Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
71-00 RESOLUTION
RESOLUTION NO. 71-00 2/ add MICROFILMED A RESOLUTION AWARDING BID NO. 00-43 IN THE AMOUNT OF $55,455, WITH A 10% CONTINGENCY OF $5,545, TO AIRWORKS, DIVISION OF MCC; AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT FOR HVAC AT THE ENGINEERING BUILDING LOCATED AT 125 WEST MOUNTAIN BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 00-43 in the amount of $55,455, with a 10% contingency of $5,545, to Airworks, Division of MCC; and authorizes the Mayor and City Clerk to execute a contract for HVAC at the Engineering Building located at 125 West Mountain. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 16th day of May , 2000. z. By:�iS^. /._/ ( Heather Woodruff, City Clerk', APPROVE . By: ark, red Hanna, Mayor NAME OF FILE: • .6.4,. 7/- D d • CROSS REFERENCE: Date Contents of File Initials gik04 4 -c 7/- Da r SXdrs.Z r t 1 ' C 679/ at w au re iCa Do R ,des tea. &a O _s /*dad %t 1,,,L,)40," L77 clairn4re97; i/O/ . 04 ,--ei -D7t ' ' r c 7) SZIzan. S ij 7/2"DD ' a / /./ 2-11-40 exAms iAer, /JD, / A, 4ICNASF l%/QA/cX (i/i-i(//9lii • • CONTRACT EXHIBIT A Cou7, This contract executed this 4th day of Nay , 2000, between the City of Fayetteville, Arkansas, hereinafter called the City, and Air Works Div, of MCC hereinafter called the Contractor, and having an address at 2300 N. Lowell Road, Springdale, AR 72765 • In consideration of the mutual covenants contained herein, the parties agree as follows: 1. The Contractor at his 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 00-43 as stated in CONTRACTOR'S PROPOSAL, and in accordance with specifications attached hereto and made a part hereof under Bid #00-43, all included herein as if spelled out word for word. 2 The City shall pay the Contractor based on prices indicated in Contractor's Proposal. Progress payments will be made 30 days after approval and acceptance of work and submission of invoice. Amount of contract not to exceed 555,455.00 3 The Contract documents which comprise the contract between the City and the Contractor consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 00-43 with the specifications and conditions typed thereon. B. The Contractor's proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City and the Contractor and may be modified only by a duly executed written instrument signed by the City and the Contractor. 5 Contractor shall not assign his duties under the terms of this agreement. Contractor agrees to hold the City harmless and indemnify the City, against any and all claims for property damage, personal injury or death, arising from Contractor's performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7 The Contractor shall furnish a certificate of insurance addressed to the Owner, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, the Contractor shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Comprehensive General Public Liability, $250,000 Comprehensive Automobile Liability (owned, hired and non -owned Vehicles) with bodily injury limits of $100,000 and property damage limit of $50,000 for each accident; Standard Workmen's Compensation and Employer's Liability covering with statutory limits; The premiums for all insurance and the bond required herein shall be paid by the Contractor. 8. If contract exceeds $20,000, Contractor agrees to furnish a Performance Bond, approved by the City, guaranteeing the performance of this contract, for not less than one hundred percent of the amount of this contract. Said performance bond shall be conditioned on full and complete performance of this contract and acceptance by the City of Fayetteville for the payment of all labor and materials entering into or incident to the proposed improvements. The Contractor agrees to furnish proof of licensure as required under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. 9. Contractor agrees to begin work within ten (10) days of notice to proceed and complete the work within the time frame outlined in the bid document. Liquidated damages of $100 per day shall be assessed at the option of the City, not as a penalty, beginning on the first day following the completion time to cover additional costs. 10. All work called for herein shall be coordinated directly with the Project Manager or their designee, at 575-8361. • 11. This contract may be terminated by the City with 10 days written notice. 12. Contractor shall be responsible for meeting compliance with ADA regulations. WITNESS OUR HANDS THIS /P DAY OF rlj , 2000. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS ATTEST: CITY CLERK ATTEST: SECRETARY BY BY /1/1/blifr Air Works Div of MCC FIRM NAME Division Manager NAME AND TITLE 2300 N. Lowell Road Springdale, AR 72765 BUSINESS ADDRESS FAYE'llEgi .LE THE CITY OF FAYE TEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • TO: The Fayetteville City Council THIRD: Fred Hanna, Mayor John Maguire, Administrative Services Director FROM: Harold Dahlinger, Facilities Superintendence DATE: May 4, 2000 RE• AWARD OF BID FOR HVAC SYSTEM --ENGINEERING BUILDING (TCA) The total heating and air system that was originally in this building consisted of very old, obsolete equipment. Air units were window -type, household units. Bay areas had hanging ceiling units. Engineering and design was completed and a total of seven (7) roof top high - efficiency HVAC units with all ductwork included will be installed. One bid (Bid #00-43) was received for the above project in the amount of $ 55,455.00. The bidder was Airworks, Div. of MCC of Springdale, AR. We request the awarding of this contract to Airworks, Div. of MCC, with a 10% contingency of $ 5,545.00. r I' II It INVITATION TO BID BID 00-43 # 1 DATE April ISSUED: 14, 2000 I I DATE AND TIME OF May OPENING: 4, 2000, at 2:00 p.m. i I BUYER City F.O. Fyetteville, of Fayetteville, AR 1 1 DATE As regc REQUIRED uired by specifications B. AR 1 I BUYERS (501) 575 PHONE 8289 # GUARANTEED DELIVERY DATE: ITEM # I DESCRIPTION QUANTITY UNIT PRICE TOTAL i 1 i1 Per attached specifications: I HVAC Engineering I TOTAL BASE BID: 5% bid bond to be submitted 100% performance required with successful Performance bond executed by a resident who shall be entitled commission paid local who shall be licensed Insurance Commissioner represent the surety executing the bond the bond the agent's attorney as his authority. countersigning of a sufficient. Contractor's License 0025810301 Building bond contract. must be local agent to full agents by the to company and filing power of The bond will No# with and with mere not bid be 1 � iI $55,455.00 RESTRICTIONS TO THE BID L OR MUST 1 EXCEPTIONS BE NOTED: EXECUTION OF BID • Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including specifications, terms and standard conditions and pertinent information regarding the articles being bid on, and agree to furnish these art'cles at the prices stated. UNSIGNED NAME OF FIRM: BIDS WILL BE REJECTED Air Works, div of MCC BUSINESS ADDRESS: 2300 Lowell Road AUTHORIZED SIGNAL, E PHONE: FED ID# 751-7411 71.04238 CITY AND STATE: dal AR TITLE: ivision Manager 11 .1 • ZIP: _b5 DATE: May 3, 2000 J • United States Fidelity and Guaranty Company Baltimore, Maryland A Stock Company Bid Bond • USF+G` 1 SHAM Bond Number Know All Men By These Presents; That Air Works Division of Multi -Craft Contractors, Inc. of Springdale, AR , as Principal, and United States Fidelity and Guaranty Company, a Maryland corporation, as Surety, are held and Truly bound unto The City of Fayetteville as Obligee, in the full and just sum of 5% of the Bid Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. Whereas the said Principal is herewith submitting its proposal HVAC for thb Engineering Building for the CityWofMFayetteville 1.Fayetteville, AR 72701 The Condition Of This Obligation is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to sacure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the