REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions...

82
Chaffey Community College District Page 1 of 39 RFP/RFQ No. 15P39 Building Automation Retrofit REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR PROPOSALS (RFP) FOR RFP/RFQ No. 15P39 CHAFFEY COMMUNITY COLLEGE DISTRICT BUILDING AUTOMATION SYSTEMS RETROFIT RANCHO CUCAMONGA February 19, 2015 CHAFFEY COMMUNITY COLLEGE DISTRICT 5885 Haven Avenue Rancho Cucamonga, CA 91737

Transcript of REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions...

Page 1: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 1 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

REQUEST FOR QUALIFICATIONS (RFQ)

AND

REQUEST FOR PROPOSALS (RFP)

FOR

RFP/RFQ No. 15P39

CHAFFEY COMMUNITY COLLEGE DISTRICT

BUILDING AUTOMATION SYSTEMS RETROFIT

RANCHO CUCAMONGA

February 19, 2015

CHAFFEY COMMUNITY COLLEGE DISTRICT

5885 Haven Avenue

Rancho Cucamonga, CA 91737

Page 2: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 2 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

NOTICE TO CONTRACTORS INVITING PROPOSALS

Pursuant to California Government Code section 4217.10 et seq., the Chaffey Community College

District hereby seeks proposals (Proposals) pursuant to this RFQ/RFP No. 15P39 for Building

Automation Systems Retrofit (Project). The District, has applied for Proposition 39 funds to

implement the Building Automation Retrofit project. The District has identified the need for a

Building Automation system suitable for this project and is soliciting proposals for system

installation. All bidders shall be trained and authorized in Lonworks installation, and have

successfully completed projects of similar size and complexity in past five years.

The proposed project incorporates replacement of existing building automation systems in

Information Services (IS), Skills Lab (SL), Aeronautics (Aero), Automotive Technology (ATL)

buildings at the Rancho Cucamonga, Chaffey College Campus. (See Appendix “C”, Scope of Work.)

The selected Respondent shall be responsible for installing all equipment to the highest standard and

for removing and disposing of all old fixtures and debris generated by the installation. The scope of

work for this project requires a complete “turnkey” product, including planning, design, installation,

and start up. Only contractors that provide a resume of at least 2 comparable installations of a

Lonworks system shall be permitted to bid on this project. Personal references to those installations

must also be provided. In order to be considered comparable installations, controlled equipment on

those projects referenced in the contractor's resume must be similar to the equipment to be controlled

in this project.

The amount of funding available to the District from Proposition 39 for this project is not yet

determined. The District intends to phase the project in alignment with the amount of funding

received. The District has determined that thirteen (13) buildings on the Rancho Cucamonga campus

meet the need for building automation system retrofits. Phase 1 of the project will include buildings

in alignment with the funding received. Campus building locations referred to as Wargin Hall (WH),

Old Administration (AD), and Vocational Student Support (VSS) have been identified as a project

starting point.

Contractor should plan on leveraging all available Investor Owned Utilities (IOU) incentive dollars

on this project and to do so, should install products which are approved by SCE. In specifying retrofit

solutions, contractors should also ensure that the equipment meets the minimum standards for each

space type where a retrofit is performed.

Proposals will be accepted by the District, until 2:00 P.M., March 4, 2015. All addenda and notices

related to this solicitation will be posted by the District on Purchasing Services’ website at

www.chaffey.edu/purchasing. In the event this RFQ/RFP is obtained through any means other than

the District’s distribution, the District will not be responsible for the completeness, accuracy, or

timeliness of the final RFQ/RFP document.

This Project is being procured by the District pursuant to Section 4217.10 et seq. of the California

Government Code (Section 4217.10). As this Project is not being hard bid pursuant to the California

Public Contract Code, award shall not be made to the lowest bidder but rather to the Proposer

selected utilizing the best value criteria set forth in the RFP, in accordance with Section 4217.10.

Project required completion date is June 30, 2015

Page 3: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 3 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

Each Proposer shall be a licensed contractor pursuant to the California Business and Professions

Code Section 7028.15 and California Public Contract Code Section 3300, and shall be licensed in the

following classification as required by the scope of work:

(A) C-10

(B) OR B

Any Proposer not licensed at the time of the RFQ/RFP opening will be rejected as non-responsive.

Pursuant to Section 1720.6 and Section 1771 of the Labor Code, the Project is subject to the payment

of prevailing wages. The Director of Industrial Relations has determined the general prevailing rate

of per diem wages in the locality in which this work is to be performed for each craft or type of

worker needed to execute the Contract which will be awarded to the successful Proposer, copies of

which are on file and will be made available to any interested party upon request at the District

offices or at or online at http://www.dir.ca.gov/dlsr. A copy of these rates shall be posted by the

successful Proposer at the job site. The successful Proposer and all subcontractors under it, shall

comply with all applicable laws and regulations, including but not limited to, the Labor Code

provisions, which include hours of work, overtime and the employment of apprentices.

If the proposals subject to this Notice are due on or after March 1, 2015, then pursuant to Labor Code

sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a

proposal, or enter into a contract to perform public work must be registered with the Department of

Industrial Relations. No proposal will be accepted nor any contract entered into without proof of the

contractor’s and subcontractors’ current registration with the Department of Industrial Relations to

perform public work. If awarded a Contract, the Proposer and its subcontractors, of any tier, shall

maintain active registration with the Department of Industrial Relations for the duration of the

Project.

This Project is subject to compliance monitoring and enforcement by the Department of Industrial

Relations. By submitting a proposal on this Project, it shall be the Proposer’s sole responsibility to

evaluate and include the cost of complying with all labor compliance requirements under this

contract and applicable law in its proposal.

Pursuant to California Public Contract Code Section 22300, the successful Proposer may substitute

certain securities for funds withheld by the District.

The successful Proposer will be required to furnish the District with a Payment and a Performance

Bond equal to 100% of the Contract price, prior to execution of the Contract. All bonds are to be

secured from a surety that meets all of the State of California bonding requirements, as defined in

Code of Civil Procedure Section 995.120. Proposals shall include the cost of obtaining such bonds.

Proposers shall execute the “Non-Collusion Declaration” attached to the RFQ/RFP as Appendix A.

The successful Proposer shall be required to comply with all applicable laws, including but not

limited to, the Labor Code and the prevailing wage laws.

To assure consideration, all Proposals shall be made on the RFQ/RFP Forms included with this

RFQ/RFP and either typewritten or written in ink. To facilitate the evaluation process, two (2) hard

copy originals of the Proposal and one (1) digital copy (provided on a CD or flash drive) shall be

submitted as set forth herein. Mistakes may be crossed out and corrections made adjacent, however,

each correction must be initialed by the person signing the Proposal.

Page 4: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 4 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

Delivered Proposals shall be enclosed and sealed in an envelope or container clearly marked

“RFQ/RFP NO. 15P39 and addressed to Chaffey Community College District, Purchasing Services.

Proposals may be delivered in one of the following methods:

Hand delivered to:

Chaffey Community College District

Purchasing Services

Administration Building, Room AD-180

Attention: Executive Director, Business Services

5885 Haven Avenue

Rancho Cucamonga, CA 91737

U.S. Postal Service, UPS, FedEx, or other common carrier delivered to:

Chaffey Community College District

Purchasing Services

Attention: Executive Director, Business Services

5885 Haven Avenue

Rancho Cucamonga, CA 91737

EMAIL OR FAXED PROPOSALS WILL NOT BE ACCEPTED.

RESPONSES DELIVERED TO OTHER THAN THE ABOVE STATED ADDRESS WILL BE

REJECTED AS NONRESPONSIVE AND RETURNED TO THE PROPOSER UNOPENED. It is

the Proposer’s sole responsibility to ensure that his/her response, inclusive of any or all addenda, is

received to the proper place at the proper time. Postmarks will not validate proposals which arrive

after the deadline date/time listed above. Any response received after the scheduled closing time for

receipt of responses will be returned to the Proposer unopened.

Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative

Assistant, at [email protected]. Proposers shall reference the RFQ/RFP number in the email

subject line. The final day for questions shall be February 24, 2015, no later than 2:00 PM.

No Proposer may withdraw his or her Proposal for a period of ninety (90) days after the date set for

the opening of Proposals.

Page 5: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 5 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

INTRODUCTION

The Board of Trustees for the Chaffey Community College District (District) invites qualified

firms to provide for the Building Automation Systems Retrofit (Project). Contracts will be

awarded by the Board under the provisions of California Government Code section 4217.10 et

seq. (Section 4217.10).

This Request for Qualifications and Request for Proposals (RFQ/RFP) outlines the requirements,

selection criteria and documentation necessary to submit qualifications and proposals in response

to this solicitation.

II. SUBMITTAL OF QUALIFICATIONS

Responses must conform to the requirements of this RFQ/RFP. The District reserves the right to

waive any irregularity in any proposal or reject any proposal which does not comply with this

RFQ/RFP. All Statements of Qualifications and Proposal (Proposal) shall be submitted to the

District no later than 2:00 p.m. on March 4, 2015 Two (2) bound copies and one (1) electronic

copy (on CD or flash drive) of the Proposal shall be submitted to:

Hand delivered to:

Chaffey Community College District

Purchasing Services

Administration Building, Room AD-180

Attention: Executive Director, Business Services

5885 Haven Avenue

Rancho Cucamonga, CA 91737

U.S. Postal Service, UPS, FedEx, or other common carrier delivered to:

Chaffey Community College District

Purchasing Services

Attention: Executive Director, Business Services

5885 Haven Avenue

Rancho Cucamonga, CA 91737

III. PROJECT DESCRIPTION

The District has applied for Proposition 39 funds to implement the Building Automation Systems

Retrofit project. The District has identified the need for a BAS system suitable for this project

and is soliciting proposals for system installation. All bidders shall be trained and authorized in

Lonworks installation, and have successfully completed projects of similar size and complexity

in past five years.

The proposed project incorporates replacement of existing building automation systems in

Information Services (IS), Skills Lab (SL), Aeronautics (Aero), Automotive Technology (ATL)

buildings at the Rancho Cucamonga, Chaffey College Campus. (See Appendix “C”, Scope of

Work.) The selected Respondent shall be responsible for installing all equipment to the highest

Page 6: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 6 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

standard and for removing and disposing of all old fixtures and debris generated by the

installation. The scope of work for this project requires a complete “turnkey” product, including

planning, design, installation, and start up. Only contractors that provide a resume of at least 2

comparable installations of a Lonworks system shall be permitted to bid on this project. Personal

references to those installations must also be provided. In order to be considered comparable

installations, controlled equipment on those projects referenced in the contractor's resume must

be similar to the equipment to be controlled in this project.

The amount of funding available to the District from Proposition 39 for this project is not yet

determined. The District intends to phase the project in alignment with the amount of funding

received. The District has determined that thirteen (13) buildings on the Rancho Cucamonga

campus meet the need for building automation system retrofits. Phase 1 of the project will

include buildings in alignment with the funding received. Campus building locations referred to

as Wargin Hall (WH), Old Administration (AD), and Vocational Student Support (VSS) have

been identified as a project starting point.

Contractor should plan on leveraging all available Investor Owned Utilities (IOU) incentive

dollars on this project and to do so, should install products which are approved by SCE. In

specifying retrofit solutions, contractors should also ensure that the equipment meets the

minimum standards for each space type where a retrofit is performed.

IV. KEY DATES

2/19/15 Release of Invitation for Request for Qualifications and

Request for Proposals (RFQ/RFP)

2/24/15

AT 2:00 PM

Deadline for submitting questions for clarification. All

questions should be submitted via email to

[email protected]

2/26/15

AT 2:00 PM

Issue Response(s) to RFQ/RFP Questions (if any)

3/4/15

AT 2:00 PM

Proposals due no later than 2:00 PM at Purchasing Services

Office, Attention: Executive Director, Business Services, 5885

Haven Avenue, Rancho Cucamonga, CA 91737

3/4/15 thru 3/5/15 Proposal reviews

3/26/15 Board meeting for contract approval

3/27/15 Notice of Award letter issued

3/31/15 Certificate of Insurance and Bonds are due

V. SCOPE OF WORK

The Scope of Work for the Project is specified in Appendix “C”, attached to this RFQ/RFP. If

changes to the Scope of Work become necessary after this RFQ/RFP is issued, a written

addendum shall be issued. The District will not be bound by any oral representations, changes, or

clarifications to this RFP/RFQ unless provided in written addenda form.

Page 7: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 7 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

The successful Proposer will be required to enter into a contract with the District. Proposers

must not be limited to the use of any specific product line, but should have the ability to provide

the District with the highest quality and most efficient products at the best possible price, which

includes specifying products that qualify for both, unless as noted in the proposal documents.

VI. SUBMITTAL FORMAT AND CONTENT

Submittals must be in strict accordance with the requirements of the RFQ/RFP. Any Proposal not

submitted in accordance with the requirements of the RFQ will not be considered. The Proposal

should be concise, well organized and demonstrate the Proposer’s qualifications. The Proposal

shall be no longer than 30 single-sided pages (8 1/2 x 11 paper) in total length (page limit does

not include submittal cover, cover letter, and table of contents, required insurance certificates,

resumes or dividers). Two (2) originals and one (1) digital copy of the submittal shall be

delivered.

It is the Proposer's responsibility to ensure its Proposal is received by District on or before the

time and date specified. Submittals received after the date and time specified will not be

considered.

All Proposers are required to follow the format specified below. The content of the submittal

must be clear, concise, and complete. Each section of the submittal shall be tabbed according to

the numbering system shown below to aid in the retrieval of the information in an expedient

manner.

a) Submittal Cover

Include the Proposal’s title and submittal due date, the name of principal firm (or

firms if there is a joint venture or association).

b) Table of Contents

Include a complete and clear listing of headings and pages to allow easy reference to

key information

c) Letter of Interest

A dated Letter of Interest must be submitted, signed by an authorized officer of the

Firm, or signed by another person with authority to act on behalf of and bind the

Firm. Provide a brief statement of experience indicating the unique background and

qualities of the Firm, its personnel, and what will make the Firm a good fit for the

District’s Project.

d) Firm Overview

General information about your Firm, including number of employees, years in

business, name(s) of owner(s), home office location, local office location (if

different), type of licenses held, primary business types, and market areas.

Page 8: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 8 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

Proposers must hold one or more Contractors Licenses applicable to the type of work

to be performed; such Licenses must be current, valid, and in good standing with the

California Contractors’ State License Board. Please provide the following

information for each license held:

i. Name of license holder exactly as on file License Classification

ii. License Number

iii. Date Issued

iv. Expiration Date

v. Whether license has been suspended or revoked in the past 5 years (if so, please

explain)

e) Relevant Experience/References

Provide relevant California Community College or other related governmental project

experience during the past five to ten (5-10) years involving Building Automation

Systems Retrofits/ Energy Efficiency Projects. For each project profiled, include a

brief scope of work, awarding and completion dates, contract and change order

amounts, DSA Application #s, DSA Inspector of Record information, and District /

governmental references with telephone numbers. Firms should emphasize projects

most similar in value and scope to this Project.

Provide a listing of the Proposer’s current projects in process.

f) Project Approach

Describe in detail your approach and methods for carrying out the Scope of Work.

Please include a proposed comprehensive schedule including all activities to complete

the Project.

g) Proposed Team

i. Provide an organizational chart containing the names of all key personnel, joint

venture partners, and sub-consultants with titles and their specific roles for this

Project. Note: Upon engagement, any change in personnel must be approved by

the District. The Firm shall be responsible for any additional costs incurred by a

change in personnel.

ii. Provide resumes of proposed team, emphasizing specific experience with

California Community College projects.

h) Past Performance Record

If any of the following has occurred in the last 5 years, please describe in detail the

circumstances for each occurrence:

i. Failure to enter into a contract once selected.

Page 9: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 9 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

ii. Withdrawal of a proposal as a result of an error.

iii. Termination or failure to complete a contract.

iv. Debarment by any municipal, county, state, federal or local agency.

v. Involvement in litigation, arbitration or mediation.

vi. Identify any pending or recent litigation (during the past five years) with any

public agency, particularly any school district

vii. Conviction of the firm or its principals for violating a state or federal antitrust

law by bid-rigging, collusion, or restrictive competition between bidders, or

conviction of violating any other federal or state law related to bidding or

contract performance.

viii. Knowing concealment of any deficiency in the performance of a prior contract.

ix. Falsification of information or submission of deceptive or fraudulent statements

in connection with a contract.

x. Willful disregard for applicable rules, laws or regulations.

xi. Default or Bankruptcy.

i) Safety Record

Describe your safety record over the preceding 5 years. Please provide Contractor’s

Experience Modification Rate (EMR- California Workers Compensation Insurance)

percentages for the last 3 years.

j) Insurance and Legal Requirements

a. Proposer must provide an insurance certificate from a carrier with financial

rating of at least A-; VII as rated in the most recent edition of Best’s Key

Rating Guide. The certificate shall contain at a minimum the following

coverages and limits:

General Liability: $1,000,000 Each Occurrence

$2,000,000 Aggregate

Automobile Liability: $1,000,000 Each Person

$1,000,000 Each Accident

Professional Liability: $1,000,000 per Claim

Worker’s Compensation: Statutory

Installation Floater: Proposer shall purchase and maintain

until Final Completion of the Project,

installation floater insurance policy for

coverage of Proposer’s labor, materials

and equipment to be used for completion

of the Project performed under the

Contract. The minimum amount of

coverage to be carried shall be in an

amount at least equal to the Contract

Price as well as subsequent modifications

of that sum but no less than equal to the

full amount of the Proposer’s labor,

Page 10: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 10 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

equipment, materials, or fixtures to be

installed, in-transit, or stored both on-site

and off-site during the performance of the

Contract. The policy shall include as loss

payee, the District, the Proposer and its

Subcontractors as their interest may

appear.

i. Proposer to provide certificate of property and liability insurance naming

Chaffey Community College District, its Board, employees, and agents as

additional insured. Insurance must include owned and non-owned vehicles and

provide for 30-day notice of cancellation.

ii. Indemnification. In submitting its Proposal, Proposer agrees to execute a

Contract with the District which contains the following indemnification clause,

to which no modifications or exceptions are permitted:

The successful Proposer agrees to protect, save, defend and hold harmless, (with

counsel of the District’s choosing) to the greatest extent provided by law, the

District, its Board and each member thereof, its officers, agents and employees

(“Indemnified Parties”) from any and all claims, liabilities, reasonable expenses

or damages of any nature, actually incurred, including reasonable attorney’s

fees, for injury or death of any person, or damage to property, or arising out of

the negligent acts, errors or omission, or willful misconduct by the successful

Proposer, the successful Proposer’s agents, officers, employees, sub-

consultants, or independent consultants hired by the successful Proposer to

provide services pursuant to this Contract. The only exception to the successful

Proposer’s responsibility to protect, save, defend and hold harmless the

Indemnified Parties is where a claim, liability, expense or damage occurs due to

the sole negligence, willful misconduct or active negligence of the Indemnified

Parties. This hold harmless provision shall apply to all liability, as provided for

above, regardless of whether any insurance policies are applicable. Insurance

policy limits do not act as a limitation upon the amount of the indemnification

to be provided by the successful Proposer. Notwithstanding the foregoing, to

the extent successful Proposer’s Scope of Work is subject to Civil Code Section

2782.8, the above indemnity shall be limited, to the extent required by Civil

Code Section 2782.8, to claims that arise out of, pertain to, or relate to the

negligence, recklessness, or willful misconduct of the successful Proposer.

