Loading...
HomeMy WebLinkAbout166-02 RESOLUTION• 1 RESOLUTION Na 166-02 A RESOLUTION AWARDING A CONTRACT IN THE AMOUNT OF TWENTY-FOUR THOUSAND FIFTY DOLLARS ($24,050.00) TO AIRWORICS, A DIVISION OF MULTI -CRAFT CONTRACTORS, INC. TO RENOVATE THE HVAC SYSTEM AT THE FAYETTEVILLE ANIMAL SHELTER; AUTHORIZING A FIVE PERCENT (5%) PROJECT CONTINGENCY; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF FOUR THOUSAND FOUR HUNDRED SEVENTY DOLLARS ($4,470.00). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of Fayetteville, Arkansas, hereby awards a contract in the amount of Twenty -Four Thousand Fifty Dollars ($24,050.00) to Airworks, a division of Multi -Craft Contractors, Inc. to renovate the HVAC system at the Fayetteville Animal Shelter. Section 2. That the City Council of Fayetteville, Arkansas, hereby authorizes a five percent (5%) Project Contingency. Section 3. That the City Council of Fayetteville, Arkansas, hereby approves a Budget Adjustment in the amount of Four Thousand Four Hundred Seventy Dollars ($4,470.00). PASSED and APPROVED this 5th day of November, 2002. ATTEST: By: de/d EATHER WOODRUFF, City Clerk APPROVED: By: NAME OF FILE: CROSS REFERENCE: Item # Date • Resolution No.166-02 Document 1 11/05/02 Resolution # 166-02 2 10/14/02 Staff review form 3 Bid 4 10/11/02 Purchase requisition 5 11/14/02 Budget Adjustment 6 12/05/02 Memo from Heather Woodruff, City Clerk to Coy Hurd NOTES: • STAFF REVIEW FORM • X AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council Meeting of: November 5, 2002 FROM: Coy Hurd Building Services Name Division General Services Department ACTION REQUIRED: Award contract regarding the bid for the renovation of the HVAC system at the Fayetteville Animal Shelter located at 1640 A��rmstrong Drive, in th�J amou�lt of $24,050 09an approl of contingency in the amount of $1,203.00. (:v✓ �IQ►4 (01ia d t— Gc 120, G�lal/Q'✓' COST TO CITY: $24,050 Contract $1,203 Contingency Cost of this request 37,884.00 Kennel Upgrades & Improvements Category/Project Budget Program Category / Project Name 4470.9470.5804.00 $ 15,228.41 Other Capital Account Number Funds Used to Date Program / Project Category Name 02007.1 $ 22,655.59 Sales Tax Construction Project Number Remaining Balance Fund Name BUDGET REVIEW: Budget Manag X Budgeted Item X Budget Adjustment Attached /0 -i/ ,o Z Date Administrative Services Director Date CONTRACT/GRANT/LEASE REVIEW: filatc Accounting Manag (/OC._. Date Ala ditor /0//1/01 -- Date O!(//0)— Date City Attoey LICAR Purchasing Manager 1011i10a Date ADA Coordinator Grant Coordinator "/ /0 02 - Cross Reference Date New Item. Yes Date Previous Ord/Res#: l D //—Cn— Orig. Contract Date Date Mayor Date Date Date Orig. Contract Number Description Comments: ltaff Review Form - Page 2 Meeting Date Reference Comments: Budget Manager Accounting Manager City Attorney Purchasing Manager ADA Coordinator Internal Auditor Grants Coordinator • FAYETTEVILtE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE MEMORANDUM TO: Mayor Dan Coody, Members off etteville City Council FROM: Coy Hurd, Project Manager THRU: Gary Dumas, General Services Director RE: Bid for the renovation of the HVAC (heating, venting, and air conditioning) system at the Fayetteville Animal Shelter DATE: October 10, 2002 On October 9, 2002, a bid was conducted regarding a needed renovation of the HVAC system at the Fayetteville Animal Shelter at 1640 Armstrong Avenue. In anticipation of the bid opening, the Building Services Division telephoned four perspective vendors for the HVAC system for the purpose of stimulating interest and participation. In addition, public notification of the bid was advertised on two separate occasions in area newspapers. Two companies came to City offices to retrieve bid packages. When the 2:00 p.m. time arrived for the bid opening on October 9, only one vendor (Airworks) had submitted a bid. Airworks' bid was $24,500 for the work. This bid price was inclusive of all costs related to the stated scope of work, including all taxes, fees and permits. The bid of $24,050 was within the expected range of the cost of this work, and was also well within the declared amount of funds available. We should include a five percent contingency amount to address any possible changes or additions ($24,050 X .05 = $1,202.50; $24,050 + $1,203 = $25,253). It is my recommendation that Airworks' bid be accepted, and, that a Notice to Proceed be issued to that company to accomplish this work. I remain available to answer any questions or concerns on this matter. • • • • City of Fayetteville, Arkansas HVAC & MAKEUP AIR RENOVATION AT FAYETTEVILLE ANIMAL SHELTER Bid 02-41 General Information and Specifications: The City of Fayetteville is accepting price proposals from bidders to provide materials and installation to modify existing ductwork to add a new five ton DX cooling coil, replace thermostat, add five ton condensing unit, 2000 CFM E.R.V. with ductwork and associated controls. Proposals shall conform to the specifications attached. Contractors are encouraged to visit the site to verify site condition and accessibility before submitting. ;8 Proposals must conform to the following specifications and include appropriate evidence for each: 1. Bidder shall have a state of Arkansas Contractors License is bid proposal is over $20,000. 2. Bidder shall have workers' compensation as required by Arkansas State statutes. 3. Bidder shall have general liability insurance as required at a minimum of $500,000.00. A bid bond of 5% and a 100% performance/payment bond are required if bid proposal is over 520,000. The successful bidder will be responsible for providing the following: 1. Provide all labor, equipment, materials and supplies needed to complete the job as specified. 2. Remove and cleanup of all debris and construction materials after installation. 3. A 5100.00 per day penalty shall be assessed for each day over the 30 day required delivery date. Any deviation must be noted with specifications attached to bid. 4. Bad weather days will be considered and allowed when appropriate. A $100.00 per day penalty shall be assessed for each day over the 30 day completion time. Installation may be performed on Monday through Friday. 5. Project will not be accepted until the City approves the work after construction. PROPOSAL FORM Total price for this project shall include installation, post construction cleanup, etc. and sales tax as regulated in Arkansas Department of Finance and Administration, GR -21 (Attached). Total Bid o Ir*************517�0�Ir************* The Bidder understands the Owner reserves the right to reject any or all bids and to waive formalities deemed to be in the City's best interest. 1 j • Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the schedule closing time for receiving bids. CONTRACTORS NAME P t r Off K.c a! -r,4 o 4 f r t ry� 66 CONTRACTORS LICENSE # 00E2S$ I D30:°i CONTACT PERSON TITLE ADDRESS TELEPHONE SIGNATURE: Laren -Eau IKnef 6heck Ne o,1 ejnnp 01(1 gel' X300 LtWQV\ RA 6pmrnAltiVe AR, l 1 FAx '7M -031(p -n31(p i`1/ All inclusive bids must be submitted no later than Oct. 9, 2002 at 2:00 p.m., to the City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas, 72701 in a sealed envelope marked 'HVAC MAKEUP AIR AT ANIMAL SHELTER" "Bid 02-41." Each bidder will be required to meet or exceed the specifications attached. Any deviation must be noted with specifications attached to bid. Questions should be directed to Larry Rennie, Facilities Maintenance, (479) 575-8363. 2 CERTIFICATE: 141/001/ 00476 E(M I DIYY) ACORQS CERTIFICATE tF LIABILITY INSUR!NCE DATE PRODUCER Rabzemen Insurance/SPD 4706 5. Thompson, Suite 101 THIS ONLY HOLDER. ALTER CERTIFICATE AND THE THIS CONFERS CERTIFICATE COVERAGE IS ISSUED NO AFFORDED AS A MATTER RIGHTS UPON DOES NOT BY THE OF INFORMATION THE CERTIFICATE AMEND, EXTEND OR POLICIES BELOW. Springdale AR 72764 COMPANIES AFFORDING COVERAGE (501) 756-1400 COMPANY A St. Paul Mercury Insurance Co. INSURED Airworks Division of Multi-Craft Contractors, Inc. COMPANY B National Surety Corporation P. 0. Box 1760 2300 Lowell Rd. COMPANY C St. Paul Fire 6 Marine Ins. Co Springdale, AR 72765-1760 COMPANY D COVERAGES.-' - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NDICATED,NOT W ITHSTANDINGANYREOUIREMENT,TERMOR CONDIT ON OF ANYCONTRACT OROTHERDOCUMENT W ITHRESPECTTO W HICHTHIS 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 NUMBER POLICY EFFECTIVE DATE (MMIDD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS A GENERALLIABLFTY KK09101654 9/01/02 9/01/03 GENERAL AGGREGATE S 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO $ 2,000,000 CLAIMS MADE X OCCUR PERSONAL & ADV INJURY $ 1,000,000 OWNER'S & CONTRACTORS PROT EACH OCCURRENCE $ 1,000,000 X Per Protect Limit FIRE DAMAGE (Any one fire) $ 100,000 X Contractual Liab. MED EXP (Any ono person) $ 10,000 A AUTOMOBILE LIABILITY KK09101654 9/01/02 9/01/03 COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO ALL OWNED AUTOS BODILY INJURY (Per parson) S SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY (Per accident) S X NON-OWNED AUTOS PROPERTY DAMAGE S GARAGE LIABLITY AUTO ONLY -EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE S B EXCESS LIABLITY XYZ00075453290 9/01/02 9/01/03 EACH OCCURRENCE S 1,000,000 X UMBRELLA FORM AGGREGATE S 1,000,000 OTHER THAN UMBRELLA FORM S A WORKERS COMPENSATION AND EMPLOYERS'LIABILITY RVK9101979 9/01/02 9/01/03 X WC STA UJ TORY LIMITS OTH- ER EL EACH ACCIDENT S 1,000,000 THE PROPRIETOR/ PARTNERS/EXECUTIVE OFFICERS ARE: J INCL EXCL EL DISEASE-POLICY LIMIT S 1,000,000 EL DISEASE-EA EMPLOYEE $ 1,000,000 C OTHER Instal lotion Floater Special Causes of Loss IM09102640 9/01/02 9/01/03 S50,000 per Job location 510,000 In transit 510,000 temporary storage site 51,000 deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS PURPOSE OF CERTIFICATE: Insurance Information for BID for HVAC 6 Makeup Air Renovation at Fayetteville Animal Shelter BID 02-41 CERTIFICATE HOLDER City of Fayetteville Purchasing Office CANCELLATION -. -" SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WEL ENDEAVOR TO MAL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Room 306 113 1. Mountain St. BUT FALURE TO MAL SUCH NOTICE SHALLIMPOSE NO OBLIGATION OR LIABLITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Fayetteville, AR 72701 AUTHO DR PR DATIVE Debbie Kelm ACORD 25.5 (1195) .. ' ©ACORD CORPORATION.1988 CERTIFICATE: 141/001/ 00476 • DESCRIPTION: HVAC & MAKEUP AIR ANIMAL SHELTER &o, i64, -8..z. 1 1 1 i r tI:a ur. r, a - altatt1Illar:lu c rut: wdtau;S: cn rt iva:» lurid.' UNITED STATES FIDELIS5.31:55UARANTY COMPANY BOND# 400SA8960 We ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Airworks Division of Multi -Craft Contractors, Inc., Springdale, Arkansas as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a coroporation organized and existing under the laws of the State of Maryland and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville Animal Shelter, Fayetteville, Arkansas as Obligee, hereinafter called Owner, in the amount of Twenty-five Thousand, Three Hundred Forty-five and 06/100 Dollars ($.25,34.5.06— ) for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated December 5, 2Q02 entered into a contract with Owner for HVAC & MAKEUP AIR RENOVATION AT FAYETTEVILLE ANIMAL SHELTER , which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas No suit, action or proceeding shall be brought on this bond except by the Owner, unless it is brought in accordance with A.C.A. Section 22-9-403 (b) and A.C.A. Section 18-44-503 (b) (Supp. 1987) as amended. No suit, action or proceeding shall be brought by the Owner after two years from the date on which final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forberance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this 5th day of December it)( 2002 Witness Airworks Division of Multi -Craft Contractors, Inc. By. UNITED ST .14 illP Rtntatt:917fffitRE:11AlItllR'17M1A M011ifiltt t /II'(t0.E: !.:r n By Principal 1 / /, D GUARANTY COMPANY Surety ebbie Kelm ' Attorney-in-fact 1'. ,r' iiA‘'1411' .://a irial49/Ai /Mittl`7IIIRW c t 1�@. 