tenor amount be in excess of the Corner, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered May 4th ..2000 (Date) Contract 11 (64M Air Works Division of Multi Craft Contr,gc.t.r.s,..1.ntSeae (Seal) UNITED STATES FlOEI.RY pyla) 60AAANTY COMPANY Money -In -fact • • United States Fidelityand GuarantyCompany Power of Attorney No. 111192 1925593 USF+G' MOWN Know all men by these presents: That United Stales Fidelity and Guaranty Company, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Hardwire. in the State of Maryland, does hereby constitute and appoint Ronald Gardner, Jr Fred Stone, Jerry M. Dollins, Tyler White, Jackie C. Bingham and Jan Martin of the City of Springdale State of Arkansas its true and lawful Attomeylsl-in-Fact. each in their separate capacity if more than one 's named above. to sign its name as surety to. and to execute. seal and adnowledge any and all bonds. undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its 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 taw. In Witness Whereof. the said United States fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal. duly attested by the signatures of its Assistant Vice President and Assistant Corporate Secretary. this 22nd day of January .A.0.1999 . United State !der and amity Company State of Maryland ) Baltimore City (Signed) By (Signed) SS rot On this 22nd day of January .AD.�i before States Fidelity and Guaranty Company, and Michael Mc ' p lstant Corporite lie being by me severally duly sworn. said, that they. t�4thF ichaef Keegan 4)ichaei McKib Corporate Secretary of the said United States Fid Guaranty Co•,, j'l`. the corporation they each knew the seal of said corporation: that a seal affixed tQ' :jj� ' ower of Attar2e Directors of said corporation, and that they signed their names int r like order ase ss1 Company. Y My Commission expires the 13th eft Ju (Signed) 8y.. Assistant Vice President sistant Corporate Secretary 7,9 natty came Micp gan, Assistant Assistant Vice President of United tary of said Coup , with both of whom I am personally acquainted, who he r� sflecthrely the Assistant Vice President and the Assistant es in and which executed the foregoing Power of Attorney that "'such corporate seal, that it was so affixed by order of the Board of y in Vice President and Assistant Corporate Secretary, respectively. of the `014s 2002. tigSS This Powe of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the United States Fidelity and Guaranty Company. September 24, 1992: Resolved that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomeyls)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Powerls) of Attorney for and on behalf of The Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or an Executive Vice President, or a Senior Vice President, or a Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Corporate Secretary, under their respective designations. The signature of such offices may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Ammney(s)in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and subject to any limitations set forth therein. any such Power of Attorney or certificate hearing such facsimile signature or facsimile seal shall be valid and bindmg upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the company with respect to any bond or undertaking to which it isvalidly attached. Resolved, That Attorney(s)in-Fact shall have the power and authority, and. in any case, subject to the terms and limitations of the Power of Attorney issued to them. to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and atter writings obligatory in the nature thereof. and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. L Michael McKibben. an Assistant Corporate Secretary of the United States Fidelity and Guaranty Company. do hereby certify that the foregoing are true excerpts from the Resolutions of the said Company as adopted by its Board of Directors on September 24, 1992 and that these Resolutions are in full force and effect. I. the undersigned Assistant Corporate Secretary of the United States Fidelity and Guaranty Company do hereby certify that the foregoing Power of Attorney is in full force and effect and has npottegn revoked. In Testimony Whereof. I hale hereunio temy hand and the seal of the United States F delity and Guaranty Company, 2(Masi Assistant Corporate Secretary (1 Notary Public on this FS 3110/981 4th day mf .:,MC9)5 °= ACORPI. CERtWIC- OF LI DATE tMM DD rr) TY` � ; 9/03/00 pRCUCER' ""`---- ----- - Rebsamen Insurance/SPO Thompson, Su Ito 101 THIS ONLY HOLDER. ALTER CERTIFICATE AND CONFERS THIS THE COVERAGE CERTIFICATE IS ISSUED AS NO RIGHTS DOES AFFORDED A MATTER UPON NOT BY OF THE AMEND, THE POLICIES INFORMATION CERTIFICATE EXTEND OR BELOW. 4706 S. AR 72764 COMPANIES AFFORDING COVERAGE Springdale 1901) 756-1400 COMPANY A Hartford Casualty Insurance Co NSR Contractors, Inc. COMPANY B The Hartford Insurance Company Multi -Craft P. 0. Box 1760 Lowell Rd. COMPANY C 2300 Springdale, AR 72765-1760 COMPANY D mos is TO CERTIFY THAT THEPOLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD THIS INDICATED,NOTWITHSTANDINGANYREOUIREMENT,TERM OR CONDIT ONOFANYCONTRACTOROTHERDOCUMENTWITHRESPECTTOWHICH CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBERLIMITS POLICY EFFECTIVE DATE(MMIDDITY) POUCYEXPIRATION DATE(MPAMINTY) GENERALLIABILITY 3BUU11653542 9/01/99 9/01/00 GENERAL AGGREGATE S 2,000,000 A COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO t 2,000,000 x CLAIMS MADE C] OCCUR PERSONAL A ADV INJURY S 1,000,000 OWNERS & CONTRACTOR'S PROT EACH OCCURRENCE S 1,000,000 FIRE DAMAGE (Any one lire) S 300,000 MED EXP (Any one person) S 10,000 B AUTOMOBILE LIABILITY 38UEN6S3496 9/01/99 9/01/00 COMBINED SINGLE LIMIT S ANY AUTO 1,000,000 x ALL OWNED AUTOS BODILY INJURY (Per person) S $ SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per accident) S NON -OWNED AUTOS PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY • EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY :':. EACH ACCIDENT S AGGREGATE S EXCESSLIABILITY EACH OCCURRENCE S UMBRELLA FORM AGGREGATE S 1 OTHER THAN UMBRELLA FORM S WORKERS COMPENSATION AND 38118098048 9/01/99 9/01/00 TORYTLIMITS ERµ• g EMPLOYERS' LIABILITY EL EACH ACCIDENT S 100,00D THE PROPRIETOR/ INCL EL DISEASE•POLICY LIMIT S 600,000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE -EA EMPLOYEE $ 100,000 OTHER DEACRIPTtON OF OPERATIONSAACATIONSIVENICLESISPECIAL ITEMS :M, IC(t?' .HCH.t?ER.::, , City of Fayettevl I le 113 R. Mounts l n rISSCE4.4.A411001 , SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WAJ. ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE 70 THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fayettevl 11., AR 72701 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIN N THE COMP Y ITS AGENTS OR REPRESENTATIVES AUTHOR RETHIB1 I. Leslie Cross 0;WORD CORPORAT1ON f968'. CQRG.x9e$dU ....:.._. :�n.,.,..te. nee mnu nmas Ivilioliiiiiiiiwkilliiiiiiiiiiiii ,„„„ lllllll Iecap._ IIIi4i l A,nWosKs' �- 1 ..L ON OF INC..:.- 1 1 +S. 2300 Lowell Road • P.O. Box 1760 • Sprlrigdale; AR 72765° 'eh— ""a° Phone (501) 751-7411 • Toll Free (800) 781-7411 • Fax (501) 751316 Am+.. OK awes FULL ONE YEAR WARRANTY oic OK ot PARTS & LABOR a oc. ANUS Your new air conditioner; heat pump and/or furnace is guaranteed to te free 'from defects due to acot :mechanical malfunctions or substandard workmanship under normal use arid maintenance for a period lc ''of one (1) year from the, date of installation. The compressor -part is covered by .the manufacturer's ...s. warranty for five (5) years fromthe date of original installation. The heat exchanger part is covered by Oc the manufacturer's warranty for ten (10) years from the date of original installation. a: — labor, diagnostics, repairing, removal and disposal of defedtive and �( o This warranty includes parts, installation of new parts for the first year. Other warranties are parts only. This warranty does parts, not cover — ex equipment refrigerant, or rental. the cost of shipping, - - SERIAL -� MAKE DESCRIPTION MODEL NUMBER NUMBER .o be issued upon coniplet on of 1 A copy of this warranty will rompl�d ' instulation of units. .a•s Ch OIC ailab 0 0c -- .w OC t .immw Owt OC .Alumm. roc OK CIC Ot 441110 OC moo. C7{ Issued To: City of Fayetteville re& Oc clic 113 W. Mountain Street : -•d► Fayetteville, AR 72701 .."