Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2017-R0116 - GRG Sanders And Co. Dba Hub City Plumbing And Mechanical Company - 03/23/2017 (3)
Resolution No.2017-R0116 Item No.6.10 March 23,2017 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock,Contract No. RFP 17-13262-MA for Lubbock Memorial Civic Center HVAC Direct Digital Controls, by and between the City of Lubbock and GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company,of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed bythe CityCouncilon March23,2017 DANIEL M.POPE,MAYOR ATTEST: ^{dl^^U,. Rebedca Garza,City Secreta APPROVED AS TCTCONTENT: [AA Scott Snider,Assistant City Manager APPROVED AS TO FORM: ^anESfooke;Assistant City Attorney ccdocs/RES.Construction Contract-Hub City Plumbing 3.1.17 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-177734 Date Filed: 03/13/2017 edged: r03/15/2017 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Hub City Plumbing and Mechanical Lubbock, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock 3 Provide the identification number used by the governmental entity or state agency to track or identify t e contract, and provide a description of the services, goods, or other property to be provided under the contract. 13262 Installation of direct digital controls at Civic Center 4 Name of Interested Part Y City, State, Country lace of business Y� Y �P ) Nature of interest check applicable) � PP ) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 2017-177734 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Hub City Plumbing and Mechanical Lubbock, TX United States Date Filed: 03/13/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13262 Installation of direct digital controls at Civic Center 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. 2o� Y PVg;� LISA D. MA,CK PAY COMMISSION DRRES t 05/18/2020 �5 NOTARY ID: 1306673&7 Signature o horized agent of contr3hQQ business entity OF 11 AFF NOTARY STAMP / SEAL ABOVE��/� ,.�, f j'�/� Swor to and subscribed before me, by the said rr_ Tel it l d P C .5 this the �_ day of r I IVl ram_, 20 1 to certify which, witness my hand and seal of office. f e& A- L L. YY1a-1K Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms proviaea oy I exas ttnics Commission www.ethics.state.tx.us Version V1.0.277 BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: March 23, 2017 CITY OF LUBBOCK SPECIFICATIONS FOR Lubbock Memorial Civic Center HVAC Direct Digital Controls RFP 17-13262-MA Contract 13262 Project Number: 91195.8302.20000 Plans & Specifications may be obtained from www.bidsync.com �ZDI-7 - R011,6 City of 'Lubbock Tf%AS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank acoRO® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/OD/YYYY, 14/18/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER Higginbotham Insurance -Lubbock CL 9816 Slide Rd #302 Lubbock TX 79424 CONTACT NAME: Dawn R. Taylor PHONE 806-589-6851 (AIC N . 806-798-2070 E-MAIL ADDRESS- dtaylor@higginbotham.net INSURERS AFFORDING COVERAGE NAIC # INSURER A:West American lnsuranceComVany 44393 INSURED HUBCI9 INSURER B: Ohio Security Insurance Com an 24082 GRG Sanders & Co., A Texas Corporation INSURER C :Texas Mutual Insurance Company 22945 Hub City Plumbing & Mechanical 502 FM 1585 INSURERD:Hamilton Specialty Insurance Com an 13551 INSURER E : Lubbock TX 79423 INSURER F : COVFRAGFS CFRTIFICATF NIIMRFR- 704182400 RFVISIC]N NIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. F INSURANCE POLICY EFF POLICY EXP INSr-COWMWE—RCIAL LTR INSD WVD POLICY NUMBER MM/DDNYYY MM/DDIYYYY-AGENERALLIABILITY LIMITS BKW57639330 10/12/2016 10/12/2017 EACH OCCURRENCE $1,000,000 MADE i X OCCUR DAMAGE TO RENTED PREMISES Eaoccurrence $100,000 $5,000 MED EXP (Any one person) $1,000,000 grnd PERSONAL & ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE POLICY a PED LOC PRODUCTS - COMP/OP AGG $2,000,000 $1,000 OTHER: Deductible A AUTOMOBILE LIABILITY BAW57639330 10/12/2016 10/12/2017 Ea accident N I $1,000,000 $ ANY AUTO BODILY INJURY (Per person) AUTOS NED AUTOSULEDBODILY NON-OWNED HIRED AUTOS FAUTOS IX INJURY (Per accident) PROPERTY DAMAGE Per accident $ $ $2,500 PIP Basic B X UMBRELLA LIAB X OCCUR US057639330 10/12/2016 10/12/2017 EACH OCCURRENCE $5,000,000 $5,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED I X I RETENTION $10,000 C WORKERS COMPENSATION 0001314018 10/12/2016 10/12/2017 AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETORIPARTNER/EXECUTIVE ❑ OFFICERIMEMBER EXCLUDED? N / A PER OTH- STATUTE ER E.L. EACH ACCIDENT $1,000,000 $1,000,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 A CONTRACTOR'S EQUIP BKW57639330 10/12/2016 10/12/2017 D Professional Liability AHSECC1101100 10/21/2016 10/21/2017 RENTED/LEASED EQUIP $100,000 Each Occ/Deductible $3,000,000/ $5000 Pollution Liability-Incl Mold Each Occ/Deductible $2,000,000/ $5000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: All Projects for the City of Lubbock The above General Liability, Auto Liability and Umbrella policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. This policy contains "primary and non-contributory" wording. The above General Liability, Auto Liability, Umbrella and Workers Compensation policies include a blanket Waiver of Subrogation endorsement in favor of the certificate holders only when there See Attached... Lh 9 G41I 2lht\ 1 a City of Lubbock 1625 13th Lubbock TX 79401-0000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED @ 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: HUBCI9 LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMEDINSURED Higginbotham Insurance -Lubbock CL GRG Sanders & Co., A Texas Corporation POLICY NUMBER Hub City Plumbing & Mechanical 502 FM 1585 Lubbock TX 79423 CARRIER NAIC CODE EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE is a written contract between the named insured and the certificate holder that requires such status. The contractual liability coverage provided by the policies is standard and may not cover all liabilities assumed by the named insured under its contract with the certificate holder. The above General Liability, Auto Liability, Umbrella and Worker's Compensation policies will provide an endorsement provided that 30 days notice of cancellation will be furnished to the certificate holder. The above umbrella is "follow form". A COPY OF THE ABOVE POLICIES IS AVAILABLE UPON REQUEST FROM THE INSURED. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2. under Section 11 — Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement, Such person or organization is an additional insured but only with respect to liability for "bodily injury" or 4property damage*: 1. Caused by 'yoor work" performed for that additional insured that is the subject of the written contract or written agreement and 2. Included in the 'products-oompleted operations hazard". The insurance provided by this endorsement applies only If the written contract or written agreement is signed prior to the "bodily injury" or *property damage'. We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suir by the additional insured as required in Paragraph b. of Condition 2. Duties In The Event Of Occurronce, Offense, Claim Or Suit tinder Section IV — Commercial General Liability Conditions. 8. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I — Coverage A — Bodily Injury And Property Damage Liablllty� This insurance does not apply to: I . "Bodily injuryo or Oproperty darnage� that occurs prior to you commencing operations at the location where such *bodily Injury" or'property damage* occurs, 2. 'Bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications', and b. Supervisory, inspection, architectural or engineering activities, C. The limits of insurance applicable to the additional insured are those specificied in a written contract or written agreement or the limits of insurance as stated in the declarations of this policy and defined SeofJon Ill — Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. 0. With respect to the insurance afforded by this endorsement, Section IV — Commercial Gerwrat Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claims Or Suit An additional insured under this endorsement will as soon as practicable: a. Give written notice of an *occurrence" or an offense that may result in a claim or 'suit" under this insurance to us-, b. Tender the defense and indemnity of any claim or 'suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part, d. We have no duty to defend or indemnity an additional insured under this endorsement until we receive written notice of a "suit' by the additional insured, 0 2011 Liberty Mutual insurance Company. All rights reseived, includes copyroted material of insurance Services office, Inc., with its permission, 22-135 (04111) Page 1 of 2 2. Paragraph 4. of Section W — Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. Q 2011 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office. Inc., with its permission, 22-135 {i)4111} Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. • 1111 J-�TA K*J an"Cl 14 =14ell 4-Ok W-A I a - * 3=. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended • the addition of the following - We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage at sing out of your ongoing operations or 'your work' done under a contract with that person or organization and included in the -products-completed operations hazard" provided: 1. You and that person or ♦ have agreed in writing in a contract ♦ agreement that you waive such rights against that person or organization and the written contract or agreement. Includes copyrighted material of Insurance Services Office, Inc., with its permission, 22-126 (01108) Page 1 of 1 COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2. under Se0on 11 — Who Is An Insured is amended to Include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement, Such person or organization is an additional insured Out only with respect to liability for "bodily injury", 'Property damage' or"personal and advertising injury" caused, in whole or in part, by-, 1. Your acts or omissions or the acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured that are the subject of the written contract or written agreement provided that the *bodily injury* or *property damage" occurs, or the 'personal and advertising injury" is committed. subsequent to the signing of such written contract or written agreement. a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed-, or b. That portion of *your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the *bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV — Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions, under Section I — Coverage A — Bodily Injury And Prop" Damage Liability: This insurance does not apply to: I . "Bodily injury" or "property damag6" arising from the sole negligence of the additional insured. 2. 'Bodily injury" or 'property damage' that occurs prior to you commencing operations at the location where such *bodily injury" or *property damage" occurs, 3. "Bodily injury". *property damage" or "personal and advertising injury* arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: ao The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications: or a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, rilaintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed-, or b. That portion of 'your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project, 5. Any person or organization specifically designated as an additional insured for ongoing operations by a separate Additional Insured — Owners, Lessees Or Contactom endorsement issued by us and made a part of this policy, 0 2011 Liberty Mutual insurance Company AN rights reserved, 22-132 (04111) Includes copyrighted material of insurance Services Otfk* Inc, ,Mlh its permission- Page I of 2 C. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III — Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. D. With respect to the coverage afforded by this endorsement, Section IV — Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Claim Or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insurance to us; b. Tender defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover underthis Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit' by the additional insured. 2. Condition 4. Other Insurance of Section IV — Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. 0 2011 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its permission. 22-132 (04111) Page 2 of 2 POLICY NUMBER: BKW57379703 COMMERCIAL GENERAL LIABILRY CO 1 06 0196 LIABILITY 1. Name: 2, : 3. Number of days advance notice: Slarket 30 Day Notice of CanoWtation as mqtdred by written con (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsements.) CGS 02 05 0196 Copyright, Insurance Services Office, Inc., 1994 Page 1 of 1 10�Insurance. ,, f UMW d l bC" MA%W Group RE: Primary & Non -Contributory wording on GL To Whom It May Concern: 3400 %Vatcnunti Pkt%) SuuL 21X) Richardson 71 75M)-1374 l* O Box 833706 Matting addrL Wchanlson IN* 75083 3906 81W 443.2534 It 11 fn:c This wording is no longer needed because of changes in the Other Insurance Clause of the Commercial General Liability Coverage Form (Section IV — Commercial G.L. Conditions - #4.Other Insurance). This request is usually demanded as a remnant to when the CGL participated equally when two policies could apply to the same loss. The standard COL no longer responds in this manner (the other insurance clause now states the named insured's policy is excess) and the policy on which the named insured is an additional insured is primary; therefore this is really a non -issue. Given the above, we do not apply Primary & Non Contributory wording on GL. Annrim I im Inontrntr mrmbcr undm% nung compamt. Amcnea First Insurance Company Rat - County Mutual insuraneL Compan) Only The Nktherlands lnsuranct Company Xmcnca 1 ust I loyds Insumnct. Company (7 mm only Peerless Insurance Company PeLdc Indi.