9, /1Q&-03-- . V111(4.Vhiffli -f =1110,111121t dY.'`Y1181:I9411111 ttifillIMMIII iI:•iYHWiVIIMAC ' INME.' IIDW'.iINIWAIDIEW:=11/ 1)1 UNITEDS�CTES FIDELI CO?�L We UARANTY COMPANY BOND# 400SA8960 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Airworks Division of Multi -Craft Contractors, Inc., Springdale, Arkansas as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a coroporation organized and existing under the laws of the State of Maryland and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville Animal Shelter, Fayetteville, Arkansas as Obligee, hereinafter called Owner, in the amount of Twenty-five Thousands Three Hundred, Forty-five and 06/100 Dollars ($ — ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated Decgrnbgr,, 2Q0? entered into a contract with Owner for HVAC & MAKEUP AIR RENOVATION AT FAYETTEVILLE ANIMAL SHELTER which contract is by reference made a part hereof, and is hereinafter referred•to as the Contract. THE CONDITION OF THIS OBLIGATION is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner, unless it is brought in accordance with A.C.A. Section 22-9-403 (b) and A.C.A. Section 18-44-503 (b) (Supp. 1987) as amended. No suit, action or proceeding shall be brought by the Owner after two years from the date on which final payment under the Contract falls due. Any alteralions which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract or any other forberance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this 5th day of December( 2002 i I�. Witness Airworks Division of Multi -Craft Contractors, Inc. By Principal UNITED ST S FIDELITY D GUARANTY COMPANY Surety By ebbie Kelm Attorney-in-fact 71AMiR: IMIS;?1JA IRMIT10.0 MM Alit FARC VIIIMO ni O. • The StMuI POWER OF ATTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company SL Paul Guardian Insurance Company St. Paul Mercury Insurance Company Power of Attorney No. 22554 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. 829487 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies„), and that the Companies do hereby make, constitute and appoint Fred Stone, Warren T. Baldwin, Jr., William Brookshire, Tabatha Moody, Debbie Kelm and Beth Richardson Springdale Arkansas of the City of State their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to. and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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 ,rea ted orpe` need in any actions or proceedings allowed by law. WHEREOF, WITNESS WEREOF, the Companies have caused this ins ['to ffi1 nenSt 8sealetlahtA,A3Ld day of May 2001 t'ir Seaboard Surety Company \14QO lite States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance, • ompa (,Sr� at\) Fidelity and Guaranty Insurance Company St. Paul Guardian Insurancri0Zan411,0 c fic. Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Comp y> S 9•. nn da p:se State of Maryland City of Baltimore JOHN R PHINNEY, Vice President / /vt1 c . / tect THOMAS E. HUIBREGTSE, Assistant Secretary On this 23rd day of May 2001 before me, the undersigned officer, personally appeared John F. Phinney and Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary. respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters. Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 13th day of July, 2002. 86203 Rev. 7-2000 Printed in U.S.A. REBECCA EASLEY-ONOKALA. Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: 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 Attomey(s)-in-Fact pursuant to a Power of Attomey issued in accordance with these resolutions. Said Power(s) 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 any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers 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 Attomey(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 bearing such facsimile signature or facsimile seal shall be valid and binding 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 is validly attached; and RESOLVED FURTHER, that Attomey(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 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 other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(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. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, 1 hereunto set my hand this day of l car To verify the authenticity of this Power of Attorney, call /-800-4211 and rsPk+for dhe°we,r+oJ'Aey clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to whibt,the pope �s attachelj,_l - Q1� 4#'$tt Thomas E. Huibregtse, Assistant Se retary ACORDry CERTIFICATE Sulte 101 OF LIABILITY 4 INSUISNCE z MIDDRY) ;' PRODUCER Rebsaman Insuronea/SPO 4706 S. Thompson, Spr Ingdal• AR 72764 1501) 756-1400 THIS CERTIFICATE IS ONLY AND CONFERS HOLDER. THIS CERTIFICATE ALTER THE COVERAGE ISSUED AS A MATTER OF INFORMATION NO RIGHTS UPON THE CERTIFICATE DOES NOT AMEND, EXTEND OR AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A St. Paul Mercury Insurance Co. INSURED Airworks Division of Multi -Craft Contractors, Inc. P. 0. Box 1760 2300 Lowell Rd. Springdale, AR 72765-1760 I COMPANY B National Surety Corporation COMPANY C St. Paul Fire & Marine Ins. Co COMPANY D COVERAGES 'a.,,.». ' :,.," ..:.:.: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCELISTED BELO W HA VE BEENISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDINGANYREOUIREMENT,TERMORCONDIT ONOFANYCONTRACTOROTHERDOCUMENT WITHRESPECTTO WHICHTHIS 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 NUMBER POLICY EFFECTIVE DATE (MMNOIYY) POLICY EXPIRATION DATE (MAMMY) LIMITS A GENERALLIABLITY COMMERCIAL GENERAL CLAIMS MADE & CONTRACTOR'S ProJeet Limit LIABILITY OCCUR PROT KK09101654 9/01/02 9/01/03 GENERAL AGGREGATE $ 2,000,000 X PRODUCTS-COMP/OP AGO $ 2,000,000 X PERSONAL 8 ADV INJURY $ 1,000,000 OWNER'S Per EACH OCCURRENCE $ 1,000,000 X FIRE DAMAGE (Any one lire) $ 100,000 X Contractual Llab. MED EXP (Any one person) $ 10,000 A AUrOMOBLE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON.OWNED AUTOS KK09101654 9/01/02 9/01/03 COMBINED SINGLE LIMIT $ 1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE S. GARAGELIABLITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ B EXCESSLIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM XYZ00075453290 9/01/02 9/01/03 EACH OCCURRENCE $ 1,000,000 X AGGREGATE $ 1,000,000 $ A WORKERS COMPENSATION EMPLOYERS' LIABILITYTORY THE PROPRIETOR/ PARTNERS/EXECUTIVE OFFICERS ARE: AND INCL EXCL WVK9101979 9/01/02 9/01/03 X WC START- LIMITS OTH-. ER EL EACH ACCIDENT $ 1,000,000 _ EL DISEASE -POLICY LIMIT $ 1,000,000 EL DISEASE -EA EMPLOYEE $ 1,000,000 C OTHER Installation Floater Special Causes of Loss IM09102640 9/01/02 9/01/03 S50,000 per Job Icoat i on 510,000 in transit 510,000 temporary storage sl to 51.000 deductible DESCRIPTION RE: HVAC OF OPERATIONSLOCATIONSIVEHICLESISPECIAL ITEMS 6 Makeup Air Renovation at Fayetteville Animal Shelter CERTIFICATE.HOLDER ACORD - - - City of Fayetteville Purchasing Office Room 306 113 W. Mountain St. Fayetteville, AR 72701 25.5 (.1/95) ' - CANCELLATION SHOULD EXPIRATION 10 ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABLRY KIND UPON THE COMPA ITS AGENTS OR REPRESENTATIVES BUT FALURE OF ANY AIm10 D R BERT/ F "_/L/� - Debbie Kelm © ACORD. CORPORATION 1988..: ..... '. CERTIFICATE: 141/001/ 00476 • NOTICE TO BIDDERS Bid NO. 02-41 for HVAC & MAKEUP AIR ANIMAL SHELTER The City of Fayetteville, Arkansas, will receive proposals in Room 306, City Hall, 113 West Mountain Street, Fayetteville, 1 Arkansas until 2:00 p.m., October 9th, 2002, for the above listed item. Bid forms, specifications and terms and conditions may be obtained from Larry Rennie at the Building Maintenance Office located at 115 South Church. The City reserves the right to reject any and all proposals, and to waiveformalities deemed to be in the City's best interest. Contractors license and a 5% bid bond required if bids are $20,000.00 or more. Pursuant to Ark. Code Annotated 22-9-203, the City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises." Peggy Vice Purchasing Manager City of Fayetteville, Arkansas HVAC & MAKEUP AIR RENOVATION AT FAYETTEVILLE ANIMAL SHELTER Bid 02-41 General Information and Specifications: The City of Fayetteville is accepting price proposals from bidders to provide materials and installation to modify existing ductwork to add a new five ton DX cooling coil, replace thermostat, add five ton condensing unit, 2000 CFM E.R.V. with ductwork and associated controls Proposals shall conform to the specifications attached. Contractors are encouraged to visit the site to verify site condition and accessibility before submitting. Proposals must conform to the following specifications and include appropriate evidence for each: 1. Bidder shall have a state of Arkansas Contractors License is bid proposal is over $20,000. 2. Bidder shall have workers' compensation as required by Arkansas State statutes. 3. Bidder shall have general liability insurance as required at a minimum of $500,000.00. A bid bond of 5% and a 100% performance/payment bond are required if bid proposal is over $20,000. The successful bidder will be responsible for providing the following: 1. Provide all labor, equipment, materials and supplies needed to complete the job as specified. 2. Remove and cleanup of all debris and construction materials after installation. 3. A $100.00 per day penalty shall be assessed for each day over the 30 day required delivery date. Any deviation must be noted with specifications attached to bid. 4. Bad weather days will be considered and allowed when appropriate. A $100.00 per day penalty shall be assessed for each day over the 30 day completion time. Installation may be performed on Monday through Friday. 5. Project will not be accepted until the City approves the work after construction. PROPOSAL FORM Total price for this project shall include installation, post construction cleanup, etc. and sales tax as regulated in Arkansas Department of Finance and Administration, GR -21 (Attached). Total Bid $ **************************************************************************** The Bidder understands the Owner reserves the right to reject any or all bids and to waive formalities deemed to be in the City's best interest. Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the schedule closing time for receiving bids. CONTRACTORS NAME CONTRACTORS LICENSE # CONTACT PERSON TITLE ADDRESS TELEPHONE FAX SIGNATURE: All inclusive bids must be submitted no later than Oct. 9, 2002 at 2:00 p.m., to the City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas, 72701 in a sealed envelope marked "HVAC MAKEUP AIR AT ANIMAL SHELTER" "Bid 02-41." Each bidder will be required to meet or exceed the specifications attached. Any deviation must be noted with specifications attached to bid. Questions should be directed to Larry Rennie, Facilities Maintenance, (479) 575-8363. CITY OF FAYETTEVILLE, ARKANSAS Terms and Conditions 1. All bids shall be submitted in a sealed envelope and must be submitted on forms provided by the City. 2 The item bid and the bid number shall be stated on the face of the sealed bid envelope 3. Bids received after the date and time set for receiving bids will not be considered. 4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds. 5. The bid price shall remain good and firm until project is completed. 6. All products delivered shall comply with applicable standards of quality. 7. Any exceptions to the requirements of the City of Fayetteville must be noted on the Bid Form. 8. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the furnishing of the items bid. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws will apply to this bid, but will not be considered in award of the bid. 9. Each bidder shall state on the face of the bid form the anticipated number of days from the date of receipt of an order for delivery of equipment and installation to the City of Fayetteville. 10. Copy of the warranty shall accompany the bid, and any exceptions to the warranty shall be clearly noted on the bid form. 11. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder The entire cost of preparing and providing responses shall be borne by the bidder. 12. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 13. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation of bid. 14. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at (501) 575-8289 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 15. If products and/or components other than those described in this bid document are proposed, the bidder must include complete descriptive literature and technical specifications All requests for additional information must be received within five working days following the request. 16. Bids must be hand delivered or received by mail in the Purchasing Office, Room 306, 113 W Mountain St. Fayetteville, AR 72701, on or before the time of closing listed on the face of the bid. *17. Public improvement bids with a total of $20,000 or more shall submit certificates of insurance within 10 days of notice of bid award. Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries the following insurance which shall be maintained throughout the term of the bid. Any work sublet, the contractor shall require the subcontractor similarly to provide the same insurance coverage In case any employee engaged in work on the project is not protected under Workers' Compensation, 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. Workers' Compensation: Comprehensive General & Automotive Liability: Property Damage Liability: Statutory Amount $250,000 each person. $500,000 aggregate. $100,000 aggregate. *18. Public improvement bids with a total of $20,000 or more require a 5% bid bond and if awarded, a 100% performance and payment bond to be submitted before notice to proceed is given. *19. Public improvement bids exceeding $20,000 or more require a contractor's license. *20. The City shall pay Contractor based on unit prices indicated in contractor's bid proposal Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. *21. Contractor shall not assign his duties under the terms of this agreement. All work shall be coordinated directly with the Project Manager, or their designee. *Applies to construction public improvement projects only, unless otherwise noted. GR -21. PERSONS REQUIRED TO COLLECT AND REMIT TAX—SPECIFIC BUSINESSES --CONTRACTORS (Amended 1995, March 1998): A. DEFINITIONS 1. "Consumer" or "user" means the person to whom the taxable sale is made or to whom the taxable services are furnished. All contractors are deemed to be consumers or users of all tangible personal property including materials, supplies, and equipment used or consumed by them in performing any contract, and the sales of all such property to contractors are taxable sales. The contractor must pay tax at the time of purchase. 2. "Contract" means any agreement or undertaking to construct, manage or supervise the construction, erection, alteration or repair of any building or other improvement or structure affixed to real estate, including any of their component parts. The term "contract" shall not include the following: a. A contract to produce tangible personal property. b. A cost plus contract or any contract where the contractor has the right to pass any additional tax on to the principal as a part of the contractor's cost. 3. "Contractor" means any person who contracts or undertakes to construct, manage or supervise the construction, erection, alteration or repair of any building or other improvement or structure affixed to real estate, including any of their component parts. B. NON-TAXABLE SERVICES AND SALES. The following represents services which are not subject to sales tax: 1. The alteration, addition, cleaning [with exceptions noted in paragraph C(1)], refinishing, replacement, or repair of nonmechanical, passive or manually operated components of buildings or other improvements or structures affixed to real estate, including but not limited to the following: walls, floors, ceilings, doors, locks, windows, glass, heat and air ducts, roofs, wiring, breakers, breaker boxes, electrical switches and receptacles, light fixtures, pipes, plumbing fixtures fire and security alarms, intercoms, sprinkler systems, parking lots, fences, gates, fireplaces, and similar components which become a part of real estate after installation, are not taxable services. This means, generally, that services performed on non- mechanical components or fixtures within or on a building or other improvement to real estate are not taxable. 2. First-time installation of mechanical or electrical equipment into a building or other improvement to real estate is not a taxable service. For example, labor charges for the first-time installation of heating and air conditioning machinery and heating and air ducts into a building are not taxable. See paragraph D for tax liability on materials. 3. First-time installation of carpeting into a building or other improvement to real estate is not a taxable service. See paragraph D for tax liability on materials. C. TAXABLE SERVICES (See GR -9 for additional taxable services.) 1. The services enumerated in Ark. Code Ann. '26-52-301(3)(E) including the service of providing cleaning or janitorial work are taxable. The cleaning of the interior or exterior of any building or structure, including vents, ducts, windows, walls, ceilings, or floors, is a taxable service 2. The alteration, addition, cleaning, refinishing, replacement and repair of motors, electrical appliances, machines, and other mechanical items are taxable. For example, the repair or 0 replacement of dishwashers, stoves, ovens, refrigerators, heating and air conditioning units, garbage disposals, water heaters, ceiling fans, garage door motors, electric signs, washing machines, and dryers is taxable. 3. The alteration, addition, cleaning, refinishing, replacement and repair of carpet and rugs remains taxable. 4. The replacement or repair of elevators is a taxable service. D. TAXATION OF MATERIALS 1. Permitted Business. A business holding a sales tax permit should purchase all materials used in its construction, repair, and retail business exempt from sales tax as sales for resale. Any materials used in the performance of non-taxable services are not taxed to the customer; however, the business must self -assess, report, and pay sales tax as a withdrawal from inventory (stock) on the purchase price of the materials. The business must collect sales tax from its customers on retail sales of materials. Sales tax on materials used in performing taxable services is to be collected from the customer along with the labor charges. 2. Non -permitted Business. A business which is not required to hold a sales tax permit must pay tax on all purchases of materials. Use tax is required to be reported and paid on the purchase of materials from out-of-state sellers. E. SPECIFIC BUSINESSES 1. Heating and Air Contractors. a. The original installation of heat and air ductwork and heating and cooling units is not a taxable service. The contractor must either pay tax to the supplier on the materials and equipment used in the installation, or self -assess tax as a withdrawal from inventory (stock) on the purchase price of all materials including the heating and air units. b. Subsequent repairs to or the replacement of the mechanical components of the system, e.g. the heating and air units or components, are taxable services. Any materials or parts used in the repairs or replacement are also taxable to the consumer. c. Replacement or repair of heating and air ductwork is not a taxable service. The contractor must either pay tax to the supplier on the materials used in the work, or self -assess tax as a withdrawal from inventory (stock) on the purchase price of the materials used. d. If the contractor repairs or replaces ductwork and repairs or replaces heating or air units, then unless the ductwork labor and material charges are separated from the heating or air unit labor and material charges, the entire charge for the work plus the cost of all materials will be taxable. 2. Plumbing. The installation, replacement or repair of pipes and non -mechanical plumbing fixtures are not taxable services. The plumbing contractor is to pay tax to the vendor on plumbing materials used in these services, or self -assess tax as a withdrawal from inventory (stock) on the purchase price of the materials used. No tax will be collected from the customer. 3. Electrical Contractors. a. The installation, repair or replacement of non -mechanical materials which become a part of a structure, such as wiring, breakers, and light fixtures, is not a taxable service. The contractor must either pay tax to the supplier on the materials used in the work, or self -assess tax as a withdrawal from inventory (stock) on the purchase price of the materials used. b. The repair or replacement of mechanical components, such as a ceiling fan, is a taxable service. Any parts used in the service are also taxable to the customer. 4. Carpeting Installation. a. Carpeting does not become a component of a building or other improvement to real estate. The first-time installation of carpet into a building is not a taxable service. The retail charges for the carpet and other associated materials are taxable. If the installation charges are not separately stated from the material charges, the entire cost of installing the carpeting will be taxable. b. The replacement or repair of carpet is a taxable service. Sales tax is to be collected from the customer on all charges for labor and materials. c. Carpet installers may purchase carpet and associated materials exempt from tax as a sale for resale and must collect tax from the customer on all materials used in all installations. This applies to new commercial construction as well as new residential construction. If the carpet installer has contracted with a general contractor and not the owner, the installer must collect tax from the general contractor or otherwise include tax in the bid or contract. 5. Carpenters. a. the installation, repair or replacement of custom or standard sized cabinets, shelves or other built in furnishings which become affixed to real property, are not taxable services. A person who builds cabinets, shelves or other built in furnishings either on -site or off -site and installs these items for the customer is a contractor. Contractors are required to either pay tax to their suppliers on their purchases of materials or self -assess tax on the purchase price of property withdrawn from their stock or inventory for use. b. If the contractor installs prefabricated cabinets, shelves or other built in furnishings or a partially fabricated cabinet or other item from an inventory of prefabricated items he maintains, the contractor should self -assess tax as a withdrawal from inventory (stock) on the retail price of the cabinets, shelves or furnishings installed.' c. A cabinet maker who builds and sells either prefabricated or custom made cabinets, shelves or other furnishings and does not install these items is a retail seller and must collect and remit sales tax on the retail value of the item. F. REQUIREMENT OF SALES TAX PERMIT If a business performs both taxable and non-taxable services, or if a business sells tangible personal property at retail, then the business is required to obtain a sales tax permit. If no taxable services are performed and no retail sales are made by the business, then a sales tax permit is not required. GR-21.1 PURCHASES BY CONTRACTORS - INCREASE IN SALES AND USE TAX RATES: A. Materials purchased for use in construction contracts that become recognizable components of the completed project are subject to state and local sales and use tax. In accordance with Act 387 of 1995, these materials are exempt from certain increases in state or local sales and use taxes if the following conditions are satisfied: 1. The materials must be used in a construction contract entered into before the effective date of the tax increase. 0 •I 2. The materials must be purchased prior to the expiration of five (5) years from the effective date of the tax increase. 