• Address: cf d< Phone: 501-575-8289 O Authorized Sign re Date of Insta lation=pc — i$lIl$I$iIIII$I$IIIIIIIIF$IIt$I$IIIIi$l$'II$IIIII 4 11 1 1 11 Tr'0� • • BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS GENERAL MECHANICAL REQUIREMENTS SECTION 15010 PART 1 -GENERAL 1.01 RELATED DOCUMENTS: A. Comply with the Conditions of the Contract, General and Supplementary Conditions, and any other applicable requirements contained herein or issued under separate cover. B. Perform other work related to or necessary for the mechanical installation in accordance with the applicable Specification Division or Section contained herein C. In Mechanical Specification Sections, items under "RELATED WORK" are listed for convenience only and are not guaranteed to be a complete listing of all applicable work. 1.02 CODES, REGULATIONS AND STANDARDS: A. Comply with the latest edition of applicable codes including the following: 1. Standard Building Code 2. Arkansas State Plumbing Code 3. Arkansas State Gas Code 4. Life Safety Code (NFPA 101) 5. National Electrical Code (NFPA 70) 6. Arkansas State Fire Prevention Code 7. Arkansas Gas Pipeline Code B. Comply with applicable Regulations as amended, including the following: 1. Arkansas State Department of Health Regulations 2. 1994 Arkansas Rules and Regulations for Energy Efficiency Standards for New Building Construction 3. Arkansas Department of Labor Regulations 4. Occupational Safety and Health Act (OSHA) 5. Utility Company Regulations and Requirements 6. Other State and Federal Laws and Regulations 7. Local Ordinances C. Furnish products and perform installation conforming to the latest accepted Standards published by the following organizations: 15010-1 • • BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS 1. Underwriter's Laboratories, Inc. (UL) 2 National Fire Protection Association (NFPA) 3. National Electrical Manufacturer's Association (NEMA) 4. American Society of Testing Materials (ASTM) 5. American National Standards Institute (ANSI) 6. Air Movement and Control Association (AMCA) 7. American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE) 8. American Society of Mechanical Engineers (ASME) 9. American Refrigeration Institute (ARI) 10. American Gas Association (AGA) 11. Midwest Insulation Contractors Association (MICA) 12. Sheet Metal and Air Conditioning Contractor's National Association (SMACNA) 13. Insurance Service Office (ISO) 14. Factory Mutual (FM) 15. National Environmental Balancing Bureau (NEBB) 16. Associated Air Balance Council (AABC) 17. National Sanitation Foundation (NSF) D. In case of discrepancy or conflict between Codes, Regulations, Standards, Drawings and/or Specifications, the requirement yielding the higher(est) quality of work shall govern. 1.03 ADMINISTRATIVE FEES: A. Obtain and maintain all necessary licenses, permits and inspections and pay all fees including taxes and penalties, if any, required by the Administrative Authority Refundable deposits will be paid by the Owner. 1.04 PRE -CONSTRUCTION SUBMITTALS: A. Submit for approval, Manufacturer's technical data sheets including performance specifications for all equipment and air devices shown on the schedules. Also provide data on all system accessories and all materials. Include all piping, ductwork and insulation materials. Accessories to be submitted on shall include valves and all piping accessones, and all duct 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. Indicate all pertinent dimensions on scale drawings necessary for clarity and or 15010-2 • • BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS coordination of the installation between trades. D. Provide complete electrical data and wiring diagrams. E Make Submittals on all work contained in Division 15, Mechanical at one time except by special permission F. Bind Submittals in durable cover(s) with contents conveniently organized and properly indexed with index tabs. G. Obtain approval on product manufacturers not specifically named prior to making submittals. H. Each Mechanical Section contains a listing of required Submittals only for convenience. I. Submit for approval a schedule of nameplates and manufacturer's data sheets and Shop Drawings on special supports and seals. J. Provide performance data on all substituted items to demonstrate equality to those scheduled. Include all sound level, rpm, velocity and other data as it is applicable. K. Submit proposed changes in ducts, pipes or equipment lay out before ordering or fabrication as stated below under "Intent'. 1.05 INTENT. A. It is intended that the Contractor provide a complete and operating mechanical system including all incidental items, and connections necessary for proper operation or customarily included even though each and every item may not be indicated. B. The Drawings indicate the general layout requirements for equipment, fixtures, piping, ductwork, etc. Final layout will be govemed by actual field conditions with all measurements verified at the site Contractor shall verify that all equipment, ducts, pipes and all other components will fit in the space provided before fabrication or ordering. Contractor shall submit any proposed changes to the Engineer for approval before ordering or fabrication. C. It is intended that the mechanical installation be safe, reliable, energy efficient, and easily maintained with adequate provisions allowed for access to equipment. D. It is intended that the mechanical system operate quietly with noise levels below the cnteria recommended for the application by ASHRAE. Provide corrective 15010-3 • • BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS action as required to reduce objectionable noise or vibration. E. It is intended that new natural gas piping be extended to the new roof top unit from the existing gas meter location. Coordinate the exact size of gas piping required with the manufacturer and local gas company prior to installation. PART 2 - PRODUCTS 2.01 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 products are required, provide all units of the same manufacturer. 2.02 PRODUCT HANDLING: A. Store products in the original containers and shelter in a suitable environment at an approved location. Make readily accessible for inspections and inventory accounting. 2.03 PRODUCT SUBSTITUTIONS: A. For products specified by generic reference standard, select any product meeting such standard. B. For products specified by naming one or more products or manufacturers, select any named. Submit request, in writing, for substitution of any product or manufacturer not specifically named and obtain approval at least five working days prior to bid date. C. Provide all information required to support claim of "equality" of product proposed for substitution. Substitutions will be considered only if equivalent in quality, efficiency, performance, size, weight, reliability, appearance, and ease of maintenance to the specified product or manufacturer. D. Where approved product substitutions alter the design, space requirements, electrical requirements, connections, or etc , include all work necessary to provide a complete installation of quality equal to or better than that which would have been achieved with products or manufacturers as specified. 15010-4 • • BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS 2.04 MECHANICAL IDENTIFICATION: A. Identify each major component as to manufacturer's name, address, model number, serial number, and pertinent ratings on a durable plate attached to the component in a conspicuous place. B. Identify each major component as it is named on the Drawings or referred to herein with engraved nameplates made from laminated plastic sheets. 