single and combination ty o match c�r nding wiring devices. 1. Plate-Securir�6�rews: M�kal w head color to match plate finish. 2. Material or Finished Spaces�.�teel with white baked enamel suitable for field painting. SmoZh,'high-impact ther �Fastic. Satin -finished stainless steel. 3. Mat I for Unfinished Sces: Smooth, high -impact thermoplastic. 4. N t ial for Damp Locations: Thermoplastic with spring -loaded lift cover, and listed and for usst locations." B. Wet-L ation, $ erproof Cover Plates: NEMA 250, complying with type 3R weather - resistant therm c with lockable cover. 2.11 FLO R VICE FITTINGS A. ♦ : odular, flush -type, dual -service units suitable for wiring method used. B. ompartments: Barrier separates power from voice and data communication cabling. C. Power Receptacle: NEMA WD 6 configuration 5-20R, gray finish, unless otherwise indicated. D. Voice and Data Communication Outlet: Blank cover with bushed cable opening or two modular, keyed, color -coded, RJ-45 Category 5e jacks for UTP cable if specified on drawings. WIRING DEVICES Fayetteville City Hall HVAC Upgrades 26 2726 - 3 07/2024 2.12 FINISHES A. Color: The color of all receptacles and face plates shall be as directed by the Architect. Emergency devices shall have RED faceplates, while TVSS Devices are BLUE. PART 3 - EXECUTION 3.1 INSTALLATION A. Q Comply with NECA 1, including the mounting heights listed in that standard, noted. f nnrHinnfinn With Othor Trnrloc- 1. Take steps to insure that devices and their boxes are pro c Do n materials over device boxes and do cut holes fo ith roi,�t� by riding against outside of the boxes. nXV V��r" �i 2. Keep outlet boxes free of plaster, ywa joint co un ,mortar, paint, and other material tha* ntamina� raceway unless oth ' o Mac all finish 6ftt are guided t, concrete, dust, conductors, and cables. 3. Install device boxes in brick r ck wall t t the c to does not cross a joint unless the joint is trowel with the o the w 4. Install wiring devices � I wall pr includ' nting, is complete. C. Conductors: O O 1. Do not st ion from c ctors u before they are spliced or terminated on devices. 2. Strip insula n ev ly n21 the co c r sing tools designed for the purpose. Avoid scoringor nickin d wire or trands from stranded wire. g 3. The length o free ucto at o is for devices shall meet provisions of NFPA 70, Article 300, pigtails. D. Device Installa o 1. Fc II dev' t have been in temporary use during construction or that show at th w nstalled before building finishing operations were complete. 2. e p eac win device in its package or otherwise protected until it is time to connect duct 3. Do not surface protection, such as plastic film and smudge covers, until the last po ent. 4. evices to branch circuits using pigtails that are not less than 6 inches in length. 5. there is a choice, use side wiring with binding -head screw terminals. Wrap solid on uctor tightly clockwise, 2/3 to 3/4 of the way around terminal screw. ♦ se a torque screwdriver when a torque is recommended or required by the ` anufacturer. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device mounting screws in yokes, allowing metal -to -metal contact. E. Receptacle Orientation: WIRING DEVICES Fayetteville City Hall HVAC Upgrades 26 2726 - 4 07/2024 1. Install ground pin of vertically mounted receptacles up. F. Device Plates: Do not use oversized or extra -deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. G. Dimmers: 1. Install dimmers within terms of their listing. 2. Verify that dimmers used for fan speed control are listed for that application. 3. Install unshared neutral conductors on line and load side of dimmers according to� manufacturers' device listing conditions in the written instructions. H. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension v` and with grounding terminal of receptacles on top. Group adjacent sutches unde multigang wall plates. 3.2 FIELD QUALITY CONTROL `O A. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable ra ♦ 05 to 1 2. Percent Voltage Drop under 5- oad: f 6 per,4 or igher is not acceptable. 3. Ground Impedance. Va p to 2 o re accep T� 4. GFCI Trip: Test for tr values s c in UL 14 , d UL 943. 5. Verify that the devi its outle re secured rkunted. 6. The tests shall gnost, n c ing dam�lged onductors, high resistance at the circuit breake conne ion inadequate f6lt current path, defective devices, or similar p le Correct ci conditio"s 1�emove malfunctioning units and replace with new, test a pecified abov END OF SECTION 262726 tK' ttx' CG ♦6 G WIRING DEVICES Fayetteville City Hall HVAC Upgrades 26 2726 - 5 07/2024 Bid 24-44, Addendum 1 CITY OF _ FAYETTEVILLE Date: Monday, October 21, 2024 V4W A R KA N SAS To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@favetteville-ar.gov RE: Bid 24-44, Construction — City Hall HVAC Improvements Rebid This addendum is hereby made apart of the contract documents to the same extent as though it were on Ily included therein. Interested parties should indicate their receipt of same in the appropriate blank of a. d. BIDDERS SHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCATION ON THE B/D FdiliGlN (4). 1. A non -mandatory Pre -Bid meeting was held on Wednesday, October 16Rdenclue at 3:0 Room #111 of Fayetteville City Hall. The sign -in sheet of attendees is attached�to`©or isclosure to all interested parties. a. Attendees: G �� i. City of Fayetteville: �`� J► 1. Amanda Beilfuss, Ssing/► 2. Kenny Fitch, Pur Agent 3. Wade Abern onstruc ' n irrector 4. Quin Tho Facil, "e tiger 5. Shane Engi eer'leme 6. R ne, Engine i g Elem ll. Vendors: 1. Allied 2. JCI �� G 3. I Itoh Inc. �61vlil one Co : ctlon ecisio res 2. Clarifications — \�h\ a. It is the inte .oft the City to award this bid to one (1) contractor to complete the entire scope of work. b. On tract has been awarded, the Contractor will work with the Fayetteville Police • t/Dispatch to obtain the required Criminal Justice Information Services (CJIS) 0eiiication. c. Regarding section 13.2 of Section 01— Instructions to Bidders, the majority of this scope of work will need to be performed OUTSIDE of regular working hours. Regular working hours for City Hall are Monday -Friday, 8:00 AM — 5:00 PM. Work shall be performed outside of this timeframe. City of Fayetteville, AR Bid 2 4- 4 4, Addendum 1 Page 111 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 CITY OF FAYETTEVILLE AF2KANSAS BID RFP/RFQ#: ai-`i Name 0 5 [7 9 10 �ub77N �U/WS�Cr6/�_ 11 12 13 14 15 16 17 18 19 20 " All Bid Openings are also st City of Fayetteville, Arkansas Attendance Shee` Description: &GkfiUC7�:to`!1— 6414 k11 RYAC- 1MQr0je-M nfS ' 6 a Function (circle one) : Bid Opening, Selection Committee Meeting CEDInterview Date:_ / I LP / AQ4 Time: Company OZF 6_0r Gam^ on the City of Fayetteville's YouTube Channel. xyk L/T% 22( ZZ�l6 �7a -azs- S3S6 zq�g • :5qr S3�4 taff e-mail includes "@fayetteville-ar.gov" Email i !Fuss � c � 1YQw.,l.,1 o/J f4 . �►.. -A AVP CC : 1 Bid 24-44, Addendum 2 ;" Date: Monday, October 28, 2024 IV To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@favetteville-ar.gov RE: Bid 24-44, Construction — City Hall HVAC Improvements Rebid CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were o included therein. Interested parties should indicate their receipt of same in the appropriate blank of BIDDERS SHALL ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FOAM Clarifications — Lei The allowance for the BAS system should 9,000.0 This hi C 'Line Items' section of the project page th bidding t �+ The BAS controls system Contract e sele t a later the City. O J ,Q O O G N N D�' V>Z City of Fayetteville, AR Bid 24-44, Addendum 2 ly corrected on the Page 111 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 CITY OF _ FAYETTEVILLE ARKANSAS Bid 24-44 Addendum 2 Milestone Construction Company, LLC N Milestone Construction Comp�gy, LW Event Information Number: Title: Type: Issue Date Deadline: Notes: Email SuppliePBVespo� Bid 24-44 A um 2 Constructi Hall Im rov nts R 1 Y p'61 1 nvltatl d O 10 / G 10 0 00 PM (CT) The ity o T it? of F e i is a g sealed bids from properly li ed firms yettevi e all's HVAC impro rqA ts. Th rgjec includ is not limited to, the rem nt of_th x' ing el fined modular air handlers, boiler, `ctr equip Ar�X nformation ems (i and outdoor units), vav boxes, and e pment along with existing associated I� he existing building site with new �garding this bid should be addressed to urchasing Agent at abeilfuss(a)fayetteville- Amanda Beilfuss - Sr. Purchasing Agent Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 abeilfuss@fayetteville-ar.gov Page 1 of 3 pages Vendor: Milestone Construction Company, Bid 24-44 Addendum 2 LLC Milestone Construction Company, LLC Information Contact: Erin Metcalf Address: 2002 S. 48th Street Suite A Springdale, AR 72762 Phone: (479) 751-3560 x202 Fax: (479) 751-4841 Email: emetcalf@mstonecc.com Web Address: mstonecc.com By submitting your response, you certify that you are authorized to represent and bind your company. ♦ & Erin Metcalf Signature Submitted at 1013012024 01:44:32 PM (CT) Requested Attachments e metca If@ mstonecc.co rri Email `O Signature Forms for Bid 24-44 ♦ �V \ityy Hall HVAC Paperwork.pdf Please attach our completed forms. These do s can `riLi in FIL l�Project Manual in the Attachments Y P J tab. Bid Bond for Bid 24-44 'd Bond- City Hall.pdf �GJ ♦ Please attach a signed and complet of your i nd. Bid in th o cashier's check shall be delivered to City Hall, Purchasing i befo i dline ve a c cashier's check uploaded with submittal. 6 Bid Attributes '+ d tt butes � � _ � (7t 1 Arkansas Secretary of Stat4 ili um 80044464 0% 2 I Arkansas ContractoNcer1ge N 01560 00425 w • 3 Check Yes or NoV �` \� Pursuant Arkansas C d� tated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and ill cott Israel during any time in which they are entering into, or while in contract, with any public enti s fined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contra or st notify the contracted public entity in writing. i ❑ No, I f 't�4e Page 2 of 3 pages Vendor: Milestone Construction Company, Bid 24-44 Addendum 2 LLC 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. 