In claims against any person or entity indemnified under this provision, that are

made by an employee of the successful Proposer or any subcontractor, a person

indirectly employed by the successful Proposer or any subcontractor, or anyone

for whose acts the successful Proposer or any subcontractor may be liable, the

indemnification obligation under this provision shall not be limited by any

limitation on amount or type of damages, compensation, or benefits payable by

or for successful Proposer or any subcontractor under workers' compensation

acts, disability benefit acts, or other employee benefit acts or any other

insurance limitations. The indemnification obligations under this provision

Page 11: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 11 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

shall not be limited by any assertion or finding that the person or entity

indemnified is liable by reason of a non delegable duty.

Joint and several liability shall apply to the successful Proposer. In the event

the successful Proposer and one or more than one other party is connected with

an accident or occurrence covered by this indemnification, then all such parties

shall be jointly and severally responsible to each of the indemnitees for

indemnification, and the ultimate responsibility among such indemnifying

parties for the loss and expense of any such indemnification shall be resolved

without jeopardy to any indemnitee listed herein.

iii. Proposers shall comply with all applicable laws, including but not limited to, the

following:

a. Licensing. Each Proposer shall be a licensed contractor pursuant to the

Business and Professions Code and shall be licensed in the following

appropriate classification(s) of contractor’s license(s), for the Project, and

must maintain the license(s) throughout the duration of the Project: Class

B. By submitting a proposal, Proposers certify that they are authorized to

do business in the State of California and attest that they are in good tax

standing with the California Franchise Tax Board. The successful

Proposer shall obtain and maintain the required licenses, permits and all

other appropriate legal authorizations for all applicable federal, state and

local jurisdictions (including California Environmental Quality Act

clearance) and pay all applicable fees associated therewith. The

successful Proposer shall immediately notify the District in writing of any

change in its licensing status during the term of its agreement with the

District.

b. Ineligible Contractors. Pursuant to California Public Contract Code

section 6109, a Proposer, who is ineligible to perform work on the public

works project pursuant to Section 1777.1 or 1777.7 of the Labor Code,

may not submit a proposal or work on this Project.

c. Prevailing Wages. Proposers are hereby alerted to the prevailing wage

requirements of California Labor Code section 1720 et seq. The Director

of Industrial Relations has determined the general prevailing rate of per

diem wages in the locality in which this work is to be performed, copies of

which are on file and will be made available to any interested party upon

request at the office of the District or online at http://www.dir.ca.gov/dlsr.

The successful Proposer shall post these rates at the job site. The

successful Proposer shall comply with all applicable Labor Code

provisions, including but not limited to, employment of apprentices, hours

of labor and debarment of contractors. The successful Proposer shall

indemnify, defend and hold harmless the District against any and all

claims, demands, damages, defense costs or liabilities based on failure to

adhere to the above referenced statutes.

d. Pursuant to California Public Contract Code Section 22300, the successful

Proposer may substitute certain securities for funds withheld by the

District.

e. The successful Proposer will be required to furnish the District with a

Payment and a Performance Bond equal to 100% of the Design-Build

Page 12: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 12 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

Contract price, prior to execution of the Design-Build Contract. All bonds

are to be secured from a surety that meets all of the State of California

bonding requirements, as defined in Code of Civil Procedure Section

995.120. Proposals shall include the cost of obtaining such bonds.

f. Proposers shall execute the “Non-Collusion Declaration” attached hereto

as Appendix “A.”

k) Financial Information

Provide the following financial information about your Firm:

i. Attach a statement from an admitted surety insurer (approved by the California

Department of Insurance) and authorized to issue bonds in the State of California,

which states: (a) that your current bonding capacity is sufficient for the projects

anticipated and (b) your current available bonding capacity.

ii. Indicate current value of all work the Firm has under contract, including all

commercial general liability coverage, automobile coverage, worker’s

compensation and all other applicable umbrella or coverage amounts.

l) Cost Proposal

A cost proposal shall be submitted with the Proposal. Cost proposals shall clearly

state the cost of all services.

VII. SUBMITTAL EVALUATION CRITERIA

The evaluation of Proposals received in response to this RFQ/RFP will be conducted

comprehensively using structural, quantitative scoring techniques to maximize the

objectivity of the evaluation. Evaluation categories and weighting shall be as follows:

Criterion Scoring (Points)

Proposer Background, References, and

Experience with California Community

College’s Energy Efficiency Projects

(including, but not limited to, technical

expertise, the use of skilled labor, design

experience, and safety record)

10

Experience with CCC/IOU program and

Public Utility Requirements

25

Experience with Direct Digital control

(DDC) systems and an open

implementation of Lon Works technology

using CEA 709.1B as the communications

protocol.

25

Experience with Division of State

Architect 25

Page 13: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 13 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

Approach to Project 10

Proposer Financial Information 5

Total Possible Points 100

Award of the work, if awarded, will be based on the Criterion identified above and will

be made to the responsible, responsive Proposer whose proposal is determined to be the

best value to the District. Any such award will be made within ninety (90) calendar days

after opening of the Proposals. Respondents acknowledge that the action to award the

Contract is vested solely in the Board of Trustees of the District and that the District may

waive minor irregularities in the RFQ/RFP process or the District may reject all

Proposals.

A Proposer may protest a Contract award if the Proposer believes that the award was

inconsistent with District policy or this RFQ/RFP was not in compliance with the law. A

protest must be filed in writing with the District within five (5) working days after receipt

of notification of the Contract award. The Proposer shall submit all documents supporting

or justifying the protest. A Proposer’s failure to timely file a protest shall constitute a

waiver of its right to protest the award of the Contract. Any Proposer submitting a

Proposal may file a protest of the District’s intent to award the Contract provided that

each and all of the following conditions are met:

a. The protest must be submitted in writing to the District (e-mail is not acceptable),

before 2 p.m. of the fifth business day following notification of the proposed

Contract award.

b. The initial protest document must contain a complete statement of any and all

basis for the protest, including without limitation all facts, supporting

documentation, legal authorities and argument in support of the grounds for the

protest; any matters not set forth in the written protest shall be deemed waived.

c. All factual contentions must be supported by competent, admissible and

creditable evidence.

d. The protest must refer to the specific portions of all documents which form the

basis for the protest.

e. The protest must include the name, address, email, and telephone number of the

person representing the protesting party.

Any protest not conforming to the preceding shall be rejected by the District as invalid.

Provided that a protest is filed in strict conformity with the foregoing, the District shall

review and evaluate the basis of the protest. The District shall provide the Proposer

submitting the protest with a written statement concurring with or denying the protest.

The District Board will render a final determination and disposition of a protest by taking

action to adopt, modify or reject the disposition of a Contract award. Action by the

District Board relative to a Contract award shall be final and not subject to appeal or

reconsideration. The action by the District Board to adopt, modify or reject the

disposition of the Contract award reflected in such written statement shall be an express

condition precedent to the institution of any legal or equitable proceedings relative to the

Proposal process, the District’s intent to award the Contract, the District Board’s

Page 14: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 14 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

disposition of any protest or the District’s decision to reject all Proposals. The procedure

and time limits set forth in this paragraph are mandatory and are the Proposer’s sole and

exclusive remedy in the event of protest. Failure to comply with these procedures shall

constitute a waiver of any right to further pursue the protest, including filing a California

Government Code tort claim or legal proceedings.

VIII. ADDITIONAL CONDITIONS

Public Record. Pursuant to Michaelis, Montanari, & Johnson v. Superior Court (2006) 38

Cal.4th 1065, proposals submitted in response to this RFQ/RFP shall be held confidential

by the District and shall not be subject to disclosure under the California Public Records

Act until after either the District and the successful Proposer have completed negotiations

and entered into the Contract or the District has rejected all Proposals. Furthermore, the

District will have no liability to the Proposer or other party as a result of any public

disclosure of any proposal or contract.

Non-Discrimination. The District does not discriminate on the basis of race, color,

national origin, religion, age, ancestry, medical condition, disability or gender

inconsideration for an award of contract.

Drug-Free Policy and Fingerprinting. The selected firm shall be required to complete any

and all fingerprinting requirements and criminal background checks required by State law

and shall also be required to complete a Drug-Free workplace certificate.

Costs. Costs of preparing a Proposal are solely the responsibility of the Proposer. The

District will not reimburse Proposers for the cost of Proposal preparation.

Limitations. This RFQ/RFP does not commit District to award a contract, to defray any

costs incurred in the preparation of a Proposal pursuant to this RFQ/RFP, or to procure or

contract for work.

Page 15: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 15 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

Appendix A

NON-COLLUSION DECLARATION

This Non-Collusion Declaration shall be executed by the Proposer and shall be submitted

with its Proposal.

The undersigned declares:

I am the ___________________ of ___________________, the party making the

foregoing bid.

The bid is not made in the interest of, or on behalf of, any undisclosed person,

partnership, company, association, organization, or corporation. The bid is genuine and not

collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder

to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired,

connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from

bidding. The bidder has not in any manner, directly or indirectly, sought by agreement,

communication, or conference with anyone to fix the bid price of the bidder or any other bidder,

or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All

statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his

or her bid price or any breakdown thereof, or the contents thereof, or divulged information or

data relative thereto, to any corporation, partnership, company association, organization, bid

depository, or to any member or agent thereof to effectuate a collusive or sham bid and has not

paid, and will not pay, any person or entity for such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation,

partnership, joint venture, limited liability company, limited liability partnership, or any other

entity, hereby represents that he or she has full power to execute, and does execute, this

declaration on behalf of the bidder.

I declare under penalty of perjury under the laws of the State of California that the

foregoing is true and correct and that this declaration is executed on __________________

[date], at ___________________ [city], ___________________ [state].

Signed: ________________________________

Print Name: _____________________________

Page 16: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 16 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

Appendix B

PROPOSAL AND CONTRACT DOCUMENTS

1. Agreement Form (“Contract”) Sample

2. Terms and Conditions

3. Prevailing Wage Certification

4. Workers’ Compensation Certification

5. Asbestos & Other Hazardous Materials Certification

6. Payment Bond

7. Designated Subcontractor List

Page 17: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 17 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

PUBLIC WORKS AGREEMENT

CONTRACT NO. 15P39

BUILDING AUTOMATION RETROFIT PROJECT

THIS CONTRACT (“Contract”) is made and entered into this [DAY] day of [MONTH], 20___, by and

between [CONTRACTOR'S NAME] (“Contractor”) and Chaffey Community College District

(“District”).

1. CONTRACT PRICE. Contractor shall furnish to District for a total price of [WRITE OUT

CONTRACT AMOUNT] Dollars ($[CONTRACT AMOUNT]) (“Contract Price”), the services

(“Services”) set forth in the Scope of Work attached as “Appendix C.”

2. SCOPE OF WORK. The Scope of Work is attached as “Appendix C.”

3. SITE LOCATION. Contractor shall perform the Services at the Rancho Cucamonga campus of

Chaffey Community College, [INSERT PROJECT LOCATION BLDG.], (the “Site”). The Project

is the Scope of Work defined in Appendix “C” to be performed at the Site.

4. CONTRACT TIME. Services shall be completed within thirty (30) consecutive calendar days

(“Contract Time”) from the date specified in District’s Notice to Proceed.

5. LIQUIDATED DAMAGES. Contractor agrees that if the Services are not completed within the

Contract Time and/or pursuant to the completion schedule, construction schedule, or project

milestones developed pursuant to provisions of the Contract, it is understood, acknowledged, and

agreed that District will suffer damage which is not capable of being calculated. Pursuant to

Government Code §53069.85, Contractor shall pay to District, as fixed and liquidated damages for

these incalculable damages, the sum of Five Hundred and 00/100 Dollars ($500.00) per day for each

and every calendar day of delay beyond the Contract Time or beyond any completion schedule,

construction schedule, or project milestones established pursuant to the Contract.

6. CONTRACT DOCUMENTS. The RFQ-RFP 15P39 Documents (the “Contract Documents”) listed

below are fully incorporated and intended to be a part of this Contract:

Notice to Contractors Inviting Proposals

RFQ-RFP 15P39 Building Automation Retrofit

Documents

Proposal

Designated Subcontractors List

Agreement Form

Terms and Conditions

Prevailing Wage Certification

Workers’ Compensation Certification

Asbestos & Other Hazardous Materials

Certification

Performance Bond

Payment Bond

Appendix “A” Non-Collusion

Declaration

Appendix “B” Proposal and Contract

Documents

Appendix “C” Scope of Work

Plans

Specifications

[Other]

[Other]

Page 18: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 18 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

7. COMMENCEMENT OF WORK. Contractor shall not commence the Services under this Contract

until Contractor has submitted (i) a performance bond, payment (labor and material) bond that has

been approved by District, (ii) the certificate(s) and affidavit(s), and the endorsement(s) of insurance

required under the Terms and Conditions of this Contract, and (iii) District has issued a Notice to

Proceed.

8. PAYMENT TERMS. Payment for the Services shall be made in accordance with the Terms and

Conditions.

9. AUTHORITY TO INSPECT, APPROVE, AND STOP WORK. The construction manager on the

Project is Sarah Riley, Manager, Facilities Development (“Construction Manager”), and the project

inspector on the Project is Troy Ament, Administrator, Maintenance & Operations Department

(“Project Inspector”). Contractor hereby acknowledges that the Architect, Engineer, the Construction

Manager, the Project Inspector, and the Division of the State Architect have authority to approve

and/or stop Services if Contractor’s Services do not comply with the requirements of the RFQ-RFP

15P39 Documents, Title 24 of the California Code of Regulations, and all applicable laws. No

Services shall be carried on except with the knowledge and under the inspection of said Project

Inspector. Project Inspector shall have free access to any or all parts of work at any time. Contractor

shall furnish Project Inspector with reasonable opportunities for obtaining such information as may be

necessary to keep Project Inspector fully informed respecting progress, manner of work, and character

of materials. Contractor shall be liable for any delay caused by its non-compliant Services or its

failure to provide proper notification for inspection.

Inspection and acceptance of the Services shall be performed by Troy Ament of the Maintenace &

Operations Department of District.

10. NOTICES. Any notice required or permitted to be given under this Contract shall be deemed to have

been given, served, and received if given in writing and either personally delivered or deposited in the

United States mail, registered or certified mail, postage prepaid, return receipt required, or sent by

overnight delivery service, or facsimile transmission, addressed as follows:

District

Chaffey Community College District

Purchasing Department

ATTN: Kim Erickson

5885 Haven Ave.

Rancho Cucamonga, CA 91737

(909) 652-6701

Contractor

[CONTRACTOR]

ATTN: [NAME]

[ADDRESS]

[CITY, STATE, ZIP]

[FAX]

Any notice personally given or sent by facsimile transmission shall be effective upon receipt. Any

notice sent by overnight delivery service shall be effective on the business day next following

delivery to the overnight delivery service. Any notice given by mail shall be effective three (3) days

after deposit in the United States mail.

11. GUARANTEE. Contractor shall guarantee all labor and material used in the performance of this

Contract for a period of one (1) year from the date of District’s written approval/acceptance of the

Services. Contractor shall take the required corrective action as specified in the Terms and

Conditions.

12. TERMS AND CONDITIONS. This Contract incorporates by this reference the Terms and

Page 19: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 19 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

Conditions attached hereto. Contractor, by executing this Contract, agrees to comply with all the

Terms and Conditions.

13. AUTHORITY TO CONTRACT. Each party has the full power and authority to enter into and

perform this Contract, and the person signing this Contract on behalf of each party has been properly

authorized and empowered to enter into this Contract. By signing this Contract, Contractor certifies,

under penalty of perjury, that all the information provided in the RFQ-RFP 15P39 Documents is true,

complete, and correct.

ACCEPTED AND AGREED on the date indicated below:

Dated: , 20___

Contractor:

Signature:

Print Name:

Print Title:

License No.:

Address:

Telephone:

Facsimile:

E-Mail:

DIR Registration No.:

Tax ID No.: (EIN/SSN)

Dated: , 20___

Chaffey Community College District

Kim Erickson

Executive Director, Business Services

5885 Haven Avenue

Rancho Cucamonga, CA 91737-3002

Telephone: 909-652-6021

Facsimile: 909-652-6022

E-Mail: [email protected]

Type of Business Entity: (Check One)

Individual Sole Proprietorship Partnership Limited Partnership

Corporation, State: Limited Liability Company Other:

[End]

Page 20: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 20 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

TERMS AND CONDITIONS

RFP/RFQ No. 15P39

Building Automation Retrofit

1. NOTICE TO PROCEED: District shall provide a Notice to Proceed to Contractor pursuant to the

Contract at which time Contractor shall proceed with the Services.

2. STANDARD OF CARE: Contractor shall perform such Services in a diligent and workmanlike

manner in accordance with the schedule and in strict conformity with all RFQ-RFP15P39 Documents.

3. SITE EXAMINATION: Contractor has examined the Site and certifies that it accepts all

measurements, specifications and conditions affecting the Services to be performed at the Site. By

submitting its quote, Contractor warrants that it has made all Site examination(s) that it deems

necessary as to the condition of the Site, its accessibility for materials, workers and utilities, and

Contractor’s ability to protect existing surface and subsurface improvements. No claim for allowance

of time or money will be allowed as to any other undiscovered condition on the Site.

4. PERMITS AND LICENSES: Contractor and all of its employees, agents, and subcontractors shall

secure and maintain in force and effect, at Contractor’s sole cost and expense, all licenses and permits

as are required by law, in connection with the furnishing of materials, supplies, or services herein

listed.

5. PROJECT INSPECTION CARD: Contractor shall verify that forms DSA 152 Project Inspection

Card (or current version) are issued for the Project prior to commencement of construction.

6. NOTIFICATION: Contractor shall notify District, Architect and Project Inspector, in writing, of the

commencement and completion of construction of each and every aspect of the Services at least forty

eight (48) hours in advance by submitting form DSA 156 (or the most current version) to the Project

Inspector. Forms are available on the DSA’s website at: http://www.dgs.ca.gov/dsa/Forms.aspx.