3. The construction contractor shall complete and sign the "Certificate of Proof for Contractor's Entitlement to Exemption from Sales and Use Tax Increase", a copy of which follows this regulation and which is available from the Sales and Use Tax Section, Revenue Division of the Department of Finance and Administration. The construction contractor shall furnish a completed copy of the form to each seller of exempt property for each contract and shall retain a copy of the Certificate with his purchase records. 4. The seller must keep adequate records to identify all exempt materials sold. The seller must retain the completed Certificate described in paragraph (3) above. The seller's invoices or other sales documents must contain a statement that the seller has received the Certificate which is retained in his records. EXAMPLE A: Pulaski County local sales and use tax is increased by 1 % effective October 1, 1995. Purchases of materials used in completing construction contracts entered into prior to October 1, 1995, will be exempt from the additional 1% tax until September 30, 2000. EXAMPLE B: On November 1, 1995, a construction contractor purchases a hammer and 50 pounds of nails for use in framing an apartment building. The construction contractor furnishes all necessary information required by this regulation to the seller. The construction contract was signed prior to the October 1, 1995, tax increase. The additional tax increase is due on the sale of the hammer because the hammer will not become a recognizable part of the building. The nails are exempt from the tax increase because the nails, although they cannot be seen, are a recognizable part of the building. B. Consumer use tax reports: Some construction contractors report the use tax due on materials purchased from out of state sellers directly to the Revenue Division of the Department of Finance and Administration. When such a construction contractor claims the exemption granted by Act 387 of 1995; the construction contractor shall keep all records required by this regulation including maintaining copies of purchase invoices and the contracts for which the exemption is claimed. C. Burden of Proof: The burden of proving entitlement to an exemption is on the taxpayer. In the case of an audit of a seller's business, the burden is on the seller to keep records adequate to prove the validity of the claimed exemptions. In the case of an audit of a construction contractor's business, the burden is on the construction contractor to keep records adequate to prove the validity of the claimed exemptions. Failure to do so will result in the exemptions being disallowed and applicable tax, penalty and interest being assessed to the taxpayer. f• SPECIFICATION INDEX RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS DIVISION 15- MECHANICAL Section 15010 General Mechanical Requirements Section 15240 Vibration Isolation Section 15250 Mechanical Insulation Section 15670 Air Cooled Condensing Units Section 15871 Enthalpy Wheel Energy Recovery Vent Unit Section 15890 Low Pressure Ductwork and Accessories DIVISION 16 - ELECTRICAL Section 16010 General Electrical Requirements Section 16110 Raceways Section 16120 Wires and Cables Section 16130 Boxes and Enclosures Section 16140 Wiring Devices\ Section 16170 Disconnect Switches Section 16190 Supporting Devices Section 16.195 Electrical Identification Section 16450 Grounding Section 16476 Fuses RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER 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: 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 Water Works Association (AWWA) 10. American Refrigeration Institute (ARI) General Mechanical Requirements 15010-1 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 11. American Gas Association (AGA) 12. Cast Iron Soil Pipe Institute (CISPI) 13. Midwest Insulation Contractors Association (MICA) 14. Sheet Metal and Air Conditioning Contractor's National Association (SMACNA) 15. Insurance Service Office (ISO) 16. Factory Insurance Association (FIA) 17. Factory Mutual (FM) 18. Institute of Boiler and Radiator Manufacturers (IBR) 19. National Environmental Balancing Bureau (NEBB) 20. Associated Air Balance Council (AABC) 21. American Society of Sanitary Engineers (ASSE) 22. Plumbing and Drainage Institution (PDI) 23. 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 accessories, 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. C. Indicate all pertinent dimensions on scale drawings necessary for clarity and or 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 General Mechanical Requirements 15010-2 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 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 governed 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 criteria recommended for the application by ASHRAE. Provide corrective action as required to reduce objectionable noise or vibration. 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. General Mechanical Requirements 15010-3 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 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. 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 materials. B. In new concrete, use malleable iron inserts set prior to pouring 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 nuts. 2.06 HANGERS AND SUPPORTS: A. Generally, support piping in accordance with ANSI B31.1 and support ducts in accordance with SMACNA duct construction standards. B. Provide trapeze hangers consisting of steel angles or channels with spacers and steel hanger rods for multiple piping or duct runs. General Mechanical Requirements 15010-4 0 �I RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS C. Provide copper plated hangers if in contact with copper piping. D. Provide 18 gauge galvanized saddles for insulated pipe and size hanger to accommodate pipe and insulation. E. Use steel riser clamps for vertical piping support through floors. Provide steel bracket and wrought steel clamp for support from walls. Fl. Support ducts with steel bands, steel angles, or steel channels near each transverse joint. 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 sleeves. E. Prior to pouring, set steel re -bar dowels in holes drilled in existing slab for proper anchorage of base. Install near each comer 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 pipes through outside walls, firewalls, concrete beams, footings or potentially wet floors, provide schedule 40 galvanized steel pipe sleeves. Provide integral waterstop in outside wall sleeves. C. For rectangular ducts through walls or floors, form sleeves with steel angles or channels or galvanized sheet metal. D. Extend sleeves through floors one inch above floor and seal watertight. For core drilled penetrations in existing floors, provide one inch angle rinds set in sealant in lieu of sleeves. Make wall sleeves flush with wall. E. Size sleeves to allow for movement due to expansion and to provide for pipe insulation run continuous through sleeves. F. 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: Galvanized sheet metal caps for ducts. General Mechanical Requirements 15010-5 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 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 lb/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. Where piping penetrates outside walls, make watertight with approved 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 manufacturers 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 prior to concealing or proceeding with the work. B. Give adequate notice before concealing any work for inspections by the Architect or Owners 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. 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. General Mechanical Requirements 15010-6 0 0 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS E Coordinate with other trades work and install all work so that all systems and components can be easily maintained and can be removed for replacement in the future. E. Provide access to all equipment. Do not locate components that must be serviced, maintained, or replaced above hard ceilings. Where these components absolutely must be above hard ceilings or in side walls, provide access doors equal to Acudor 5050. Provide fire rated access doors equal to Acudor FW5050 in fire rated ceilings or walls. 3.05 FLAME AND SMOKE CONSIDERATIONS: A. In ducts or other enclosures used for transporting environmental air, including return 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 one hour or greater. Maintain access to fire damper 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 return also of units greater than 2000 CFM. The smoke detectors shall shut the unit down. B. 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 detector to his own system. C In exhaust only systems, the smoke detectors shall not be required. 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 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. General Mechanical Requirements 15010-7 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 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 Division 16, Electrical. 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: A. Provide templates or details for chases and other openings required through floors, walls, ceilings, etc. to accommodate piping or ductwork. 3.11 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. General Mechanical Requirements 15010-8 0 0 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 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. Exhaust Air System 4. Outside Air System B. Furnish all test equipment, tools and instrumentation required for TAB. Submit 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. 3.156 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. General Mechanical Requirements 15010-9 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 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 General Mechanical Requirements 15010-10 9i L RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS VIBRATION ISOLATION SECTION 15240 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Vibration isolators 1.02 RELATED WORK: A. 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. PART2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Manufacturer and Type: Mason Industries. B. Other Acceptable Manufacturers: Related Equipment Manufacturers. 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. Vibration Isolation 15240-1 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 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 for all suspended motor driven equipment. C. Provide spring isolators for all motor driven equipment not located on slab on grade applications. END OF SECTION Vibration Isolation 15240-2 0, RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER 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 Manufacturer's 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 manufacturer's directions on adhesive application, fastener spacing, etc. PART 2- PRODUCTS 2.01 MATERIALS: A. Glass fiber type equal to Owens -Coming 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 flametsmoke rating when used in air plenums. B. 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. C. 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. Mechanical Insulation 15250-1 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 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) G. All supply and return air systems installed in any unconditioned space shall be insulated with a minimum of 2" thickness, 3/, density wrap, or 1" thickness, 1-1/2 lb density liner. 3.02 INSULATION SCHEDULE: REFER TO DRAWINGS END OF SECTION Mechanical Insulation 15250-2 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS SPLIT SYSTEM CONDENSING UNITS SECTION 15670 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Outdoor Condensing Units with compressors B. Cooling (evaporator) coils C. Unit controls and safety devices D. Refrigerant Piping E. Accessories 1.02 RELATED WORK: A. Section 15010 General Mechanical Requirements B. Section 15610 Forced Air Furnaces C. Section 15890 Low Pressure Ductwork and Accessories 1.03 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. C. Submit extended warranties required herein. 