•mmty Insurance. Company not hetnud mall states) } Il I This endorsement modifies Insurance provided under the following. COMMgRCIAL AUTO CA 20 48 02 Lj s • } ;' � }- .x } } •: r e > � r c e :t is } .,f } oil i- ♦ c•a } fr as rfc: • s t c:9 t• •• ...s f-..,y ! }' Endorsement Effective: Countersigned By 10/1212014 Named Insured: Hub City Plumbing & Mechanical Name of Person(s) or Organixation(s): Blanket Additional insured as required by written contract (If no entry appears above, Information required to complete this endorsement will be shown In the Declarations as applicable to the endorsement.) that lierson or o7gar 'Radon qualifies as an "Insurecr under the Who Is An Insured Provision contained In Section of Coverage Form. CA 20 48tit tt9 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 0 Coverage Is Provided in lamed SANDERSGRG CORPORATION , . HUB CITY REFER TO NAMED INSURED SCHEDUL,-7� F. , , AYCOCK AND FOWLER INSURANCE AG Agent Code: 9710094 Agent Phone: (806)7982700 THIS ENDORSEMENT CHANGES YOUR POLICY. PLEASE READ IT CAREFULLY. 11161IC7411�— AGAINST OTHERS TO US The endorsement modifies insurance provided under the following: The Transfer Of Rights of Recovery Against others To Us Condition does not apply to the person(s), or organization(s) shown In the Schedule, but only to the extent that subrogation Is waived prior to the 'accident" or the *toss" under a contract with that person or organization. r Name(s) of Person(s) or Organs, at on(s): Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver, (If no name appears above, the Information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement). 16.87 (11189) 1 f . 10flZ*013 1000638 NNIM546 0910 PGDM06W J1sw ACAFPPN 0000 O Pago 47 7 i t 1 Coverage Is Provided to Named Insured: 3RG Sanders & Company, A Tx Corp. dba #ub City Plumbing & Mechanical al Agent AycockFowlerV:Agency, Lubbock,9816 Slide Rd #302 Agent Coda: Agent Phone: a : ■ s a ti + w This endorsement modifies insurance provided under the following: Witty respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the poky effective on the Inception date of the policy unless another date is Indicated below. Endorsement Effective. Countersigned By: 10/12/2016 Named Insured. [Hub City Plumbing & Mechanical JAuthorfzed Reeresentahve� #� > Rumber of Days' Notice Blanket t day notice of cancellation as required by mill" contract Name Of Or Organization Address If this policy Is canceled or materially. changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named In the Schedule. We will give the number of days notice indicated In the schedule. O ISO Pmpwtles. Inc., 2003 16-130 (01/11) C� xasmuta Insurance Company WORKERS' COMPENSATION AND PVC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured Copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of file policy.) This endorsement, effective on 10/12/2016 at 12:01 a.m. standard time, forms a part of: Policy No. 0001314018 of Texas Mutual Insurance Company effective on 10/12/2016 Issued to: GRG SANDERS & CO., A TEXAS CORPORATION Premium:$22,151.00 NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 (800) 859-59951 Fax (800) 359-06501 texasmutual.com Authorized Representative 10111/2016 WC4203048 Insurance Company WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured Copy TEXAS NOTICE OF MATERIAL CHANCE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause' need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 1011212016 at 12:01 a.m. standard time, forms a part of: Policy No. 0001314018 of Texas Mutual Insurance Company effective on 10/12/2016 Issued to: GRG SANDERS & CO., A TEXAS CORPORATION Premium: $22,151.00 NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 (800) 859-5995 { Fax (800) 359-06501 texasmutual.com Authorized Representative 10111/2016 WC420601 Named Insured: GRG Sanders& Company, A Texas Corp Policy Number: AHSECC11011-00 dba Hub City Plumbing & Mechanical Endorsement Endorsement Effective Date: 10/21/2016 Number: (12:01 AM Standard Time at the address of the Named Insured as shown in the Declarations) 01111T 1 k 0 1 1 1 1 0 0 a I 1 11:4 1114*1UMM01 Mue 01110—IT1111111 This Endorsement changes the Policy. Please read it carefully. It is agreed that: This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART X CONTRACTORS POLLUTION LIABILITY COVERAGE PART Any person(s) or organization(s) whom the Named Insured agrees, in a written contract, to name as an additional insured is included as an insured, but only as respects the project specified in that contract and only with respect to that person's or organization's vicarious liability arising out of your ongoing operations performed for that insured. The limit of the additional insured coverage shall be the lesser of: 1. those limits required by written contract; or 2. the applicable per claim limit per the Declarations. Authorized Representative This endorsement does not change any other provision of the Policy. The title and any headings in this endorsement are solely for convenience and do not affect its meaning. Page 1 of I Policy Form: CPL, PL Hamilton Specialty Insurance Company Endorsement Form- AHS ECC 0310 0714 Named Insured: GRG Sanders& Company, A Texas Corp Policy Number: AHSECC11011-00 dba Hub City Plumbing & Mechanical Endorsement Endorsement Effective Date: 10/21/2016 Number: (12:01 AM Standard Time at the address of the Named Insured as shown in the Declarations) This Endorsement changes the Policy. Please read it carefully. It is agreed that: This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART X CONTRACTORS POLLUTION LIABILITY COVERAGE PART Name of Person or Organization: Any person(s) or organization(s) to whom the Named Insured agrees, in a written contract, to provide a waiver of subrogation. However, this status exists only for the project specified in that contract. The Company waives any right of recovery it may have against the person or organization shown in the above Schedule because of payments the Company makes for injury or damage arising out of the insured's work done under a contract with that person or organization. The waiver applies only to the person or organization in the above Schedule. Under no circumstances shall this endorsement act to extend the policy period, change the scope of coverage or increase the Aggregate Limits of Insurance shown in the Declarations. Authorized Representative This endorsement does not change any other provision of the Policy. The title and any headings in this endorsement are solely for convenience and do not affect its meaning. Page I of 1 Policy Form: CPL, PL Hamilton Specialty Insurance Company Endorsement Form: AHS ECC 