0 Yes, I agree ❑ No, I don't agree 5 Addendum Acknowledgement: By selecting "I agree", you acknowledge that you have read and understand any addendums tha n issued for this bid. 2 1 agree &V 3 Total Base Bid - DO NOT INCRICI G F MOBI NOR AND INSURANCE IN THIS LINE ITEM Quantity: 1 UOM: Lum um ,961.08 Total: $1,520,961.08 LeJV!nclude Item Notes: This bid is being bid as 1 lump s / line the total construction price for the entire scope of wo for is bid. ' der all incl �allowance of $239, 000.00 for furnishing and installation of the 8 VAC co rots 4 Deductive Alternate #1 -VRVSvste Deductive amount pri t for this irsll total price for the removal of all work associated with the VRF system. ` (Line excluded fro ►total) ` Quantity: 1 LunV um Price: $115,062.01 1 Total: $115,062.01 5 Deductive Alternate ! Fan Powered H dronic VAV boxes Deductive amount X in for this line item shall be the total price for the removal of all work associated with the new fan powere by nic vav boxes in place with no demolition work occurring. (Line excluded fr, onse total) Quantity;ow Lump Sum Price: $154,233.00 Total: $154,233.00 Response Total: $1,583,718.71 Page 3 of 3 pages Vendor: Milestone Construction Company, Bid 24-44 Addendum 2 LLC --@:AIA Document A310TM -2010 CONTRACTOR: SURETY: (Arame, legal statues and address) ("name, legal statics and pi7ncipal place Milestone Construction Company- LLC of business) p� ADDITIONS AND � S: 2002 S. 48th Street. Suite A Travelers Casualty and Surety Company of America The author oftent has Springdale. AR 72762 One Tower Square added inform a ed for its Hartford. CT 0618 ' OWNER cornple' t or may also Al vi d ext of the original (Name, legal status arui address) AIAXtibneport arm. An Additions and City ofFayetteville. Arkansas O 113 W. Mountain ♦ llhatnotesadded ation as well as revisions tolhe Fayetteville. AR 72701 ` N*4'' and form text is available from BOND AMOUNT: $ Five Percent of Bid Amount ---- (73'o) author and should be reviewed. A 1vertical line in the left margin of this PROJECT: document indicates where the author (Name, location oraddress, and Project in an-v) has added necessary information City Hall HVAC Improvements and where the aulh or h as added to or ♦ �deleted from the original AIA text. T d t h art t l _ � The Contractor and Surety a to theme payment of which the Co c d Suret indtems administrators. succe conditions of this Bain the e s c the time specified the id do the Owner and Contractor, and within Jtoby Owner in accordance wit the to f suc d, an3Ni"ves such txmds as may be specified in the bidding ict Docu ents, vith a surety e to the jurisdiction of the Project and of i. eptabl to er, f t 1 performance of such Contract and for the rUZyme t and matert hed in the prosecution thereof,or (22) p to ter th di rence, not t exce the amount of this Bond, between theom citied id and su amount for which the Oxwier may in good f twith ano pa , to erg e ark covered by said bid, then this obliga null w id, erwi to r in full force and effect. The Surety hereby w any n t of a greem ant twe the Owner and Contractor to extend the time in whic the O y accept the bidaiver of notice by the Surety shall not apply to any extensio z sixty (60) clays in the aggregate beyond the time for acceptance of bids specifi d documents, and the Owner and Contractor shall obtain the Surety's c f an extension beyond sixty (60) days. is issued in connection with a subcontractor's bid to a Contractor, the term this Bond shall be deemed to be Subcontractor and the tern Owner shall be Contractor. Wen this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. %then so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. hrs acumen as rmp an ego consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. AIA Document A9101m — 2010. CopyrightZ, 1963, 1970 and 2010 by The American Institute ofArehitects. All rights reserved WARNING: This Ale Document Init. Is protected by U.S. Copyright Law and International Trealles. Unauthorized reproduction or distribution of this AIA® Document, or any portion of It, 1 may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent posslbte uiderthe law. I Signed and sealed this 30th day of October 2024 Milestone oftstruction Comppfiy. LLC (C'Pn tr for as Princi al (Seal) Travelers Casualty and Surety Company of America (Surety,) (Witness) (Title) William H. Griffin, Attorney- i- act � O . O � J � ,Q O O G D� G Cj Init. AU Document A310r"r — 2010. Copyright@ 1903, 1070 and 2010 by The American Instdute of Architects. All rights reserved. WARNNG: This AIA'' Document Is protected by U.S. Copyright Law and international Treatlas. Unauthorized reproduction or dfstnbutlon of this Al A'' Document oraW portion of It, 2 may result in severe civil at:d criminal penalties. and will be prosecuted to the maximum extent possible under the late. Travelers Casualty and Surety Company of America AW- Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint William H Griffin of NORTH LITTLE ROCK , Arkansas , their true and lawful Attorneys) -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, th4 216 of April, 2021 ` �4. w;p�t ,r�r• ak° rn1A IIARR11M D, =' i OJv f2COOL State of Connecticut ' City of Hartford ss 010 rl ane_ . enior Vice President On this the 21st day of April, 2021, before me personal) appe red Rob aney, w ck wledged himself to be the Senior Vice President of each of the Companies, and that he being a riz so to d � the foregoing instrument for the purposes therein contained by signing on behalf of said n s by hi s y authori 00 IN WITNESS WHEREOF, I hereunto set my hand and 1 al NOIARY f My Commission expires the 30th day of June, 202 � '�• 1� /� PI 1 ` a P. Nowik, Notary Public This Power of Attorney is ranted err by the&uth.N of the f wi resol ions d by the Boards of Directors of each of Y 9 the Companies, which resolutions w II force and a eading as RESOLVED, that the Chairman the Presid ny,Vice Ch Exec President, any Senior Vice President, any Vice President, any Second Vice Presi ent, the re any si n re s rer, the rate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and alf of the C a d may give �Z1� appointee such authority as his or her certificate of authority may prescribe to sign with the Company's nand se ith t ompany's bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, g�cance, or n Itio al undertakingny of said officers or the Board of Directors at any time may remove any such appointee and ev a power giv him her; and it FURTHER RESOLVED, that he C airman, th any Vian, any Executive Vice President, any Senior Vice President or any Vice President may legate or any art t foregoin au n y to one or more officers or employees of this Company, provided that each such delegation writ g and cop th of is filed in t office of the Secretary; and it is FURTHER RESOLVk a any bon re izance, 4co indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional un n s all be id binding a any when (a) signed by the President, any Vice Chairman, any Executive Vice President, to Vice Pre nt r any ice P ent, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secrets any A s�N�S etary and my ested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly execute (under required) by on more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificatesty or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in- Fact for purposes finly of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certifidd su facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or undidh it is attached -` I, Kevi ughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above. art.o. foregoing is a true andWcoctcopy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 30th day of October 2024 CM. 5 naarrcnc dt' o R v� t. N N. o' HH 2 GY,L �� V�•6` "�'s ; * Kevin E Eiughes, Assi font Secretary a To verify the authenticity of this Power of Attorney, please call us at 1 -800-421-3880 . Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney'Is'attached. CITY OF FAYETTEVILLE aRKaNsas Project ProjCheck � h ck List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a require R t. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the St ansas for at least five percent (5f) of the amount bid (inclusive of any deductive alternat� ). Cas e s shall be made payable to the City of Fayetteville, AR and received prior to the bid�ine by m in -person delivery appointment with the City Purchasing Division. ♦ O _ All addenda shall be signed, acknowledged, and sub e on the a �t'dte form ting the actual addendums or marking acknowledgement on other bid pages All line items shall be appropriately filled r� extend t eveal the e ( price as well as the total bid price. Total base bid should be calculated in t l�rvrded s ac . All pages provided with signature li all be ap ately sign accorll' ly, d included with submitted bid documents O All bids shall be receive e stated de ne utiliz' �ity's ele nic idding platform or submitting a physical sealed bid tc the City P hasing Di on. ubmittin ectroni I�trongly encouraged. A public bid opening will be conducted sh y�fter t eadline City Hall and livestreamed at httos://www.youtube.com/user/ i ffayetteville ate or nYs cted bids shall not be accepted. The City of Fayetteville shall not be re nylbTe for a physical bid, all bidTede'rks s shall I updated deadline issudden a.� envelope a:�&Rlecwir Ark sz Additional . • ARN;AtaryQ` tatelling #: - • Arkansas CorlMON License #: ilure of bidder's technical equipment. If submitting velope to the address stated in the advertisement or with the name of the bidder (contractor) on the sealed OR submit electronically. OR submit electronically. • PursuiVn^7rsas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycot rael and will not boycott Israel during any time in which they are entering into, or while in contract, it any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott ♦`ra the contractor must notify the contracted public entity in writing. G o Submit electronically or circle applicable answer: US) ES or NO Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: ES) YES or NO Tele::orramuaica;�Dn% Devire, for the Deat TDD (4i9)52!-i.316 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID SECTION 02 BID FORM Contract Name: Rock Street Annex Roof Replacement Bid Number: 24-44, Construction — City Hall HVAC Improvements REBID BID TO: Owner: BID FROM: Bidder: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 ::7 V ARTICLE 1 - INTENT , 1.01 The undersigne c ropo aees, ' It is accepted, to enter into an agreement with Owner in th orm i uded i h ontract D ;11 is to perform and furnish all Work as specified or indicated e ntract o nts fob` rice and within the Bid time indicated in this Bid and in ac with the er erms d c tuitions of the Contract Documents. ARTICLE 2 - TED CONDITIONS 2.01 Bidder cceNs all terms and conditions of the Invitation to Bid and Instructions to Bidders, including Wi'mitation those dealing with the disposition of Bid Security. This Bid will remain subject to rcitance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. SECTION 02 — BID FORM 1 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date ` m �O c� B. Bidder has visited the Sitka becom r with a tisfie s to the general, local, and Site conditions tha fect cos , ress, g d an , nce f erof the Work. p � O C. Bidder is i ' 1 and ilfied as federal, ate, local Laws and Regulations that may a ct cost, p res %perform id furn' the Work. D. Bidder is aw re een e atuof work 6P rformed by Owner and others at the Site I that relat o k for whi th' Bid �s s as indicated in the Contract Documents. E. Bid as orrel �d,, e nfo at n own to Bidder, information and observations obtained oits t t te, rep wings identified in the Contract Documents, and all itionami tions, in sti tions, explorations, tests, studies, and data with the Contract Docurr F. Bi er as given Purchasing Division written notice of all conflicts, errors, ambiguities, or iscrepancies that Bidder has discovered in the Contract Documents, and the written resolution ` t ereof by Purchasing Division is acceptable to Bidder. G G. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. H. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, SECTION 02 — BID FORM CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. I. Upon receipt of written notice of acceptance of this bid, bidder will execute the formal qn attached within 10 days and deliver a Surety Bond or Bonds as required by t t 01 Conditions. ej J. The bid security attached in the sum of $ QZ is to become the property of the O e the event a act a are not executed within the time set forth above, as iqui ed dam s r the del additional expense to the Owner caused thereby. ARTICLE 4 - CONTRACT TIMES -r 5.01 5.02 Bidder agrees that the Wo e subst comple d com e ready for final payment 365 consecutive r day fro t e date shed in r ten notice to proceed. Total completion shall consecutive calend from the established in a written notice to total completion time. ARTICLE 5 — 6.01 secutive calendar day thereafter the lw ?n the event of failure to complete the Work within sum of $ 250.00 for each consecutive calendar Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders eanings assigned to them. on l/l�tlJ�l/ , 20. O,,/ , as State Contractor License No. )1 5�f)`� V`—t',� SECTION 02 — BID FORM 3 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID If Bidder is: An Individual Name (type or printed): By: (Individual's Signature) Doing business as: Business address: , X % &10%� JPhone No.: ` Tax ID No.: No.: NN A Partnership Partnersh I(ari': By: (Sig, Name (type or pr Business ad e tow Phone No.: Tax ID No.: (SEAL) eeral partner ch evidence of authority to sign) .\L FAX No.: UEI No.: SECTION 02 — BID FORM 4 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID A Corporation Corporation Name: hw [ I ' , J r State of Incorporation: Type (General Business, Professional, Service, Limited Liability): ♦ a► (Signature — attach evidence Name (type or printed): Title: Attest: Business address Phone No.: 96+ 'I�—"15 -48WI o.: END OF SECTION 02 - BID FORM SECTION 02 — BID FORM 5 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID SECTION 03 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: BID 24-41, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Clearing/Demolition Mechanical Plumbing Electrical Roofing/Sheet Metal Other (designate) ( I NOTE: This form `s� Subcontractor's Name and Address Expected Perc 0 V' itted in accordance with the Instructions to Bidders. Bidder's Signature SECTION 03 — LIST OF SUBCONTRACTORS 1 CITY OF FAYETTEVILLE, ARKANSAS: BID 24-44, CONSTRUCTION — CITY HALL HVAC IMPROVEMENTS REBID Section 04 CONTRACTOR REFERENCES The following information is re6u,'redafromall Bidders so all bi s maybe reviewed and properly evaluated: j.COMPANY NAME: i NUMBER OF YEARS IN BUSINESS: HOW LONG IN PRESENT LOCATION: • TOTAL NUMBER OF CURRENT EMPLOYEES: FULL TIME PART TIME �` NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: FULLTIME P T PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIO Y PERFORME AA ONTRAC?%�VICES FOR WITHIN THE PAST FIVE (S) YEARS (All fields must be completed): ` i n,, n ("i I r� , AV _ A _ \1 )ram r 4ON 1. IsC LAUIUV COMPANY -NAME) J CITY, ST TE,,ZIP �Aa4' 1 — CONTACT PERSON �19_ 1� - — TELEPHONE P'r% 1% YN f DATE COMPLETED E-MAIL ADDRESS 3. ` COMPANY NAM �Y DATE COMPLETED E-MAIL ADDRESS E-MAIL ADDRESS e 4.� l P,' DOI COMP NY NAME 1 IT7� CITY, STA E, ZIP CONTACT PERSON TELEPHONE DATE COMPLETED E-MAIL ADDRESS SECTION 04 - CONTRACTOR REFERENCES 1 License No. 0156050425 ID #19266 This is to C'ertify`That State o� f A rkansas Commercial Contractors Licensing Board MILESTONE CONSTRUCTION COMPANY, LLC 20v2 S 413 L H S 1 SPRINGDALE, AR 72762 MILESTONE CONSTRUCTION COMPANY, LLC ` ,D ic• ,i�l�r Ii��•rcorl •i• •?r�r the nrnui^;nre^ of A 4- � CAI 7 '�C 1 t ..i�.,...i��.0 4ALI .. LlA ra -v ✓lvi.3 .J1 CV11%.. �1..', r1 '� i r._25 i 1 ♦.i. 7�ili. L1J alnl�nded and is entitled to rac,rice C ting in ' ate �.ansas within the following classifications/special 'es.BUILDINC G �� - ('COmVIF,Ri:tAL &RESIDENTIAL) Ni[_1NICIPAL & UTILITY CONSTRU�� I J O Cj I � � 4 II \160 i 116. r•n�.tr a ...�r?,_ �prn.IgmitF l c.t6 tFd bid limit f1'Om ♦ XA 17, 2024 until April 30, 2025 when this Certificate expires. Witness our hands githe Board, damd at North Little Rock, Arkansas I CHAIRMAN SECRETARY May 17, 2024 - dsa ACOR" CERTIFICATE OF LIABILITY INSURANCE I VATE(Mlili YYY) THIS CERTIFICATE IS ISSUED ec a uA,-,��...._ ...___ ONFERS NO CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BETWEEN THE ISSUING INSURER(S), AUTHORIZED BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT RIGHTS UPON THE CERTIFICATE HOLDER. THIS REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be end If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement this certificate does not confer rights to the certificate holder In Ifeu of such endorsement(s). orsed. PRODUCER nl on Sterling Seacrest Pritchard, Inc. NAME: Marla Williams 4601 East McCain Blvd PHONE Suite B fA/C.No Ezn• 501 478-2962 FAX Nol 501 251 i2nn North Little Rock AR 72117 ADDRIESS marlawna sspins com — INSURED -- Milestone Construction Co., LLC 2002 South 48th Street Springdale AR 72762 COVERAGES CERTIFICATE NUMBER: 1014: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BEL INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CON CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE A EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN ii VSR T PE OF INSURANCEIAL GENERAL LIABILITYS-MADE OCCURedTE LIMIT APPLIES PER: PRO - PRO i JECT LOC Y I Y I CPP202621 N ISSUEDIM INSUF Y CONT OTHER THE P CI DESCRIBI PAID IDCn1DAL POUC YY 023 --uvc I IHE POLICY PERIOD r WITH RESPECT TO WHICH THIS IS SUBJECT TO ALL THE TERMS, LIMITS EACH OCCURRENCE S 1,000,000 DAMAGE T�RI 4BEMISET JEa occu rencel S 1.000 nnn L & ADV INJURY I S 1,000,000 AGGREGATE 1$2,000,000 A AUTOMOBILE LIABILITY v ' —' � 0 - wMr/0P AGG $2,000,000 X ANY AUTO OWNED SCHEDULED CA 2 262142002 12/1/2023 2/ Y4 OMBINED SINGLE LIMIT Ea accident $ $ 1,000,000 AUTOS ONLY AUTOS _ BODILY INJURY pe ( person) S HIRED X X AUTOS ONLY AU OS ONLY ` �l BODILY INJURY (Per accident) PROPERTYDAMAGE S A X Per accident $ UMBRELLA LIAR )( OCCUR Y CU 2033652 $ EXCESS LIAR CLAIMS -MAD /2023 12/1l2024 EACH OCCURRENCE DED X RETENTIONS AGGREGATE $ 10,000,000 A WORKERS COMPENSATION $ 10,000,000 AND EMPLOYERS'LIABILITY ETOR/PACLUDED? • /N Y 23 1902ANYPR. I 12/1/2023 12/1/2024 X PER S OFFICE IM (MandaRrMEMBEREXCLUDED? (Mandatory In NH) N / A ` OTH- STATUTE ER yy DESCR describe p E.L. EACH ACCIDENT S 1,000,000 OF OPERATIONS B Blanket Builders Risk E.L. DISEASE • EA EMPLOYEE S 1,000,000 7900210100007 E.L. DISEASE • POLICY LIMIT $ 1,0D0,00012/1/2023 12l1/2024 LimitPer ite Deductible Wind/Hail Deductible S10,000,00$2,500 DESCRIPTEHIC ES ION of OPERATIONS / LOCA tached i $5,000 SCRI f. The (ACORD 101, Additional Remarks Schedule, may be atIf more space Is required) Profollowing applies when i d in a written contract or agreement: and non-contributory asiLib ect to General Liability (including completed operations), Auto Liability and Umbrella. Waiver of subrogation is rovided General Liability, Auto Lib rella and Workers Compensation, 30 Day Notice of Cancellation applies in favoare lr of Certificate Holders, except of 10 days Non -Payment of Pre P on P ys for ,CORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. - - ••«gco4n lAlIVE The ACORD name and logo are registered ma ks of ACORDORD CORPORATION All rights reserved. Search Incorporations, Cooperatives, Banks and Insti ance Companies This is only a preliminary search and no guarantee that a narne is available for initial filing until a confirmation has been received from the Secretary of State after filing has been processed Please review our NAME AVAILABILITY GUIDELINES NERD prior to searching for a new entity name. Printer Friendiv Version LLC Member information is now confidential per Act 865 of 2007 Use your browser's back button to return to the Search Results Begin New Search ` For service of process contact the Se cretary of State's office. Corporation Name MILESTONE CONSTRUCTION PAN, LLC Fictitious Names Filing # 8 64 ♦`O Filing Type Lim bility Co an Filed under Act ♦+ood estic LLC; 093 StatusP Sta 'n Principal Address rp Reg. Agent S LLIS Agent Address 9 2048TH SPRINGDA 2762 G Date Fil 10/20l 4 Officers �1 S IL orporat r/ anizer A . MORAN , arer Forei N m� G N/A F ign A ress ♦ e Origin ♦ �[�1/ urch Ce 'cate of G Pale Franchise Tax for this corpagration Standin his Entity, G Bid 24-44 Submittal Qualifying Statement The City staff acknowledges that Milestone's submittal response does not include the Allowance for the Mechanical Controls Systems. It has been determined that with the addition of the controls allowance to the submittal, Milestone is still the lowest responsive bidder. The City will execute a change order to the contract in the amount of 300,000. Those funds will be scheduled as Owner Contingency and allocated for controls if needed. It will also be used for previous owner scoped items needed to accomplish the hvac installations, and any unforeseen conditions. This qualification of bid statement will become a part of Milestone's submittal response, and thus a part of the contract. Wade Abernathy Director of Construction City of Fayetteville CITY OF ._ FAYETTEVILLE ARKANSAS BID TABULATION Bid 24-44, Construction - City Hall HVAC Improvements Rebid DEADLINE: Wednesday, October 30, 2024 at 2:00 PM Certification of Funds: $2,100,000,00 ($2,625,000.00 total allowed) Total Milestone Construction Company, LLC Middleton , Inc. $1,583,718.71 $2,282,970.00 Una# Description QTY UOM Unit Extended Unit Extended 1 Bonds and Insurance 2 Mobilization- Shall not exceed 5% of Total Base Bid. This price shall not include bonds and insurance. 3 Total Base Bid - DO NOT INCLUDE PRICING FOR MOBILIZATION OR BONDS AND INSURANCE IN THIS LINE ITEM -5 . S $57,757.63 $5,000.00 51,520.961.08 557,757.63 $5,000.00 $1,520,961.08 $16,500.00 535,000,00 52,231,470.00 S26,5D0.00 535,000.00 52,231 470.00 • NOTICE: Bid award is contingent upon supplier meeting minimum specifications and formal authorization by City O'.1.c:ak 10 /3a /�q ,^cx acd�uss. Sr rchasing Agent l 1 )v Kenny Fitch, Purchasing Agent Contract for Services CITY OF Construction — City Hall HVAC Improvements FAYETTEVILLE Contractor/Vendor: Milestone Construction Company, LLC I ARKANSAS Term: Single Project THIS AGREEMENT is made this �— day of De 6f m o >° ✓ , 2024, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and Milestone Construction Company, LLC (Vendor or Milestone). CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction projects. Therefore, CITY OF FAYETTEVILLE and Milestone, in consideration of their mutual covenants, agree as follows: Work performed by Milestone shall be performed under valid, active, current license with the Arkansas Contractor's Licensing Board. Milestone shall follow all federal, state, and local laws at all times. 1. Contracted parties and relationship: a. This agreement shall be binding between all parties. Fees shall be provided as identified in appendices. i. Milestone's Tax identification number (TIN) ending in 6629 ii. Milestone's Arkansas Contractor License No. 0156050425 iii. Milestone's Secretary of State Filing No. 800044464 b. Parties agree to act on the basis of mutual trust, good faith, and fair dealing, and perform in a fiscally responsible and timely manner. Parties shall each endeavor to promote harmony and cooperation among all Project participants. 2. Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding between the parties on the subject matter of this Agreement. Neither party shall be bound by any conditions, definitions, representations or warranties with respect to the subject matter of this Agreement other than those as expressly provided herein. a. Appendices included under this agreement include the following: i. Appendix A: Bid package identified as Bid 24-44, Construction — City Hall HVAC Improvements Rebid with the specifications and conditions typed thereon inclusive of all bidding documents, plans and drawings, and issued addenda. ii. Appendix B: Milestone's bid submittal iii. Appendix C: Bid Tabulation iv. Appendix D: Milestone's Certificate of Insurance v. Appendix E: Milestone's 100% Performance and Payment Bonds 1. Appendix D and E shall be submitted to the City within the timeframe identified in the bid documents or 10 (ten) calendar days. b. This agreement may be modified only by a duly executed written instrument signed by the CITY and Milestone. c. ORDER OF PRECEDENCE: In case of any inconsistency, conflict, or ambiguity among the Contract Documents, the documents shall govern in the following order: (a) Change Orders and written CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 1 of 20 City of Fayetteville, AR amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) Milestone's Proposal (d) City's published bid and associated Addenda. 3. Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the following addresses: a. City of Fayetteville: Attention: Mayor Lioneld Jordan, 113 W. Mountain, Fayetteville, AR 72701 b. Vendor: Milestone Construction Company, LLC, 2002 S. 481h Street, Suite A, Springdale, AR 72762 4. General Provisions: i. ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and promptly disclose to any other part any conflicts that may arise. All parties warrant that it has not and shall not pay or receive any contingent fees or gratuities to or from any other party, including agents, officer's employers, Subcontractors, Sub subcontractors, Suppliers, Volunteers, Elected Officials, or Others to secure preferential treatment. ii. Workmanship: The Work shall be executed in accordance with the Contract Documents in a workmanlike manner. All materials used in the Work shall be furnished in sufficient quantities to facilitate the proper and expeditious execution of the Work and shall be new except as otherwise provided in the Contract Documents. iii. MATERIALS FURNISHED BY OWNER OR OTHERS: If the Work includes installation of materials or equipment furnished by City or Others, it shall be the responsibility of the vendor to examine the items so provided and thereupon handle, store, and install the items, unless otherwise provided in the Contract Documents, with such skill and care as to provide a satisfactory and proper installation. Loss or damage due to acts or omissions of the vendor shall be the responsibility of vendor and may be deducted from any amounts due or to become due. Any defects discovered in such materials or equipment shall be reported at once to the City and the City's contracted third -party Design Professional. Following receipt of written notice from vendor of defects, City and Design Professional shall promptly inform the City what action, if any, vendor shall take with regard to the defects. iv. WORKSITE VISIT: Vendor acknowledges that it has visited, or has had the opportunity to visit, the Worksite to visually inspect the general and local conditions which could affect the Work. v. Vendor shall perform all duties and responsibilities necessary to coordinate the various parts of the Work and to prepare its Work for the work of City or Others. 1. Cutting, patching, or altering the work of City or Others shall be done with the prior written approval of City and Design Professional. Such approval shall not be unreasonably withheld. vi. COMPLIANCE WITH LAWS: Vendor shall comply with all the Law at its own cost. Vendor shall be liable to City for all loss, cost, or expense attributable to any acts or omissions by Vendor its employees, subcontractors, suppliers, and agents for failure to comply with Laws, including fines, penalties, or corrective measures. vii. COST OF CORRECTING DAMAGED OR DESTROYED WORK: With regard to damage or loss attributable to the acts or omissions of City or Others and not to Vendor, City may either (a) promptly remedy the damage or loss and assume affected warranty responsibilities, (b) accept the damage or loss, or (c) issue a Change Order to remedy the damage or loss. If Vendor incurs costs or is delayed due to such loss or damage, Vendor may seek an equitable adjustment in the Cost of the Work, Date of Substantial Completion or Date of Final Completion. Any equitable adjustment shall be approved by all parties. CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 2 of 20 City of Fayetteville, AR viii. Taxes and Permits: Vendor shall give public authorities all notices required by law and shall obtain and pay for all necessary permits, licenses, and renewals pertaining to the Work. Vendor shall provide to City copies of all notices, permits, licenses, and renewals required under this Agreement. 1. Vendor shall pay applicable taxes and permit fees associated with the entire project. ix. DISCOUNTS: All discounts for prompt payment shall accrue to City. All trade discounts, rebates, and refunds, and all returns from sale of surplus materials and equipment, shall be credited to the Cost of the Work, or directly to the City after final payment. x. City may occupy or use completed or partially completed portions of the Work when (a) the portion of the Work is designated in a Certificate of Substantial Completion, (b) appropriate insurer(s) consent to the occupancy or use, and (c) public authorities authorize the occupancy or use. Vendor shall not unreasonably withhold consent to partial occupancy or use. xi. EXTENT OF AGREEMENT: Except as expressly provided, this Agreement is for the exclusive benefit of all Parties, and not the benefit of any third party. This Agreement represents the entire and integrated agreement between the Parties, and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement and each and every provision is for the exclusive benefit of all Parties and not for the benefit of any third party. xii. ASSIGNMENT: Except as to the assignment of proceeds, no Party shall assign their interest in this Agreement without the written consent of the other Party. The terms and conditions of this Agreement shall be binding upon all Parties, their partners, successors, assigns, and legal representatives. No Party shall assign the Agreement without written consent of the other. xiii. Where figures are given, they shall be preferred to scaled dimensions. xiv. The drawings and specifications are complementary. If Work is shown only on one but not on the other, Vendor shall perform the Work as though fully described on both. Vendor shall seek clarification from the City or the City's third -party Design Professional for any discrepancies. xv. In case of conflicts between the drawings and specifications, the specifications shall govern unless otherwise stated in the bidding documents. In any case of omissions or errors in figures, drawings, or specifications, Vendor shall immediately submit the matter to City and Design Professional for clarification. The City's clarifications are final and binding, which may include third -party Design Professional content. xvi. DEBARMENT AND SUSPENSION: By execution of this agreement, Vendor certifies that to the best of its knowledge and belief that the Vendor and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 3 of 20 City of Fayetteville, AR 4. (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. 5. Vendor understands that a false statement on certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $50,000. 6. Certifications for subcontracts or sub subcontracts executed under this agreement shall include all language in this section. 5. Definitions: a. Unless otherwise specifically defined in this Agreement, any terms that have well-known technical or trade meanings shall be interpreted in accordance with their well-known meanings. b. "Business Day" means all Days, except weekends and official federal or state holidays where the Project is located. c. A "Change Order" is a written order signed by all Parties after execution of this Agreement, indicating changes in the scope of the Work, and Date of Substantial Completion or Date of Final Completion. d. "Contract Time" is the period between the Date of Notice to Proceed and the total time authorized to achieve Final Completion. e. "Cost of the Work" means the total costs and discounts charged to the City. f. The "Vendor" is the person or entity identified in this contract and includes Vendor's Representative. g. "Day" means a calendar day unless otherwise specified. h. "Defective Work" is any portion of the Work that that does not conform with the requirements of the Contract Documents. i. "Design Professional" means the licensed architect retained by the City and its subconsultants, to perform design services for the Project. j. "Final Completion" occurs on the date when Vendor's obligations under this Agreement are complete and accepted by City and final payment becomes due and payable. This date shall be confirmed by a Certificate of Final Completion signed by all Parties. k. "Hazardous Material" is any substance or material identified now or in the future as hazardous under the Law, or any other substance or material that may be considered hazardous or otherwise subject to statutory or regulatory requirement governing handling, disposal, or cleanup. I. "Interim Directive" is a written order containing change to the Work directed by and in consultation with City and Design Professional after execution of this Agreement and before Substantial Completion. Interim Directives shall be consolidated and formalized in a change order to be signed by all parties. m. "Law" means federal, state, or local laws, ordinances, codes, rules, and regulations applicable to the Work with which Vendor must comply that are enacted as of the Agreement date. n. "Others" means City's other: (a) contractors/constructors, (b) suppliers, (c) subcontractors, sub subcontractors, or suppliers of (a) and (b); and others employed directly or indirectly by (a), (b), or (c) or any by any of them or for whose acts any of them may be liable. o. "Overhead" means (a) payroll costs, burden, and other compensation of Vendor's employees in Vendor's principal and branch offices for work associated with this project. CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 4 of 20 City of Fayetteville, AR p. "Owner" is the City of Fayetteville, Arkansas (City). q. The "Owner's Program" is an initial description of Owner's objectives, including budgetary and time criteria, space requirements and relationships, flexibility and expandability requirements, special equipment and systems, site requirements, and any requirements for phased occupancy. r. The "Parties" are collectively City and Vendor. s. The "Project," is the building, facility, or other improvements for which Vendor is to perform Work under this Agreement. It may also include construction by Owner or Others. t. The "Schedule of the Work" is the document prepared by Vendor that specifies the dates on which Vendor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. u. "Subcontractor" is a person or entity retained by Vendor as an independent contractor to provide the labor, materials, equipment, or services necessary to complete a specific portion of the Work. The term Subcontractor does not include Design Professional or Others. v. "Substantial Completion" of the Work, or of a designated portion, occurs on the date when the Work is sufficiently complete in accordance