1.04 OPERATING EFFICIENCY: A. Provide condensing unit and evaporator coil combination to achieve a SEER rating of at least 10. 1.05 QUALITY ASSURANCE: A. Test and rate cooling capacities in accordance with ARI Standard 210. B. Furnish condensing units certified by AGA for outdoor applications and UL listed for the application. 1.06 EXTENDED WARRANTY: A. Provide five year unconditional parts warranty on compressor unit. PART2-PRODUCTS 15670-1 o RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 2.01 ACCEPTABLE MANUFACTURERS: A. Acceptable manufacturers are Carrier, Rheem, Ruud, Trane and Bryant. 2.02 CONDENSING: A. Provide units factory assembled, piped, wired, and charged with R-22. Include all motor starters, overloads, and contactors, and provide 24 volt control transformer. B. Furnish with 20 gauge zinc -coated steel casing with baked enamel finish. C. Provide hermetically sealed 3600 rpm compressor(s) with the following refrigeration safety controls: 1. Compressor overloads including over -current and over -temperature. 2. High pressure controls. 3. Low pressure controls on units over 5 tons. 4. Crankcase heaters. 5. 5 minute timer to prevent compressor(s) from short cycling. 6. 4 Minute time delay between starting compressors on multi -compressor models. D. Use copper tubing mechanically bonded to aluminum fins for evaporator and condenser coils. Perform successful pressure and leak tests at the factory on each coil. E. Condenser fans to be direct drive balanced propeller fans with weatherproof motors. F. Provide fully gasketed and insulated (1" of 1 lb. density) evaporator coil casing. Provide insulated drain pan. G. Provide expansion valve at evaporator coil properly sized. H. Provide type K copper refrigerant piping sized per manufacturers recommendation. PART 3- EXECUTION 3.01 INSTALLATION: A. Provide installation and connect refrigerant piping, electric power, and control wiring for proper operation. B. Limit all refrigerant piping to 50' in length where possible. For piping over 50' in length, increase pipe sizes one pipe size. END OF SECTION 15670-2 •, RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS ENTHALPY WHEEL ENERGY RECOVERY VENTILATION UNIT - INDOOR SECTION 15871 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Energy recovery ventilator B. Unit controls and safety devices C. Accessories 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 unit including all accessories. Clearly indicate optional features to be furnished. Include detailed instructions and dimensions. B. Submit extended warranties required herein. 1.04 QUALITY ASSURANCE: A. Unit shall be constructed in accordance with CSA C22.2 and UL 1812 and shall carry the CETL and ETL label of approval. B. Insulation shall comply with NFPA90A requirements for flame spread and smoke generation. C. Airflow data shall comply with AMCA 210 method of testing. 1.05 EXTENDED WARRANTIES: A. Unit shall have 2 year warranty on all parts not including energy recovery wheel assembly. B. Enthalpy wheel shall have a 5 year unconditional warranty. C. Enthalpy wheel bearings shall.have 15 year warranty. PART2-PRODUCTS 2.01 MANUFACTURERS: A. Acceptable Manufacturers are Venmar and Semco. 2.02 ENERGY RECOVERY UNIT 15871-1 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS A. Indoor packaged heat recovery ventilation unit suitable for installation in ceiling plenum or mechanical room. Unit may be suspended or floor mounted. B. Energy recovery wheel to be factory installed in unit. C. Unit is designed to be used as a stand-alone heat recovery ventilator or as a heat recovery component in a dedicated HVAC system or as a complete ventilation/HVAC unit with the addition of options heat/cool accessory modules. See schedule on plans. D. Indoor draw through heat recovery unit consisting of enthalpy wheel, wheel drive system, ventilation air fan, exhaust air fan, necessary dampers, temperature sensors and microprocessor controls. E. Unit Cabinet. 1. Cabinet shall be constructed of 20 gauge mill galvanized steel. 2. Cabinet shall have 12 gauge mill galvanized frame. 3. Cabinet shall be insulated throughout with foil faced fire retardant material. 4. Full access doors on left and right side of cabinet are fully removable. 5. Door access panels shall have screw fasteners. F. Energy Recovery Wheel 1. Enthalpy wheel shall comply with NFPA90A requirements for flame spread and smoke generation. 2. Enthalpy wheel shall be self cleaned by opposing airflows. 3. Enthalpy wheel drive belt shall be 1" wide kevlar with 0% stretch after initial tension. 4. Pulley shall be CNC machine crowned aluminum pulley. 5. Enthalpy wheel shall be installed in removable cassette. Cassette support thereby insuring wheel integrity. G. Operating Characteristics. A. Unit shall be capable of providing a constant volume of air at a specified external static pressure at all fan operating speeds. H. Fans 1. Double inlet fan wheel with forward curve blades shall be designed for continuous operation at all operating speeds. 2. Fan shall be direct drive. 3. Fan shall be provided with internal vibration isolation mounts. Motors 1. Unit shall have 3 speed PSC type motors. 2. Motors shall be 6 pole type operating at 1128 RPM at full airflow. J. Electrical Requirements 1. Unit shall have single point power connection only. 2. Supply power shall be 208/230 volt/1 phase/60 Hz. Four wire so neutral may be used for the 115 volt/ 1 phase/60 Hz control circuit and the 115/1/60 wheel motor. 15871-2 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 3. Filtration : Standard filtration is medium efficiency (30% DSE) filters. 2.03 CONTROLS A. General 1. Unit shall be provided with a factory mounted and factory wired microprocessor control operating on 115 volt, 1 phase, 60 Hz current. 2. All service connectors shall be quick disconnect type. 3. Unit circuitry shall allow the following operational characteristics: a. Intermittent standby operation for 20 minutes per hour low speed ventilation. b. 20 minute high speed override. c. Remote fan interlock on call for ventilation. d. Selection of low or medium speed as minimum setting. B. Defrost 1. Defrost system using preheat — or stop/jog frost protection mode. 2. Space Shield Damper/Recirculation Defrost Cycle. a. If the outdoor ambient drops below 5°F, (-15°C) the damper pivots and the exhaust air fan shuts off. b. Damper defrost may be used with ventilation air temperatures down to -22°F, (-30°C). 3. Preheat Defrost if called for on the plans a. if the unit is to provide ventilation at ambient temperatures below -22°F, (-30°C) then preheat must be added. b. Preheat shall be as scheduled. c. C. Flow Measuring Station If schedule, unit shall include duct mountable flow measuring station(s). PART 3- EXECUTION 3.01 INSTALLATION: A. Provide complete installation and connect ducts, electrical power for proper operation. END OF SECTION 15871-3 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS LOW PRESSURE DUCTWORK AND ACCESSORIES SECTION 15890 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Sheet metal ductwork including plenums B. Air devices including louvers and dampers C 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,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. 2.02 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. Low Pressure Ductwork and Accessories 15890-1 S RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 2.03 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. 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. H. When indicated on drawings, provide UL Class I smoke dampers. Dampers shall have external 120 volt actuators and air foil type blade. Activators must be UL listed and labeled. Provide access doors as required for all smoke dampers. When indicated on drawings, provide UL Class I fire/smoke dampers with fire dampers rater per NFPA 90A. Dampers shall have external 120 -volt actuators and air foil type blades. Actuators must be UL listed and labeled. Provide access doors as required for all smoke 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 30°. 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 fabric connections at each fan and air handling device. Low Pressure Ductwork and Accessories 15890-2 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS B. Verify locations required of outlets and make adjustments to coordinate with architectural features, lighting fixtures, etc. C. Adjust air devices for proper throw distance and direction. D. 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. E Seal all longitudinal and transverse. joints with foil duct tape. END OF SECTION Low Pressure Ductwork and Accessories 15890-3 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS GENERAL ELECTRICAL REQUIREMENTS SECTION 16010 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 electrical installation in accordance with the applicable Specification Division or Section contained herein. C. In Electrical 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. Life Safety Code (NFPA 101) 3. National Electrical Code NEC (NFPA 70) 4. State Fire Prevention Code B. Comply with applicable Regulations as amended, including the following: 1. State Department of Health Regulations 2. Rules and Regulations for Energy Efficiency Standards for New Building Construction 3. State and Federal 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 the latest accepted Standards published by the following organizations: 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. Institute of Electrical and Electronic Engineers (IEEE) 7. Insulated Power Cable Engineer's Association (IPCEA) 8. Certified Ballast Manufacturer (CBM) 9. Electrical Testing Laboratories (ETL) 10. Illuminating Engineering Society (IES) 11. Insurance Service Office (ISO) 12. Factory Insurance Association (FIA) 13. Factory Mutual (FM) 14. National Sanitation Foundation (NSF) General Electrical Requirements 16010-1 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 15. Electronic Industry Association/Telecommunications Industry Association (EIA/TIA) 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 PERMITS AND ADMINISTRATIVE FEES: A. Obtain and maintain all necessary licenses, permits and inspection certificates and pay all fees including connection fees, taxes and penalties, if any, required by the Administrative Authority. Refundable deposits will be paid by the Owner. 1.04 PRE -CONSTRUCTION SUBMITTALS: A. Refer to each Electrical Section for a listing of required Submittals under that Section. Refer to Section entitled Shop Drawings, Product Data, and Samples for submittal procedure and requirements. B. Submit for approval, Manufacturer's technical data sheets including performance specifications for all equipment, major materials, and other manufactured items. Obtain approval on product manufacturers not specifically named prior to making submittals. C. Submit for approval, Contractor's original Shop Drawings of all assemblies of manufactured items including complete wiring diagrams. Indicate all pertinent dimensions on scale drawings necessary for clarity and for coordination of the installation between trades. D. Submit for approval, a schedule of nameplates and test report forms. E. Bind Submittals in durable cover(s) with contents conveniently organized and properly indexed. F. Make Submittals on all work contained in Division 16, Electrical, at one time except by special permission. 