03111013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. o] LREViel 6 W 4:4 9 4 f i' j I Lei 61 Elc This endorsement modifies insurance provided under the following: CONTRACTOR'S POLLUTION LIABILITY COVERAGE PART Name Of Additional Insured Person(s) Or Organization(s): Any perso(s) or organizations(s) whom the Named Insured agrees, in a written contract, to narne as additional insured. However, this status exists onlyfor the project specified in that contract Location And Description Of Completed Operations Those project locations where this endorsement is required by contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Definiltions is amended to include as an addi- tional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that addi- tional insured and included in the "products -completed operations hazard". Includes copyrighted material of Insurance Services Office, Inc. with its permission AHS ECC 0373 0814 Page 1 of 1 City of Lubbock Bid RFP 17-13262-MA City of Lubbock, TX r Purchasing and Contract Management Contractor Checklist for RFP 17-1326241A Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. I. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM: Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated. Include corporate seat and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. V Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. V Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. V Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. V Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. V Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. V Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firna's FEDERAL TAXID number or Owner's SOCIAL SECURITY number. 8. V Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. V Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED• H. The ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 will need to be submitted within the specified time according to Texas Government Code 2252.908 using the Texas. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING L DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Hub City Plumbing and Mechanical (Type or Print Company Name) } i 2/9/2017 12:56 PM P. 6 S_ i x t Page Intentionally Left Blank r f i 1. 2. 3. 4. t V 5. I 6. i 7. 8. I 9. 10. a 11. 12. 13. 4 14. t 15. NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. LUMP SUM PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 DISCLOSURE OF INTERESTED PARTIES FORM CHAPTER 46 GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS P Page Intentionally Left Blank rl I I I I NOTICE TO OFFERORS I Page Intentionally Left Blank I I I .1 I U, I .1 H I I NOTICE TO OFFERORS RFP 17-13262-MA Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office 'of the Director of Purchasing and Contract Management, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 pm on February 23, 2017,or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for z the construction of the following described project: Lubbock Memorial Civic Center HVAC Direct Digital Controls After the expiration of the time and date above first written, said sealed proposals will be opened in the Purchasing Conference Room 204 of City Hall and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, Room 204, 1625 13fl' Street, Lubbock, TX, 79401, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor _ Checklist in the proposal submittal. Proposals are due at 3:00 um on February 23, 2017,and the City of Lubbock City Council will consider the proposals on March 23, 2017 at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. The bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal meeting on A Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages (based on a hourly rate time 8 hours per day minimum) included in the contract documents on file in the office of the Director of Purchasing and Contract Management of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to t this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre Pla - proposal meetings and proposal closings are available to all persons regardless of disability. If you require special assistance, please contact the Director of Purchasing and Contract Management Office at (806) 775- 2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. Pig CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank I I Hi I I f GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish the Lubbock Memorial Civic Center HVAC Direct Digital Controls per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 Pm on February 23, 2017, at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 17- 13262-MA, Lubbock Memorial Civic Center HVAC Direct Digital Controls" and the proposal closing date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing & Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerors will be considered responsive and evaluated for award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for closing proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre -proposal meeting will be held on Thursday, February 9, 2017 at 11:00 am, at Lubbock Memorial Civic Center, Terrance Suite, 1501 Mac Davis Lane, Lubbock, Texas, 79401. All persons attending the meeting are required to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 4 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsvnc.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Director. At the k } �3 Ll request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addenda issued by the Director of Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Director of Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not ' { in writing. Only information supplied by the City of Lubbock Director of Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing[J responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal Hi meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is furtheragreed that any request for clarification must be submitted no later than five (5) calendar days prior to the closing of proposals. 2 t t L 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. t 3 11 12 13 14 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Director of Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsyne.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be completed within 365 CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 4 ` 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services .provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3. The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. E 18 19 20 21 22 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions IJ # pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES ' It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and I Li i - i 1 f_ e l �4 lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per Aiem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. A bid that has been changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company - 29.3.2 Proposal for RFP 17-13262-MA Lubbock Memorial Civic Center HVAC Direct Digital Controls 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for r4 closing of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL CLOSING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. F; (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and 9 the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 50% for Price, 40% for Contractor Qualifications, 5% for Safety Record and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 50% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 40% CONTRACTOR QUALIFICATIONS qualifications, the City uses the "Contractor's within and past experience with the contractor. When evaluating a contractor's Statement of Qualifications" attached The City may also interview the job 1 to c F t superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of 40 points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" and any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is$600,000.00 SELECTION 32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 11 33 34 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A 12 worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Proposers shall use the Davis Bacon wages rates attached herein for Lubbock County: hqp://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 13 TEXAS GOVERNMENT CODE & 2269 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any.price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank rl I I PROPOSAL SUBMITTAL FORM City of Lubbock PROPOSAL SUBMITTAL FORM LUMP SUM PROPOSAL CONTRACT DATE: February 23, 2017 Bid RFP 17-13262-N1A PROJECT NUMBER: RFP I713262-MA —Lubbock Memorial Civic Center HVAC Direct Digital Controls Proposal of Hub City Plumbing and Mechanical — (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offcror, in compliance with your Request for Proposals for the Lubbock Memorial Civic Center FiVAC Direct Digital Controls, having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE PROPOSAL ITEM NO. DESCRIPTION UNIT OF MATERIALS LABOR TOTAL SUM MEASi3RC Installation of DDC Building Automation System and all mechanical and electrical I system modifications required for all the pumping systems as well as the mechanical and LS electrical system modifications for the CC, R. and T airhandlin units. 161,933 242,899 404,832 All mechanical and electrical system 2 modifications for the BH and M air -handling LS units 76,278 114,418 190,696 All mechanical and electrical system 3 modifications for the EH air handling units. LS installation of the complete DDC Building Automation System, which includes the LS 4 furnishing of all materials and labor, as herein specified. $595,528 TOTAL PROPOSAL ITEM 1 TRRIJ 4 (S 1 Offeror's Initials 2/91201712.50 PM CONSTRUCTION TIME: 1. Number of days required for construction: 2. Number of additional days required 3. Number of additional days required 4. Number of days required for construction: City of Lubbock Did RFP 17-13262•MA Item 1: TOTAL Calendars Days: 230 Item 2: TOTAL Calendars Days: 135 concurrent w12,3 Item 3: TOTAL Calendars Days: 135 concurrent w11,3 Item 4: TOTAL Calendars Days: 135 concurrent w11,2 THE WORK AREA CONTAINS ASBESTOS MATERIAL THAT MUST BE ADDRESSED BEFORE CONTINUING THE PROPOSED WORK THE CONTRACTOR MUST CONTACT THE ASBESTOS COORDINATOR PRIOR TO PERFORMING ANY WORK. Oficror hereby agrees to commence the work on the above project on a date to be specified In a written "Notice to Proceed" of the Owner and to complete the project within 365 CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror herai y further agrees to pay to Owner as liquidated damages the sum of S500 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after t11e scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors arc required, whether or not a payment or performance bond is required, to submit a cashices check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror wilt enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of awj �and of the contract to him. .]�y, Offerors lnitinls 21012017 12.56 PIA P, 34 City of Lubbock Did RFP 17-13262-MA Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (--- ,—) or a Proposal Bond in the sum of 5% of the bld price Dollars (S ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (ff any) with the Owner within ten (10) business days after the elate of receipt ofwritten notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Ofyeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that tins been opened may not be changed for the purport of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADEON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL P NtwG. (5cal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. NIA Date Addenda No. NIA Date Addenda No. NIA Date Addenda No. NIA Date �~ hlNBE Finn: 21DIZO17 12.56 PIA GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company 502 FM 1585 Address Lubbock Lubbock City, County - Texas 79423 State Zip Code Telephone: 806 - 745-1713 Fax: 806 745-t}2t31 Email: mandersahubdtypiumbinp.com FEDERAL TAX ID or SOCIAL SECURITY No. 75.2886914 P. 35 Page Intentionally Left Blank P-1 IA I J-j r BOND #EACX090000089 Endurance Endurance Assurance Corporation Bid Bond Know all men by these presents: That we, the undersigned GRG Sanders & Co., A Texas Corporation dba Hub City Plumbing & Mechanical 502 FM1585t Lubbock, TX 79423 , as Principal (hereinafter the "Principal"), and Endurance Assurance Corporation 4 Manhattanville Road, 3rd Floor, Purchase, NY 10577 , a Delaware corporation (hereinafter the "Surety"), are held and firmly bound unto City of Lubbock 162513th Street, Lubbock, TX 79401 , (hereinafter the "Obligee") in the penal sum of 5% of Amount Bid $ 5% OF AMOUNT BjDfor the payment of which sum the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. Whereas, the Principal has submitted a bid for Lubbock Memorial Civic Center Direct Digital Cotnrols #17-13262 - HVAC Replacement Now, therefore, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and materials furnished in prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may reasonably contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The liability of the Surety hereunder shall in no event exceed the lesser of: (a) the penalty hereof, or (b) the difference between the amount specified in the Principal's bid and any larger amount for which the Obligee reasonably contracts with another party to perform the work specified in the Principal's bid. Signed and sealed this 23rdday of February . 