1. Furnish with white letters on black background except for other color coded requirements. 2. Provide appropriate size nameplates with information easily readable. 3. Submit for approval, a schedule of nameplates to be affixed to each major component. 4. Attach nameplates with approved adhesive on factory baked enameled surfaces only. Attach nameplates with proper screws on field painted and all other surfaces. C. Identify outdoor underground lines with continuous strip of plastic utility marker tape as manufactured by Seton stating at regular intervals "CAUTION (state utility) PIPE BELOW." Install one foot directly above pipe before backfilling to grade. 2.05 ANCHORS: A. Size anchors for minimum safety factor of two times recommended load. Use only corrosion resistant matenals. B. In new concrete, use malleable iron inserts set pnor to pounng concrete. C. In existing concrete or solid masonry, use Phillips "Redhead" expansion shields or Elcen self drilling expansion shields. Use power driven fasteners only for light loads and with specific approval. D. In hollow masonry, use steel toggle bolts. E On structural steel, use approved beam clamps or direct weld. F. In wood, use wood screws or lag screws or through bolt with nuts and washers. G. In sheet metal, use self tapping sheet metal screws or machine bolts with washers and nuts. H. In bar joists, use hanger rod between bottom angles secured with washers and 15010-5 • • BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS nuts. 2.06 HANGERS AND SUPPORTS: A. Generally, support piping in accordance with ANSI 831.1 and support ducts in accordance with SMACNA duct construction standards. B. Support horizontal steel and copper pipe as follows: 1. For pipe sizes 2" and smaller, use adjustable wrought steel ring or clevis hanger spaced at 5 feet on center with 3/8" steel hanger rod. 2. For pipe sizes 2-1/2" through 4", use adjustable wrought steel clevis spaced at 10 feet on center with 5/8" steel hanger rod 3. Support high temperature pipe with pipe roller hangers to allow for expansion. C. Provide trapeze hangers consisting of steel angles or channels with spacers and steel hanger rods for multiple piping or duct runs. D. Provide copper plated hangers if in contact with copper piping. E Provide 18 gauge galvanized saddles for insulated pipe and size hanger to accommodate pipe and insulation. F. Support ducts with steel bands, steel angles, or steel channels near each transverse joint. G. Support piping on roof with 4"x4"x2' redwood blocks with wooden saddle formed to fit pipe and nailed to block. Loosely clamp pipe to saddle with steel straps. 2.07 CONCRETE BASES: A. Provide concrete bases for floor mounted equipment indicated on the Drawings and all exterior equipment mounted on grade. Use proper cement -sand mix to achieve strength of 3000 psi after 28 days. B. Provide steel reinforcing bars as required and provide proper ties and support during pouring. C. Establish sizes of bases required to accommodate equipment. Generally, make bases extend 3" larger than equipment. D. Provide properly sized anchor bolts held in position with templates. Where anchor bolts cannot be held in sufficient alignment, provide adjustable bolts in pipe 15010-6 • • BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS sleeves. E Prior to pounng, set steel re -bar dowels in holes drilled in existing slab for proper anchorage of base. Install near each corner and at other intervals not to exceed 24 inches. F. Trowel finish and rub smooth. Form edges with 3/4" chamfer. 2.08 SLEEVES: A. For pipes or round ducts through dry floors above grade or interior walls, form sleeves with 18 gauge galvanized sheet metal Sleeves are not required in non fire rated dry wall construction nor slab on grade. B. For rectangular ducts through walls or floors, form sleeves with steel angles or channels or galvanized sheet metal. C. Extend sleeves through floors one inch above floor and seal watertight. For core drilled penetrations in existing floors, provide one inch angle rings set in sealant in lieu of sleeves. Make wall sleeves flush with wall. D. Size sleeves to allow for movement due to expansion and to provide for pipe insulation run continuous through sleeves. E Where pipes or ducts pass through sleeves, completely fill space with insulation or approved fire barrier materials. Provide tight fitting escutcheon plates on both sides of wall sleeves as follows: 1. Galvanized sheet metal caps for ducts. 2 Galvanized or cad plated plates for pipes in mechanical spaces or unfinished areas. 3. Chrome plated brass for pipes in finished areas. 2.09 FLASHING AND SEALS: • A. Where piping penetrates roof membrane, provide 30 inch square sheet of 5 Ib/sq. ft. lead or 18 gauge copper. Extend flashing into top of open vent pipes one inch or provide flashing assembly or pitch pan as recommended by roofing manufacturer B. Flash floor drains, except in slab on grade, with copper sheet flashing. Extend flashing under tile or floor finish to 6 inches up wall in showers or 2 feet from floor drain. Clamp flashing to auxiliary drain collar on floor drain 15010-7 • i BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS C. Provide curbs for all roof mounted equipment. Make curbs minimum of 4 inches above flood level of root Flash and counter flash with galvanized sheet metal, soldered and properly waterproofed. D. Where piping penetrates outside walls, make watertight with oakum and sealant or provide modular rubber seal designed for the purpose PART 3 - EXECUTION 3.01 MANUFACTURER'S DIRECTIONS: A. Handle, 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 instructions before proceeding with the work. 3.02 INSPECTIONS: A. Arrange with the Administrative Authority for inspections of all work required and obtain approval pnor to concealing or proceeding with the work B. Give adequate notice before concealing any work for inspections by the Architect or Owner's representatives. Obtain Instructions to proceed before concealing the work. 3.03 CLEANING: A. Keep the premises clean and free from debris, dirt, etc. B. Upon completion of the work, clean and polish all fixtures, equipment, etc. C. All ductwork shall be sealed during construction to prevent construction dust from entering ductwork. 3.04 WORKMANSHIP: A. Perform all work in accordance with the best practices of the trade and provide a "neat" installation by mechanics skilled in their respective trades and properly licensed. B. Accurately install piping, ductwork, and other equipment, plumb, level, and true to line with runs parallel or perpendicular to building lines. Make bends or offsets uniform. 15010-8 • • BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS C. Carefully perform all cutting, drilling, digging, etc., and patch or refinish the disturbed area to the condition of adjoining or similar surfaces in an approved manner. Do not cut any structural member without specific approval. Do not cut any electrical or mechanical lines that may be concealed. D. Conceal piping, ductwork, etc. in chases, furrings, or above ceilings unless indicated otherwise. Flush mount equipment required in finished walls where possible. 