7. EQUIPMENT AND LABOR: Contractor shall furnish all tools, equipment, apparatus, facilities,

transportation, labor, and material necessary to furnish the services herein described, the services to be

performed at such times and places as directed by and subject to the approval of the authorized District

representative indicated in the work specifications attached hereto.

8. SUBSTITUTIONS: No substitutions of material from those specified in the work specifications shall

be made without the prior written approval of District. Contractor shall be responsible for any

redesign costs occasioned by District’s acceptance and/or approval of any substitute, as well as any

costs that District incurs for professional services, including DSA fees. District may deduct those

costs from any amounts owing to Contractor for the review of the request for substitution, even if the

request for substitution is not approved. Contractor shall, in the event that a substitute is less costly

than that specified, credit District with one-hundred percent (100%) of the net difference between the

substitute and the originally specified material.

9. INDEPENDENT CONTRACTOR STATUS: While engaged in carrying out the Services of this

Contract, Contractor is an independent contractor, and not an officer, employee, agent, partner, or joint

venture of District. Contractor shall be solely responsible for its own Workers’ Compensation

insurance, taxes, and other similar charges or obligations. Contractor shall be liable for its own

actions, including its negligence or gross negligence, and shall be liable for the acts, omissions, or

errors of its agents or employees.

10. CONTRACTOR SUPERVISION: Contractor shall provide competent supervision of personnel

employed on the job Site, use of equipment, and quality of workmanship.

Page 21: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 21 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

11. WORKERS: Contractor shall at all times enforce strict discipline and good order among its

employees and the employees of its subcontractors and shall not employ or work any unfit person or

anyone not skilled in work assigned to him or her. Any person in the employ of Contractor or a

subcontractor whom District may deem incompetent or unfit shall be dismissed from the Site and shall

not again be employed at the Site without written consent from District.

12. SUBCONTRACTORS: Subcontractors, if any, engaged by Contractor for any Service or work under

this Contract shall be subject to the approval of District. Contractor agrees to bind every subcontractor

by the terms of the Contract as far as such terms are applicable to subcontractor’s work, including,

without limitation, all indemnification, insurance, bond, and warranty requirements. If Contractor

shall subcontract any part of this Contract, Contractor shall be fully responsible to District for acts and

omissions of its subcontractor and of persons either directly or indirectly employed by it. Nothing

contained in the RFQ-RFP15P39 Documents shall create any contractual relations between any

subcontractor and District. All subcontractors (of any tier) performing any portion of the work must

comply with the Labor Code §§1725.5 and 1771.1 and must be properly and currently registered with

the California Department of Industrial Relations (DIR) and qualified to perform public works

pursuant to Labor Code §1725.5 throughout the duration of the Project. No portion of the work is

permitted to be performed by a subcontractor of any tier unless the subcontractor is properly registered

with DIR. Any subcontractors of any tier not properly registered with DIR shall be substituted in

accordance with Labor Code §1771.1.

13. SAFETY AND SECURITY: Contractor is responsible for maintaining safety in the performance of

this Contract. Contractor shall be responsible to ascertain from District the rules and regulations

pertaining to safety, security, and driving on campus.

14. TRENCH SHORING: If this Contract is in excess of Twenty-Five Thousand Dollars ($25,000) and is for

the excavation of any trench deeper than five (5) feet, Contractor must submit and obtain District

acceptance, in advance of excavation, of a detailed plan showing the design of shoring, bracing, sloping, or

other provisions to be made for worker protection from the hazard of caving ground during the excavation

of such trench or trenches. If the plan varies from the shoring system standards, the plan shall be prepared

by a registered civil or structural engineer.

15. EXCAVATIONS OVER FOUR (4) FEET: If this Contract includes excavations over four (4) feet,

Contractor shall promptly, and before the following conditions are disturbed, notify District, in

writing, of any: (i) material that Contractor believes may be material that is hazardous waste, as

defined in §25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II,

or Class III disposal site in accordance with provisions of existing law; (ii) subsurface or latent

physical conditions at the site differing from those indicated; or (iii) unknown physical conditions at

the site of any unusual nature, different materially from those ordinarily encountered and generally

recognized as inherent in work of the character provided for in the Contract. District shall promptly

investigate the conditions, and if it finds that the conditions do materially so differ, or do involve

hazardous waste, and cause a decrease or increase in Contractor's cost of, or the time required for,

performance of any part of the work shall issue a change order under the procedures described in the

Contract. In the event that a dispute arises between District and Contractor whether the conditions

materially differ, or involve hazardous waste, or cause a decrease or increase in Contractor's cost of, or

time required for, performance of any part of the work, Contractor shall not be excused from any

scheduled completion date provided for by the contract, but shall proceed with all Services to be

performed under the Contract. Contractor shall retain any and all rights provided either by Contract or

by law which pertain to the resolution of disputes and protests between the contracting parties.

16. LEAD-BASED PAINT: Pursuant to the Lead-Safe Schools Protection Act (Education Code §32240

et seq.) and other applicable law, no lead-based paint, lead plumbing and solders, or other potential

sources of lead contamination shall be utilized on this Project, and only trained and state-certified

contractors, inspectors and workers shall undertake any action to abate existing risk factors for lead.

Pursuant to the Renovation, Repair and Painting Rule (title 40 of the Code of Federal Regulations part

Page 22: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 22 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

745 (40 CFR 745)), all contractors who disturb lead-based paint in a six-square-foot area or greater

indoors or a 20-square-foot area outdoors must be trained by an EPA-accredited provider and certified

by the EPA. Contractor must execute the Lead-Based Paint Certification, if applicable.

17. CLEAN UP: Debris shall be removed from the Site. The Site shall be in order at all times when work

is not actually being performed and shall be maintained in a reasonably clean condition.

18. PROTECTION OF WORK AND PROPERTY: Contractor shall erect and properly maintain at all

times, as required by conditions and progress of the work, all necessary safeguards, signs, barriers,

lights, and security persons for protection of workers and the public, and shall post danger signs

warning against hazards created by the work. In an emergency affecting life and safety of life or of

work or of adjoining property, Contractor, without special instruction or authorization from District, is

permitted to act at its discretion to prevent such threatened loss or injury.

19. FORCE MAJEURE: Contractor shall be excused from performance hereunder during the time and to

the extent that it is prevented from obtaining delivery, or performing by act of God, fire, strike, loss, or

shortage of transportation facilities, lock-out, commandeering of materials, product, plant, or facilities

by the government, when satisfactory evidence thereof is presented to District, provided that it is

satisfactorily established that the non-performance is not due to the fault or neglect of Contractor.

20. CORRECTION OF ERRORS: Contractor shall perform, at its own cost and expense and without

reimbursement from District, any work necessary to correct errors or omissions which are caused by

Contractor’s failure to comply with the standard of care required herein.

21. ACCESS TO WORK: District representatives, Architect, and Project Inspector shall at all times have

access to the work wherever it is in preparation or in progress. Contractor shall provide safe and

proper facilities for such access.

22. OCCUPANCY: District reserves the right to occupy buildings at any time before formal Contract

completion and such occupancy shall not constitute final acceptance or approval of any part of the

Services covered by this Contract, nor shall such occupancy extend the date specified for completion of

the Services.

23. PAYMENT: Upon completion of the Work, Contractor shall submit an invoice for the full lump sum

payment amount. Payment shall be made within thirty (30) days after District’s verification of

completion and approval of the invoice. District may withhold or deduct from any payment an

amount necessary to protect District from loss because of:

a) Any sums expended by District in performing any of Contractor’s obligations under the

Contract which Contractor has failed to perform or has performed inadequately;

b) Defective work not remedied;

c) Stop payment notices as allowed by state law;

d) Reasonable doubt that the Services can be completed for the unpaid balance of the Total

Contract price or by the scheduled completion date;

e) Unsatisfactory prosecution of the Services by Contractor;

f) Unauthorized deviations from the Contract;

g) Failure of Contractor to maintain, or submit on a timely basis, proper and sufficient

documentation as required by the Contract or by District during the prosecution of the

Services;

h) Any sums representing expenses, losses, or damages, as determined by District, incurred by

District for which Contractor is liable under the Contract; and

i) Any other sums which District is entitled to recover from Contractor under the terms of the

Contract or pursuant to state law, including §1727 of the California Labor Code. The failure

by District to deduct any of these sums from it payment does not constitute a waiver of

District’s right to such sums.

Page 23: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 23 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

24. CHANGE IN SCOPE OF WORK: Any change in the scope of the Services, method of

performance, nature of materials or price thereof, or any other matter materially affecting the

performance or nature of the Services shall not be paid for or accepted unless such change, addition, or

deletion is approved in advance and in writing by a valid change order executed by District.

Contractor specifically understands, acknowledges, and agrees that District shall have the right to

request any alterations, deviations, reductions, or additions to the Project or Services, and the cost

thereof shall be added to or deducted from the amount of the Contract Price by fair and reasonable

valuations. Contractor also agrees to provide District with all information requested to substantiate the

cost of the change order and to inform District whether the Services will be done by Contractor or a

subcontractor. In addition to any other information requested, Contractor shall submit, prior to

approval of the change order, its request for a time extension (if any), as well as all information

necessary to substantiate its belief that such change will delay the completion of the Services. If

Contractor fails to submit its request for a time extension or the necessary supporting information, it

shall be deemed to have waived its right to request such extension.

25. INDEMNIFICATION: To the fullest extent permitted by law, Contractor shall defend, indemnify,

and hold harmless District, Architect, Architect's consultants, the Inspector of Record, the State of

California, and their respective agents, employees, officers, directors, and volunteers (the

“Indemnitees”) from and against claims, damages, losses, and expenses, including but not limited to,

attorneys' fees and costs (including fees of consultants) arising out of or resulting from: (i)

performance of the Work, including but not limited to, Contractor's or its subcontractors’ use of the

Site; (ii) Contractor's or its subcontractors’ construction of the Project, or failure to construct the

Project, or any portion thereof; (iii) the use, misuse, erection, maintenance, operation, or failure of any

machinery or equipment, including but not limited to, scaffolds, derricks, ladders, hoists, and rigging

supports, whether or not such machinery or equipment was furnished, rented, or loaned by any of the

Indemnitees; or (iv) any act, omission, negligence, or willful misconduct of Contractor or its

subcontractors or their respective agents, employees, material or equipment suppliers, invitees, or

licensees, but only to the extent caused in whole or in part by the acts, omissions negligence or willful

misconduct of Contractor, its subcontractors, anyone directly or indirectly employed by any of them,

or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss, or

expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to

negate, abridge, or reduce other rights or obligations of indemnity, which would otherwise exist as to a

party, person, or entity described in this paragraph.

Contractor shall require all subcontractors to defend, indemnify, and hold harmless District, the

Architect, and the Architect's consultants, the Inspector of Record, the State of California, and their

respective agents, employees, officers, and directors from and against claims, damages, losses, and

expenses, including but not limited to, attorneys' fees and costs, (including fees of consultants) arising

out of or resulting from: (i) performance of the Work, including but not limited to, the subcontractors'

use of the Site; (ii) the subcontractors' construction of the Project or failure to construct the Project or

any portion thereof; (iii) the use, misuse, erection, maintenance, operation, or failure of any machinery

or equipment, including but not limited to, scaffolds, derricks, ladders, hoists, and rigging supports,

whether or not such machinery or equipment was furnished, rented, or loaned by any of the

Indemnitees; or (iv) any act, omission, negligence, or willful misconduct of the subcontractors or their

respective agents, employees, material or equipment suppliers, invitees, or licensees, but only to the

extent caused in whole or in part by the acts, omissions negligence or willful misconduct of the

subcontractors, anyone directly or indirectly employed by any of them, or anyone for whose acts they

may be liable, regardless of whether or not such claim, damage, loss, or expense is caused in part by a

party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce

other rights or obligations of indemnity, which would otherwise exist as to a party, person, or entity

described in this paragraph.

Page 24: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 24 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

26. JOINT AND SEVERAL LIABILITY. In the event that Contractor and one or more subcontractor is

connected with an accident or occurrence covered by the indemnification obligations herein, then

Contractor and all such subcontractors shall be jointly and severally responsible to each of the

Indemnitees for indemnification, and the ultimate responsibility among Contractor and indemnifying

subcontractors for the loss and expense of any such indemnification shall be resolved without jeopardy

to any Indemnitee. The provisions of the indemnity provided for herein shall not be construed to

indemnify any Indemnitees for its own negligence if not permitted by law or to eliminate or reduce

any other indemnification or right which any Indemnitees has by law or equity.

27. NO LIMITATION. Contractor's and its subcontractors’ obligation to indemnify and defend the

Indemnitees hereunder shall include, without limitation, any and all claims, damages, and costs: for

injury to persons and property and death of any person; for breach of any warranty, express or implied;

for failure of Contractor or its subcontractor, to comply with any applicable governmental law, rule,

regulation, or other requirement; and for products installed in or used in connection with the Work.

28. PAYMENT BOND AND PERFORMANCE BOND: Contractor shall not commence the Services until

it has provided to District, in a form acceptable to District, a Payment (Labor and Material) Bond and a

Performance Bond, each in an amount equivalent to one hundred percent (100%) of the Contract Price

issued by a surety admitted to issue bonds in the State of California and otherwise acceptable to District.

29. CONTRACTOR’S INSURANCE: Contractor must, at its expense, purchase and maintain in full

force and effect such insurance as will protect itself and District from claims which may arise from the

Work required by the Contract Documents, whether such Work is done by Contractor, by any

subcontractor, by anyone directly or indirectly employed by any of them, or by anyone for whose acts

any of them may be liable. The coverages required herein shall not in any way limit the liability of

Contractor. All insurance purchased pursuant to these Terms and Conditions shall be in policies

subject to the prior written approval of District as to form, content, liability limits, cost and issuing

company. The requirements in these Terms and Conditions shall apply to Contractor, subcontractors

and sub-subcontractors performing Work on the Project. Contractor and all subcontractors shall

furnish Certificates of Insurance, as required below, evidencing said coverage before commencing

work on the Project. The insurance policies for insurance required of Contractor and all

subcontractors shall be written for not less than the following minimum limits:

Commercial Form General Liability Insurance:

Contractor Subcontractor(s)

Per Occurrence $1,000,000.00 $1,000,000.00

General Aggregate $2,000,000.00 $2,000,000.00

Products/Completed Operations Aggregate $1,000,000.00 $1,000,000.00

Personal/Advertising Injury Aggregate $1,000,000.00 $1,000,000.00

Automobile Liability Insurance:

Contractor Subcontractor(s)

Bodily Injury and Property Damage

Combined Single Limit $1,000,000.00 $1,000,000.00

Professional Errors and Omissions Liability Insurance:

Contractor Subcontractor(s)

Per Occurrence $1,000,000.00 $1,000,000.00

General Aggregate $1,000,000.00 $1,000,000.00

Pollution Liability Insurance:

Contractor Subcontractor

Per Occurrence $0 $0

General Aggregate $0 $0

Page 25: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 25 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

NOTE: These limits can be attained by individual policies or by combining primary and umbrella

policies.

Contractor shall provide to District certificate(s) of insurance and endorsements satisfactory to

District. The policy(ies) shall not be amended or modified and the coverage amounts shall not be

reduced without thirty (30) days written notice to District prior to cancellation. Except for worker’s

compensation insurance, District, the Architect, and the Construction Manager shall be named

as an additional insured on all policies. Contractor’s policy(ies) shall be primary; any insurance

carried by District shall only be secondary and supplemental. Contractor shall not allow any

subcontractor, employee, or agent to commence work on this Contract or any subcontract until the

insurance required of Contractor, subcontractor, or agent has been obtained.

Certificates and insurance policies shall include the following clause: “This policy shall not be

cancelled or reduced in required limits of liability or amounts of insurance until notice has been

mailed to the Chaffey Community College District. Date of cancellation or reduction may not be less

than Thirty (30) days, or Ten (10) days for nonpayment of premium, after date of mailing notice.”

30. GUARANTEE TO REPAIR PERIOD AND CORRECTION OF DEFECTIVE WORK: Unless a

longer warranty is called for elsewhere in the RFQ-RFP 15P39 Documents, Contractor, manufacturer, or

their assigned agents shall guarantee the workmanship, product or service performed against defective

workmanship, defects or failures of materials (the “Defective Work”) for a minimum period of a one (1)

year Guarantee To Repair Period from the filing date of the Notice of Completion with the County of San

Bernardino, or one (1) year from the written acceptance of District. All workmanship and merchandise

must be warranted to be in compliance with applicable California energy, conservation, environmental, and

educational standards.

Contractor shall (i) correct Defective Work that becomes apparent during the progress of the Work or

during the Guarantee to Repair Period and (ii) replace, repair, or restore to District's satisfaction any other

parts of the Work and any other real or personal property which is damaged or destroyed as a result of

Defective Work or the correction of Defective Work. Contractor shall promptly commence such

correction, replacement, repair, or restoration upon notice from District's Representative or District, but in

no case later than ten (10) days after receipt of such notice; and Contractor shall diligently and continuously

prosecute such correction to completion. Contractor shall bear all costs resulting from such Defective

Work.

31. CONFIDENTIALITY: Contractor shall maintain the confidentiality of all information, documents,

programs, procedures, and all other items that Contractor encounters while performing Contractor’s

Services to the extent allowed by law. This requirement shall be ongoing and shall survive the

expiration or termination of this Contract and specifically includes all student, parent, and disciplinary

information.

32. COMPLIANCE WITH LAWS: Contractor shall give all notices and comply with all laws, ordinance,

rules and regulations bearing on conduct of the Services as indicated or specified. If Contractor observes

that any of the Services required by this Contract is at variance with any such laws, ordinance, rules or

regulations, Contractor shall notify District, in writing, and, at the sole option of District, any necessary

changes to the scope of the Services shall be made and this Contract shall be appropriately amended in

writing, or this Contract shall be terminated effective upon Contractor’s receipt of a written termination

notice from District. If Contractor performs any work that is in violation of any laws, ordinances, rules or

regulations, without first notifying District of the violation, Contractor shall bear all costs arising therefrom.