1.05 INTENT: A. It is intended that the Contractor provide a complete and operating electrical 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, conduit, devices, etc. Final layout will be governed by actual field conditions with all measurements verified at the site. C. Conduit and wiring shown on the Drawings are diagrammatic unless noted otherwise, and are intended to indicate switching and branch circuit arrangements, phase balance, and general wiring connection requirements. D. It is intended that the electrical installation be safe, reliable, energy efficient, and easily maintained with adequate provisions for access to equipment. E. It is intended that the electrical system operate quietly with noise levels below the criteria recommended for the application by NEMA. Provide corrective action as required to reduce objectionable hum or vibration. Acoustically insulate between outlet boxes in common wall serving different rooms. The Drawings indicate diagrammatically the number and function of the conductors required for the conduit routing as shown. The Contractor has the option of changing the routing or combining circuits in one conduit General Electrical Requirements 16010-2 S • RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS run, providing the installation does not interfere with work of other trades, the system functions as intended, the ampacity of the conductors is derated in accordance with the NEC, and none of the loads require a dedicated circuit or isolated ground. Indicate actual conduit routing and conductor arrangement on record drawings. G. "Home runs" are indicated on the Drawings with arrows from the branch circuit outlets pointing in the general direction of the panelboards to which they connect, complete with the panelboard and circuit designations. Continue "home runs" to the designated panelboards as though the conduit runs were shown in their entirety. PART2-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. B. Make products 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 for substitution of any manufacturer not specifically named and obtain approval prior to bidding. 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, cooling loads, 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 of manufacturers as specified. 2.04 PRODUCT APPLICATION: A. Furnish products that are UL listed for their intended use and environment. For example, use only raintight products suitable for wet locations when installed outdoors or where indicated on the Drawings to be weatherproof (WP). PART 3- EXECUTION 3.01 MANUFACTURER'S DIRECTIONS: General Electrical Requirements 16010.3 6 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 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 prior to concealing or proceeding with the work. B. Give adequate notice before concealing any work for inspections by the Owner's representatives. Obtain instructions to proceed before concealing the work. 3.03 CLEANING: A. Keep the premises clean and free from debris, dirt, and etc. B. Upon completion of the work, clean and polish all fixtures, equipment, and etc. 3.04 WORKMANSHIP: A. No person shall perform electrical work on the contract without possessing an Arkansas State Master or Journeyman License from the Arkansas State Electrical Examiners Board. All electrical work and apprentice electricians. shall be supervised by a Master or Journeyman Electrician on a one to one ratio. B. Perform all work in accordance with the best practices of the trade and provide a "neat" installation by technicians skilled in their respective trades and properly licensed. C. Accurately install conduit, and other equipment plumb, level, and true to line with runs parallel or perpendicular to building lines. Make bends or offsets uniform. D. Carefully perform all cutting, drilling, digging, and 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. E. Conceal conduit in chases, furrings, or above ceilings unless indicated otherwise. Flush mount equipment where shown in finished walls where possible. 3.05 FLAME AND SMOKE CONSIDERATIONS: A. In ducts or other enclosures used for transporting environmental air, including return 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, or install in conduit or approved enclosure. This requirement applies to all materials including signal cable insulation jackets, finishes, and etc. B. Completely seal penetrations made through fire and/or smoke rated walls, ceilings, floors, or other barriers for the passage of conduit with a UL listed material to preserve the fire/smoke rating of the barrier. General Electrical Requirements 16010 4 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 3.06 COORDINATION: A. Coordinate the electrical work with the work of related trades to avoid interference. Determine the exact route of conduit prior to fabrication and the exact location of each outlet and equipment enclosure 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 conduit and other products whose elevations can be changed. D. Carefully plan the sequence of work as required to minimize disruptions and installation time. 3.07 EQUIPMENT CONNECTIONS: A. Make all required electrical connections to each item of equipment shown or specified including equipment furnished by Owner, and make operational. 3.08 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, and etc. Keep openings in conduit and equipment closed with suitable plugs or caps during installation. D. Provide necessary warning devices, barricades, or coverings required for safety around exposed "live" parts or high temperature surfaces. 3.09 CHASES AND OPENINGS: A. Provide templates or details for chases and other openings required through floors, walls, ceilings, and etc. to accommodate conduit. B. Provide any necessary cutting or drilling for required openings, and patch and refinish as directed. 3.10 PAINTING: A. Painting shall be performed in accordance with the painting section of these specifications. B. Paint conduit, equipment, and etc. exposed in finished areas to match adjacent surfaces as directed. C. Paint all exposed conduit and equipment on outside of building or in equipment rooms for uniform appearance or identification as directed. D. Touch-up scratches in factory finished surfaces with an approved paint to match the surface. General Electrical Requirements 16010-5 0 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS 3.11 TESTING AND ADJUSTING: A. Test the completed electrical systems and prove free from short circuits, poor connections, and improper grounding. B. Maintain on the premises a first class voltmeter, ammeter, milli -ohmmeter, and meggar insulation tester in proper calibration and provide test measurements as required. 1. Meggar all 600 volt rated wiring at 1000 volts minimum before applying power. Prove resistance in excess of 10 megohms. 2. Test metal conduit and grounds for continuity and prove resistance less than one ohm to farthest outlet from system ground. 3. Test system ground to earth per the NEC. C. Align, adjust, calibrate, and test all systems to assure safe and proper operation. D. Verify proper taps on motors and transformers for rated performance. 3.12 POST CONSTRUCTION SUBMITTALS: A. Deliver special tools, and other products necessary for proper operation and maintenance of the electrical systems. B. Deliver spare parts as called for under other Electrical 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. F. Submit extended warranties in excess of the standard one year warranty where required by other Electrical Sections contained herein or on the Drawings. G. Assemble all post construction documents for electrical system in 3 -ring binder(s) with divider tabs labeled and properly indexed. Submit the number of sets and arranged as required by Architect. H. Submit all closeout documents in accordance with Division 1 of these specifications. 3.13 INSTRUCTIONS TO OWNER: A. Provide competent instruction to Owner's personnel covering operation and maintenance of all electrical systems. Provide specialized instruction by manufacturer's technical representatives when required. 3.14 USE OF EQUIPMENT: A. The contractor shall not use the permanent electrical system for construction activity except by special permission. General Electrical Requirements 16010-6 I 46 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS B. If permitted, the contractor's use of any equipment shall not reduce warranty time specified for the equipment. C. If permitted, lamps, ballasts and other such items used during construction shall be replaced by the contractor prior to acceptance if used for more than 5% of their rated life. 3.15 GENERAL WARRANTY: A. Warrant the electrical installation against defects in products and/or workmanship for a period of one (1) year from the date of substantial completion in accordance with architect's specifications. B. Provide all labor, replacement parts, services, transportation, and incidental costs necessary for the proper operation of all electrical systems during the warranty period. C. Make good any damage to the building or grounds or other equipment resulting from defects in products and/or workmanship during the warranty period. END OF SECTION General Electrical Requirements 16010-7 i RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS RACEWAYS SECTION 16110 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Conduit and fittings B. Wireways C. Sleeves D. Seals 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16120 Wires and Cables C. Section 16190 Supporting Devices D. Section 16195 Electrical Identification E. Section 16450 Grounding 1.03 SUBMITTALS: A. Submit Manufacturers data sheets on each manufactured assembly such as special fittings, modular seals, fire -stop material, and etc. 1.04 QUALITY ASSURANCE: A. Use only materials that are UL listed for the application and that bear the UL label. PART2-PRODUCTS 2.01 CONDUIT AND FITTINGS: A. Rigid Metal Conduit (RMC): 1. Heavy wall steel pipe, hot dipped galvanized inside and out, and with ends factory threaded prior to galvanizing (except at terminations). 2. Use only steel or malleable iron fittings. 3. Use box connectors with "biting" type locknuts. Use insulated bushings where wire is larger than #8 AWG. Provide approved watertight hubs in wet locations. 4. Use threaded couplings or approved unions. 5. Use factory elbows, long sweep where possible. Provide watertight "LB" fittings with gasketed covers where required. Raceways 16110-1 fl RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS B. Electrical Metallic Tubing (EMT) (the term "conduit" also applies to EMT): 1. Zinc electroplated inside and out, and with threadless ends. 2. Use set screw type fittings where concealed in walls, ceilings, etc., and use watertight and concrete tight gland and ring compression fittings where exposed or in concrete. 3. Use box connectors with "biting" type locknuts. Use insulated bushings where wire is larger than #8 AWG. C Non-metallic Conduit (NMC): 1. Schedule 40 polyvinyl chloride (PVC) electrical conduit with smooth straight ends. 2. Use couplings and connectors of same material as conduit, and joined with solvent -cement specifically manufactured for the purpose. 3. Use only RMC or 1MG elbows with PVC-NMC adapters. PVC-NMC elbows are not acceptable unless specifically allowed on the Drawings. 4. Use PVC-NMC box connectors only where allowed, such as for floor boxes. D. Liquidtight Flexible Metal Conduit (LFMC): 1. Electroplated steel tubing with extruded PVC jacket equal to "sealtight." 2. Use steel or malleable iron LFMC box connectors with insulated throats and a threaded grounding cone. E Flexible Metal Conduit (FMC): 1. Electroplated steel tubing equal to "Greenfield." 2. Use steel or malleable iron FMC box connectors with insulated throats and of type that threads into conduit convolutions. 2.02 WIREWAYS: A. Provide wireways properly sized to accommodate the conductors or as shown on the Drawings. B. Provide wireways of code gauge steel with baked enamel finish. Furnish all necessary hardware and accessories. 2.03 SLEEVES: A. Provide Schedule 40 galvanized steel pipe sleeves sized to accommodate the outside dimension of conduit. B. Provide integral waterstop collar on sleeves in outside walls. 