3.05 FLAME AND SMOKE CONSIDERATIONS: A. In ducts or other enclosures used for transporting environmental air, including retum air plenums above ceilings, use only products conforming to NFPA and UL composite classifications not exceeding 25 for flame spread and 50 for smoke developed ratings. This requirement applies to all materials including adhesives, finishes, etc. B. Completely seal penetrations through fire and/or smoke rated walls, ceilings, floors, or other barriers for the passage of piping, ductwork, etc. with a UL listed material to preserve the fire/smoke rating of the barrier. C. Provide approved fire dampers in air ducts penetrating fire barriers requiring a fire construction rating greater than one hour. Maintain access to fire dampers fusible link. 3.06 FAN SHUTDOWN CONTROLS: A. Provide smoke detector in the return of units below 2000 CFM. The detector shall be installed prior to mixing with outside air. Provide smoke detector in supply of units greater than 2000 CFM. If the entire area served by the unit is not protected by smoke detectors, then provide a smoke detector in the retum also of units greater than 2000 CFM. The smoke detectors shall shut the unit down. B. If the building contains a fire alarm system, the smoke detectors shall also signal the fire alarm panel. If the building does not contain a fire alarm system, then provide remote indicators in a readily visible location. C. Mechanical Contractor shall install the smoke/fire detector in the ductwork as appropriate. The controls contractor shall wire the detector to shut the unit down, and the fire alarm contractor shall wire the detector to his own system. 15010-9 C BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS 3.07 COORDINATION: A. Coordinate the mechanical work with the work of related trades to avoid interference's. Determine the exact route of piping and ductwork prior to fabrication and the exact location of each outlet and equipment connection prior to installation. B. Study the Architectural, Structural, Mechanical and Electrical Drawings, and Specifications including Shop Drawings and manufacturer's technical data sheets, and compare to actual site conditions and constraints. In case of conflicts or interference, obtain clarification or instructions before performing any work. C. Piping or equipment requiring slope or specific mounting elevations will generally have right of way over products whose elevations can be changed. D. Carefully plan the sequence of work as required to minimize disruptions and installation time. 3.08 EQUIPMENT CONNECTIONS: A. Make all required utility connections to each item of equipment shown or specified including equipment furnished by Owner, and make operational. B. Connect overflows, relief discharges, blowdowns, drain valves, etc. with approved piping and extend to floor drains or other approved discharge points. C. Make all electrical connections to equipment including power supply and control wiring in accordance with Manufacturer's instructions and National Electrical Code. 3.09 PROTECTION REQUIREMENTS: A. Locate existing utility lines and adequately identify and protect during the execution of the work. B. Protect public and private property against damage. C. Protect all work including building finishes against damage due to dirt, water, chemicals, frost, heat, handling, theft, etc. Keep openings in piping and ductwork and equipment closed with suitable plugs or caps during installation. D. Provide necessary warning devices, barricades, or coverings required for safety around moving parts, sharp objects or high temperature surfaces. 3.10 CHASES AND OPENINGS: 15010-10 0 • BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS A. Provide templates or details for chases and other openings required through floors, walls, ceilings, etc. to accommodate piping or ductwork. 3.12 PIPING INSTALLATION: A. Erect piping without forcing or springing and allow for proper clearance and headroom. B. Provide for expansion and contraction with piped loops, changes in direction, or approved expansion couplings. C. Install all piping in a manner to prevent freezing. If necessary to install water piping in unheated spaces or outdoors above the frost line, provide electric heat tracing around pipe prior to insulating. 3.13 PAINTING: A. 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 of approved exterior enamel based paint. D. Paint roof mounted and other outdoor equipment to uniformly match background or adjacent surfaces as directed. 3.14 TESTING, ADJUSTING, AND BALANCING: A. After systems are completed and fully operational, perform Testing, Adjusting, and Balancing (TAB) in accordance with procedures recommended in ASHRAE Systems volume, AABC Standards, and NEBB Standards on the following systems: 1. Supply Air System 2. Return Air System 3. Outside Air System B. Furnish all test equipment, tools and instrumentation required for TAB. Submit 15010-11 • BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS proof of calibration when required. C. Before beginning TAB, submit forms to be used to the Engineer for approval or use the attached forms. D. Adjust fan speeds, dampers, valves, and other controls to achieve design ratings. Balance each air device or valve to within plus or minus 10 percent of indicated flow rates. Perform TAB for each possible mode of operation. E. Notify Engineer 24 hours prior to taking final readings and arrange for Engineer to be present for final readings. F. Obtain and record all measurements required for final TAB report. Include at least the following data: 1. Running amperes and voltage at each motor 3/4 horsepower or larger. Indicate rpm and direction of rotation. 2. Air flow rates (cfm) at each supply air outlet, return and outside air intake. 3. Dry bulb air temperatures in each conditioned space and at entrance and exit of all coils with corresponding outside air temperature. Record refrigerant pressures at the same time. 4. Static pressures in each control zone relative to outdoors and across each fan, air filter, major component, and major duct run. G. TAB shall be performed by a qualified TAB specialist approved by the Engineer. 3.15 POST CONSTRUCTION SUBMITTALS: A. Deliver special tools, lubricants, and other products necessary for proper operation and maintenance of the mechanical systems. B. Deliver spare parts as called for under other Mechanical Sections contained herein or on the Drawings. C. Submit Project Record Documents indicating all changes from the Contract Documents made during construction. D. Submit Certificates of Final Inspections from the Administrative Authority. E. Submit Operation and Maintenance Manuals covering all phases of equipment and systems provided. Include complete spare parts data with current prices and sources of supply. Include copy of manufacturing data sheets and shop drawings required in pre -construction submittals. 15010-12 BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS F. Submit extended warranties in excess of the standard one year warranty where required by other Mechanical Sections contained herein or on the Drawings. G. Submit TAB report on approved record forms. 3.16 INSTRUCTIONS TO OWNER: A. Provide competent instruction to Owner's personnel covering operation and maintenance of all mechanical systems. Provide specialized instruction by manufacturer's technical representatives when required. END OF SECTION 15010-13 C BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS VIBRATION ISOLATION SECTION 15240 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Vibration isolators 1.02 RELATED WORK: A. Section 15510 Hydronic Piping System B. Section 15860 Fans 1.03 REFERENCE STANDARDS: A. Provide and install mechanical equipment so that Average Noise Criteria Curves, as outlined in ASHRAE Guide, are not exceeded. 1.04 SHOP DRAWINGS: A. Submit shop drawings in accordance with Section 15010. B. Vibration isolation shop drawings shall show isolator locations, load on each isolator, inertia slab dimensions, and include installation instructions. 1.05 INSPECTION: A. Provide inspection services by vibration isolation equipment and materials manufacturer's representative for final installation is in accordance with specifications and manufacturer's recommendations. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Manufacturer and Type: Mason Industries. B. Other Acceptable Manufacturers: Related Equipment Manufacturers. 