with the Contract Documents so that City may occupy or utilize the Work, or a designated portion, for the use for which it is intended, without unapproved disruption. This date shall be confirmed by a certificate of Substantial Completion signed by all Parties. w. A "Sub subcontractor" is a person or entity who has an agreement with a Subcontractor or another sub subcontractor or Supplier to perform a portion of the Subcontractor's Work or supply material or equipment. x. A "Supplier" is a person or entity retained by Vendor to provide material or equipment for the Work. y. "Terrorism" means a violent act, or an act that is dangerous to human life, property, or infrastructure, that is committed by an individual or individuals and that appears to be part of an effort to coerce a civilian population or to influence the policy or affect the conduct of any government by coercion. Terrorism includes, but is not limited to, any act certified by the United States government as an act of terrorism pursuant to the Terrorism Risk Insurance Act, as amended. z. "Work" means the construction services necessary or incidental to fulfill Vendor's obligations for the Project in accordance with and reasonably inferable from the Contract Documents. The Work may refer to the whole Project or only a part of the Project if work is also being performed by Owner or Others. aa. "Worksite" means the area of the Project where the Work is to be performed. bb. "Bi-monthly basis" means every fourteen to sixteen calendar days. 6. Contract Document Review and Administration a. Before commencing the Work, Vendor shall examine and compare the drawings and specifications with information furnished by the City and Design Professional that are considered Contract Documents, relevant field measurements made by Vendor, and any visible conditions at the Worksite affecting the Work, b. Should Vendor discover any errors, omissions, or inconsistencies in the Contract Documents, Vendor shall promptly report them to the City and Design Professional. Following receipt of written notice from Vendor of defects, City shall promptly inform Vendor what action, if any, Vendor shall take with regard to the defect. c, Nothing in this section shall relieve Vendor of responsibility for its own errors, inconsistencies, or omissions. CONTRACT: Bid 24-44, Construction —City Hall HVAC Improvements Rebid Page 5 of 20 City of Fayetteville, AR d. COST REPORTING: Vendor shall maintain complete, accurate, and current records that comply with generally accepted accounting principles and calculate the proper financial management under this Agreement. Vendor shall maintain a complete set of all books and records prepared or used by Vendor with respect to the Project. City shall be afforded access to all of Vendor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Agreement. Vendor shall preserve all such records for a period of three years after the final payment or longer where required by Law. 7. Warranty a. Vendor warrants all materials and equipment furnished under the Construction Phase of this Agreement will be new unless otherwise specified, of good quality, in conformance with the Contract Documents, and free from defective workmanship and materials. At City or Design Professional request, Vendor shall furnish satisfactory evidence of the quality and type of materials and equipment furnished. Vendor further warrants all Work shall be free from material defects not intrinsic in the design or materials required in the Contract Documents. Vendor's warranty does not include remedies for defects or damages caused by normal wear and tear during normal usage beyond the warranty period, use for a purpose for which the Project was not intended, improper or insufficient maintenance, modifications performed by the City or others, or abuse. Vendor's warranty shall commence on the Date of Final Completion of the Project. b. To the extent products, equipment, systems, or materials incorporated in the Work are specified and purchased by the City, they shall be covered exclusively by the warranty of the manufacturer. There are no warranties which extend beyond the description on the face of any such warranty. For such incorporated items, ALL OTHER WARRANTIES EXPRESSED OR IMPLIED INCLUDING THE WARRANTY OF MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY DISCLAIMED. c. Vendor shall obtain from its Subcontractors and Suppliers any special or extended warranties required by the Contract Documents. Vendor's liability for such warranties shall be limited to the one-year correction period, as further defined in this Agreement. After that period Vendor shall provide full and comprehensive assistance to the City in enforcing the obligations of Subcontractors or Suppliers for such extended warranties. d. Correction of Work If before Substantial Completion or within two -years after the date of Final Completion of the Work any Defective Work is found, City shall promptly notify Vendor in writing, Unless City provides written acceptance of the condition, Vendor shall promptly correct the Defective Work at its own cost and time and bear the expense of additional services required for correction of any Defective Work for which it is responsible. If within the two-year correction period City discovers and does not promptly notify Vendor or give Vendor an opportunity to test or correct Defective Work as reasonably requested by Vendor, City waives Vendor's obligation to correct that Defective Work as well as City's right to claim a breach of the warranty with respect to that Defective Work. ii. If Vendor fails to correct Defective Work within a reasonable time after receipt of written notice from City before final payment, City may correct it in accordance with Owner's right to carry out the Work. In such case, an appropriate Change Order shall be issued deducting the cost of correcting the Defective Work from payments then or thereafter due Vendor. If payments then or thereafter due Vendor are not sufficient to cover such amounts, Vendor shall pay the difference to City. CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 6 of 20 City of Fayetteville, AR iii. Vendor's obligations and liability, if any, with respect to any Defective Work discovered after the two-year correction period shall be determined by the Law. If, after the two-year correction period but before the applicable limitation period has expired, City discovers any Work which City considers Defective Work, City shall, unless the Defective Work requires emergency correction, promptly notify Vendor and allow Vendor an opportunity to correct the Work if Vendor elects to do so. If Vendor elects to correct the Work, it shall provide written notice of such intent within fourteen (14) Days of its receipt of notice from City and shall complete the correction of Work within a mutually agreed timeframe. If Vendor does not elect to correct the Work, City may have the Work corrected by itself or Others, and, if City intends to seek recovery of those costs from Vendor, City shall promptly provide Vendor with an accounting of the actual correction costs. iv. If Vendor's correction or removal of Defective Work causes damage to or destroys other completed or partially completed work or existing building, Vendor shall be responsible for the cost of correcting the destroyed or damaged property. v. The two-year period for correction of Defective Work does not constitute a limitation period with respect to the enforcement of Vendor's other obligations under the Contract Documents. vi. Before final payment, at City option and with Vendor's agreement, City may elect to accept Defective Work rather than require its removal and correction. In such cases the contract shall be equitably adjusted for any diminution in the value, as determined by City, of the Project caused by such Defective Work via formal written change order. 8. Safety of Persons and Property a. SAFETY PROGRAMS: Vendor holds overall responsibility for safety programs. However, such obligation does not relieve Subcontractors of their safety responsibilities and to comply with the Law. Vendor shall prevent against injury, loss, or damage to persons or property by taking reasonable steps to protect: (a) its employees and other persons at the Worksite; (b) materials and equipment stored at onsite or offsite locations for use in performing the Work; and (c) property located at the Worksite and adjacent to work areas, whether or not the property is part of the Worksite. b. VENDOR'S SAFETY REPRESENTATIVE: Vendor shall designate an individual at the Worksite in its employ as its safety representative. Unless otherwise identified by Vendor in writing to City, Vendor's project superintendent shall serve as its safety representative. Vendor shall report promptly in writing all recordable accidents and injuries occurring at the Worksite. When Vendor is required to file an accident report with a public authority, Vendor shall furnish a copy of the report to City. c. Vendor shall provide City with copies of all notices required of Vendor by the Law. Vendor's safety program shall comply with the requirements of governmental and quasi -governmental authorities having jurisdiction. i. Damage or loss not insured under property insurance that may arise from the Work, to the extent caused by negligent or intentionally wrongful acts or omissions of Vendor, or anyone for whose acts Vendor may be liable, shall be promptly remedied by Vendor. d. If City deems any part of the Work or Worksite unsafe, City, without assuming responsibility for Vendor's safety program, may require Vendor to stop performance of the Work, take corrective measures satisfactory to City. If Vendor does not adopt corrective measures, City may perform them and deduct their cost from the GMP. Vendor agrees to make no claim for damages, or an increase in the GMP, or for a change in the Dates of Substantial or Final Completion based on Vendor's compliance with City's reasonable request. CONTRACT: Bid 24-44, Construction —City Hall HVAC Improvements Rebid Page 7 of 20 City of Fayetteville, AR 9. Subcontracts: a. BINDING OF SUBCONTRACTORS AND SUPPLIERS: Vendor agrees to bind every Subcontractor and Supplier and require every Subcontractor to so bind its subcontractors and significant supplier, to the Contract Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that portion of the Work. b. Vendor agrees not to subcontract Vendor at risk related services without prior written consent from the City. 10. Fees, Expenses, and Payments: a. Milestone, at its own cost and expense, shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 24-44 as stated in Milestone's bid response, and in accordance with specifications attached hereto and made a part hereof under Bid 24-44, all included herein as if spelled out word for word. b. This turn -key project providing labor and materials shall be provided to the City for a not to exceed fee of $1,583,718.71 US Dollars. c. The City of Fayetteville shall pay Milestone for completion of the project based on a percentage of work completed. At no point shall payment exceed the percentage of work completed, as determined by the City. d. Payments will be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after approval of invoice. The City of Fayetteville reserves the right to request receipts for materials purchased for the City of