2.04 SEALS: A. Where conduit penetrates outside walls, make watertight with approved sealant or provide modular rubber seal designed for the purpose. B. Use conduit sealing compound equal to "Ductseal" or use approved modular sealing fittings to seal between conductors and conduit where conduit passes from warm to cold spaces, as well as from the outside. Raceways 16110-2 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS PART 3- EXECUTION 3.01 CONDUIT APPLICATIONS: A. Use RMC for the following applications: 1. Above grade and exposed outdoors 2. Wet locations 3. Risers from under slab or underground, including underground elbows 4. Locations subject to mechanical injury. B. Use EMT for above ground, inside, dry locations not subject to mechanical injury. C. Use NMC for underground or under slab only. D. Use LFMC for the final connection to motors, transformers and other adjustable or vibrating equipment exposed in finished areas or installed in wet or damp locations. E. Use FMC for the final connection to adjustable or vibrating equipment in dry, unfinished locations and to lighting fixtures and any other equipment in lay -in ceilings. 3.02 INSTALLATION: A. Size raceways for the number, AWG, and type of conductors to be installed therein in accordance with the NEC, but no smaller than'/." for homeruns and %" for branches. B. Install conduit in standard 10 foot lengths except where a shorter section is required. Make required field cuts square and ream until all burrs are removed. Field cut threads required for RMC and IMC shall be coated with a high zinc dust content galvanizing repair compound with high electrical conductivity. C. Make field bends in EMT with an approved bending machine or device, and make free from kinks, dents, or flattened surfaces. Field bends in RMC or IMC are not allowed. Do not exceed 900 in any individual bend nor exceed 360° of total bends or elbows in any one conduit run. D. Maintain at least 6 inches clearance between conduit and hot piping or equipment. E. Where conduit crosses a building expansion joint, provide a junction box on each side of the joint and connect with a stack section of FMC, or provide approved expansion fitting with integral ground jumper. F. Provide sleeves for conduit through masonry or concrete walls, foundation walls, or concrete beams prior to laying up or pouring. Make wall sleeves flush with wall. G. The Drawings indicate diagramatically branch circuits and feeders required. Install conduit runs to accommodate the wiring requirements: END OF SECTION Raceways 16110-3 WIRES AND CABLES SECTION 16120 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Power wiring and connectors, 600 volts or less B. Control and signal wiring and connectors C. Miscellaneous materials 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16190 Supporting Devices D. Section 16195 Electrical Identification E. Section 16450 Grounding 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets for each type of wiring connector proposed for use. PART 2- PRODUCTS 2.01 POWER WIRING AND CONNECTORS: A. Use single conductor annealed copper with 600 -volt code type THHN or dual rated THHN/THWN insulation unless noted otherwise. Use type XHHW stranded copper wire for isolated power systems when indicated. B. Minimum wire size is #12 AWG. Where developed distance from panelboard to first outlet exceeds. 65 feet, increase minimum size to #10 AWG. C. #12 and #10 AWG wire used for lighting, receptacles, and other non -vibrating equipment may be solid conductor. All other wiring including wiring connecting to motors, transformers, and special grounding systems shall be stranded conductor. D. Make splices required in #12 and #10 AWG solid conductor wire with insulated "Scotchlok" connectors. E. Make splices in all wire required to be stranded with approved crimp -on or bolted pressure connectors with snap -on or bolt -on insulated caps. F. The voltage and temperature ratings of the connector insulator shall be at least equal to that required of the conductor insulation. G. Furnish wire with color coding conforming to the following: Conductor 250V or Less 480V/277V Wires and Cables 16120-1 Phase A Black Brown Phase B Red Orange Phase C Blue Yellow Neutral White Gray Ground Green Green Color coding may be solid or striped -colored insulation. Colored plastic tape may be used at terminations on #8 AWG and larger conductors with black insulation. 2.02 CONTROL AND SIGNAL WIRING AND CONNECTORS: A. Use stranded annealed copper conductors with insulation suitable for the purpose. B. For applications, 50 volts and greater, use #14 AWG minimum size conductor with 600 volt insulation and approved for the application. C. For power limited wiring and less than 50 volts, use #18 AWG minimum size conductor except for multi - conductor cable recommended or required by the system manufacturer. D. For power limited wiring in air plenums, use type CLP, CMP or FPLR if not in conduit for signal, communication, or fire alarm, respectively. E. For power limited wiring not in air plenums and used for fire alarm and detection systems, use type FPL. 2.03 MISCELLANEOUS MATERIALS: A. Where required, use wire lubricating compound suitable for the wire insulation and conduit and that does not harden nor become adhesive. Do not use on wiring for isolated power systems. B. Use plastic tape that is flame retardant and cold and weather resistant equal to Scotch #33. PART 3- EXECUTION 3.01 INSTALLATION: A. Thoroughly clean conduit prior to pulling -in wires. Do not install wire until the raceway can be maintained in a dry condition. B. Use non-metallic pulling ropes attached to the conductors by means of woven basket grips or pulling eyes. Pull all conductors for a conduit run in together in such a manner as to avoid damage to the conductors, insulation, or conduit. C. Neatly train and nest multiple conductors and cables in boxes and enclosures and hold in place with "tie - wraps" Where conductors terminate in panelboards, arrange conductors to be perpendicular or parallel to circuit breaker line-up. D. Make splices and terminations mechanically and electrically secure. Splices shall only be made in a suitable accessible junction box. END OF SECTION Wires and Cables 16120-2 • RENOVATION FOR FAYE1TEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS BOXES AND ENCLOSURES SECTION 16130 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Junction and pull boxes B. Enclosures 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16140 Wiring Devices D. Section 16190 Supporting Devices E. Section 16195 Electrical Identification F. Section 16450 Grounding 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on special enclosures. PART2-PRODUCTS 2.01 JUNCTION AND PULL BOXES: A. In dry locations, provide boxes of code gauge steel with galvanized or baked enamel finish and with bolted or screw attached covers. B. In damp or wet locations, provide cast metal type FS or FD boxes with gasketed covers. For underground locations, provide Quazite composition type boxes with watertight gasketed covers. 2.02 OUTLET BOXES: A. In dry locations, provide outlet boxes of code gauge galvanized steel. Install concealed outlet boxes so that work is flush with finished surfaces with no gaps. B. In unplastered masonry walls, use 3 1/2" deep solid or sectional type boxes with square corners. C. For empty conduit system outlets, provide 4" square boxes with single gang adapter ring unless noted otherwise. D. Provide galvanized extension rings, plaster rings, fixture studs, and etc. as required by conditions. Boxes and Enclosures 16130-1 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS E. In damp or wet locations, provide cast metal type FS or FD boxes with gasketed covers and watertight flip lids as required by device. 2.03 ENCLOSURES: A. Provide code gauge steel enclosures with baked enamel finish as manufactured by Hoffman to facilitate the installation of multiple components such as small motor starters, contactors, equipment controls, and etc. B. Furnish with hinged door and captive fasteners. PART 3- EXECUTION 3.01 INSTALLATION: A. Properly size boxes in accordance with the NEC to accommodate the number and size of conductors and conduits entering the boxes. B. Size enclosures to adequately accommodate the equipment with space for wiring and maintenance. C. Provide junction or pull boxes to facilitate pulling or splicing of conductors so that no one conduit run will exceed the allowable bends of 360°. D. Outlet boxes installed in structural slabs shall be of the proper depth to avoid bends in conduit from the center plane of the slab. E. All boxes shall be accessible at all times. Provide approved access panels where required to maintain accessibility. END OF SECTION Boxes and Enclosures 16130-2 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS WIRING DEVICES SECTION 16140 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Wall switches B. Receptacles C. Cover plates 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16130 Boxes and Enclosures C. Section 16190 Supporting Devices D. Section 16195 Electrical Identification 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on each type of device proposed for use. PART 2 -PRODUCTS: 2.01 WALL SWITCHES: A. Provide single pole, double pole, three way, four way, pilot light, and etc., toggle or key operated as indicated on the Drawings. B. Furnish switches of the mechanically silent type rated for 120/277 volts, 20 amperes, with fluorescent or incandescent loads. Use high capacity silver alloy for switch contacts. C. The color of switch handles shall be as directed by the Architect. D. Furnish switches equal to Hubbell Specification Grade Series HBL122 switches with screw terminals and an approved grounding device. 2.02 RECEPTACLES: A. For general use convenience receptacles, use NEMA 5-20R, back and side wire, equal to Hubbell Specification Grade Series HBL 5352 for duplex and HBL 5251 which is a NEMA 5-15R for simplex receptacle. B. For ground fault circuit interrupter (GFCI) receptacles, use NEMA 5-20R, back and side wired with test and reset push buttons. Set trip point at 5 ma fault current. Furnish device equal to Hubbell specification Grade Series OF 5362. Wiring Devices 16140-1 • . • RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS C. Where hospital grade receptacles are indicated, use NEMA 5-20R, with back wired terminals and a steel central support plate across the face. Identify all hospital grade receptacles with a green dot on the face and UL labeled as such. Provide Arrow Hart Series 8300. D. Where safety type receptacles are indicated, use NEMA 5-15R, with back wired terminals and a mechanical interlock device to prevent inserting object into only one terminal. Furnish device equal to Arrow Hart TR82. E. 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. Furnish device equal to Hubbell Series IG 5362. F. Where clock hanger outlets are indicated, use NEMA 5-15R Specification Grade equal to Hubbell Series HBL 5235. G. For special purpose receptacles for appliances or other equipment, provide NEMA type compatible with plug configuration of appliance. Furnish Specification Grade or better. H: The color of receptacle face plates shall be as directed by the Architect unless shown otherwise. Furnish emergency power receptacles with red face plates. 2.03 COVER PLATES: A. Furnish cover plates equal to Leviton 860 Series plastic of color to match device face unless shown otherwise or Leviton 840 series in 302 stainless steel where indicated. Nylon cover plates will not be allowed. B. Gang groups of wall switches and/or receptacles installed in multi -gang boxes under one continuous cover. Wall dimmer switches shall not be ganged unless otherwise indicated on drawings. C. For outdoor or other wet location receptacles subject to long term or permanent continuous unattended use, provide weatherproof enclosure, the integrity of which is not compromised when the attachment plug is inserted, per NEC 410-57 (b). Cover shall be equal to Carton E9U Series. PART 3- EXECUTION 3.01 INSTALLATION: A. Adjust switches and receptacles to mount flush and plumb. B. Provide cover plates that fit the devices securely and completely cover wall openings. Properly fill and patch oversized wall openings. For outdoor receptacles, provide covers with orientation to match receptacle installation, i.e., vertical covers for vertical receptacles and horizontal covers for horizontal receptacles. C. Adjust controls and program timers to conform to Owner's use schedule as directed. END OF SECTION Wiring Devices 16140-2 L� RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS DISCONNECT SWITCHES SECTION 16170 PART 1 -GENERAL 1.01 WORK INCLUDED A. Fused and non -fused disconnect switches 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16190 Supporting Devices C. Section 16195 Electrical Identification D. Section 16450 Grounding E. Section 16476 Fuses 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on each type of disconnect switch proposed for use. PART 2- PRODUCTS 2.01 DISCONNECT SWITCHES: A. For applications requiring 30-1200 amperes rating or for any two or three pole application, provide NEMA type "HD" (heavy duty) horsepower rated disconnects with enclosures suitable for the applications, such as NEMA 3R for outdoor installations. 