15240-1 BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS C. Substitutions: Items of same function and performance are acceptable in conformance with Section 15010. 2.02 VIBRATION ISOLATORS: A. Double deflection neoprene mounting shall have a minimum static deflection of 0.35'. All metal surfaces shall be neoprene covered to avoid corrosion and have friction pads both top and bottom so they need not be bolted to the floor. Bolt holes shall be provided for these areas where bolting is required. On equipment such as small vent sets and close coupled pumps, steel rails shall be used above the mountings to compensate for the overhang. Mountings shall be type ND or rails type DNR as manufactured by Mason Industries, Inc. B. Spring type isolators shall be free standing and laterally stable without any housing and complete with 1/4" neoprene acoustical friction pads between the baseplate and the support. All mountings shall have leveling bolts that must be rigidly bolted to the equipment. Spring diameters shall be no less than 0.8 of the compressed height of the spring at rated load. Springs shall have a minimum additional travel to solid equal to 50% of the rated deflection. Submittals shall include spring diameters, deflections, compressed spring height and solid spring height. Mountings shall be type SLF as manufactured by Mason Industries, Inc. C. Vibration hangers shall contain a steel spring and 0.3" deflection neoprene element in series. The neoprene element shall be molded with a rod isolation bushing that passes through the hanger box. Spring diameters and hanger box lower hole sizes shall be large enough to permit the hanger rod to swing through a 30° arc before contacting the hole and short circuiting the spring. Springs shall have a minimum additional travel to solid equal to 50% of the rated deflection. Submittals shall include a scale drawing of the hanger showing the 30" capability. Hangers shall be type 30N as manufactured by Mason Industries, Inc. PART 3- EXECUTION 3.01 INSTALLATION: A. Install vibration isolators for mechanical motor driven equipment. B. Provide spring hangers on piping connected to isolated equipment as 15240-2 BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS follows: up to 4 inches diameter, first 3 points of support; 5 inches to 8 inches diameter, first 4 points of support; 10 inches diameter and over, first 6 points of support. Static deflection of first point shall be twice deflection of isolated equipment. C. Provide spring hangers for all suspended motor driven equipment. D. Provide spring isolators for all motor driven equipment not located on slab on grade applications. END OF SECTION 15240-3 BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS MECHANICAL INSULATION SECTION 15250 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Interior air duct accoustical/thermal liner B. Exterior duct wrap insulation C. Refrigerant piping insulation D. Cooling condensate drain insulation 1.02 RELATED WORK: A. Section 15010 General Mechanical Requirements B. Section 15890 Low Pressure Ductwork and Accessories 1.03 SUBMITTALS: A. Submit Manufacturers Data Sheets on each type of insulation to be used. 1.04 QUALITY ASSURANCE: A. Perform installation in accordance with MICA, Commercial and Industrial Insulation Standards. B. Follow manufacturers directions on adhesive application, fastener spacing, etc. PART 2- PRODUCTS 2.01 MATERIALS: A. Glass fiber type equal to Owens-Corning Fiberglass 23ASJ\SSL for 1/2" and greater thickness. 1. K -factor no greater than 0.24 2. Jacket permeance no greater than 0.02 perms. 3. Self sealing laps on longitudinal and transverse joints of all service jacket. 4. J -M "Zeston" PVC fitting covers over Fiberglass inserts for valves and fittings. Provide 25/50 flame/smoke rating when used in air plenums. 15250-1 BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS B. Flexible elastomeric pipe insulation equal to Armstrong "Armaflex" for 1/2" and less thickness. 1. Use proper adhesive. 2. Use sheets cut and molded around valves and fittings. 3. Do not use in air plenums unless 25/50 flame/smoke rated. C. 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. D. Flexible Fiberglass exterior duct wrap equal to FRK-25. 1. K -factor no greater than 0.3. 2. 3/4 lb. density. 3. Foil reinforced kraft (FRK) vapor barrier. E. Foam/vinyl safety covers for drains & supply lines equal to Plumberex "Handy - Shield." 1. White vinyl cover over insulating foam liner. 2. Locking strap with recloseable sealing strips and weep seam. 3. Meet Federal Std. 4.19.4 GSA and ANSI Al 17-1-1980. PART 3- EXECUTION 3.01 INSTALLATION: A. Successfully perform all leak tests prior to applying insulation. B. Provide aluminum sheet metal jacket over insulation exposed outdoors above grade. Use rivets and seal joints watertight. C. Provide approved coating of mastic over piping insulation jackets installed underground and make waterproof and puncture resistant. D. Insure surfaces are clean and dry prior to installing insulation. E. Neatly finish insulation at hangers or other protrusion. Seal vapor barrier joints in duct wrap with FRK duct tape. F. Ducts 18" upstream and 30" downstream from electric resistance and fuel burning heaters located within duct system will be wrapped externally with fiberglass duct wrap. (See Specification Section 15250, Mechanical Insulation Part 2-2.01-D) 15250-2 I. BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS G. All supply and return air systems installed in any unconditioned space shall be insulated with a minimum of 2" thickness, 34 density wrap, or 1" thickness, 1-1/2 lb density liner. 3.02 INSULATION SCHEDULE: SERVICE INSUL. TYPE THICKNESS A. Rectangular supply Accous. Liner 1" air ducts. F. Round supply air ducts. Duct Wrap 1-1/2" G. Rectangular return air Accous. Liner 1" ducts. H. All outside air supply Duct Wrap 1-1/2" ducts within building. END OF SECTION 15250-3 BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS PACKAGED COMBINATION HEATING/COOLING UNITS SECTION 15781 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Packaged rooftop heating/cooling unit B. Controls C. Roof mounting frame 1.02 RELATED WORK: A. Section 15010 General Mechanical Requirements B. Section 15890 Low Pressure Ductwork and Accessories 1.03 QUALITY ASSURANCE: A. Meet the requirements of UL and applicable codes. B. Test and rate cooling systems to ARI Standard 210. C. Furnish units complying with ANSI Standards for safety and efficiency and certified by AGA for outdoor applications. 1.04 SUBMITTALS: A. Submit Manufacturer's Data Sheets on each unit and all accessories to be furnished. Clearly indicate optional features to be furnished and all electrical requirements. Include detailed installation instructions and dimensions. B. Submit Shop Drawings on special mounting arrangements if not included in standard installation instructions. 1. Submit extended warranties required herein. 1.05 WARRANTY: A. Provide ten year unconditional parts warranty on heat exchangers. 15781-1 fl BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS B. Provide five year unconditional parts warranty on compressor units. PART2-PRODUCTS A. Units shall be products of a manufacturer who provides local service personnel from factory representative, franchised dealer, or certified maintenance service shop. B. Acceptable manufacturers are Carrier, Trane, Lennox LG series and York. 2.01 TYPE: A. Provide roof mounted units as scheduled. B. Units shall be self-contained, packaged, factory assembled and pre -wired, consisting of cabinet and frame, supply fan, heat exchanger and burner, controls, motor starters, air filter, direct expansion cooling coil, compressor, condenser coil and fan. 2.02 CONSTRUCTION: A. Cabinet: Steel with bonderized, baked enamel finish, access doors or removable access panels. Structural members shall be minimum 18 gage, with access doors or removable panels, minimum 20 gage. B. insulation: Neoprene coated glass fiber on surfaces where conditioned air is handled. Protect edges from erosion. C. Heat Exchangers: Aluminized steel; of welded construction. D. Supply Fan: Centrifugal type rubber mounted V -belt drive, adjustable variable pitch motor pulley, or multi -speed direct drive and rubber isolated hinge mounted motor. Complete fan assembly shall be isolated. E. Air Filters: 2 inch thick 30% efficient disposable media in metal frames arranged for easy replacement. 