2017 Pri . GRG Sanders & Lo Texas Corporation dba Hub City Plumbing & Mechanical By: Name & T le: (SEAL) Surety: nd rance As n Corp a ion By: Name: Da n R. Taylor, Attorney Fact (Attorney -in -Fact) Endurance Assurance Corporation Page 1 of 1 P R SUR 0205 0716 l r ENDURANCE ASSURANCE CORPORATION POAA000004215 090 POWER OF ATTORNEY 1 Rnow of 9llen 6y these Resent, that ENDURANCE ASSURANCE CORPORATION, a Delaware corporation (the'Corporabonl, with offices at 4 Manhattanville Road, 3rd 1 ` Floor, Purchase, NY 10577, has made, constituted and appointed and by these presents, does make, constitute and appoint KIRK KILLOUGH, ALICIA GRUMBLES, TRACY L. MILLER, MITCHELL JENNINGS, JAMES R. REID, CAREY BRENT AYCOCK, DAWN TAYLOR, AARON ENDRIS, MARY ELLEN r) MOORE, T -1 f its true and lawful Attomey(s)-in-tact, at LUBBOCK in the State of TX and each of them to have full power to act without the other or others, 1 to make, e�l(2� as surety or co -surety; bonds and undertakings given for any and all purposes, also to execute and deliver on As behalf as aforesaid renews a tsr; Y nsents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and d, ra f,any portion of the penal sum thereof in excess of the sum of TEN MILLION Dollars ($10,000,000). -1 Such and and aldngs for s ' _ sWhen duly executed by said attomey(s}ln-fact, shall be binding upon the Corporation as fully and to the same extent as it signed by the ent of the undo co rile seal attested by its Corporate Secretary. This appointment is by au "of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the91h of January, 2014, a copy of w' p under the h g entitled'Certificate' This Power n Ls sign s�filed by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written i tt consent on Janva y 'resolution has not since been revoked, amended a repealed: { _1 RESOLVED, that inariffng powers of attorney pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on January9, 2014, the signature of such direclors and officers and the seal of the Corporator may be affixed to any such power of attorney or any certificate relating thereto by facsimile and any such power of attorney orcertificele bearing such facsimile signature or seal shatl be vafid and binding upon the Corporation in the future with respect to any bond or undertaking to which it Is attached. 1 This Power of Attorney shall expire and all authority hereunder shall terminate without notice at midnight (Standard Time where said attomey(s}ln-fact Is authorized to act.) December 7, 2019 IN WITNESS WHEREOF, the Corporation has caused these presents to be duly signed and Its corporate seal to be hereunto affixed and attested this 6th day of October, 2016 at Purchase, New York (Corporate Seal) ENDURANCE ASSURANCE CORPORATION ATTEST '1"�J/fuct a�x�f..41 /lJ By MARIANNE L WILBERT, SENIOR VICE PRESIDENT SHARON L. SIMS, SENIOR VICE PRESIDENT STATE OF N-� YcOF f > i ss: Purchase COUNTY(iNE r On th a. d�9 o!t)xsptr}�$ 6'Ih �tF � � • � } "' a personally came SHARON L SIMS, SENIOR VICE PRESIDENT to me known, who being by me duty swum, did depose and say that (s)he res'xfes PIt41N$, N Jl_ that (s)he is a SENIOR VICE PRESIDENT of ENDURANCE ASSURANCE CORPORATION, the Corporation described in and which exeCb a 509t (s) h ws. Ute seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of d6e of pia ail that Oe signed his (her) name thereto by like order. (N0D° a YQik W14TY. «. cc'3&M. t)tP' ++ �j fc �t1F;�� Nicholas James Benenat4 Notary Public - My Commission Expires 12/07/2019 CERTIFICATE t_ STATE OF NEW YORK ss: Purchase COUNTY OF WESTCHESTER I, CHRISTOPHER DONELAN the PRESIDENT of ENDURANCE ASSURANCE CORPORATION, a Delaware Corporation (the'Corporationj, hereby certify: 1. That the original power of attorney of which the foregoing Is a copy was duty executed on behalf of the Corporation and has not since been revoke4 amended or modified; that the ` undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of Me whole thereof, 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on January9, 2014 and said resolutions have not since been revoked, amended or modified: JJ 'RESOLVED, O44L1 A(`'1�h ilafvAly�ls named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds, undertakings or l,1 obligations; r dfhg 5: CHRISTOPHER DONELAN, SHARON L. SIMS, MARIANNE L. WILBERT And tielt e"+i3�•'"Y. _ T-1 RESO D, that each of the indM8 'above is aulhaized to appoint attomeys-in-fact for the purpose of making, executing, sealing and delivering bonds, undertakings or oblig s in surety for A a# of the Corporation.' 3. The undersigned that the 4 resolutions are We and correct copies of resokrti s as so retort! a f the whole thereof IN WITNES ERE , ve hereunt10 y hand and affixed the corporate seal this/� day of 7 (Corporate Se'a ,. AA (CRIS CHRISTOPHERDONELAN, �PRESIDENT Any reproductions are void. Primary surety Clakna Submission: sweWrid Jekns@endhranceservim.com Surety Claus Hod w:977-678-7575 Mauve Address: Endurance Surety Claim Department, 750 Third Avenue —10t h Floor, New York, NY W017 f Policyholder Notice TEXAS - IMPORTANT NOTICE To obtain information or make a complaint: You may call the company's telephone number for information or to make a complaint at: 1-877-676-7575 You may write the Company at: Endurance Assurance Corporation Attention: Surety 750 Third Avenue New York, NY 10017 AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono de la compania para informacion o para someter una queja al: 1-877-676-7575 Usted tambien puede escribir a: Endurance Assurance Corporation Attention: Surety 750 Third Avenue New York, NY 10017 You may contact the Texas Department of Puede communicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights or complaints at: de companias, coberturas, derechos o quejas al: 1-800-252-3439 You may write the Texas Department of Insurance PO Box 149104 Austin, TX 78714-9104 FAX# (512) 490-1007 Web: http://www.tdi. texas.eov E-mail:.ConsumerProtectionCcDtdi. texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 1-900-252-3439 Puede escribir al Departamento de Seguros de Texas PO Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi. texas.eov E-mail: ConsumerProtectionOtdi. texas.eov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POUZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. Page Intentionally Left Blank City of Lubbock Contractors Statement of Qualifications Bid RFP 17-13262-MA Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by tlue OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. OUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work an a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to constrict projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any suclu misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 4 €_. 