Fayetteville from suppliers, subcontractors, or other sources. The City of Fayetteville does not agree to any interest or penalty for "untimely" payments, e. The City reserves the right to withhold five percent (5%) retainage from all payments until project is completed in full. f. Not to exceed pricing shall include but not be limited to: i. Labor wages directly employed by Vendor in performing of the Work. ii. Salaries of Vendor's employees when stationed at the field office, in whatever capacity employed, employees engaged on the road expediting the production or transportation of material and equipment, and employees from the principal or branch office as mutually agreed by the Parties in writing. iii. Cost of all employee benefits and taxes, including but not limited to, workers' compensation, unemployment compensation, social security, health, welfare, retirement, and other fringe benefits as required by law, labor agreements, or paid under Vendor's standard personnel policy, insofar as such costs are paid to employees of Vendor who are included in the Cost of the Work. iv. Transportation, travel, hotel, and moving expenses of Vendor's personnel incurred in connection with the Work. v. Cost of all materials, supplies, and equipment incorporated in the Work, including costs of inspection and testing if not provided by City, transportation, storage, and handling. vi. Payments made by Vendor to Subcontractors for work performed under this Agreement. vii. Cost, including transportation and maintenance of all materials, supplies, equipment, temporary facilities, and hand tools not owned by the workers that are used or consumed in the CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 8 of 20 City of Fayetteville, AR performance of the Work, less salvage value or residual value; and cost less salvage value on such items used, but not consumed that remain the property of Vendor. viii. Rental charges of all necessary machinery and equipment, exclusive of hand tools owned by workers, used at the Worksite, whether rented from Vendor or others, including installation, repair, and replacement, dismantling, removal, maintenance, transportation, and delivery costs at competitive market rates. ix. Cost of the premiums for all insurance and surety, performance or payment bonds which Vendor is required to procure or deems necessary and approved by City. X. Sales, use, gross receipts, or other taxes, tariffs, or duties related to the Work for which Vendor is liable. xi. Permits, taxes, fees, licenses, tests, royalties. xii. Losses, expenses, or damages to the extent not compensated by insurance or otherwise, and the cost of corrective work during the Construction Phase and for the warranty period. xiii. Costs associated with establishing, equipping, operating, maintaining, mobilizing and demobilizing the field office and site. xiv. Water, power, and fuel costs necessary for the Work. xv. Cost of removal of all nonhazardous substances, debris, and waste materials. xvi. Costs incurred due to an emergency affecting the safety of persons or property. xvii. Costs directly incurred in the performance of the Work or in connection with the Project, and not included in Vendor's Fee, which are reasonably inferable from the Contract Documents. g. STORED MATERIALS AND EQUIPMENT: Unless otherwise provided in the contract documents, applications for payment may include materials and equipment not yet incorporated into the Work but delivered to and suitably stored onsite or offsite including applicable insurance, storage, and costs incurred transporting the materials to an offsite storage facility. Approval of payment applications for stored materials and equipment stored offsite shall be conditioned on a submission by Vendor of bills of sale and proof of required insurance, or such other documentation satisfactory to City to establish the proper valuation of the stored materials and equipment, City's title to such materials and equipment, and to otherwise protect City's interests therein, including transportation to the Worksite. Materials and equipment stored offsite shall be in a bonded and insured secure facility. h. FINAL PAYMENT: Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, Milestone shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by Milestone to be set forth therein. i. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against Milestone or sureties under this Agreement. 11. Project Bonding - Performance and payment bonding: After execution of this contract by all parties, Milestone shall provide 100% separate performance and payment bonds (inclusive of any approved contingency) from a bonding company, licensed to do business in the state of Arkansas. Bonds shall be provided within ten (10) calendar days after this contract has been executed by all parties. CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 9 of 20 City of Fayetteville, AR a. All bonds shall be listed with the U.S. Treasury Department listing of approved surety's (T-List) and shall be rated A+ minimum by A. M. Best. 12. Time: a. SUBSTANTIAL and FINAL COMPLETION: Date of Substantial Completion and the Date of Final Completion shall be established in the contract documents as a hard not -to -exceed date. If such dates are not established upon the execution of this Agreement, a Date of Substantial Completion and Date of Final Completion of the Work shall be established via Change Order. b. Time is of the essence with regard to the obligations of the Contract Documents. c. Unless instructed by City in writing, Vendor shall not knowingly commence the Work before the effective date of Vendor's required insurance and bonds and formal written and signed Purchase Order issued by the City of Fayetteville Purchasing Division. d. Schedule of Work: Before submitting its first application for payment, Vendor shall submit to City and, if directed, Design Professional a Schedule of the Work showing the dates on which Vendor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. Except as otherwise directed by City, Vendor shall comply with the approved Schedule of the Work or Vendor. City may determine the sequence in which the Work shall be performed, provided it does not unreasonably interfere with the approved project schedule. City may require Vendor to make reasonable changes in the sequence at any time during the performance of the Work in order to facilitate the performance of work by City or Others. If Vendor consequently incurs costs or is delayed, the Dates of Substantial or Final Completion, or both, Vendor may seek equitable adjustment. e. NOTICE OF DELAY CLAIMS: If Vendor requests an equitable extension of the Contract Time or an equitable adjustment contract as a result of a delay described, Vendor shall give City written notice of the claim. If Vendor causes delay in the completion of the Work, City shall be entitled to recover its additional costs. 13. Substantial Completion: a. Vendor shall notify City and, if directed, Design Professional when it considers Substantial Completion of the Work or a designated portion to have been achieved. City, with the assistance of its Design Professional, shall promptly conduct an inspection to determine whether the Work or designated portion can be occupied or used for its intended use by City without excessive interference in completing any remaining unfinished Work. If City determines the Work or designated portion has not reached Substantial Completion, City, with the assistance of its Design Professional, shall promptly compile a list of items to be completed or corrected so City may occupy or use the Work or designated portion for its intended use. Vendor shall promptly and accurately complete all items on the list. b. When Substantial Completion of the Work or a designated portion is achieved, Vendor shall prepare a Certificate of Substantial Completion establishing the date of Substantial Completion and the respective responsibilities of each Party for interim items such as security, maintenance, utilities, insurance, and damage to the Work, and fixing the time for completion of all items on the list accompanying the Certificate. The Certificate of Substantial Completion shall be submitted by Vendor to City and, if directed, to Design Professional for written acceptance of responsibilities assigned in the Certificate of Substantial Completion. CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 10 of 20 City of Fayetteville, AR c. Unless otherwise provided in the Certificate of Substantial Completion, warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or a designated portion. d. Upon City's written acceptance of the Certificate of Substantial Completion, City shall pay to Vendor the remaining retainage held by City for the Work described in the Certificate of Substantial Completion less a sum equal to one hundred and fifty percent (150%) of the estimated cost of completing or correcting remaining items on that part of the Work, as agreed to by the Parties as necessary to achieve Final Completion, including all close outs. Uncompleted items shall be completed by Vendor in a mutually agreed upon timeframe. 14. Final Completion: a. Upon notification from Vendor that the Work is complete and ready for final inspection and acceptance, City, with the assistance of its Design Professional shall promptly conduct an inspection to determine if the Work has been completed and is acceptable under the Contract Documents. b. When the Work is complete, Vendor shall prepare for City's written acceptance a final application for payment stating that to the best of Vendor's knowledge, and based on City's inspections, the Work has reached Final Completion in accordance with the Contract Documents. c. Final payment shall be made to Vendor within thirty (30) Days after Vendor has submitted an application for final payment, pending the application has been approved by the City, including submissions required, and a Certificate of Final Completion has been executed by all Parties. d. Final payment shall be due on Vendor's submission of the following to the City: i. an affidavit declaring any indebtedness connected with the Work, to have been paid, satisfied, or to be paid with the proceeds of final payment, so as not to encumber City property; ii. as -built drawings, manuals, copies of warranties, and all other close-out documents required by the Contract Documents; iii. release of any liens, conditioned on final payment being received; iv. consent of any surety; and v. any outstanding known and unreported accidents or injuries experienced by Vendor or its Subcontractors at the Worksite. e. If, after Substantial Completion of the Work, the Final Completion of a portion of the Work is materially delayed through no fault of Vendor. If approved by City, they shall pay the balance due for any portion of the Work fully completed and accepted. If the remaining contract balance for Work not fully completed and accepted is less than the retained amount before payment, Vendor shall submit to City and, if directed, Design Professional the written consent of any surety to payment of the balance due for portions of the Work that are fully completed and accepted. Such payment shall not constitute a waiver of claims, but otherwise shall be governed by this section. f. ACCEPTANCE OF FINAL PAYMENT: Unless Vendor provides written identification of unsettled claims with an application for final payment, its acceptance of final payment constitutes a waiver of such claims. g. Milestone shall ensure that the City of Fayetteville receives lien waivers from all material suppliers, subcontractors and sub -subcontractors and before work begins on the project. The contractor shall give written notice to the material suppliers, subcontractors and sub -subcontractors providing work on the project that states the following: CONTRACT: Bid 24-44, Construction —City Hall HVAC Improvements Rebid Page 11 of 20 City of Fayetteville, AR i. 