2.03 BURNER: A. Gas Burner: Induced draft type burner with adjustable combustion air supply, pressure regulator, gas valves, manual shut-off, intermittent spark ignition, flame sensing device, and automatic 100% shut-off. 15781-2 BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS B. Gas Burner Safety Controls: Energize ignition, limit time for establishment of flame, prevent opening of gas valve until pilot flame is proven, stop gas flow on ignition failure, energize blower motor, and after air flow proven and slight delay, allow gas valve to open. C. High Limit Control: With fixed stop at maximum permissible setting, de -energize burner on excessive bonnet temperature and energize burner when temperature drops to lower safe value. 2.04 EVAPORATOR COIL: A. Provide copper tube aluminum fin coil assembly with galvanized drain pan and connection, capillary tubes, and expansion valve. 2.05 COMPRESSOR: A. Provide hermetic compressor, 3600 RPM maximum resiliently mounted with positive lubrication, crankcase heater, high and low pressure safety controls, motor overload protection, and filter dryer. B. Timed off circuit shall limit number of compressor starts to 12 per hour. C. Provide capacity control by staging compressors (7-1/2 tons and above) or cycling the compressors (below 7-1/2 tons). 2.06 CONDENSER: A. Provide copper tube aluminum fin coil assembly with sub -cooling rows. B. Provide direct drive axial fans, resiliently mounted with fan guard, motor overload protection, wired to operate with compressor. 2.07 SUPPLY/RETURN CASING: A. Dampers: On units below 5 tons capacity, provide manual outside air dampers for fixed outside air quantity. B. Dampers: When scheduled, provide remote controlled outside air dampers with damper operator and remote rheostat for adjusting outside air quantity. C. Economizer: On all units, provide outside and relief dampers with damper operator and control package to automatically vary outside air quantity. Outside air damper shall fail to closed position. Relief dampers may be gravity balanced. 15781-3 S • BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS Relief dampers equal to Greenheck EM -30 ( maximum face velocity not to exceed 1000 fpm) shall be field installed in return air duct for horizontal discharge unit only. Provide relief damper by unit manufacturer. Economizer shall automatically modulate return/outside air dampers to maintain 50°-55° supply air temperatures. D. Gaskets: Provide tight fitting dampers with edge gaskets. E. Damper Operator: 24 volt, spring return with motor. F. Mixed Air Controls: Maintain selected mixed air temperature lock out compressor below approximately 57°F ambient, return dampers to minimum position above approximately 65°F ambient (adjustable). 2.08 OPERATING CONTROLS: A. Provide low voltage, adjustable thermostat to control burner operation heater stages in sequence with delay between stages compressor and condenser fan, and supply fan to maintain temperature setting. 1. Include system selector switch (heat -cool -off) and fan control switch (on -auto). B. When scheduled, provide programmable thermostat to maintain night thermostat setting, lock out refrigeration, and close outside air damper for night and unoccupied operation. C. Provide smoke detector in the return of units below 2000 CFM The detector shall be installed prior to mixing with outside air. Provide smoke detector in supply of units greater than 2000 CFM. If the entire area served by the unit is not protected by smoke detectors, then provide a smoke detector in the return also of units greater than 2000 CFM. The smoke detectors shall shut the unit down. If the building contains a fire alarm system, the smoke detectors shall also signal the fire alarm panel. For systems greater than 15000 CFM serving more than one floor, provide smoke detector at each floor in return air duct prior to connection to the common return duct and prior to connection any outside air duct. PART 3- EXECUTION 3.01 INSTALLATION: A. Mount units on 14" high, factory built roof -mounted curb providing watertight enclosure to protect ductwork and utility services. 15781-4 BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS B. Provide flashing at intersection of unit and curb. 3.02 PACKAGED ROOF TOP HEATING/COOLING UNITS SCHEDULE: A. Refer to plans for Schedule. END OF SECTION 15781 -5 BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS LOW PRESSURE DUCTWORK AND ACCESSORIES SECTION 15890 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Sheet metal ductwork including plenums B. Flexible insulated ducts C. Air devices including louvers and dampers D. Other duct accessories 1.02 RELATED WORK: A. Section 15010 General Mechanical Requirements B. Section 15250 Mechanical Insulation 1.03 SUBMITTALS: A. Submit Manufacturer's Data Sheets on air devices, dampers, louvers, flexible duct, take -off fittings, and other manufactured items. B. Submit Shop Drawings of ductwork layouts, fittings and air devices. 1.04 QUALITY ASSURANCE: A. Fabricate ductwork in compliance with SMACNA Low Pressure Duct Standard and NFPA 90A. PART 2- PRODUCTS 2.01 SHEET METAL DUCTS: A. Use galvanized steel lock forming quality with 1.25 ounces per square foot zinc coating on each side. B. Use rivets or sheet metal screws for fasteners. C. Use proper water and fire resistant sealant. 15890-1 BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS 2.02 FLEXIBLE DUCTS: A. Flexible spiral wound duct with 1" insulation and vapor barrier equal to Owens-Corning Fiberglas INL-25 orATCO Series 900. 1. Insulation conductance at 75°F, no greater than 0.23 btu/hr. sf. deg. 2. Vapor transmission of vapor barrier no greater than 0.1 perms. 2.03 AIR DEVICES: A. Furnish and install items as scheduled on the Drawings. B. Provide ceiling mounted devices compatible with ceiling type. C. Provide storm proof type louvers with heavy gauge wire mesh on outside. Field paint as directed. D. Provide insulated low energy motorized shutter -dampers for large outdoor air intakes as scheduled. 2.04 DUCTWORK ACCESSORIES: A. Provide double thickness airfoil type turning vanes at all rectangular elbows. Perforated, internally insulated blades shall be used on ducts 20" and wider. B. Provide 16 gauge galvanized steel balancing dampers with guadrants or adjustment rod and lock screw where required for proper TAB. C. Fabricate splitter dampers of double thickness sheet metal with streamlined shape. Provide exterior adjustment rod and lock screw. D. Where round duct takes of from rectangular duct, provide 45° rectangular to round take -off fitting with butterfly volume damper. E. Provide flexible connections of neoprene coated flameproof fabric tightly crimped into metal edging strips. Attach to ductwork and equipment with sheet metal screws. F. Provide access doors where required for maintenance and inspection. Fabricate of galvanized steel with gaskets and quick fastening locking devices. Provide double thickness insulated door in insulated ductwork. 15890-2 BUILDING RENOVATION CITY ENGINEERING DEPARTMENT FAYETTEVILLE, ARKANSAS G. When indicated on Drawings, provide type B fire damper of the curtain type with fusible link with 90% free area of duct. Select fusible link for 160°F. unless shown otherwise. Provide access doors at all fire dampers. PART 3- EXECUTION 3.01 FABRICATION: A. Provide proper duct reinforcing with angles or cross breaks per SMACNA Standard, insulate per Section 15250. B. Lap metal ducts in direction of air flow. C. Make transitions gradually with divergence no greater than 300. D. Rigidly construct ducts with tight joints free from vibration, rattles, or air noise. Audible leaks shall be sealed with approved sealant. E. Construct plenums of galvanized panels suitably reinforced and diagonally braced. 