2/9/2017 12:56 PM p. 36 City of Lubbock Contractor's General Information Bid RFP 17-13262-MA Organization Doing Business As Hub City Plumbing and Mechanical Business Address ofPrinciple Office 502 FM 1585 Lubbock, Texas 79423 Telephone Numbers Main Number 806-745-1713 Fax Number 806-745-0261 Web Site Address Form of Business (Check One) I Date of Incorporation x A Corporation A Partnership An Individual June 2000 State of Incorporation Texas Chief Executive Officer's Name N/A President's Name Ricky Sanders N/A Vice President's Name(s) Secretary's Name Grady Sanders Treasurer's Name 2M.1-1W=1U WIT Grady Sanders Date of Organization N/A State whether partnership is general or limited Name N/A Business Address N/A Average Number of Current Full Employees Average Estimate of Revenue for 100 the Current Year 5 18 million 2/9/2017 12:56 PM p. 37 City of Lubbock Contractor's Organizational Experience Bid RFP 17-13262-MA Organization Doing Business As Hub City Plumbing and Mechanical Business Address of Regional Office 502 FM 1585 Lubbock, Texas 79423 Name of Regional Office Manager Telephone Numbers Main Number 806-745-1713 Fax Number 806-745-0261 Web Site Address List of names that this organization currently, has or anticipates operating under over the historyof the organization, including the names of related companies presently doing business: Names of Organization From Date To Date None List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership GRG Sanders and Co. 100 Years experience in projects similar to the proposed project: As a General Contractor 1 15 years I As a Joint Venture Partner 0 Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? no If yes provide fitll details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? no If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state or federal agency within the last five ears? no If yes provide fiill details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating ,litigation? no If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? no If yes provide full details in a separate attachment. See attachment No. 6 219/2017 12:56 PM P. 38 City of Lubbock Contractor's Proposed Key Personnel Bid RFP 17-13262-MA Organization Doing Business -As Hub City Plumbing and Mechanical set Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart Stan attachment to this description. See attachment No. 1 Hub City Plumbing and Mechanical management team has a combined work experience of over 50 years in the industry. They work to make all aspects of the job run smoothly and effeciently. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. 2 This project will be overseen by both Ricky Sanders and Grady Sanders. With Hunter Sanders being superintendent for this specific project. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Grady Sanders Project Superintendent Hunter Sanders Project Safety Officer Kenneth McNeal Quality Control Manager Tim Mandrell If key personnel are to fitlfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 7 2191201712:56 PM P. 39 City of Lubbock Proposed Project Managers Bid RFP 17-13262-MA Organization Doing Business As Name of Individual Hub City Plumbing and Mechanical Grady Sanders Years of Experience as Project Manager 31 Years of. Experience with this organization . 17 Number ofsimilar projects as Project Manager well over 50 Number of similar projects in other positions N/A Current Project Assignments Name of Assignment Percent of Time Used for this Proieet Estimated Project Completion Date Covenant Plainview Hospital 10 Dec. 2017 Reference Contact Information(listing names indicates ap oval to contactingthe names individuals as a reference Name and Turnbow Name David Meadows Title/ Position Title/ Position Organization Western Builders Organization Lee Lewis Construction Telephone 806-376-4321 Telephone e06-797-s400 E-mail ' E-mail dmeadows@Ieelewis.com Project TTU Engineering and Materials Research Project Jerry Rawls College of Business Candidate role on Project Name of Individual Project Manager Candidates role on Project Project Manager Ricky Sanders Years of Experience as Project Manager 26 Years of Experience with this organization 17 Number of similar projects as Project Manager over 50 Number of similar projects in other positions N/A Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date UMC OR Phase 3 & 4 20 Summer 2017 t • • . Name Dusty Black � a � • • s Name Troy Johnson Title/ Position Title/ Position Organization Lee Lewis Construction Organization Diamond J Construction Telephone e06-797-8400 Telephone 806-790-7766 E-mail dblack@leelewis.com E-mail diamondj@suddenlink.net Project O'Donnell High School Project Lubbock Vascular Access Center Candidate role on Project Project Manager Candidate role on Project Project Manager 8 2/91201712:56 PM p. 40 City of Lubbock Proposed Project Superintendent Bid RFP 17-13262-MA Organization Doing Business As IN Name of Individual Hub City Plumbing and Mechanical Hunter Sanders Years of Experience as Project Superintendent 4 Years of Experience with this organization 10 Number of similar projects as Superintendent 10 Number of similar projects in other positions 20 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Covenant Plainview Hospital 20 Dec. 2017 Reference Contact Information(listing names indicates a roval to contactingthe names individuals as a reference Name Shane Bright Name Michael Haverdink Title/ Position Title/ Position Organization Lee Lewis Construction Organization Sandia Construction Telephone 806- 797-8400 Telephone 806-745-9450 E-mail sbdght@leelev4s.com E-mail Project Convenanl Plainview Hospital Project Lubbock Cooper North Elem. Candidate role on Project wirgamnawilw-M Name of Individual Superintendent Candidate role on Project Superintendent N/A Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name N/A Name NIA Title/ Position . Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 9 h 2/9/2017 12:56 PM p. 41 City of Lubbock Proposed Project Safety Officer Bid RFP 17-13262-MA Organization Doing Business As Name of Individual Hub City Plumbing and Mechanical Kenneth McNeal Years of Experience as Project Safety Officer 25 Years of Experience with this organization 9 Number of similar projects as Safety Officer Number of Similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Pro ect Estimated Project Com letion Date Hampton Farms April 2017 UMC N. Slide Business Center June 2017 Reference Contact Information(listing names indicates ap all to contactingthe names individuals as a reference Name Dwayne Sawyer Name Michael Ramirez Title/ Position owner Title/ Position Organization Advanced Tech Insulation Organization Johnson Controls Telephone 806-778-6995 Telephone 806-784-4905 E-mail ati@nts-online.net E-mail michael.s.ramirez@jci.com Project Hampton Farms Project N. Slide Business Center Candidate role on Project Name of Individual Safety officer/operator Candidate role on Project Safety officer/Operator N/A Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name N/A Name N/A Title/ Position Title/ Position Organization Or anization Telephone Telephone E-mail E-mail Project Project Candidate role on Pro ect Candidate role on Project 16 1 219/201712:56 PM p. 42 Page Intentionally