33. LABOR CODE AND DIR REGISTRATION REQUIREMENTS: Contractor shall comply with

all applicable provisions of the California Labor Code, Division 3, Part 7, Chapter 1, Articles 1 – 5,

including, without limitation, the payment of the general prevailing per diem wage rates for public

work projects of more than One Thousand Dollars ($1,000). Copies of the prevailing rate of per diem

wages are on file with District or available online at http://www.dir.ca.gov/dlsr. In addition,

Page 26: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 26 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

Contractor and each subcontractor shall comply with Chapter 1 of Division 2, Part 7 of the California

Labor Code, beginning with §1720, and including §§1735, 1777.5 and 1777.6, forbidding

discrimination, and §§1776, 1777.5 and 1777.6 concerning the employment of apprentices by

Contractor or subcontractors. Willful failure to comply may result in penalties, including loss of the

right to bid on or receive public works contracts. Strict compliance with all DIR registration

requirements in accordance with Labor Code §§1725.5 and 1771.1 is a material obligation of

Contractor and all of its subcontractors (of any tier) under the Contract Documents. The foregoing

includes, without limitation, compliance with DIR registration requirements at all times during

performance of the Work by Contractor and all of its subcontractors of any tier. The failure of

Contractor and all subcontractors of any tier to be properly registered with DIR at all times during

performance of the work is a material breach of the Contract and subject to termination for cause.

Monitoring and enforcement of the prevailing wage laws and related requirements will be performed

by the Labor Commissioner/ Department of Labor Standards Enforcement (DLSE).

34. PREVAILING WAGES AND CERTIFIED PAYROLL RECORDS: Pursuant to §§1720.6 and

1771 of the Labor Code, the Project is subject to the payment of prevailing wages. The Director of

Industrial Relations has determined the general prevailing rate of per diem wages in the locality in

which this work is to be performed for each craft or type of worker needed to execute the Contract

which will be awarded to the successful Proposer, copies of which are on file and will be made

available to any interested party upon request at District offices or online at

http://www.dir.ca.gov/dlsr. A copy of these rates shall be posted by the successful Proposer at the job

site. The successful Proposer and all subcontractors under it, shall comply with all applicable laws and

regulations, including but not limited to, the Labor Code provisions, which include hours of work,

overtime and the employment of apprentices.

Contractor and all subcontractors shall furnish certified payroll records as required pursuant to Labor

Code §1776 directly to the DIR in accordance with Labor Code §1771.4 on a weekly basis and in the

format prescribed by the DIR, which may include electronic submission. Monitoring and enforcement

of the prevailing wage laws and related requirements will be performed by the Labor Commissioner/

Department of Labor Standards Enforcement (DLSE).

Pursuant to §1776 of the Labor Code, Contractor and each subcontractor shall keep accurate payroll

records showing the name, address, social security number, work classification, straight time and

overtime hours paid each day and week, and the actual per diem wages paid to each journeyman,

apprentice, worker or other employee employed in connection with the work. Contractor shall certify

under penalty of perjury that records maintained and submitted by Contractor are true and accurate.

Contractor shall comply with all the requirements and regulations from the DIR relating to labor

compliance monitoring and enforcement.

35. ANTI-DISCRIMINATION: It is the policy of District that in connection with all work performed

under contracts there be no discrimination against any employee engaged in the work because of race,

color, ancestry, national origin, or religious creed, and therefore Contractor agrees to comply with

applicable Federal and California laws including, but not limited to, the California Fair Employment

Practice Act beginning with Government Code §12900 and Labor Code §1735. In addition,

Contractor agrees to require like compliance by all its subcontractors.

36. ANTI-TRUST CLAIM: Contractor and its subcontractors agree to assign to District all rights, title,

and interest in and to all causes of action they may have under §4 of the Clayton Act (15 U.S.C. Sec.

15) or under the Cartwright Act (Chapter 2 [commencing with §16700] of Part 2 of Division 7 of the

Business and Professions Code), arising from purchases of goods, services, or materials pursuant to

the Contract or a subcontract. This assignment shall be made and become effective at the time District

tenders final payment to Contractor, without further acknowledgment by the parties.

37. DISPUTES: In the event of a dispute between the parties as to performance of the Services, the

interpretation of this Contract, or payment or nonpayment for work performed or not performed, the

Page 27: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 27 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

parties shall attempt to resolve the dispute by those procedures set forth in Public Contract Code

§20104, et seq., if applicable. Pending resolution of the dispute, Contractor agrees it will neither

rescind the Contract nor stop the progress of the Services, but will allow determination by the court of

the State of California, in San Bernardino County, having competent jurisdiction of the dispute. All

claims of over $375,000, which are outside the scope of Public Contract Code §20104, et seq., may be

determined by mediation if mutually agreeable, otherwise by litigation. Notice of the demand for

mediation of a dispute shall be filed in writing with the other party to the Contract. The demand for

mediation of any claim of over $375,000 shall be made within a reasonable time after written notice of

the dispute has been provided to the other party, but in no case longer than ninety (90) days after initial

written notice, and the demand shall not be made later than the time of Contractor submission of the

request for final payment.

If a claim, or any portion thereof, remains in dispute upon satisfaction of all applicable dispute

resolution requirements, Contractor shall comply with all claims presentation requirements as

provided in Chapter 1 (commencing with §900) and Chapter 2 (commencing with §910) of Part 3 of

Division 3.6 of Title 1 of Government Code as a condition precedent to Contractor’s right to bring a

civil action against District. For purposes of those provisions, the running of the time within which a

claim must be presented to District shall be tolled from the time the claimant submits its written claim

until the time the claim is denied, including any time utilized by any applicable meet and confer

process.

38. ATTORNEY FEES/COSTS: Should litigation be necessary to enforce any terms or provisions of

this Contract, then each party shall bear its own litigation and collection expenses, witness fees, court

costs and attorney’s fees.

39. TERMINATION: If Contractor fails to perform the Services and Contractor’s duties to the

satisfaction of District, or if Contractor fails to fulfill in a timely and professional manner Contractor’s

obligations under this Contract, or if Contractor violates any of the terms or provisions of this

Contract, District shall have the right to terminate this Contract effective immediately upon District

giving written notice thereof to Contractor. Contractor and its performance bond surety, if any, shall

be liable for all damages caused to District by reason of Contractor’s failure to perform and complete

the Contract. District shall also have the right in its sole discretion to terminate the Contract for its

own convenience upon District giving three (3) days written notice thereof to Contractor. In case of a

termination for convenience, Contractor shall be paid for the actual cost for labor, materials, and

services performed that is unpaid and can be documented through timesheets, invoices, receipts, or

otherwise, and five percent (5%) of the total cost of work performed as of the date of termination, or

five percent (5%) of the value of the Services yet to be performed, whichever is less. This five percent

(5%) shall be full compensation for all of Contractor's and its subcontractors’ mobilization and/or

demobilization costs and any anticipated loss profits resulting from termination of Contractor for

convenience. Termination shall have no effect upon any of the rights and obligations of the parties

arising out of any transaction occurring prior to the effective date of termination.

40. ASSIGNMENT OF CONTRACT: Contractor shall not assign or transfer in any way any or all of its

rights, burdens, duties, or obligations under this Contract without the prior written consent of District.

41. TIME IS OF THE ESSENCE: Time is of the essence in the performance of and compliance with

each of the provisions and conditions of this Contract.

42. CALCULATION OF TIME: For the purposes of this Contract, “days” refers to calendar days

unless otherwise specified.

43. GOVERNING LAW: This Contract shall be governed by and construed in accordance with the laws

of the State of California with venue of any action in San Bernardino County.

44. BINDING CONTRACT: This Contract shall be binding upon the parties hereto and upon their

successors and assigns, and shall inure to the benefit of said parties and their successors and assigns.

Page 28: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 28 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

45. DISTRICT WAIVER: District's waiver of any term, condition, covenant or waiver of a breach of

any term, condition or covenant shall not constitute the waiver of any other term, condition or

covenant or the waiver of a breach of any other term, condition or covenant.

46. CAPTIONS AND INTERPRETATIONS: Paragraph headings in this Contract are used solely for

convenience, and shall be wholly disregarded in the construction of this Contract. No provision of this

Contract shall be interpreted for or against a party because that party or its legal representative drafted

such provision, and this Contract shall be construed as if jointly prepared by the parties.

47. INVALID TERM: If any provision of this Contract is declared or determined by any court of

competent jurisdiction to be illegal, invalid or unenforceable, the legality, validity or enforceability of

the remaining parts, terms and provisions shall not be affected thereby, and said illegal, unenforceable

or invalid part, term or provision will be deemed not to be a part of this Contract.

48. PROVISIONS REQUIRED BY LAW DEEMED INSERTED: Each and every provision of law

and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and

this Contract shall be read and enforced as though it were included therein.

49. ENTIRE CONTRACT: This Contract sets forth the entire Contract between the parties hereto and fully

supersedes any and all prior agreements, understanding, written or oral, between the parties hereto pertaining

to the subject matter thereof. This Contract may be modified only by a writing upon mutual consent.

[End]

Page 29: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 29 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

PREVAILING WAGE CERTIFICATION

RFP/RFQ No. 15P39

Building Automation Retrofit

I hereby certify that I will conform to the State of California Public Works Contract requirements

regarding prevailing wages, benefits, on-site audits with 48-hours’ notice, payroll records, and apprentice

and trainee employment requirements, for all Services on the above Project.

I hereby certify that I and all my subcontractors of any tier will be properly registered with the

Department of Industrial Relations in accordance with Labor Code §1725.5 at all times during

performance of the Work.

I hereby certify that I and all of my subcontractors (of any tier) shall furnish certified payroll records as

required pursuant to Labor Code §1776 directly to the Labor Commissioner in accordance with Labor

Code §1771.4 at least on a monthly basis (or more frequently if required by District or the Labor

Commissioner) and in a format prescribed by the Labor Commissioner.

Date:

Legal Name of Contractor:

Signature:

Print Name:

Title:

[End]

Page 30: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 30 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

WORKERS’ COMPENSATION CERTIFICATION

RFP/RFQ No. 15P39

Building Automation Retrofit

Labor Code §3700 in relevant part provides:

Every employer except the State shall secure the payment of compensation in one or more of the

following ways:

a. By being insured against liability to pay compensation by one or more insurers duly

authorized to write compensation insurance in this state.

b. By securing from the Director of Industrial Relations a certificate of consent to self-insure,

which may be given upon furnishing proof satisfactory to the Director of Industrial

Relations of ability to self-insure and to pay any compensation that may become due to

his/her employees.

I am aware of the provisions of §3700 of the Labor Code which require every employer to be insured

against liability for workers' compensation or to undertake self-insurance in accordance with the

provisions of that code, and I will comply with such provisions before commencing the performance of

the work of this Contract.

Date:

Legal Name of Contractor:

Signature:

Print Name:

Title:

(In accordance with Article 5 - commencing at §1860, chapter 1, part 7, division 2 of the Labor Code, the

above certificate must be signed and filed with the awarding body prior to performing any work under

this Contract.)

[End]

Page 31: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 31 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

ASBESTOS & OTHER HAZARDOUS MATERIALS CERTIFICATION

RFP/RFQ No. 15P39

Building Automation Retrofit

Contractor hereby certifies that no Asbestos, or Asbestos-Containing Materials, polychlorinated biphenyl

(PCB), or any material listed by the federal or state Environmental Protection Agency or federal or state

health agencies as a hazardous material, or any other material defined as being hazardous under federal or

state laws, rules, or regulations, “New Hazardous Material” shall be furnished, installed, or incorporated

in any way into the Project or in any tools, devices, clothing, or equipment used to affect any portion of

Contractor's work on the Project for District.

Contractor further certifies that it has instructed its employees with respect to the above-mentioned

standards, hazards, risks, and liabilities.

Asbestos and/or Asbestos-Containing Materials shall be defined as all items containing but not limited to

chrysotile, crocidolite, amosite, anthophyllite, tremolite, and actinolite. Any or all material containing

greater than one-tenth of one percent (0.1%) Asbestos shall be defined as Asbestos-Containing Materials.

Any disputes involving the question of whether or not material is New Hazardous Material shall be settled

by electron microscopy or other appropriate and recognized testing procedure, at District’s determination.

The costs of any such tests shall be paid by Contractor if the material is found to be New Hazardous

Material.

All work or materials found to be New Hazardous Material or work or material installed with “New

Hazardous Material” containing equipment will be immediately rejected and this work will be removed at

Contractor's expense at no additional cost to District.

Contractor has read and understood the document Hazardous Materials Procedures & Requirements, and

shall comply with all the provisions outlined therein.

Date:

Legal Name of Contractor:

Authorized Signature:

Print Name:

Title:

[End]

Page 32: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 32 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

PERFORMANCE BOND (100% of Contract Price)

(Note: Proposers must use this form, NOT a surety company form.)

KNOW ALL PERSONS BY THESE PRESENTS:

WHEREAS, the governing board (“Board”) of the Chaffey Community College District, (“District”) and

, (“Principal)” have entered into a contract for the

furnishing of all materials and labor, services and transportation, necessary, convenient, and proper to

perform the following project:

RFP/RFQ No. 15P39 Building Automation Retrofit

(“Contract”) which Contract dated [DATE], and all of the RFQ-RFP 15P39 Documents attached to or

forming a part of the Contract, are hereby referred to and made a part hereof; and

WHEREAS, said Principal is required under the terms of the Contract to furnish a bond for the faithful

performance of the Contract.

NOW, THEREFORE, the Principal and (“Surety”) are held and

firmly bound unto the Board of District in the penal sum of [WRITE OUT AMOUNT] DOLLARS

($[AMOUNT]), lawful money of the United States, for the payment of which sum well and truly to be

made we bind ourselves, our heirs, executors, administrators, successors, and assigns jointly and

severally, firmly by these presents, to:

- Perform all the work required to complete the Project; and

- Pay to District all damages District incurs as a result of the Principal’s failure to perform all

the work required to complete the Project.

The condition of the obligation is such that, if the above bounden Principal, his, her, or its heirs,

executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and

truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration

thereof made as therein provided, on his, her, or its part to be kept and performed at the time and in the

intent and meaning, including all contractual guarantees and warranties of materials and workmanship,

and shall indemnify and save harmless District, its trustees, officers and agents, as therein stipulated, then

this obligation shall become null and void, otherwise it shall be and remain in full force and virtue.

As a condition precedent to the satisfactory completion of the Contract, the above obligation shall hold

good for a period equal to the warranty and/or guarantee period of the Contract, during which time

Surety’s obligation shall continue if Contractor shall fail to make full, complete, and satisfactory repair

and replacements and totally protect District from loss or damage resulting from or caused by defective

materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any

obligation of Contractor remains. Nothing herein shall limit District’s rights or Contractor or Surety’s

obligations under the Contract, law or equity, including, but not limited to, California Code of Civil

Procedure §337.15.

The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration,

or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications

accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive

Page 33: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 33 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the

Work or to the specifications.

IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all

purposes be deemed an original thereof, have been duly executed by the Principal and Surety above

named, on the day of , 20___.

(Affix Corporate Seal)

Principal

By

Print Name and Title of Signatory

(Affix Corporate Seal)

Surety

By

Name of California Agent of Surety

Address of California Agent of Surety

Telephone Number of California Agent of Surety

Proposer must affix corporate seals for Proposer and Surety, attach a Notarial Acknowledgment

for all signatures, and include a Power of Attorney and Certificate of Authority for Surety. The

California Department of Insurance must authorize the Surety to be an admitted surety insurer.

[End]

Page 34: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 34 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

PAYMENT BOND Contractor's Labor & Material Bond

(100% of Contract Price)

(Note: Proposers must use this form, NOT a surety company form.)

KNOW ALL PERSONS BY THESE PRESENTS:

WHEREAS, the governing board (“Board”) of the Chaffey Community College District, (“District”) and

, (“Principal”) have entered into a contract for the furnishing of

all materials and labor, services and transportation, necessary, convenient, and proper to perform the

following project:

RFP/RFQ No. 15P39 Building Automation Retrofit

(“Contract”) which Contract dated [DATE], and all of the RFQ-RFP 15P39 Documents attached to or

forming a part of the Contract, are hereby referred to and made a part hereof; and

WHEREAS, pursuant to law and the Contract, the Principal is required, before entering upon the

performance of the Work, to file a good and sufficient bond with the body by which the Contract is

awarded in an amount equal to one hundred percent (100%) of the Contract price, to secure the claims to

which reference is made in §§9000 through 9510 and 9550 through 9566 of the Civil Code, and division

2, part 7 of the Labor Code.

NOW, THEREFORE, the Principal and , (“Surety”) are held and

firmly bound unto all laborers, material men, and other persons referred to in said statutes in the sum of

[WRITE OUT AMOUNT] DOLLARS ($[AMOUNT]), lawful money of the United States, being a sum

not less than the total amount payable by the terms of the Contract, for the payment of which sum well

and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, or assigns,

jointly and severally, by these presents.

The condition of this obligation is that if the Principal or any of his, her, or its subcontractors, of the heirs,

executors, administrators, successors, or assigns of any, all, or either of them shall fail to pay for any

labor, materials, provisions, provender, or other supplies, used in, upon, for or about the performance of

the work contracted to be done, or for any work or labor thereon of any kind, or for amounts required to

be deducted, withheld, and paid over to the Employment Development Department from the wages of

employees of the Principal or any of his, her, or its subcontractors of any tier under §13020 of the

Unemployment Insurance Code with respect to such work or labor, that the Surety will pay the same in an

amount not exceeding the amount herein above set forth, and also in case suit is brought upon this bond,

will pay a reasonable attorney’s fee to be awarded and fixed by the Court, and to be taxed as costs and to

be included in the judgment therein rendered.

It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and all persons,

companies, and corporations entitled to file claims under §9100 of the Civil Code, so as to give a right of

action to them or their assigns in any suit brought upon this bond.

Should the condition of this bond be fully performed, then this obligation shall become null and void;

otherwise it shall be and remain in full force and effect.

And the Surety, for value received, hereby stipulates and agrees that no change, extension of time,

alteration, or addition to the terms of the Contract or the specifications accompanying the same shall in

Page 35: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 35 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

any manner affect its obligations on this bond, and it does hereby waive notice of any such change,

extension, alteration, or addition.

IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all

purposes be deemed an original thereof, have been duly executed by the Principal and Surety above

named, on the day of , 20___.

(Affix Corporate Seal)

Principal

By

Print Name and Title of Signatory

(Affix Corporate Seal)

Surety

By

Name of California Agent of Surety

Address of California Agent of Surety

Telephone Number of California Agent of Surety

Proposer must affix corporate seals for Bidder and Surety, attach a Notarial Acknowledgment for

all signatures, and include a Power of Attorney and Certificate of Authority for Surety. The

California Department of Insurance must authorize the Surety to be an admitted surety insurer.

[End]

Page 36: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 36 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

DESIGNATED SUBCONTRACTOR LIST

TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL

RFP-RFQ No . 15P39

BUILDING AUTOMATION RETROFIT PROJECT

Subcontractor Listings: Proposer acknowledges and agrees that in compliance with Public

Contract Code §4100, et seq., it has provided the name and location of each subcontractor on the

attached Subcontractor Listing Schedule who will perform work or labor or render service to the

Bidder in or about the construction of the work in an amount in excess of one-half of one percent

(0.5%) of Proposer’s total bid and the kind of work that each subcontractor will perform.