3.02 INSTALLATION: A. Use flexible duct for final connection to air devices only. Connect with strap or clamp. B. Use flexible fabric connections at each fan and air handling device. C. Verify locations required of outlets and make adjustments to coordinate with architectural features, lighting fixtures, etc. D. Adjust air devices for proper throw distance and direction. E. Provide at least either 2 lined, rectangular elbows or 15 feet of lined, rectangular, straight duct at the supply and return connection of all forced air units. F. Seal all longitudinal and transverse joints with foil duct tape. END OF SECTION 15890-3 3 A C,r I"0 -� 3 ` & % ! \ 0 \ o 23 7 m 4 7 ` / E k\ ® ] + 0 @ 0 O fl 2 tot - '/ o! a #}2 _ \ � o §Fm B!; > =y - 01 +2� 01 g o Cl)• Sn rn / ! § z \2289 t 2);§ 0 [ \ 7 lco9a� /iii �, m /�\ « § Z /f/2 ; f [/ ]�� co � ( z ) ( � - � ( CO - � {] ■ o CD 7 go CiiJ Cii { 0 ( ,! m STAFF REVIEW FORM 0 S RECEIVED XX AGENDA REQUEST CONTRACT REVIEW MAY 0 5 2000 GRANT REVIEW Qlfl Q O FAYETTE E For the Favetteville City Council meetinq of May 16, 2000 'RSOFFIC FROM: AdministrativeServices 4- ACTION REQUIRED: Award of Bid #00-43 to Airworks, Div. Of MCC for HVAC--Engine Building, 125 w. Mountain at a cost of $ 55,455.00 with a 10% contingency of $ 5,545.00 COST TO CITY: $ 61,000.00 Cost of this Request 4470.9470.5804.00 Account Number 98081 - 01 Project Number 3E' 36 Category/Project Budget S , $4 l.'.�a Funds Used To Date CoMKtrrM S 2D7 .-728 Remaining Balance TCA Renovation Category/Project Name Program Name C T P SALS S TA,k Ca nat Fund BUDGET REVIEW: XX Budgeted Item Budget Adjustment Attached CONTRACT/GRANT/LEASE REVIEW: Ci GRANTING A NCY: $ate Date Vernal Auditor Date Date ADA Coordinator Date 5-5-0o Date STAFF RECOMMENDATION: Award Bid #00-43 to a 10% contingency of $ 5,545.00. rworks, Div. at MCC tar Cross Reference New Item: Yea No Prev Ord/Res #: Orig Contract Date: , A:\AWTCA.WPD S Page 2 Description HVA!`__Fngi,' eee ,;Ta4li1 A; ng XeetingOate 1 F, 7n0O Conents: Reference Counts: Budget Coordinator Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor FAYETTEVLLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE To: Harold Dahlinger, Building Maintenance From: Heather Woodruff, City Clerk Date: July 12, 2000 Attached is a copy of the resolution and signed contract with Air Works, Division of MCC. The original will be microfilmed and filed with the City Clerk. Your Purchase Requisition has been forwarded to the Internal Auditor for a contract number. cc: Nancy Smith, Internal Auditor STAFF REVIEW FORM AGENDA REQUEST XX CONTRACT REVIEW GRANT REVIEW FROM: • j2e5 u/ -v& eNn/4o0 / 5t -O '7/17lo0 MICROFILMED Administrative Services ACTION REQUIRED: Approve Change Order for Purchase Order 00-2196 in the amount of $ 674.00 + Tax to Airworks, Division of Multi -Craft Inc. for gas welds & relocation of existing condensing unit not included in original contract amount of $ 55,455.00 with 10% contingency of $ 5,545.00. COST TO CITY: $ 718.65 (Incl. Tax) $ Cost of this Request Category/Project Budget 4470.9470.5804.00 Account Number 98081-1 Project Number Funds Used To Date Remaining Balance TCA Renovation Category/Project Name Program Name Sales Tax Capital Fund BUDGET REVIEW: XX Budgeted Item Budget Adjustment Attached Budget Coordinator Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: g 1-7-00 `� cu t c., c�y11 l7/v o Date Internal uditor Date Date ADA Coordinator Date C HAI - t-1-oo X110. Purchasing Officer Date STAFF RECOMMENDATION: Approval of Change Order for P. O. 00-2196 in the amount of $ 674.00 plus Tax to Airworks, Div. Of Multi -Craft, Inc. rtment Director Date C W Direct Date Date Cross Reference New Item: Yes No Prev Ord/Res #: Orig Contract Date: 5/16/00 Orig. Contract Number: 769 Page 2 Description Change Order P.O. #00-2196 — $ 718.65 MeetingOate Ccnents: Budget Coordinator Accounting Manager City Attorney Purchasing officer ADA Coordinator Internal Auditor FAYETTEV&LE � THE CITY OF FAYETTENLLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: City of Fayetteville Staff Members FROM: Harold Dahlinger, Facilities Superintendent DATE: August 17, 2000 RE: APPROVAL OF CHANGE ORDER - AIRWORKS, DIV. OF MULTI -CRAFT, INC. Due to plumbing not being in the original part of the contract, Airworks had to do some welding on gas lines for the new 14VAC System installed in the Engineering Building. Even though all other plumbing was done in-house, a certified welder was needed to weld the gas lines for the system. An existing condensing unit also had to be moved temporarily while the parking lot is resurfaced. A change order request in the amount of $ 674.00 plus tax for Purchase Order #00-2196 issued to Airworks is attached for your approval. This amount is covered by the 10% contingency of $ 5,545.00 that was approved with original contract for $ 55,455.00. S AGREEMENT WITH Airworks, Div. of Multi -Craft. Inc. This is an amendment to the Agreement for HVAC System -Engineering Building, 125 W. Mountain executed on the 16th day of May. 2000 19_ between the City of Fayetteville, Arkansas and Airworks. Div. of Multi-rraft Tnr_ . Additional services required due to Gas line welding and tPmnorary relocation of existing condensing unit not in original contract. The charge for the additional services shall not exceed $_718.65 (Inc(. Tax) CITY OF FAYETTEVILLE: �Z� ____________Date________ Mayor Airworks, Div. of Multi -Craft, Irtc. Company ___________ Date August 17, 2000 (/ zlal4 Z f,G�/ Tit e FOR OFFICE USE ONLY Existing P.O. # 00-2196 Contract # 76g PMa© 1811 111111181 Each Package Must Be Marked PURCHASE ORDER # Exactly As Shown Here FAY EST VI LE City of Fayetteville, Arkansas 00-0002196-001 VENDOR NO. 4618 Air Works Div Of Multi Craft Inc PO Box 1760 Springdale AR 72765 DATE 6/15/00 FOB Fyv TERMS NET 30 DAY Unit O Description and Issue oty. M Received Account Number Unit Price TOTALS 1.00 JOB a) HVAC System Engineering Bldg 55455.00 55455.00 (formerly TCA Bldg) @ 125 W Mtn per Bid #00-43 & Specs 4470.9470.5804.00 98081 1 $55455.00 TOT ME SHIP TO: Building Maintenance JUN 15 2000 CITY OF FAYEITEVILLE 115 S CHURCH FAYEITEVH.LE AR 72701 Sales Tax Total: Dahlinger Maguire, .j Purchase Order Total: 55455.00 DEPARTMENT VERIFICATION BY DATE ADDITIONAL APPROVAL RECEIVED OE PT HEAD APPROVAL AMOUNT TO PAY $ NP VERIFICATION PURCHASING VERIFICATION PRICE CHANGE VERIFICATION CHECK# DOES NOT MEET PURCHASING POUCY CONTRACT PAYMENT OTHER PROTECT # THIS PAYMENT$ _ PREVIOUS PAYMENT(S) $ RETURN CHECK TO TOTAL PYMT(S) $ SEND COPY TO BALANCE$ DEPT. WHEN COMPLETE DELIVER TO ACCTS. PAYABLE FAYETTEV?LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Harold Dahlinger, Building Maintenance From: Heather Woodruff, City Clerk Date: September 6, 2000 Attached is the completed staff review form and signed change order for the contract with Airworks. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Auditor I S RESOLUTION NO. 71-00 A RESOLUTION AWARDING BID NO. 00-43 IN THE AMOUNT OF $55,455, WITH A 10% CONTINGENCY OF $5,545, TO AIRWORKS, DIVISION OF MCC; AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT FOR HVAC AT THE ENGINEERING BUILDING LOCATED AT 125 WEST MOUNTAIN. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 00-43 in the amount of $55,455, with a 10% contingency of $5,545, to Airworks, Division of MCC; and authorizes the Mayor and City Clerk to execute a contract for HVAC at the Engineering Building located at 125 West Mountain. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 16ih day of May . 2000. APPROVE . By: red Hanna, Mayor S.