'According to Arkansas law, it is understood that no liens can be filed against public property if valid and enforceable payment and performance bond is in place. Regarding this Project and Agreement, the valid and enforceable bonds are with ( name of surety ).' ii. Milestone shall have each subcontractor, sub -subcontractor and material supplier execute a written receipt evidencing acknowledgment of this statement prior to commencement of the work of the subcontractor or material supplier. 15. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, fax or e-mail (receipt confirmed), or overnight courier. 16. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 17. Venue: Venue for all legal disputes shall be Washington County, Arkansas. 18. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the VENDOR shall do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 19. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 20. Insurance: a. Before starting the Work and as a condition precedent to payment, Vendor shall procure and maintain in force Workers' Compensation Insurance, Employers' Liability Insurance, Business Automobile Liability Insurance, and Commercial General Liability Insurance ("CGL"). The CGL policy shall include coverage for liability arising from premises, operations, independent contractors, products -completed operations, personal injury and advertising injury, contractual liability, pollution coverage, and broad form property damage. Vendor shall maintain completed operations liability insurance for one year after Substantial Completion, or as required by the Contract Documents, whichever is longer. Vendor's Employers' Liability, Business Automobile Liability and CGL policies shall be written with at least the limits of liability presented in Appendix D. b. Employers' Liability, Business Automobile Liability, and CGL coverages required may be provided by a single policy for the full limits required or by a combination of underlying policies with the balance provided by excess or umbrella liability policies. c. Vendor shall maintain in effect all insurance coverage required with insurance companies lawfully authorized to do business in the jurisdiction in which the Project is located. If Vendor fails to obtain or maintain any insurance coverage required under this Agreement, City may purchase such coverage and charge the expense to Vendor or terminate this Agreement. d. To the extent commercially available to Vendor from its current insurance company, insurance policies required shall contain a provision that the insurance company or its designee shall give City written notice transmitted in paper and electronic format: (a) 30 Days before coverage is nonrenewed by the insurance company and (b) within 10 Business Days after cancelation of coverage by the insurance company. Before commencing the Work and upon renewal or replacement of the insurance policies, Vendor shall furnish City with certificates of insurance until one year after Substantial Completion or longer if required by the CONTRACT: Bid 24-44, Construction —City Hall HVAC Improvements Rebid Page 12 of 20 City of Fayetteville, AR Contract Documents. In addition, if any insurance policy required is not to be immediately replaced without lapse in coverage when it expires, exhausts its limits, or is to be cancelled, Vendor shall give City prompt written notice upon actual or constructive knowledge of such condition. e. Certificates of Insurance shall list the City as Additional Insured Parties. f. PROPERTY INSURANCE: i. At no time shall any policy be covered by self-insurance or in a self -insured format. All policies shall be covered by an approved commercial insurance professional properly licensed to do business in Arkansas. ii. Unless otherwise directed in writing by City, before starting the Work, Milestone shall obtain and maintain a Builder's Risk Policy upon the entire Project for the full cost of replacement at the time of loss, including existing structures. This insurance shall also (a) name Vendor, Subcontractors, Sub subcontractors, and Design Professional as named insureds; (b) be written in such form to cover all risks of physical loss except those specifically excluded by the policy; and (c) insure at least against and not exclude: 1. the perils of fire, lightning, explosion, windstorm, hail, smoke, aircraft (except aircraft, including helicopter, operated by or on behalf of Vendor) and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind damage, testing if applicable, collapse, however caused; 2. damage resulting from defective design, workmanship, or material; 3. coverage extension for damage to existing buildings, plant, or other structures at the Worksite, when the Project is contained within or attached to such existing buildings, plant or structures. Coverage shall be to the extent loss or damage arises out of Constructor's activities or operations at the Project, 4. equipment breakdown, including mechanical breakdown, electrical injury to electrical devices, explosion of steam equipment, and damage to steam equipment caused by a condition within the equipment; 5. testing coverage for running newly installed machinery and equipment at or beyond the specified limits of their capacity to determine whether they are fit for their intended use; and 6. physical loss resulting from Terrorism. iii. The Party that is the primary cause of a Builder's Risk Policy claim shall be responsible for any deductible amounts or coinsurance payments. If no Party is the primary cause of a claim, then the Party obtaining and maintaining the Builder's Risk Policy shall be responsible for the deductible amounts or coinsurance payments. This policy shall provide for a waiver of subrogation. This insurance shall remain in effect until final payment has been made or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. Partial occupancy or use of the Work shall not commence until City has secured the consent of the insurance company or companies providing the coverage required in this subsection. Before commencing the Work, City shall provide a copy of the property policy or policies obtained. iv. If City elects to purchase the property insurance required by this Agreement, including all of the coverages and deductibles for the same durations specified, City shall give written notice to Vendor before the Work is commenced and provide a copy of the property policy or policies obtained in compliance with this agreement. City may then provide insurance to protect its CONTRACT: Bid 24-44, Construction —City Hall HVAC Improvements Rebid Page 13 of 20 City of Fayetteville, AR interests and the interests of the Constructor, Subcontractors, Suppliers, and Subsubcontractors.. The cost of this insurance shall be paid by City in a Change Order. If City gives written notice of its intent to purchase property insurance required by this Agreement and fails to purchase or maintain such insurance, City shall be responsible for costs reasonably attributed to such failure. v. The Parties each waive all rights against each other and their respective employees, agents, contractors, subcontractors, suppliers, sub subcontractors, and design professionals for damages caused by risks covered by the property insurance, except such rights as they may have to the proceeds of the insurance. 1. To the extent of the limits of Vendor's Commercial General Liability Insurance, Vendor shall indemnify and hold harmless City against any and all liability, claims, demands, damages, losses, and expenses, including attorneys' fees, in connection with or arising out of any damage or alleged damage to any of City's existing adjacent property, including personal property, that may arise from the performance of the Work, to the extent caused by the negligent or intentionally wrongful acts or omissions of Vendor, Subcontractor, Supplier, Sub subcontractor, or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable. g. RISK OF LOSS: Except to the extent a loss is covered by applicable insurance, risk of loss from damage to the Work shall be upon the Party obtaining and maintaining the Builder's Risk until the Date of Final Completion. h. ADDITIONAL GENERAL LIABILITY COVERAGE: City shall require Vendor to purchase and maintain additional liability coverage. Vendor shall provide: Additional Insured. City shall be named as an additional insured on Vendor's Commercial General Liability (CGL) specified, for on -going operations and completed operations, excess/umbrella liability, commercial automobile liability, and any required pollution liability, but only with respect to liability for bodily injury, property damage, or personal and advertising injury to the extent caused by the negligent acts or omissions of Vendor, or those acting on Vendor's behalf, in the performance of Vendor's work for Owner at the Worksite. The insurance of the Vendor and its Subcontractors (both primary and excess) shall be primary to any insurance available to the Additional Insureds. Any insurance available to the Additional Insureds shall be excess and non- contributory. ii. OCP. Vendor shall provide an Owners' and Contractors' Protective Liability Insurance ("OCP") policy with limits equal to the limits on CGL specified, or limits as otherwise required by Owner. i. Any documented additional cost in the form of a surcharge associated with procuring the additional liability coverage in accordance with this subsection shall be paid by VENDOR. Before commencing the Work, Vendor shall provide either a copy of the OCP policy, or a certificate and endorsement evidencing that City has been named as an additional insured, as applicable. i. ROYALTIES, PATENTS, AND COPYRIGHTS: Vendor shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods, or systems selected by Vendor and incorporated in the Work. Vendor shall defend, indemnify, and hold City harmless from all suits or claims for infringement of any patent rights or copyrights arising out of such selection. j. PROFESSIONAL LIABILITY INSURANCE: To the extent Vendor is required to procure design services, Vendor shall require its design professionals to obtain a commercial professional liability insurance for claims arising from the negligent performance of professional services under this Agreement, with a company reasonably satisfactory to City, including coverage for all professional liability caused by any CONTRACT: Bid 24-44, Construction —City Hall HVAC Improvements Rebid Page 14 of 20 City of Fayetteville, AR consultants to Vendor's design professional, written for not less than one million US dollars ($1,000,000) per claim and in the aggregate. Vendor's design professional shall pay the deductible. The Professional Liability Insurance shall contain a retroactive date providing prior acts coverage sufficient to cover all Services performed by the Constructor's design professional for this Project. Coverage shall be continued in effect for the entire warranty period. 