Furthermore, Bidder acknowledges and agrees that under Public Contract Code §4100, et seq., if

Proposer fails to list as to any portion of work, or if Proposer lists more than one subcontractor to

perform the same portion of work (i.e., Proposer must indicate what portion of the work each

subcontractor will perform), Proposer must perform that portion itself or be subjected to a

penalty as prescribed under applicable law.

If alternate bids are called for and Proposer intends to use subcontractors different from or in

addition to those subcontractors listed for work under the base bid, Proposer must list

subcontractors that will perform work in an amount in excess of one half of one percent (0.5%)

of Proposer’s total bid, including alternates.

In case more than one subcontractor is named for the same kind of work, state the portion of

work that each subcontractor will perform. Bidders or suppliers of materials only do not need to

be listed. If further space is required for the list of proposed subcontractors, additional sheets

showing the required information, as indicated below, shall be attached hereto and made a part of

this document.

All subcontractors (of any tier) performing any portion of the Work must be properly licensed

and comply with the Labor Code §§1725.5 and 1771.1 and must be properly and currently

registered with the California Department of Industrial Relations and qualified to perform public

works pursuant to Labor Code §1725.5 throughout the duration of the Project.

[Continued on following page.]

Page 37: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 37 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

Subcontractor Listing Schedule

Subcontractor Name: Location:

Percentage Portion of Work:

Contractor’s License No.:

Bid Amount*:

DIR Registration No.*:

Subcontractor Name: Location:

Percentage Portion of Work:

Contractor’s License No.:

Bid Amount*:

DIR Registration No.*:

Subcontractor Name: Location:

Percentage Portion of Work:

Contractor’s License No.:

Bid Amount*:

DIR Registration No.*:

Bidder’s Acknowledgement: ( Check if additional page is attached to list participating

subcontractors.) Date:

Proper Name of Bidder:

Print Name:

Title:

Authorized Signature:

*This information must be provided at the time of submission of bid or must be provided within twenty-four (24)

hours after the time set for the opening of bids. Bidders who choose to provide this information within twenty-four

(24) hours after the time set for the opening of bids are solely responsible to ensure District receives this information

in a timely manner. District is not responsible for any problems or delays associated with emails, faxes, delivery,

etc. Absent a verified fax or email receipt date and time by District, District’s determination of whether the

information was received timely shall govern and be determinative. Bidder shall not revise or amend any other

information in this form submitted at the time of bid. The information submitted at the time of bid shall govern over

any conflicts, discrepancies, ambiguities or other differences in any subsequent Designated Subcontractors List

submitted by Bidder.

Page 38: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 38 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

Appendix C

Scope of Work

The Chaffey Community College District is seeking proposals for the energy services contract

for Building Automation Systems Retrofit on the Rancho Cucamonga Campus located at 5885

Haven Avenue, Rancho Cucamonga, CA 91737, pursuant to the provisions of the California

Government Code Section 4217.12.

The proposed project incorporates replacement of existing building automation systems in

Information Services (IS), Skills Lab (SL), Aeronautics (Aero), Automotive Technology (ATL)

buildings at the Rancho Cucamonga, Chaffey College Campus. (See Appendix C, Scope of

Work.) The selected Respondent shall be responsible for installing all equipment to the highest

standard and for removing and disposing of all old fixtures and debris generated by the

installation. The scope of work for this project requires a complete “turnkey” product, including

planning, design, installation, and start up. Only contractors that provide a resume of at least two

(2) comparable installations of a Lonworks system shall be permitted to bid on this project.

Personal references to those installations must also be provided. In order to be considered

comparable installations, controlled equipment on those projects referenced in the contractor's

resume must be similar to the equipment to be controlled in this project.

The amount of funding available to the District from Proposition 39 for this project is not yet

determined. The District intends to phase the project in alignment with the amount of funding

received. The District has determined that thirteen (13) buildings on the Rancho Cucamonga

campus meet the need for building automation system retrofits. Phase 1 of the project will

include buildings in alignment with the funding received. Campus building locations referred to

as Wargin Hall (WH), Old Administration (AD), and Vocational Student Support (VSS) have

been identified as a project starting point.

Contractor should plan on leveraging all available Investor Owned Utilities (IOU) incentive

dollars on this project and to do so, should install products which are approved by SCE. In

specifying retrofit solutions, contractors should also ensure that the equipment meets the

minimum standards for each space type where a retrofit is performed.

The overall engineer’s estimated construction cost is $335,000.00 - $345,000.00. The scheduled

construction duration is anticipated to be approximately three (3) months. The anticipated start

date is April 1, 2015.

[Continued on following page.]

Page 39: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey Community College District Page 39 of 39

RFP/RFQ No. 15P39 Building Automation Retrofit

The project specification sections listed below are incorporated and intended to be a part of this

RFP-RFQ Document:

Section 230923 Direct-digital Control System for HVAC

Section 260519 Low-voltage Electrical Power Conductors and Cables

Section 260529 Hangers and Supports for Electrical Systems

Section 260533 Raceway and Boxes for Electrical Systems

Section 262716 ElectricalCabinets and Enclosures

The drawings listed below are incorporated and intended to be a part of this RFP-RFQ

Document:

T0.0 Title Sheet

M0.1 Mechanical Cover Sheet

M2.1 Mechanical Floor Plan – Auto Technology Lab

M3.1 Mechanical Floor Plans – Aeronautics Warehouse

M4.1 Mechnical Floor Plan – Skills Lab

M5.1 Mechanica Floor Plan – Information Services

[END]

Page 40: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 1 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

SECTION 23 09 23 - DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

PART 1 GENERAL

1.1 SUMMARY

A. It is the intent to have this Contractor provide a complete new DDC System for the buildings and

work shown on the Drawings. 1.2 SYSTEM DESCRIPTION

A. The Direct Digital Control (DDC) system shall be a complete system suitable for the control of

the heating, ventilating and air conditioning (HVAC) and other building-level systems as specified and shown.

B. System Requirements - Systems installed under this specification shall have the following

characteristics: 1. The control system shall be an open implementation of LonWorks technology using CEA-

709.1B as the communications protocol and using LonMark Standard Network Variable Types as defined in LonMark SNVT List exclusively for communication over the network.

2. LonWorks Network Services (LNS) shall be used for all network management including addressing and binding of network variables. A copy of the complete, fully-commissioned, valid, as-built Final LNS database shall be submitted to the project site as specified. All devices shall be on-line and commissioned into the LNS database.

3. The hardware shall perform the control sequences as specified and shown and provide control of the equipment as specified and shown.

4. Control sequence logic shall reside in DDC hardware in the building. The building control network shall not be dependent upon connection to a Utility Monitoring and Control System (UMCS) for performance of control sequences in this specification. The hardware shall, to the greatest extent practical, perform the sequences without reliance on the building network.

5. The hardware shall be installed such that individual control equipment can be replaced by similar control equipment from other equipment manufacturers with no loss of system functionality.

6. All necessary documentation, configuration information, configuration tools, programs, drivers, and other software shall be licensed to and otherwise remain with the Customer such that the Customer or their agents are able to perform repair, replacement, upgrades, and expansions of the system without subsequent or future dependence on the Contractor.

7. Provide sufficient documentation and data, including rights to documentation and data, such that the Customer or their agents can execute work to perform repair, replacement, upgrades, and expansions of the system without subsequent or future dependence on the Contractor.

8. Hardware shall be installed and configured such that the Customer or their agents are able to perform repair, replacement, and upgrades of individual hardware without further interaction with the Contractor.

9. Control hardware shall be installed and configured to provide all input and output Standard Network Variables (SNVTs) as shown and as needed to meet the requirements of this specification.

Page 41: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 2 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

10. All DDC devices installed under this specification shall communicate via CEA-709.1B. The

control system shall be installed such that a SNVT output from any node on the network can be bound to any other node in the domain.

11. All controllers shall be of application specific and configurable type. No custom computer coding will be acceptable.

1.3 SUBMITTALS

A. DDC Contractor Design Drawings: DDC Contractor Design Drawings shall be submitted in hard

copy and on CDROM in [VISIO] and [PDF] format.

B. Final As-Built Drawings: Final As-Built Drawings shall be submitted in hard copy and on CDROM in [VISIO] and [PDF] format.

C. Product Data: Manufacturer's Catalog Data, product specific catalog cuts shall be submitted for

each product provided under this specification.

D. Programming Software: All hardware shall be configured via graphical free configurable software.

E. APB/XFB and XIF files: External interface files (XIF files) and Application (APB/XFB files)

shall be submitted as a technical data package for each model of DDC Hardware provided under this specification. All files shall be submitted on CD-ROM.

F. Final LNS Database: Two copies of the fully commissioned, valid as-built LNS Database for the

complete control network provided under this specification shall be submitted on CD-ROM. Each copy shall be clearly marked identifying it as the LNS Database for the work covered under this specification and with the date of the most recent database modification. The submitted LNS Database shall consist of the entire folder structure of the LNS database (e.g. c:\Lm\DB\{database name}.

G. LNS Plug-in: A LNS-Plugin for Application-Specific and Configurable Controllers shall be

submitted as a Technical Data Package. LNS Plug-ins distributed under a license shall be licensed to the project site. Plug-ins shall be submitted on CD-ROM. PDF copy manuals, if available, shall be submitted for each plug-in provided.

1.4 OPERATION AND MAINTENANCE (O&M) INSTRUCTIONS

A. The HVAC control System Operation and Maintenance Instructions shall include:

1. OPERATION AND MAINTENANCE DATA for each piece of control equipment. 2. Procedures for the HVAC system start-up, operation and shut-down including the

manufacturer's supplied procedures for each piece of equipment, and procedures for the overall HVAC system.

3. As-built HVAC control system detail drawings formatted as specified. 4. A list of the configuration settings for all devices. 5. Routine maintenance checklist. The routine maintenance checklist shall be arranged in a

columnar format. The first column shall list all installed devices, the second column shall state the maintenance activity or state no maintenance required, the third column shall state

Page 42: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 3 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

the frequency of the maintenance activity, and the fourth column for additional comments or

reference. 6. Qualified service organization list. 7. Start-Up and Start-Up Testing Report.

1.5 SURGE PROTECTION

A. Power-Line Surge Protection

1. Equipment connected to ac circuits shall be protected against or withstand power-line surges. Equipment protection shall meet the requirements of IEEE C62.41. Fuses shall not be used for surge protection.

B. Surge Protection for Transmitter and Control Wiring: DDC hardware shall be protected against or

withstand surges induced on control and transmitter wiring installed outdoors and as shown. The equipment protection shall be protected against the following two waveforms: 1. A waveform with a 10-microsecond rise time, a 1,000-microsecond decay time and a peak

current of 60 amps. 2. A waveform with an 8-microsecond rise time, a 20-microsecond decay time and a peak

current of 500 amperes. 1.6 INPUT MEASUREMENT ACCURACY

A. Sensors, transmitters and DDC Hardware shall be selected, installed and configured such that the

maximum error of the measured value at the SNVT output of the DDC hardware is less than 105 percent of the maximum allowable error specified for the sensor or instrumentation.

PART 2 PRODUCTS

2.1 EQUIPMENT

A. General Requirements

1. Units of the same type of equipment shall be products of a single manufacturer. Each major component of equipment shall have the manufacturer's name and address, and the model and serial number in a conspicuous place. Materials and equipment shall be standard products of a manufacturer regularly engaged in the manufacturing of these and similar products. The standard products shall have been in a satisfactory commercial or industrial use for two years prior to use on this project.

2. The two year use shall include applications of equipment and materials under similar circumstances and of similar size. DDC Hardware not meeting the two-year field service requirement shall be acceptable provided it has been successfully used by the Contractor in a minimum of two previous projects. The equipment items shall be supported by a service organization. Items of the same type and purpose shall be identical, including equipment, assemblies, parts and components. Manufacturer's catalog data sheets documenting compliance with product specifications shall be submitted as specified for each product installed under this specification.

Page 43: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 4 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

2.2 NETWORK HARDWARE

A. CEA-709.1B Network Routers: CEA-709.1B Routers (including routers configured as repeaters)

shall meet the requirements of CEA-709.1B and shall provide connection between two or more CEA-709.3 TP/FT-10 channels or between two or more CEA-709.3 TP/FT-10 channels and a TP/XF-1250 channel. An ENA Enterprise Network Appliance may be used as a router when enterprise architecture is implemented.

B. Gateways: Gateways shall perform bi-directional protocol translation from one non-CEA-709.1B

protocol to CEA-709.1B. Gateways shall incorporate a network connection to a TP/FT-10 network in accordance with CEA-709.3 and a connection for a non-CEA-709.1B network.

C. CEA-709.1B to IP Router: CEA-709.1B to IP Routers shall perform layer 3 routing of CEA-

709.1B packets over an IP network in accordance with CEA-852-A. The router shall provide the appropriate connection to the IP network and connections to the CEA-709.3 TP/FT-10 or TP/XF- 1250 network. CEA-709.1B to IP Routers shall support the Dynamic Host Configuration Protocol (DHCP; RFC 2131 for IP configuration and the use of an CEA-852-A Configuration Server (for CEA-852-A configuration), but shall not rely on these services for configuration. CEA-709.1B to IP Routers shall be capable of manual configuration via a console RS-232 port.

2.3 WIRE AND CABLE

A. All wire and cable shall meet the requirements of NFPA 70 and NFPA 90A in addition to the

requirements of this specification.

B. Control Network Wiring Control network wiring shall be twisted pair in accordance with CEA- 709.3 and Echelon Wiring Guidelines level IV echelon wire.

C. Control Wiring for Binary Signals shall be 18 AWG copper and shall be rated for 300-volt

service and meet Division 26 specifications.

D. Control Wiring for 120-Volt Circuits shall be 18 AWG or thicker stranded copper and shall be rated for 600-volt service and meet Division 26 specifications.

E. Control Wiring for Analog Signals shall be 18 AWG, copper, single- or multiple-twisted,

minimum 50 mm 2 inch lay of twist, 100% shielded pairs, and shall have a 300-volt insulation. Cables shall have an overall aluminum-polyester or tinned-copper cable-shield tape, overall tinned-copper cable drain wire, and overall cable insulation.

2.4 DIRECT DIGITAL CONTROL (DDC) HARDWARE

A. General Requirements: All DDC Hardware shall meet the following requirements:

1. It shall incorporate a "service pin" which, when pressed will cause the DDC Hardware to broadcast its 48-bit NodeID and its ProgramID over the network. The service pin shall be distinguishable and accessible.

2. It shall incorporate a light to indicate the device is receiving power. 3. It shall incorporate a TP/FT-10 transceiver in accordance with CEA-709.3 and connections

for TP/FT-10 control network wiring. 4. It shall communicate on the network using only the CEA-709.1B protocol.

Page 44: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 5 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

5. It shall be capable of having network communications configured via LNS. 6. Each controller shall have at minimum 10 PID loops for control of functions such as cooling,

heating, fan speed, terminal load, etc. 7. LonMark external interface files (XIF files), as defined in the LonMark XIF Guide, shall be

submitted for each type of DDC Hardware. 8. Application programs and configuration settings shall be stored in a manner such that a loss

of power does not result in a loss of the application program or configuration settings: a. Loss of power shall never result in the loss of application programs, regardless of the

length of time power is lost (i.e. application programs shall be stored in non-volatile memory).

b. Loss of power shall never result in the loss of configuration settings. 9. It shall have all functionality specified and required to support the application (Sequence of

Operation or portion thereof) in which itis used, including but not limited to: a. It shall provide input and output SNVTs as specified, as shown on the Points Schedule,

and as otherwise required to support the sequence and application in which it is used. All SNVTs shall have meaningful names identifying the value represented by the SNVT. Unless a SNVT of an appropriate engineering type is not available, all network variables shall be of a standard network variable type with engineering units appropriate to the value the variable represents. (2) It shall be configurable via standard configuration properties (SCPTs) as defined in the LonMark SCPT List, user-defined configuration properties (UCPTs), network configuration inputs (ncis) of a SNVT type as defined in the LonMark SNVT List, network configuration inputs (ncis) of a user defined network variable type, or hardware settings on the controller itself for all settings and parameters used by the application in which it is used.

10. It shall be based on FT-5000 second generation or FT-6050 third generation chips. 11. In addition to these general requirements and the DDC Hardware Input-Output (I/O)

Function requirements, all DDC Hardware shall meet the requirements of either a Local Display Panel (LDP), or Application Specific Requirement (ASC). All DDC Hardware shall have their DDC Hardware Type identified in the Manufacturer's Catalog Data submittal. Where a single device meets the requirements of multiple types, select a single type for that specific device based on it's use. One model of DDC hardware may be submitted as different DDC Hardware types when used in multiple applications. a. The user interface on all DDC Hardware shall be password protected against changes.

B. Hardware Input-Output (I/O) Functions: DDC Hardware incorporating hardware input-output

(I/O) functions shall meet the following requirements: 1. Analog Inputs: DDC Hardware analog inputs (AIs) shall perform analog to digital (A-to-D)

conversion with a minimum resolution of 12 bits or better as needed to meet the accuracy requirements specified in paragraph INPUT MEASUREMENT ACCURACY. Signal conditioning including transient rejection shall be provided for each analog input. Analog inputs shall be capable of being individually calibrated for zero and span. Analog inputs shall be universal and accept 0-10 Vdc, 4-20mA, and resistive signals. The input type selection shall be done in firmware, no jumpers are allowed. AIs shall have software override capability to force read value to a fixed value until the override is removed by operator command.

2. Analog Outputs: DDC Hardware analog outputs (AOs) shall perform digital to analog (D-to- A) conversion with a minimum resolution of 8 bits or better, and output a signal with a range of 0-12 Vdc. Analog outputs shall be capable of being individually calibrated for zero and span. Analog outputs shall be at minimum capable of driving 30mA loads and be protected

Page 45: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 6 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

by auto-reset fuse. AOs shall have software override capability to force output signal to a fixed value until the override is removed by operator command. This manual override shall persist over power outages.

3. Binary Inputs: DDC Hardware binary inputs (BIs) shall accept contact closures and shall ignore transients of less than 5 milli-second duration. BIs shall have software override capability to force read value to a fixed value until the override is removed by the operator.