1. Provide interlock to prevent door operating with switch in "ON" position. 2. Furnish with grounding block. 3. Provide for padlocking switch in "OFF" position. 4. Furnish with terminals UL listed for 75°C. wires. 5. Provide Class R, J, or L fuse provisions as applicable for fusible switches. Provide feature to reject Class H fuses. 6. Furnish with factory baked enamel finish. B. For fractional horsepower 120 volt motors with integral overload protection, as well as other 120 volt equipment protected at 20 amperes or less, use specification grade single pole switch in outlet box with minimum ratings as follows: 1. Horsepower rated for one horsepower 2. 120/277 AC volts 3. 20 amperes Disconnect Switches 16170-1 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS PART 3- EXECUTION 3.01 INSTALLATION: A. Provide disconnect switch for each fixed appliance or motor load indicated on the Drawings or required by the NEC. Install switch in sight of and within 50 feet maximum of equipment it serves. B. Install 20 ampere rated switches with center 4 feet above floor. END OF SECTION Disconnect Switches 16170-2 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS SUPPORTING DEVICES SECTION 16190 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Anchors B. Hangers and supports 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16130 Boxes and Enclosures 1.03 SUBMITTALS: A. Submit for approval Contractor's shop drawings indicating shape and dimensions of plywood backboards and concrete bases when necessary for clarity and coordination with other trades. PART 2 - PRODUCTS: 2.01 ANCHORS: A. Size anchors for minimum safety factor of two times recommended load. Use only corrosion resistant materials. B. In new concrete, use malleable iron inserts set prior to pouring 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. 2.02 HANGERS AND SUPPORTS: A. For multiple conduit runs, use trapeze hangers consisting of P-1 000 "Unistrut" channels with pipe clamps and steel hanger rods where suspended. Anchor "Unistrut" to wall where multiple runs are wall mounted. B. Support individual conduits with malleable iron one -hole conduit clamps, steel two -hole pipe straps, or split ring steel conduit clamps. Wire, perforated iron strap, or steel one -hole clamps will not be acceptable. C. For free standing boxes and enclosures, provide steel angle frame constructed to prevent any strain on conduits entering box. Supporting Devices 16190-1 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTE VILLE, ARKANSAS D. Support conduit through floors with steel riser clamps. E. Support conductors in vertical raceways with approved split -wedge type cable supports. Support multiple conductors with approved cable clamps and "tie -wraps." 2.03 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. Provide properly sized anchor bolts held in position with templates. Where anchor bolts cannot be held in sufficient alignment, provide adjustable bolts in pipe sleeves. PART 3- EXECUTION 3.01 INSTALLATION: A. Install anchors in accordance with manufacturer's recommendations but sized to accommodate at least twice the actual load. Oversized holes that may weaken the installation will not be acceptable. B. Support all boxes and equipment enclosures directly by the building structure independently of the conduit. C. Support conduit independently by the building structure at intervals complying with the NEC. Do not support conduit from piping, ductwork, or suspended ceiling hangers. D. Support conduit without sagging to provide drainage of condensation. E. Permanently and securely support conduit, boxes, and enclosures before installing any wiring. F. Establish sizes of concrete bases required to accommodate equipment. Generally, make bases extend 3" larger than equipment on all sides. Prior to pouring on existing slab, 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. Trowel finish and rub smooth. Form edges with 3/4" chamfer. END OF SECTION Supporting Devices 16190-2 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS ELECTRICAL IDENTIFICATION SECTION 16195 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Equipment nameplates B. Name tags C. Circuit directories D. Self -adhering labels F. Wire markers 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements 1.03 SUBMITTALS: A. Submit for approval, Manufacturer's data sheets on each manufactured identifying device. B. Submit for approval, a schedule of nameplates to be affixed to each item. 1.04 QUALITY ASSURANCE: A. Approved manufacturers are Seton and Brady. PART 2- PRODUCTS 2.01 NAMEPLATES: A. Identify each major component and controller (except light switches) as it is named on the Drawings with engraved nameplates made from laminated plastic sheets equal to Seton Style 2060. 1. Furnish with white letters on black background except for other color coded requirements. 2. Provide appropriate size nameplates with information easily readable. Generally, furnish 3/4" high nameplates with 3/8" letters for major equipment such as switchboards, panelboards, transformers; and 1/2" high nameplates with 1/4" letters for minor equipment such as disconnect switches, contactors, starters, emergency power receptacles and etc. 2.02 NAMETAGS: A. Identify each outlet box of empty conduit system by affixing a write -on vinyl name tag equal to Seton Style PTOB to each end of pull wire installed in each conduit. Indicate purpose of empty outlet box such as "telephone" with location of pull wire termination such as "main terminal board." B. Identify conductors terminated in junction box or outlet box intended for future connection. Provide write -on vinyl name tags indicating panelboard and circuit number or location of source. Electrical Identification 16195-1 RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTE V ILLE,'ARKANSAS 2.03 LABELS: A. Identify each junction box and conduit exposed in equipment rooms or accessible above, lay -in ceilings or behind access doors with permanent self -adhering orange labels equal to Seton "Opti-Code." B. Indicate voltage class such as "120/208 volts" or the type of signal cable installed therein such as "telephone." 2.04 WIRE MARKERS: A. Provide permanent self-adhesive wire markers on each conductor in panelboards or other equipment enclosures. B. Indicate the circuit number or terminal number to which the wire is connected. PART 3- EXECUTION 3.01 INSTALLATION: A. Attach nameplates with approved adhesive on plastic surfaces and factory baked enameled surfaces only. Attach nameplates with proper screws on all other surfaces. B. Attach name tags to pull wires or conductors with nylon cord or other approved method. C. Install identifying labels on conduit where it enters or leaves a wall or floor and at other intervals not to exceed 20 feet. D. Install wire markers so that information is easily visible. END OF SECTION Electrical Identification 16195-2 1 L. RENOVATION FOR FAYETTEVILLE ANIMAL SHELTER FAYETTEVILLE, ARKANSAS GROUNDING SECTION 16450 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Equipment grounding and bonding 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16120 Wires and Cables D. Section 16130 Boxes and Enclosures PART2-PRODUCTS 2.01 GROUNDING WIRES: A. Provide insulated grounding conductors and jumpers sized in accordance with the NEC but no smaller than #12 AWG. Identify with continuous green insulation or with green tape at each termination. PART 3- EXECUTION 3.01 INSTALLATION: A. Bond grounding conductor to conduit at the entrance and exit from that conduit containing only the grounding conductor. B. Install separate grounding conductor in all raceway systems. C. Bond the grounding wires to each box and enclosure through which they pass, except where an isolated ground is indicated. END OF SECTION Grounding 16450-1 0 FUSES SECTION 16476 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Fuses 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16170 Disconnect Switches C. Section 16195 Electrical Identification D. Section 16425 Switchboards E. Section 16474 Fusible Distribution Panelboards, 600 volts or less 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on each type of fuse proposed for use. Furnish fuse curves when required for coordination. B. Furnish three (3) spare fuses of each rating and type installed in the work, and deliver to Owner upon completion of work. See "Post Construction Submittals." PART2-PRODUCTS 2.01 FUSES: A. For mains, feeders and branch circuits 1/10 through 600 amperes ratings, 250 volts or less, provide Class RK1 fuses equal to Bussman type LPN-RK. Provide approved fuse holders for control wiring and equipment protection. f - B. For mains, feeders and branch circuits 1/10 through 600 amperes ratings, 600 volts, provide Class RK1 fuses equal to Bussman type LPS-RK. C. For greater than 600 amperes, provide Class L fuses equal to Bussman type KRP-C. PART 3- EXECUTION 3.01 INSTALLATION: A. Install fuses only after equipment is permanently in place, cleaned, tested, and ready to be energized. B. Provide properly sized fuses for all applications. Size motor circuit fuses based on nameplate amps, service factor, and ambient temperature. Size for backup running overload protection. END OF SECTION Fuses 16476-1 w v O 0 0 C N O a V/ WOO C a CD a o rm 8 m n 3 y a N w a 10 N City of Fayetteville, Arkansas Budget Adjustment Form Budget Year Department: General Services Date Requester 2002 Division: Building Services 11/5/2002 Program: Sales Tax Capital Project or Item Requested: $2,597 in the Kennel Upgrades & Improvements capital project Justification of this Increase: The additional funding is needed to cover the cost of the contract and contingency with Airworks, Inc. to renovate the HVAC system and the Fayetteville Animal Shelter. Account Name Fixed assets Account Name Adjustment Number Project or Item Deleted: $2,242 from the Animal Shelter A/C Replacement capital project. $355 from the Shelter Quarantine Upgrade capital project. Justification of this Decrease: the funding from the Animal Shelter A/C Replacement ;apital project needs to be combined with the Kennel Jpgrade Project. Increase Expense (Decrease Revenue) Account Number Amount Project Number 4470 9470 5801 00 2,597 02007 1 Decrease Expense (Increase Revenue) Account Number Amount Project Number Fixed assets 4470 9470 5801 00 2,242 99009 1 Building & grounds maint 4470 9470 5400 00 355 02008 1 Approval Signatures Budget & Research Use Only Type: A B C ` D) Requested By Date le -i/-()Z Date of Approval udget anage Date E Date Initial Posted to General Ledger ent Director Date Date Initial t o -j/— o7— Posted to Project Accounting n t e Services Director Date Date Initial Entered in Category Log Documents and m springer\A4y Documents�4iy Exc Files\Budget Adjustments\BA Fort - Anuna1tfIVAC Initial Proiect.xls 10/11/2002 / 2:07 PM FAYETTEVILLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Coy Hurd From: Heather Woodruff, City Clerk Date: December 5, 2002 Attached is a copy of Resolution # 166-02 awarding a contract in the amount of $24,050.00 to Airworks, a division of Multi -Craft Contractors, Inc. to renovate the HVAC system at the Fayetteville Animal Shelter. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Auditor