21. Professional Responsibility: Milestone will exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. CITY OF FAYETTEVILLE will promptly report to Milestone any defects or suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so Milestone can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of Milestone. 22. Responsibility of the City of Fayetteville a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of Milestone: i. Provide full information as to the requirements for the Project. ii. Assist Milestone by placing at Milestone's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. iii. Assist Milestone in obtaining access to property reasonably necessary for Milestone to perform its services. iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by Milestone and render in writing decisions pertaining thereto. v. Review all documents and provide written comments to Milestone in a timely manner. vi. The City of Fayetteville Facilities Director is the project representatives with respect to the services to be performed under this Agreement. The Facilities Director Representative shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 23. Cost Opinions and Projections: Cost opinions and projections prepared by the Milestone relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and operating results are based on Milestone experience, qualifications, and judgment as a Milestone professional. 24. Period of Service: This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. a. The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. Milestone shall proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. 25. Termination: a. This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 15 of 20 City of Fayetteville, AR i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii. An opportunity for consultation with the terminating party prior to termination. b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that Milestone is given: i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii. An opportunity for consultation with the terminating party prior to termination. c. If termination for default is affected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but i. No amount shall be allowed for anticipated profit on unperformed services or other work, ii. Any payment due to Milestone at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of Milestone's default. d. If termination for default is affected by Milestone, or if termination for convenience is affected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to Milestone for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by Milestone relating to commitments which had become firm prior to the termination. e. Upon receipt of a termination action under Paragraphs above, Milestone shall: i. Promptly discontinue all affected work (unless the notice directs otherwise), ii. Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by Milestone in performing this Agreement, whether completed or in process. f. Upon termination under sections above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. g. If, after termination for failure of Milestone to fulfill contractual obligations, it is determined that Milestone had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in this agreement. 26. Delays a. In the event the services of Milestone are suspended or delayed by CITY OF FAYETTEVILLE, or by other events beyond Milestone's reasonable control, Milestone shall be entitled to additional compensation and time for reasonable documented costs incurred by Milestone in temporarily closing down or delaying the Project. b. In the event the services are suspended or delayed by Milestone, CITY shall be entitled to compensation and time for reasonable costs incurred in temporarily closing down or delaying the Project. 27. Rights and Benefits a. Milestone's services shall be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 16 of 20 City of Fayetteville, AR 28. Dispute Resolution a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and Milestone which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or Milestone in the performance of this Agreement, and disputes concerning payment. b. Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given as described in this agreement, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in this agreement have been complied with. c. Notice of Dispute i. For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. ii. For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give Milestone written Notice at the address listed in this agreement within thirty (30) calendar days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. iii. Negotiation: Within seven (7) calendar days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and Milestone shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of Milestone, and the Mayor of CITY OF FAYETTEVILLE or his or her designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 calendar days of the written request to resolve the dispute. 29. Sufficient Funds: The CITY represents to have sufficient funds or the means of obtaining funds to remit payment to Milestone for services rendered by Milestone. All parties agree if funding should become insufficient to complete the project, VENDOR shall be notified in a timely manner. 30. Publications: a. Recognizing the importance of professional services on the part of Milestone's employees and the importance of Milestone's public relations, Milestone may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to Milestone's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to Milestone, CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. Approved materials may be used in a variety of situations and do not require additional review or approval for each use. The cost of Milestone's activities pertaining to any such publication shall be for Milestone's account. 31. Indemnification: a. The CITY requires the Milestone to indemnify, defend and hold harmless the CITY OF FAYETTEVILLE for any loss caused by negligence and from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 17 of 20 City of Fayetteville, AR of the Milestone, or their employees, agents, Subcontractors, sub consultant and Suppliers of the Milestone. 32. Ownership of Documents: a. All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. Milestone may retain reproduced copies of drawings and copies of other documents. b. Engineering and architectural documents, computer models, drawings, specifications and other hard copy or electronic media prepared by Milestone as part of the Services shall become the property of CITY OF FAYETTEVILLE when Milestone has been compensated for all Services rendered, provided, however, that Vendor shall have the unrestricted right to their use. Milestone shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of Milestone. c. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. Milestone makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 33. Additional Responsibilities of Milestone: a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder by CITY shall not in any way relieve Milestone of responsibility for the technical adequacy of the work. Review, approval or acceptance of, or payment for any of the services by CITY shall not be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. b. Milestone shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by Milestone's negligent performance, except beyond the Milestone's normal standard of care, of any of the services furnished under this Agreement, and except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE- furnished data. c. Milestone's obligations under this clause are in addition to Vendor's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against Milestone for faulty materials, equipment, or work. 34. Audit and Access to Records: a. Milestone shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. b. Milestone shall also maintain the financial information and data used by Milestone in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. Milestone will provide proper facilities for such access and inspection. CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 18 of 20 City of Fayetteville, AR c. Records shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. d. This right of access clause (with respect to financial records) applies to: i. Negotiated prime agreements ii. Negotiated change orders or agreement amendments affecting the price of any formally advertised, competitively awarded, fixed price agreement iii. Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier sub agreement or purchase order awarded after effective price competition, except: 1. With respect to record pertaining directly to sub agreement performance, excluding any financial records of Milestone; 2. If there is any indication that fraud, collusion, gross abuse or corrupt practices may be involved; 3. If the sub agreement is terminated for default or for convenience. 35. Covenant Against Contingent Fees: a. Milestone warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by Milestone for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 36. Gratuities: a. If CITY OF FAYETTEVILLE finds after a notice and hearing that Milestone or any of Milestone agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE or related third party contractor associated with this project, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to Milestone terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. b. The CITY may pursue the same remedies against Milestone as it could pursue in the event of a breach of the Agreement by Milestone. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount, as determined by CITY, which shall be not less than three nor more than ten times the costs Milestone incurs in providing any such gratuities to any such officer or employee. CONTRACT: Bid 24-44, Construction —City Hall HVAC Improvements Rebid Page 19 of 20 City of Fayetteville, AR IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and MILESTONE CONSTRUCTION, INC. by its authorized officer have made and executed this Agreement as of the day and year first above written. Kara Paxton, City MILESTONE CONSTRUCTION, INC. ��ti��snss►r��� . ollis, President �L. 1 � '116ii isa10%��. Date Signed: 12/4/2024 Date Signed: CONTRACT: Bid 24-44, Construction — City Hall HVAC Improvements Rebid Page 20 of 20 City of Fayetteville, AR ee MILESTONE" CONSTRUCTION COMPANY, LLC Change Order Approval Job #: 6587 Project:City Hall HVAC Improvements PCI #: COR001 Title: Owner Contingency Date: November 11, 2024 Scope: Increase contract amount to include an owner contingency Additional Days Requested: 0 Description Vendor Qt U/M Rate Amount CO #01 Owners Contingency 1.00 LS 300,000.00 300,000.00 Owner: Contractor: Inclusions: Total: 300,000.00 - Contingency / Allowance Log Summary Date: Date: 2002 S. 481h Street, Ste. A / Springdale, Arkansas 72762 p 479.751.3560 / f 479.751.4841 / www.mstonecc.com 40 MILESTONEn CONSTRUCTION COMPANY, LLC City Hall HVAC Improvements Owner Contingency Total Used:1 $ Beginning Balancer $ 300,000.00 1 Current Balance $ 300,000.00 2002 S. 481b Street, A/Springdale, Arkansas 72762 p 479.751.3560 / 479.751.4841 / www.mstonecc.com