4. Binary Outputs: DDC Hardware binary outputs (BOs) shall provide relay contact closures or triac outputs for momentary and maintained operation of output devices. BOs shall have software override capability to force output signal to a fixed value until the override is removed by operator command. This override shall persist over power outages. a. Relay Contact Closures: Closures shall have a minimum duration of 0.1 second. Relays

shall provide at least 180V of isolation. Electromagnetic interference suppression shall be provided on all output lines to limit transients to non-damaging levels. Minimum contact rating shall be one ampere at 24 Vac.

b. Triac outputs: Triac outputs shall provide at least 300 V of isolation. Minimum contact rating shall be one ampere at 24 Vac. Triac outputs shall have a common exposed to allow for separate power to the controller and separate AC switched circuit through the triac. Triacs shall have software override capability to force output signal to a fixed value until the override is removed by operator command. This override shall persist over power outages.

5. Pulse Accumulator: DDC Hardware pulse accumulators shall have the same characteristics as the BI. In addition, a buffer shall be provided to totalize pulses. The pulse accumulator shall accept rates of at least 200 pulses per second. The totalized value shall be reset to zero upon operator's command and allow a minimum count of 4.2billion.

C. Application Specific Controller (ASC): Application Specific Controllers (ASCs) have a fixed

factory-installed application program (i.e. ProgramID) with configurable settings and do not have the ability to be programmed for custom applications. ASCs shall meet the following requirements in addition to the General DDC Hardware and DDC Hardware Input-Output (I/O) 1. ASCs shall comply with LonMark Functional Profiles. 2. Unless otherwise approved, all necessary Configuration Properties and network

configuration inputs (ncis) for the sequence and application in which the ASC is used shall be fully configurable through an LNS plug-in. This plug-in shall be submitted as specified for each type of ASC (manufacturer and model). (Note: configuration accomplished via hardware settings does not require configuration via plug-in). Configuration plug-in shall be capable of configuring, commissioning, and replacing the devices, and binding variables. Configuration plug-in shall allow for ASC configuration backup and restore by saving changes to LNS database and external XML file.

3. ASCs shall exposé all unused physical I/O to the network for use by other network devices. I.e. extra output could be used by other controller to control a load.

4. ASCs may include an integral or tethered Local Display Panel. 5. ASC shall provide 20VDC power for loop-powered 4-20mA sensors. 6. ASC shall allow for custom names of its physical I/O. 7. ASC shall implement changeable variable types for its physical inputs for compatibility with

other devices. 8. ASC shall accept daughter expansion board for additional functionality such as differential

pressure sensor, communication cards for wireless, etc.

Page 46: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 7 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

D. Enterprise Network Appliance (ENA): Each ENA shall have trending, alarming, scheduling, and

web-hosting functionality built in. Enterprise scale networks shall be capable of incorporating a minimum of 300 ENAs. Enterprise front-end links all ENAs into one seamless network, with the following features: 1. Single log-in provides access to all ENAs 2. ENAs automatically submit alarms and trend data to enterprise server for seamless viewing

and distribution. 3. MS SQL database for large trend storage. 4. MS IIS for unlimited hosting of web pages 5. Limit number of devices each ENA servers to a number that permits top network. ENA shall

have a minimum of 60Gb of non-volatile memory for trend and alarm storage. ENA shall have a minimum of 4GB of RAM. The ENA shall provide a direct driver to LNS database without the need of importing the LNS database into a proprietary format. A copy of the LNS database shall be stored at the panel. The panel shall be upgradeable to provide protocol drivers to other networks besides LonWorks. The panel shall be capable of supporting at minimum of 5,000 data points and 5,000 web pages.

E. Local Display Panel (LDP)

1. The Local Display Panels (LDPs) shall be an ENA with at minimum of 15in touch-screen display attached, and shall provide display and override capability of SNVT inputs and SNVT outputs as shown on the Points Schedule and as specified. The adjustment of SNVTs shall be password protected. LDP shall provide local trending capability for minimum 1000 data points stored at the rate of minimum 15 minutes and data retention of 10 years. LDP shall make all local graphical screens available automatically for access via a browser on the TCP network without the need for reprogramming them or creating a duplicate copy.

2.5 BUILDING CONTROL NETWORK (BCN)

A. Provide one or more Building Control Networks (BCNs) as required to connect all DDC

hardware to a Building Control Network and to meet bandwidth requirements as specified. This requirement may result in multiple BCNs being installed, and unless otherwise specified or necessary to provide required functionality these BCNs may remain separate. Each building control network consists of one or more channels, one of which is the BCN backbone.

B. Contractor shall segment the network & provide sufficient ENAs to provide satisfactory network

performance (defined as follows): 1. Summary web pages with minimum of 200 data points shall upload & display all data within

5 seconds.

C. Building Control Network (BCN) Channel 1. Each BCN channel shall be a TP/FT-10 channel in doubly terminated bus topology in

accordance with CEA-709.3. 2. Each BCN channel shall contain no more than 2/3 the maximum number of devices

permitted by CEA-709.3. 3. Each BCN channel shall contain no more than 2/3 the maximum number of devices

permitted by the manufacturer of the device transceivers. When more than one type of transceiver is used on the same channel the channel shall contain no more than 2/3 of the maximum devices for the transceiver with the lowest maximum.

4. Physical layer repeaters shall not be used.

Page 47: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 8 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

D. Building Control Network (BCN) Backbone: Each Building Control Network shall have a single

BCN Backbone meeting the following requirements: 1. The BCN Backbone shall meet all requirements of a BCN channel except as specified here. 2. When a BCN consist of only a single channel, that channel shall be the Backbone. 3. When a BCN consists of multiple channels, one channel shall be the BCN Backbone, and

this channel may be either TP/FT-10 in accordance with the LonMark Interoperability Guide. The BCN Backbone shall have no devices except CEA-709.1B Routers or ENAs connected to it. DDC Hardware shall not be connected to the BCN Backbone when more than one channel is provided.

E. Building Control Network (BCN) Installation: Each building control network shall meet the

following requirements: 1. All DDC Hardware shall be connected to a BCN Channel. 2. No DDC Hardware shall have more than two CEA-709.1B Router between it and a BCN

Backbone. 3. Each BCN Backbone shall be available at the Building Point of Connection (BPOC)

location [as shown][ ]. When the BPOC location is a room number, provide sufficient additional backbone media to ensure that the BCN Backbone can be extended to any location in the room.][Provide a CEA-709.1B to IP Router [in an enclosure][in a lockable enclosure] at the BPOC Location [as shown][ ] and connect the BCN Backbone to it. Do not connect the CEA-709.1B to IP Router to an IP network.

4. The peak expected bandwidth usage for each and every channel shall be less than 70%, including device-to-device traffic and traffic to the Utility Monitoring and Control System (UMCS) as shown on the Points Schedule. Note that all network traffic to the UMCS is present on the BCN Backbone.

5. The BCN's backbone shall be tagged and labeled at the BPOC location with the expected bandwidth usage and the bandwidth usage measured during the PVT.

6. Where multiple pieces of DDC Hardware are used to execute one sequence all DDC Hardware executing that sequence shall be on a [dedicated ]single channel.

2.6 DDC HARDWARE

A. DDC hardware shall not be connected to a BCN Backbone if that building control network has

more than one channel. Except for DDC Hardware in suspended ceilings, install all DDC Hardware in an enclosure. All DDCHardware shall be configured and commissioned on the Building Control Network via LNS using an LNS-based Network Configuration Tool. All Controllers shall be Application Specific Controllers.

B. Local Display Panels: Local Display Panels shall be provided [one in each building up to 100k

sqft. and minimum of two in larger buildings]. Locate LDPs in mechanical room closest to the equipment providing information displayed by the LDP.] The panel shall have a build-in color touch screen of minimum size 15inch (diagonal). The panel shall provide full graphical representation of the facility including color floor plans and mechanical equipment. Each graphical screen shall consist of tree-style navigation menu, interactive data points showing dynamic information and background graphics. All screens shall be accessible at the local touch screen and via a remote browser. The panel shall have a LonWorks, and Ethernet network interfaces. The panel shall provide the following additional functionality: 1. Scheduling including regular, holiday and exception schedules. 2. Alarming including notification capability to smart phones, and e-mail.

Page 48: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 9 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

3. Trending including storage sufficient to hold trend data for a minimum of 10 years for a

minimum of 1000 points at 15 minute interval.

C. Configurable AHU, RTU, HPU, FCU controllers all air handler / roof top unit controllers shall: Be 100% configurable with zero custom computer code required. 1. Have an automated zone binding wizard to any available VAV/VVT zone on the BAS

network. 2. The following configurable features are mandatory: 3. Cooling and heating configurable features: 4. Staging strategies:

a. Incrementing b. Incrementing with rotation c. Step d. Step with rotation e. Parallel f. Parallel with rotation

5. Flexible from 1 to 6 stages 6. Supply temperature resets with either timed bump or linear methodologies. 7. Configurable reset action variables shall include the following choices:

a. Terminal load b. Space temperature c. Return temperature d. Outdoor temperature e. Space humidity f. Return humidity

8. Heat pump reversing valve enabled for cooling or heating 9. Ambient temperature compressor shutoff setpoint 10. Economizer damper control features:

a. Title 24 compliant CO2 control b. The following free cooling strategies: c. Outdoor temperature – dry bulb d. Return temperature – dry bulb e. Space temperature – dry bulb f. Outdoor enthalpy g. Flow control methodologies:

1) Damper position 2) Outside air flow 3) Mix box pressure

11. Supply fan configurable features: a. Modulating b. Digital c. Digital with control

12. Fan operation proof methodologies: a. Fan command b. Fan amps c. Fan switch d. Network command

13. Duct pressure a. Staging strategies:

Page 49: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 10 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

1) Incrementing 2) Incrementing with rotation 3) Step 4) Step with rotation 5) Parallel 6) Parallel with rotation

14. Fan pressure reset (for VFD motors) Staging options: 1 to 6 stage 15. Fan configurable features:

a. Fan speed options: 1) Speed tracking 2) Building pressure 3) Volumetric pressure

b. Fan proof options: 1) Fan command 2) Fan amps 3) Fan switch 4) Network command

16. Flexible staging options from 1 to 6 stages a. Incrementing b. Incrementing with rotation c. Step d. Step with rotation e. Parallel f. Parallel with rotation g. Flexible minimum on, off, and delay times h. Exhaust fan enable setpoint flexibility

D. All VAV controllers shall:

1. Be 100% configurable with zero custom computer code required. 2. Be fully configurable. 3. Have an automated binding capability to any available air handler unit on the BAS network. 4. The following configurable features are mandatory: 5. Selectable pre-configured library of the most prevalent VAVs in the market. 6. Optional VAV or VVT operation. 7. The flexible weighting of zones to control their importance in the AHU/VAV system for

cooling. 8. The flexible weighting of zones to control their importance in the AHU/VAV system for

heating. 9. Selectable VVT relief damper participation (for systems designed without bypass dampers). 10. VVT relief damper strategies for systems designed without bypass dampers). 11. Graphical box flow representation. 12. Optional built-in differential pressure sensor with 20 bit resolution. 13. Differential pressure high and low tubes shall be invertible via computer software. 14. Flexible staging configuration from 1 to 4 stages for both cooling and heating.

E. Overrides: Provide the capability to override points for all Application Specific Controllers as

specified and as shown on the Points Schedule using one of the following methods: 1. Override SNVT of Same SNVT Type method:

Page 50: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 11 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

a. Use this method for all setpoint overrides and for overrides of inputs and outputs

whenever practical. b. Provide a SNVT input to the DDC hardware containing the point to be overridden of

the same SNVT type as the point to be overridden. 2. Program and configure the DDC hardware such that:

a. If the value of the SNVT on the override input is the Invalid Value defined for that SNVT by the LonMark SNVT List, then the point is not overridden (its value is determined from the sequence).

b. If the value of the SNVT on the override input is not the Invalid Value defined for that SNVT by the LonMark SNVT List then set the value of the point to be overridden to the value of the SNVT on the override input.

3. Use this method for override of inputs and outputs when the "Override SNVT Shares SNVT Type" method is impractical.

4. Override method by use of plug-in graphical interface: a. Provide override capability for each physical input and output via the graphical plug-in

interface. This method requires that each point to be overridden has an Override Value SNVT of the same type and an associated flag which activates or deactivates the override. IO overrides must persist over power outages.

2.7 GATEWAYS

A. Gateways may be used for communication with non-CEA-709.1B control hardware subject to all

of the following limitations: 1. Each gateway shall communicate with and perform protocol translation for non-CEA-

709.1B control hardware controlling one and only one package unit. 2. Non-CEA-709.1B control hardware shall not be used for controlling built-up units. 3. Non-CEA-709.1B control hardware shall not perform system scheduling functions. 4. Non-CEA-709.1B network wiring shall be installed only to connect the gateway to the

package unit and shall not exceed 15 feet.

2.8 GRAPHICAL WEB-BASED FRONT-END

A. Functional description 1. The software shall provide main web page (map) as a starting point for navigation

throughout the facility. Next, the map shall link to a page with picture of a building and links to floor plans. Each floor plan shall be color coded and labeled to indicate room numbers, equipment numbers, room temperatures, sensor locations, and links to the underlying equipment detail pages. The links on floor plan graphics shall point to the equipment detail screens such us VAVs, Fan Coils, AHUs. A single click shall be required to penetrate graphic screens and drill down quickly to the wanted information. The web site navigation shall be supplemented with a tree (windows explorer like file/folder style) navigation structure. Software shall include intuitive tree-editor accessible via a web browser.

2. The equipment specific graphic screens shall display system schematic or a graphic as a static background and dynamic point information overlaid on the static graphic. The dynamic values shall refresh automatically on a preset interval without reloading the entire web page. The software shall include utilities to make graphics design possible right at the displayed page and with no need for switching to external editor. When used with typical equipment, the front-end shall produce equipment graphics automatically with no user intervention. Software shall include a Global Override feature for making global adjustments

Page 51: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 12 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

E. Us r access control. 1. The software shall allow for a detailed access control. Each user can be assigned levels of access such as read only, override, schedules, configuration, user management etc. Software

shall allow for user access control per area of the facility. For example user A shall have full access to all buildings, while user B shall have access only to the administration building. Access control based on access level only is not acceptable.

to the network. I.e. the operator shall be able to modify all temperature setpoints, or lock all valves to a position with minimal number of strokes and a single input value. Global report shall provide the operator a report by on-the-fly selecting required data points. The output of the global report utility shall be a snapshot of the network variable values in an MS Excel compatible format. Front-end shall not have back-door passwords or allow for a back-door access using hard-coded credentials.

B. Trending

1. The front-end shall display trend information by a web browser in a graphical format. Trend and report information shall be available on the web pages in graphical format. The software shall be capable of transmitting all trend, point value, reports, and current values via http, XML and web services. A direct ODBC driver shall be available for connecting the SQL database to other database aware applications. Trend data shall also be available in a tabular format for easy copy and paste to other applications such as Ms Excel. Trend storage shall be based on commercial SQL server. Administrative SQL Server passwords shall be turned over to the building owner. Sql Server shall allow for periodic password change. Amount of storage shall be limited by the hard drive space only and provide minimum capacity of 1000 points trended at 15 minutes interval and retained for 10 years. Trend engine shall implement data compression to minimize storage requirements.

C. Scheduling

1. System scheduler shall be accessed by a browser. The software shall provide schedule override capability for events not accounted for in the regular schedules. There shall be no limit in the software to number of schedules users can enter or number of points being schedules. The schedules shall be stored in the Front-End software database and synchronized down to LDP and ENA. In case of failure of the Front-End the LDP shall continue the scheduling functions. The front-end shall synchronize schedules with LDP and ENA every 5 minutes (adjustable). LDP and ENA shall synchronize schedules with devices every 5 minutes (adjustable).

D. Overrides via a remote browser

1. The software shall provide capability to override points or change set points with single click. All overrides shall be authenticated and prevent overrides placed without proper credentials.

e

2.9 ARCHITECTURE

A. Provide graphical front-end software with a direct LNS driver LNS 3.2.7 or latter LonWorks

networks. The front-end shall be capable of linking to a minimum of 300 ENAs. When used in Enterprise configuration the front-end shall provide seamless navigation to all ENAs, single user login, global scheduling, global alarm handling, global trend viewing, etc. ENAs shall be accessed either by touch-screen panels (LDP only) or on the web (ENA or LDP). A library of pre-

Page 52: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 13 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

programmed components shall be provided to simplify creation of animated graphics and placement of dynamic point values on the graphical screens. The graphic screen creation shall be accomplished by a drag and drop programming as opposed to line code programming. The line code programming shall be available for advanced design and shall support FLASH Action Script and C# languages.

B. The front-end software shall place no restriction on number of user accounts, and no restrictions

on connectivity to other database aware applications. The software shall use no hardware dongle to operate in a fully licensed mode. The software shall be capable of being backed up and restored by commercially available backup IT technologies. Summary web pages with minimum of 200 data points shall upload & display all data within 5 seconds. The software shall use MS SQL server as the storage database and IIS web server for hosting the web site and shall allow for system hardening. The software shall install on operating systems such as MS Windows 7 Ultimate, MS Windows Server 2012 or later. The software shall be compatible with and used in Cloud Environment running on virtual servers.

2.10 SENSORS

A. Temperature sensors shall be 10K Type II Thermistors.

B. All other sensors shall provide 4-20mA signal, unless unavailable with this signal standard.

PART 3 EXECUTION

3.1 EXAMINATION

A. Prior to starting work, carefully inspect installed work of other trades and verify that such work is

complete to the point where work of this Section may properly commence.

B. Notify the owners' representative in writing of conditions detrimental to the proper and timely completion of the work.

C. Do not begin work until all unsatisfactory conditions are resolved.

3.2 INSTALLATION (GENERAL)

A. Install in accordance with manufacturer's instructions.

B. Provide all miscellaneous devices, hardware, software, interconnections installation and

programming required to ensure a complete operating system in accordance with the sequences of operation and point schedules.

3.3 LOCATION AND INSTALLATION OF COMPONENTS

A. Locate and install components for easy accessibility; in general, mount 48 inches above floor

with minimum 3'-0" clear access space in front of units. Obtain approval on locations from owner’s representative prior to installation.

Page 53: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 14 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

B. All instruments, switches, transmitters, etc., shall be suitably wired and mounted to protect them

from vibration, moisture and high or low temperatures.

C. Identify all equipment and panels. Provide permanently mounted tags for all panels.

D. Provide stainless steel or brass thermowells suitable for respective application and for installation under other sections—sized to suit pipe diameter without restricting flow.

3.4 INTERLOCKING AND CONTROL WIRING

A. Provide all interlock and control wiring. All wiring shall be installed neatly and professionally, in

accordance with Specification Division 26.

B. Provide wiring as required by functions as specified and as recommended by equipment manufacturers, to serve specified control functions. Provide shielded low capacitance wire for all communications trunks.

C. Control wiring shall not be installed in power circuit raceways. Magnetic starters and disconnect

switches shall not be used as junction boxes. Provide auxiliary junction boxes as required. Coordinate location and arrangement of all control equipment with the owner's representative prior to rough-in.

D. Provide power for all control components from nearest electrical control panel or as indicated on

the electrical drawings—coordinate with electrical contractor.

E. All control wiring in the mechanical, electrical, telephone and boiler rooms to be installed in raceways. Plenum rated wire above ceiling is acceptable, where allowed by NEC code.

3.5 FIELD SERVICES

A. Prepare and start logic control system under provisions of this section.

B. Start-up and commission systems. Allow sufficient time for start-up and commissioning prior to

placing control systems in permanent operation.

C. Provide the capability for off-site monitoring at control contractor's local or main office. At a minimum, off-site facility shall be capable of system diagnostics and software download. Owner shall provide phone line for this service for 1 year or as specified.

D. Provide Owner's Representative with spare parts list. Identify equipment critical to maintaining

the integrity of the operating system. 3.6 AS BUILT DOCUMENTATION

A. After completion of the project, insert final approved shop drawings include the following

information: 1. An operator’s manual including detailed man-machine interface. 2. An operator’s reference table listing the addresses of all connected input points and output

points. Show settings where applicable.

Page 54: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

23 09 23 - 15 DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC

3. A programmer’s manual including all information necessary to perform the programming

function. 4. A language manual including a detailed description of the language used and all routines,

modules, etc., used by the system. 5. Flow charts of the software programs utilized in the system. 6. Complete program listing file, and parameter listing file for all programs.

B. Provide two (2) AutoCAD (latest version) CD and one (1) full size reproducible of each control

diagram and equipment schedule reflecting the “as-built” condition. Size shall be the same as the construction document drawings.

3.7 TRAINING

A. Provide application engineer to instruct owner in operation of systems and equipment.

B. Provide system operator’s training to include (but not limited to) such items as the following:

modification of data displays, alarm and status descriptors, requesting data, execution of commands and request of logs. Provide this training to a minimum of 3 persons.

C. Provide on-site training above as required, up to 24 hours as part of this contract.

3.8 DEMONSTRATION

A. Provide systems demonstration to satisfaction of Owner.

B. Upon completion of the installation, start up the system and perform all necessary testing,

debugging and calibration of each component in the entire system. Perform an acceptance test in the presence of the Owner’s Representative. When the system performance is deemed satisfactory in whole or in part of the by the Owner’s Representative, the part(s) of the system will be accepted.

C. Provide certificate stating that control system has been tested and adjusted for proper operation. D.

Final system acceptance shall be contingent upon completion of final review and correction of all deficiencies. Satisfactory completion of the operational tests which shall demonstrate compliance with all performance and requirements of the Contract Documents.

END OF SECTION

Page 55: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA CONDUCTORS AND CABLES

26 05 19 - 1 LOW-VOLTAGE ELECTRICAL POWER

SECTION 26 05 19 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

PART 1 GENERAL

1.1 SUMMARY

A. Section includes building wire and cable; and wiring connectors and connections.

1.2 REFERENCES

A. International Electrical Testing Association:

1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems.

B. National Fire Protection Association:

1. NFPA 70 - National Electrical Code. 2. NFPA 262 - Standard Method of Test for Flame Travel and Smoke of Wires and Cables for

Use in Air-Handling Spaces.

C. Underwriters Laboratories, Inc.: 1. UL 1277 - Standard for Safety for Electrical Power and Control Tray Cables with Optional

Optical-Fiber Members. 1.3 SYSTEM DESCRIPTION

A. Product Requirements: Provide products as follows:

1. Solid conductor for feeders and branch circuits 10 AWG and smaller. 2. Stranded conductors for control circuits. 3. Conductor not smaller than 12 AWG for power and lighting circuits. 4. Conductor not smaller than 14 AWG for control circuits. 5. 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet. 6. 10 AWG conductors for 20 ampere, 277 volt branch circuits longer than 200 feet.

B. Wiring Methods: Provide the following wiring methods:

1. Concealed Dry Interior Locations: Use only building wire , Type THHN/THWN insulation, in raceway.

2. Exposed Dry Interior Locations: Use only building wire , Type THHN/THWN insulation, in raceway.

3. Above Accessible Ceilings: Use only building wire , Type THHN/THWN insulation, in raceway.

4. Wet or Damp Interior Locations: Use only building wire , Type THHN/THWN insulation, in raceway.

5. Exterior Locations: Use only building wire , Type THHN/THWN or XHHW insulation, in raceway.

6. Underground Locations: Use only building wire , Type THHN/THWN or XHHW insulation, in raceway.

Page 56: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA CONDUCTORS AND CABLES

26 05 19 - 2 LOW-VOLTAGE ELECTRICAL POWER

1.4 DESIGN REQUIREMENTS

A. Conductor sizes are based on copper.

1.5 SUBMITTALS

A. Section 01 33 00 - Submittal Procedures: Requirements for submittals.

B. Product Data: Submit for building wire and each cable assembly type.

C. Test Reports: Indicate procedures and values obtained.

1.6 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of components and circuits. 1.7 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with

minimum three years documented experience. 1.8 FIELD MEASUREMENTS

A. Verify field measurements are as indicated on Drawings.

1.9 COORDINATION

A. Where wire and cable destination is indicated and routing is not shown, determine routing and

lengths required.

B. Wire and cable routing indicated is approximate unless dimensioned. Refer to drawings for locations of equipment.

PART 2 PRODUCTS

2.1 BUILDING WIRE

A. Manufacturers: 1. Rome Cable. 2. General Cable Co. 3. Substitutions: Permitted.

B. Product Description: Single conductor insulated wire.

C. Conductor: Copper.

D. Insulation: NFPA 70; 600 volt rating Type THHN/THWN insulation for feeders and branch circuits.

Page 57: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA CONDUCTORS AND CABLES

26 05 19 - 3 LOW-VOLTAGE ELECTRICAL POWER

2.2 WIRING CONNECTORS

A. Spl it Bolt Connectors: 1. Burndy. 2. IIsco. 3. Thomas and Betts. 4. Buchanon. 5. Ideal. 6. Substitutions: Not Permitted.

B. Solderless Pressure Connectors: 1. Burndy. 2. IIsco. 3. Thomas and Betts. 4. Buchanon. 5. Ideal. 6. Substitutions: Not Permitted.

C. Spring Wire Connectors:

1. Burndy. 2. IIsco. 3. Thomas and Betts. 4. Buchanon. 5. Ideal. 6. Substitutions: Not Permitted.

D. Compression Connectors:

1. Burndy. 2. IIsco. 3. Thomas and Betts. 4. Buchanon. 5. Ideal. 6. Substitutions: Not Permitted.

2.3 TERMINATIONS

A. Terminal Lugs for Wires 6 AWG and Smaller: Solderless, compression type copper.

B. Lugs for Wires 4 AWG and Larger: Color keyed, compression type copper, with insulating

sealing collars. PART 3 EXECUTION

3.1 EXAMINATION

A. Verify interior of building has been protected from weather.

B. Verify mechanical work likely to damage wire and cable has been completed.

Page 58: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA CONDUCTORS AND CABLES

26 05 19 - 4 LOW-VOLTAGE ELECTRICAL POWER

C. Verify raceway installation is complete and supported.

3.2 PREPARATION

A. Completely and thoroughly swab raceway before installing wire.

3.3 EXISTING WORK

A. Remove exposed abandoned wire and cable, including abandoned wire and cable above

accessible ceiling finishes. Patch surfaces where removed cables pass through building finishes.

B. Disconnect abandoned circuits and remove circuit wire and cable. Remove abandoned boxes when wire and cable servicing boxes is abandoned and removed. Install blank cover for abandoned boxes not removed.

C. Provide access to existing wiring connections remaining active and requiring access. Modify

installation or install access panel.

D. Extend existing circuits using materials and methods compatible with existing electrical installations, or as specified.

E. Clean and repair existing wire and cable remaining or wire and cable to be reinstalled.

3.4 INSTALLATION

A. Route wire and cable to meet Project conditions.

B. Neatly train and lace wiring inside boxes, equipment, and panelboards.

C. Identify and color code wire and cable under provisions of Section 26 05 53. Identify each

conductor with its circuit number or other designation indicated.

D. Special Techniques--Building Wire in Raceway: 1. Pull conductors into raceway at same time. 2. Install building wire 4 AWG and larger with pulling equipment.

E. Special Techniques - Cable:

1. Protect exposed cable from damage. 2. Support cables above accessible ceiling, using spring metal clips or metal cable ties to

support cables from structure. Do not rest cable on ceiling panels. 3. Use suitable cable fittings and connectors.

F. Special Techniques - Wiring Connections:

1. Clean conductor surfaces before installing lugs and connectors. 2. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible

temperature rise. 3. Tape uninsulated conductors and connectors with electrical tape to 150 percent of insulation

rating of conductor. 4. Install split bolt connectors for copper conductor splices and taps, 6 AWG and larger.

Page 59: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA CONDUCTORS AND CABLES

26 05 19 - 5 LOW-VOLTAGE ELECTRICAL POWER

5. Install solderless pressure connectors with insulating covers for copper conductor splices and

taps, 8 AWG and smaller. 6. Install insulated spring wire connectors with plastic caps for copper conductor splices and

taps, 10 AWG and smaller.

G. Install solid conductors for branch circuits 10 AWG and smaller. Install crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under screws.

H. Install terminal lugs on ends of 600 volt wires unless lugs are furnished on connected device,

such as circuit breakers.

I. Size lugs in accordance with manufacturer’s recommendations terminating wire sizes. Install 2- hole type lugs to connect wires 4 AWG and larger to copper bus bars.

J. For terminal lugs fastened together such as on motors, transformers, and other apparatus, or when

space between studs is small enough that lugs can turn and touch each other, insulate for dielectric strength of 2-1/2 times normal potential of circuit.

3.5 WIRE COLOR

A. General: 1. For wire sizes 10 AWG and smaller, install wire colors in accordance with the following:

a. Black and red for single phase circuits at 120/240 volts. b. Black, red, and blue for circuits at 120/208 volts single or three phase. c. Orange, brown, and yellow for circuits at 277/480 volts single or three phase.

2. For wire sizes 8 AWG and larger, identify wire with colored tape at terminals, splices and boxes. Colors are as follows: a. Black and red for single phase circuits at 120/240 volts. b. Black, red, and blue for circuits at 120/208 volts single or three phase. c. Orange, brown, and yellow for circuits at 277/480 volts single or three phase.

B. Neutral Conductors: White. When two or more neutrals are located in one conduit, individually

identify each with proper circuit number.

C. Branch Circuit Conductors: Install three or four wire home runs with each phase uniquely color coded.

D. Feeder Circuit Conductors: Uniquely color code each phase.

E. Ground Conductors: 1. For 6 AWG and smaller: Green. 2. For 4 AWG and larger: Identify with green tape at both ends and visible points including

junction boxes. 3.6 FIELD QUALITY CONTROL

A. Inspect and test in accordance with NETA ATS, except Section 4.

B. Perform inspections and tests listed in NETA ATS, Section 7.3.1.

Page 60: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA CONDUCTORS AND CABLES

26 05 19 - 6 LOW-VOLTAGE ELECTRICAL POWER

END OF SECTION

Page 61: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 29 - 1 HANGERS AND SUPPORTS FOR ELECTRICAL

SECTION 26 05 29 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes:

1. Conduit supports. 2. Formed steel channel. 3. Spring steel clips. 4. Sleeves. 5. Mechanical sleeve seals. 6. Firestopping relating to electrical work. 7. Firestopping accessories. 8. Equipment bases and supports.

1.2 REFERENCES

A. ASTM International:

1. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials.

2. ASTM E119 - Standard Test Methods for Fire Tests of Building Construction and Materials. 3. ASTM E814 - Standard Test Method for Fire Tests of Through-Penetration Fire Stops. 4. ASTM E1966 - Standard Test Method for Fire-Resistive Joint Systems.

B. FM Global:

1. FM - Approval Guide, A Guide to Equipment, Materials & Services Approved By Factory Mutual Research For Property Conservation.

C. National Fire Protection Association:

1. NFPA 70 - National Electrical Code.

D. Underwriters Laboratories Inc.: 1. UL 263 - Fire Tests of Building Construction and Materials. 2. UL 723 - Tests for Surface Burning Characteristics of Building Materials. 3. UL 1479 - Fire Tests of Through-Penetration Firestops. 4. UL 2079 - Tests for Fire Resistance of Building Joint Systems. 5. UL - Fire Resistance Directory.

E. Intertek Testing Services (Warnock Hersey Listed):

1. WH - Certification Listings. 1.3 DEFINITIONS

A. Firestopping (Through-Penetration Protection System): Sealing or stuffing material or assembly

placed in spaces between and penetrations through building materials to arrest movement of fire, smoke, heat, and hot gases through fire rated construction.

Page 62: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 29 - 2 HANGERS AND SUPPORTS FOR ELECTRICAL

1.4 SYSTEM DESCRIPTION

A. Firestopping Materials: UL 1479 to achieve fire ratings as noted on Drawings for adjacent

construction, but not less than 1 hour fire rating.

B. Firestop interruptions to fire rated assemblies, materials, and components. 1.5 PERFORMANCE REQUIREMENTS

A. Firestopping: Conform to UL for fire resistance ratings and surface burning characteristics.

1.6 SUBMITTALS

A. Product Data:

1. Hangers and Supports: Submit manufacturers catalog data including load capacity. 2. Firestopping: Submit data on product characteristics, performance and limitation criteria.

B. Design Data: Indicate load carrying capacity of trapeze hangers and hangers and supports.

C. Manufacturer's Certificate: Certify products meet or exceed specified requirements.

1.7 QUALITY ASSURANCE

A. Through Penetration Firestopping of Fire Rated Assemblies: UL 1479 or ASTM E814 with 0.10 inch water gageminimum positive pressure differential to achieve fire F-Ratings and temperature T-Ratings, but not less than 1-hour. 1. Wall Penetrations: Fire F-Ratings, but not less than 1-hour. 2. Floor and Roof Penetrations: Fire F-Ratings and temperature T-Ratings, but not less than 1-

hour. a. Floor Penetrations Within Wall Cavities: T-Rating is not required.

B. Through Penetration Firestopping of Non-Fire Rated Floor and Roof Assemblies: Materials to

resist free passage of flame and products of combustion. 1. Noncombustible Penetrating Items: Noncombustible materials for penetrating items

connecting maximum of three stories. 2. Penetrating Items: Materials approved by authorities having jurisdiction for penetrating

items connecting maximum of two stories. 1.8 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing Products specified in this section with

minimum three years experience.

B. Installer: Company specializing in performing work of this section. 1.9 DELIVERY, STORAGE, AND HANDLING

A. Accept materials on site in original factory packaging, labeled with manufacturer's identification.

Page 63: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 29 - 3 HANGERS AND SUPPORTS FOR ELECTRICAL

B. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by

storing in original packaging.

1.10 ENVIRONMENTAL REQUIREMENTS

A. Do not apply firestopping materials when temperature of substrate material and ambient air is below 60 degrees F

B. Maintain this minimum temperature before, during, and for minimum 3 days after installation of

firestopping materials.

C. Provide ventilation in areas to receive solvent cured materials.

PART 2 PRODUCTS

2.1 CONDUIT SUPPORTS

A. Hanger Rods: Threaded high tensile strength galvanized carbon steel with free running threads. B.

Beam Clamps: Malleable Iron, with tapered hole in base and back to accept either bolt or hanger rod. Set screw: hardened steel.

C. Conduit clamps for trapeze hangers: Galvanized steel, notched to fit trapeze with single bolt to

tighten.

D. Conduit clamps - general purpose: One hole malleable iron for surface mounted conduits.

E. Cable Ties: High strength nylon temperature rated to 185 degrees F Self locking.

2.2 FORMED STEEL CHANNEL

A. Product Description: Galvanized 12 gage thick steel. With holes 1-1/2 incheson center.

2.3 SPRING STEEL CLIPS

A. Product Description: Mounting hole and screw closure.

2.4 SLEEVES

A. Sleeves for Through Fire Rated and Fire Resistive Floors and Walls, and Fire Proofing: Prefabricated fire rated sleeves including seals, UL listed.

B. Fire-stopping Insulation: Glass fiber type, non-combustible.

2.5 MECHANICAL SLEEVE SEALS

A. Product Description: Modular mechanical type, consisting of interlocking synthetic rubber links

shaped to continuously fill annular space between object and sleeve, connected with bolts and

Page 64: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 29 - 4 HANGERS AND SUPPORTS FOR ELECTRICAL

2.6 FIRESTOPPING

A. Product Description: Different types of products by multiple manufacturers are acceptable as

required to meet specified system description and performance requirements; provide only one type for each similar application. 1. Silicone Firestopping Elastomeric Firestopping: Single component silicone elastomeric

compound and compatible silicone sealant. 2. Foam Firestopping Compounds: Multiple component foam compound. 3. Formulated Firestopping Compound of Incombustible Fibers: Formulated compound mixed

with incombustible non-asbestos fibers. 4. Fiber Stuffing and Sealant Firestopping: Composite of mineral fiber stuffing insulation with

silicone elastomer for smoke stopping. 5. Mechanical Firestopping Device with Fillers: Mechanical device with incombustible fillers

and silicone elastomer, covered with sheet stainless steel jacket, joined with collars, penetration sealed with flanged stops.

6. Intumescent Firestopping: Intumescent putty compound which expands on exposure to surface heat gain.

7. Firestop Pillows: Formed mineral fiber pillows. 2.7 FIRESTOPPING ACCESSORIES

A. Primer: Type recommended by firestopping manufacturer for specific substrate surfaces and

suitable for required fire ratings.

B. Installation Accessories: Provide clips, collars, fasteners, temporary stops or dams, and other devices required to position and retain materials in place.

C. General:

1. Furnish UL listed products or products tested by independent testing laboratory. 2. Select products with rating not less than rating of wall or floor being penetrated.

D. Non-Rated Surfaces:

1. Stamped steel, chrome plated, hinged, split ring escutcheons or floor plates or ceiling plates for covering openings in occupied areas where conduit is exposed.

2. For exterior wall openings below grade, furnish modular mechanical type seal consisting of interlocking synthetic rubber links shaped to continuously fill annular space between conduit and cored opening or water-stop type wall sleeve.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify openings are ready to receive sleeves.

B. Verify openings are ready to receive firestopping.

Page 65: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 29 - 5 HANGERS AND SUPPORTS FOR ELECTRICAL

3.2 PREPARATION

A. Clean substrate surfaces of dirt, dust, grease, oil, loose material, or other matter affecting bond of

firestopping material.

B. Remove incompatible materials affecting bond.

C. Install backing materials to arrest liquid material leakage.

D. Obtain permission from before using powder-actuated anchors.

E. Do not drill or cut structural members.

3.3 INSTALLATION - HANGERS AND SUPPORTS

A. Anchors and Fasteners: 1. Concrete Structural Elements: Provide expansion anchors. 2. Steel Structural Elements: Provide beam clamps, spring steel clips, steel ramset fasteners,

and welded fasteners. 3. Concrete Surfaces: Provide self-drilling anchors and expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Provide toggle bolts and hollow

wall fasteners. 5. Solid Masonry Walls: Provide expansion anchors. 6. Sheet Metal: Provide sheet metal screws. 7. Wood Elements: Provide wood screws.

B. Install conduit and raceway support and spacing in accordance with NEC.

C. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit.

D. Install multiple conduit runs on common hangers.

E. Supports: 1. Fabricate supports from structural steel or formed steel channel. Install hexagon head bolts

to present neat appearance with adequate strength and rigidity. Install spring lock washers under nuts.

2. Install surface mounted cabinets and panelboards with minimum of four anchors. 3. In wet and damp locations install steel channel supports to stand cabinets and panelboards 1

inchoff wall. 4. Support vertical conduit at every floor.

3.4 INSTALLATION - FIRESTOPPING

A. Install material at fire rated construction perimeters and openings containing penetrating sleeves,

piping, ductwork, conduit and other items, requiring firestopping.

B. Apply primer where recommended by manufacturer for type of firestopping material and substrate involved, and as required for compliance with required fire ratings.

Page 66: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 29 - 6 HANGERS AND SUPPORTS FOR ELECTRICAL

C. Apply firestopping material in sufficient thickness to achieve required fire and smoke rating.

D. Place intumescent coating in sufficient coats to achieve rating required.

E. Fire Rated Surface: 1. Seal opening at floor, wall, partition, ceiling, and roof as follows:

a. Install sleeve through opening and extending beyond minimum of 1 inchon both sides of building element.

b. Size sleeve allowing minimum of 1 inchvoid between sleeve and building element. c. Pack void with backing material. d. Seal ends of sleeve with UL listed fire resistive silicone compound to meet fire rating of

structure penetrated. 2. Where conduit penetrates fire rated surface, install firestopping product in accordance with

manufacturer's instructions.

F. Non-Rated Surfaces: 1. Seal opening through non-fire rated wall, partition floor, ceiling, and roof opening as

follows: a. Install sleeve through opening and extending beyond minimum of 1 inchon both sides

of building element. b. Size sleeve allowing minimum of 1 inchvoid between sleeve and building element. c. Install type of firestopping material recommended by manufacturer.

2. Install escutcheons floor plates or ceiling plates where conduit, penetrates non-fire rated surfaces in occupied spaces. Occupied spaces include rooms with finished ceilings and where penetration occurs below finished ceiling.

3. Exterior wall openings below grade: Assemble rubber links of mechanical seal to size of conduit and tighten in place, in accordance with manufacturer's instructions.

3.5 INSTALLATION - EQUIPMENT BASES AND SUPPORTS

A. Provide housekeeping pads of concrete, minimum 3-1/2 inchesthick and extending 6

inchesbeyond supported equipment. Refer to Section 03 30 00.

B. Using templates furnished with equipment, install anchor bolts, and accessories for mounting and anchoring equipment.

C. Construct supports of formed steel channel. Brace and fasten with flanges bolted to structure.

3.6 INSTALLATION - SLEEVES

A. Exterior watertight entries: Seal with adjustable interlocking rubber links.

B. Conduit penetrations not required to be watertight: Sleeve and fill with silicon foam.

C. Set sleeves in position in forms. Provide reinforcing around sleeves.

D. Size sleeves large enough to allow for movement due to expansion and contraction. Provide for continuous insulation wrapping.

Page 67: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 29 - 7 HANGERS AND SUPPORTS FOR ELECTRICAL

E. Extend sleeves through floors 1 inchabove finished floor level. Caulk sleeves.

F. Where conduit or raceway penetrates floor, ceiling, or wall, close off space between conduit or

raceway and adjacent work with fire stopping insulation and caulk airtight. Provide close fitting metal collar or escutcheon covers at both sides of penetration.

G. Install plastic escutcheons at finished surfaces.

3.7 FIELD QUALITY CONTROL

A. Inspect installed firestopping for compliance with specifications.

3.8 CLEANING

A. Clean adjacent surfaces of firestopping materials.

3.9 PROTECTION OF FINISHED WORK

A. Protect adjacent surfaces from damage by material installation.

END OF SECTION

Page 68: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 33 - 1 RACEWAY AND BOXES FOR ELECTRICAL

SECTION 26 05 33 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

PART 1 GENERAL

1.1 SUMMARY

A. Section includes conduit and tubing, surface raceways, wireways, outlet boxes, pull and junction

boxes, and handholes.

B. Related Sections: 1. Section 26 05 03 - Equipment Wiring Connections. 2. Section 26 05 26 - Grounding and Bonding for Electrical Systems. 3. Section 26 05 29 - Hangers and Supports for Electrical Systems. 4. Section 26 05 53 - Identification for Electrical Systems. 5. Section 26 27 26 - Wiring Devices.

1.2 REFERENCES

A. American National Standards Institute:

1. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. 2. ANSI C80.3 - Specification for Electrical Metallic Tubing, Zinc Coated. 3. ANSI C80.5 - Aluminum Rigid Conduit - (ARC).

B. National Electrical Manufacturers Association:

1. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). 2. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable

Assemblies. 3. NEMA OS 1 - Sheet Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. 4. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers, and Box Supports. 5. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit

and Intermediate Metal Conduit. 6. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 7. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing.

1.3 SYSTEM DESCRIPTION

A. Raceway and boxes located as indicated on Drawings, and at other locations required for splices,

taps, wire pulling, equipment connections, and compliance with regulatory requirements. Raceway and boxes are shown in approximate locations unless dimensioned. Provide raceway to complete wiring system.

B. Underground More than 5 feetoutside Foundation Wall: Provide concrete encased, Schedule 40

nonmetallic conduit. Provide cast metal boxes or nonmetallic handhole.

C. Underground Within 5 feetfrom Foundation Wall: Provide rigid steel conduit or concrete encased, Schedule 40 nonmetallic conduit. Provide cast metal or nonmetallic boxes.

Page 69: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 33 - 2 RACEWAY AND BOXES FOR ELECTRICAL

D. In or Under Slab on Grade: Provide rigid steel conduit ,intermediate metal conduit or concrete

encased Schedule 40 nonmetallic conduit. Provide cast metal boxes.

E. Outdoor Locations, Above Grade: Provide rigid steel elbows and conduit up to 10 feet above grade. Provide EMT (electrical metallic tubing) above 10 feet or where not subject to physical damage. Provide cast metal outlet, pull, and junction boxes.

F. In Slab Above Grade: Provide thickwall nonmetallic conduit. Provide cast metal boxes.

G. Wet and Damp Locations: Provide rigid steel, intermediate metal conduit, or electrical metallic

tubing. Provide cast metal outlet, junction, and pull boxes. Provide flush mounting outlet box in finished areas.

H. Concealed Dry Locations: Provide electrical metallic tubing. Provide sheet-metal boxes. Provide

flush mounting outlet box in finished areas. Provide hinged enclosure for large pull boxes.

I. Exposed Dry Locations: Provide rigid steel or electrical metallic tubing. Provide sheet-metal boxes. Provide flush mounting outlet box in finished areas. Provide hinged enclosure for large pull boxes.

1.4 DESIGN REQUIREMENTS

A. Minimum Raceway Size: 3/4 inchunless otherwise specified.

1.5 SUBMITTALS

A. Section 01 33 00 - Submittal Procedures: Submittal procedures.

B. Product Data: Submit for the following: 1. Flexible metal conduit. 2. Liquidtight flexible metal conduit. 3. Nonmetallic conduit. 4. Raceway fittings. 5. Conduit bodies. 6. Surface raceway. 7. Wireway. 8. Pull and junction boxes. 9. Handholes.

C. Manufacturer's Installation Instructions: Submit application conditions and limitations of use

stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of Product.

1.6 CLOSEOUT SUBMITTALS

A. Project Record Documents:

1. Record actual routing of conduits larger than 2 inch trade size 2. Record actual locations and mounting heights of outlet, pull, and junction boxes.

Page 70: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 33 - 3 RACEWAY AND BOXES FOR ELECTRICAL

1.7 DELIVERY, STORAGE, AND HANDLING

A. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate

covering.

B. Protect PVC conduit from sunlight. 1.8 COORDINATION

A. Coordinate installation of outlet boxes for equipment connected under Section 26 05 03.

B. Coordinate mounting heights, orientation and locations of outlets mounted above counters,

benches, and backsplashes. PART 2 PRODUCTS

2.1 METAL CONDUIT

A. Rigid Steel Conduit: ANSI C80.1.

B. Fittings and Conduit Bodies: NEMA FB 1; material to match conduit all steel fittings.

2.2 FLEXIBLE METAL CONDUIT

A. Product Description: Interlocked steel construction.

B. Fittings: NEMA FB 1.

2.3 LIQUIDTIGHT FLEXIBLE METAL CONDUIT

A. Product Description: Interlocked steel construction with PVC jacket.

B. Fittings: NEMA FB 1.

2.4 ELECTRICAL METALLIC TUBING (EMT)

A. Product Description: ANSI C80.3; galvanized tubing.

B. Fittings and Conduit Bodies: NEMA FB 1; steel or malleable iron, compression set screw indenter type.

2.5 NONMETALLIC CONDUIT

A. Product Description: NEMA TC 2; Schedule 40 or 80 PVC as specified.

B. Fittings and Conduit Bodies: NEMA TC 3.

Page 71: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 33 - 4 RACEWAY AND BOXES FOR ELECTRICAL

2.6 OUTLET BOXES

A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel.

1. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; furnish 1/2 inchmale fixture studs where required.

2. Concrete Ceiling Boxes: Concrete type.

B. Nonmetallic Outlet Boxes: NEMA OS 2.

C. Cast Boxes: NEMA FB 1, Type FD, aluminum cast feralloy. Furnish gasketed cover by box manufacturer. Furnish threaded hubs.

2.7 PULL AND JUNCTION BOXES

A. Sheet Metal Boxes: NEMA OS 1, galvanized steel.

B. Surface Mounted Cast Metal Box: NEMA 250, Type 4, 4X, 6; flat-flanged, surface mounted

junction box: 1. Material: Galvanized cast iron Cast aluminum. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws.

C. In-Ground Cast Metal Box: NEMA 250, Type 6, outside inside flanged, recessed cover box for

flush mounting: 1. Material: Galvanized cast iron Cast aluminum. 2. Cover: Smooth Nonskid cover with neoprene gasket and stainless steel cover screws. 3. Cover Legend: "ELECTRIC".

D. Fiberglass Concrete composite Handholes: Die-molded, glass-fiber concrete composite hand

holes: 1. Cable Entrance: Pre-cut 6 inch x 6 inchcable entrance at center bottom of each side. 2. Cover: Glass-fiber concrete composite, weatherproof cover with nonskid finish.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify outlet locations and routing and termination locations of raceway prior to rough-in.

3.2 INSTALLATION

A. Ground and bond raceway and boxes in accordance with Section 26 05 26.

B. Fasten raceway and box supports to structure and finishes in accordance with Section 26 05 29.

C. Identify raceway and boxes in accordance with Section 26 05 53.

D. Arrange raceway and boxes to maintain headroom and present neat appearance.

Page 72: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 33 - 5 RACEWAY AND BOXES FOR ELECTRICAL

3.3 INSTALLATION - RACEWAY

A. Raceway routing is shown in approximate locations unless dimensioned. Route to complete

wiring system.

B. Arrange raceway supports to prevent misalignment during wiring installation.

C. Support raceway using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers.

D. Group related raceway; support using conduit rack. Construct rack using steel channel specified

in Section 26 05 29; provide space on each for 25 percent additional raceways.

E. Do not support raceway with wire or perforated pipe straps. Remove wire used for temporary supports

F. Do not attach raceway to ceiling support wires or other piping systems.

G. Construct wireway supports from steel channel specified in Section 26 05 29.

H. Route exposed raceway parallel and perpendicular to walls.

I. Route raceway installed above accessible ceilings parallel and perpendicular to walls.

J. Route conduit in and under slab from point-to-point.

K. Maximum Size Conduit in Slab Above Grade: 3/4 inch Do not cross conduits in slab larger than 1/2 inch

L. Maintain clearance between raceway and piping for maintenance purposes.

M. Maintain 12 inchclearance between raceway and surfaces with temperatures exceeding 104

degrees F

N. Cut conduit square using saw or pipe cutter; de-burr cut ends.

O. Bring conduit to shoulder of fittings; fasten securely.

P. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for minimum 20 minutes.

Q. Install conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet

locations and to cast boxes.

R. Install no more than equivalent of three 90 degree bends between boxes. Install conduit bodies to make sharp changes in direction, as around beams. Install factory elbows for bends in metal conduit larger than 2 inchsize.

Page 73: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 33 - 6 RACEWAY AND BOXES FOR ELECTRICAL

S. Avoid moisture traps; install junction box with drain fitting at low points in conduit system.

T. Install fittings to accommodate expansion and deflection where raceway crosses seismic, control

and expansion joints.

U. Install suitable pull string or cord in each empty raceway except sleeves and nipples.

V. Install suitable caps to protect installed conduit against entrance of dirt and moisture.

W. Surface Raceway: Install flat-head screws, clips, and straps to fasten raceway channel to surfaces; mount plumb and level. Install insulating bushings and inserts at connections to outlets and corner fittings.

X. Close ends and unused openings in wireway.

3.4 INSTALLATION - BOXES

A. Install wall mounted boxes at elevations to accommodate mounting heights as indicated on

Drawings or specified in section for outlet device.

B. Adjust box location up to 10 feetprior to rough-in to accommodate intended purpose.

C. Orient boxes to accommodate wiring devices oriented as specified in Section 26 27 26.

D. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only.

E. In Accessible Ceiling Areas: Install outlet and junction boxes no more than 6 inchesfrom ceiling access panel or from removable recessed luminaire.

F. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only.

Coordinate masonry cutting to achieve neat opening.

G. Do not install flush mounting box back-to-back in walls; install with minimum 6 inchesseparation. Install with minimum 24 inchesseparation in acoustic rated walls.

H. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for

surface finish thickness.

I. Install stamped steel bridges to fasten flush mounting outlet box between studs.

J. Install flush mounting box without damaging wall insulation or reducing its effectiveness.

K. Install adjustable steel channel fasteners for hung ceiling outlet box.

L. Do not fasten boxes to ceiling support wires or other piping systems.

M. Support boxes independently of conduit.

N. Install gang box where more than one device is mounted together. Do not use sectional box.

Page 74: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA SYSTEMS

26 05 33 - 7 RACEWAY AND BOXES FOR ELECTRICAL

O. Install gang box with plaster ring for single device outlets.

3.5 INTERFACE WITH OTHER PRODUCTS

A. Install conduit to preserve fire resistance rating of partitions and other elements.

B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with

pitch pocket. Coordinate location with roofing installation specified.

C. Locate outlet boxes to allow luminaires positioned as indicated on Drawings.

D. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. 3.6 ADJUSTING

A. Adjust flush-mounting outlets to make front flush with finished wall material.

B. Install knockout closures in unused openings in boxes.

3.7 CLEANING

A. Clean interior of boxes to remove dust, debris, and other material.

B. Clean exposed surfaces and restore finish.

END OF SECTION

Page 75: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

26 27 16 - 1 ELECTRICAL CABINETS AND ENCLOSURES

SECTION 26 27 16 - ELECTRICAL CABINETS AND ENCLOSURES

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes:

1. Hinged cover enclosures. 2. Cabinets. 3. Terminal blocks. 4. Accessories.

B. Related Requirements:

1. Section 26 05 26 - Grounding and Bonding for Electrical Systems. 2. Section 26 05 29 - Hangers and Supports for Electrical Systems. 3. Section 26 05 33 - Raceway and Boxes for Electrical Systems.

1.2 REFERENCE STANDARDS

A. National Electrical Manufacturers Association:

1. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). 2. NEMA ICS 4 - Industrial Control and Systems: Terminal Blocks.

1.3 SUBMITTALS

A. Product Data: Submit manufacturer's standard data for enclosures, cabinets, and terminal blocks.

B. Manufacturer's Instructions: Submit application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of product.

1.4 MAINTENANCE MATERIAL SUBMITTALS

A. Extra Stock Materials: 1. Furnish two of each key.

PART 2 PRODUCTS

2.1 HINGED COVER ENCLOSURES

A. Description: NEMA 250, Type 1 or 3R as indicated on drawings steel enclosure.

1. Covers: Continuous hinge, held closed by flush latch operable by key. 2. Furnish interior plywood panel for mounting terminal blocks and electrical components;

finish with white enamel. 3. Enclosure Finish: Manufacturer's standard enamel.

Page 76: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.

Chaffey College EMS Controls Replacement Rancho Cucamonga, CA

26 27 16 - 2 ELECTRICAL CABINETS AND ENCLOSURES

2.2 TERMINAL BLOCKS

A. Description:

1. Terminal Blocks: NEMA ICS 4. 2. Power Terminals: Unit construction type with closed back and tubular pressure screw

connectors, rated 600 volts. 3. Signal and Control Terminals: Modular construction type, suitable for channel mounting,

with tubular pressure screw connectors, rated 300 volts. 4. Furnish ground bus terminal block, with each connector bonded to enclosure.

PART 3 EXECUTION

3.1 DEMOLITION

A. Remove abandoned cabinets and enclosures. Patch surfaces.

B. Maintain access to existing cabinets and enclosures and other installations remaining active and

requiring access. Modify installation or provide access panel.

C. Extend existing cabinets and enclosures using materials and methods as specified. 3.2 INSTALLATION

A. Install enclosures and boxes plumb. Anchor securely to wall and structural supports at each

corner.

B. Install cabinet fronts plumb. 3.3 CLEANING

A. Clean existing cabinets and enclosures to remain or to be reinstalled.

B. Clean electrical parts to remove conductive and harmful materials.

C. Remove dirt and debris from enclosure.

D. Clean finishes and touch up damage.

END OF SECTION

Page 77: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.
Page 78: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.
Page 79: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.
Page 80: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.
Page 81: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.
Page 82: REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR … · Please forward by email any questions regarding this RFQ/RFP to Rudy Vega, Administrative Assistant, at rudy.vega@chaffey.edu.