Left Blank City of Lubbock Bid RFP 17-13262-MA City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Propos I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Ko Contracto—FTOP61nal Contra for rint) CONTRACTOR (Print or Type) r NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing and Contract Management for the City of Lubbock at (806) 775-2163. RFP 17-13262-MA — Lubbock Memorial Civic Center HVAC Direct Digital Controls 2/9/2017 12:56 PM p, 48 Page Intentionally Left Blank City of Lubbock Proposed Project Safety Officer Bid RFP 17-13262-MA Organization Doing Business As Name, of Individual Hub City Plumbing and Mechanical Kenneth McNeal Years of Experience as project Safety Officer 25 Years of Experience with this organization 9 Number of similar projects as Safety Officer Number of Similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Hampton Farms April 2017 UMC N. Slide Business Center June 2017 Reference Contact Information(listing names indicates ap al to contactingthe names individuals as a reference Name Dwayne Sawyer Name Michael Ramirez Title/ Position owner Title/ Position Organization Advanced Tech Insulation Organization Johnson Controls Telephone 806-778-6995 Tele hone 806-784-4905 E-mail ati@nts-online.net E-mail michael.s.ramirez@jci.com Project Hampton Farms Project N. Slide Business Center Candidate role on Project Name of Individual Safety officer/operator Candidate role on Project Safety officer/Operator N/A Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date IM e e .► Name N/A i • Name NIA Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 10 I--- 219/201712:56 PM P 42 City of Lubbock Proposed Project Quality Control Manager Bid RFP 17-13262-MA Organization Doing Business As LW... Name of Individual Hub City Plumbing and Mechanical Tim Mandrell Years of Experience as Quality Control Manager 15 Years of Experience with this organization 17 Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date UMC N. Slide Business Center 20 June 2017 Reference Contact Information(listing names indicates ap al to contactingthe names individuals as a reference Name Dusty Black Name David Gonzalez Title/ Position Title/ Position Organization Lee Lewis Organization Sandia construction Telephone 606-797-8400 Telephone 606-745.9450 E-mail dblack@leeiewis.com E-mail Project Bayer Crop Science Project Lubbock ISD-McKenzie Candidate role on Project Name of Individual Quality Control Manager Candidate role on Project Quality Control Manager N/A Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date i Name t- Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 11 - r I 2/9/2017 12:56 PM p.43 �__' City of Lubbock Contractor's Project Experience and Resources Bld RFP 17-13262-MA Organization Doing Business As Hub City Plumbing and Mechanical Provide a list of major projects that, are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the or anizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: I. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management G. Project site safety See Attachment 3 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB IMWBE Partici ation Goal Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Buy Lease Scissor lift lifting What work will the organization completeusing its own resources? All work with the exception of insulation, TAB, and controls. What work does the organization propose to subcontract on thisproject?. Insulation, TAB, and controls 12 2/9/2017 12:56 PM p. 44 City of Lubbock Contractor's Subcontractors and Vendors Bid RFP 17-13262-MA Organization Doing Business As Hub City Plumbing and Mechanical � a a Provide a list of subcontractors that will vrovide more than 10 percent of the work based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm65% ConTech controls Provide information on the proposed key personnel, project experience and a description of past relationship and work ex enence for each subcontractor listed above usin the Proiect information Forms. TBD Provide a list of major equipment ro sed for use on this project. Attach Additional Information if ary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Finn TBD 13 21912017 12:56 PM p 45 N c Current Projects and Project Completed within the last 10 Years V a rn Attachment A Project Owner �j ( Project Name ( Na General Description of Project: Project. Cost —1 h M Date Project Completed J yt ,Qh"7 Key Project Personnel Ckj 5Qjodes Project Manager Project Superintendent Safety Officer Quality Control Mana er Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager -e 7.-AA Project Owner :T_ _—T iVe- St Project Name I TIUJ06 General Description of Project: Project Cost ` � Date Project Completed �(} Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name effi WA YK M Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner oject Name M" ?4 a+—J-{- Z)j _ General Description ofProject: It D Project Cost Date Projeotkompleted J1A IV aD 1 Key Project Personnel. �r -� Project Manager Project Superintendent Safety Officer Quality. Control Manager � 1 �( NameTAU MALeall rt` in may -km I Reference Contact Information (listing names indicates approval to contacting tht names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager - r�+Z _ 4 t &_ S' v 1=4 I �rl.11o.Com 1 0 K 0 c Cr Attachment 1 Hub City Plumbing and Mechanical Managerial Structure Organizational Chart Ricky Sanders President/Owner Tim Mandrell Superintendent/Quality Control Manager Grady Sanders Secretary/Treasurer/Owner Jeff Williams Project Manager/MEP Coordinator Attachment 2 Hub City Plumbing and Mechanical Managerial Structure for Project Chart RickySanders..........................................................................................Grady Sanders President/Owner Secretary/Treasurer/Owner Hunter Sanders Project Superintendent T -y Attachment 3 r Hub City Plumbing and Mechanical Organizational Approach to this Project Hub City Plumbing and Mechanical will utilize the 4 key principals in managing a construction job. This will allow Hub City Plumbing and Mechanical to deliver a quality job on time and on budget. 1. Planning -Having a carefully crafted plan that is well executed can go a long way in mitigating and resolving issues before they arise. 2. Monitoring progress and making adjustments -Manage progress according to plan and adjust as t needed to make sure minor issues don't derail the job. j 3. Communication -Is vital to a successful construction project. 4. Collaboration -Be able to get all crafts on the job to work together to complete the project. Page Intentionally Left Blank Page Intentionally Left Blank City of Lubbock Bid RFP 17-13262-MA . ` City of Lubbock, TX Insurance Requirement Affidavit II To Be Completed by Offeror I Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. CONTRACTOR' Contra for rint) F (Print or Type) CONTRACTOR'S FIRM ADDRESS: M 69 1J LIAbby t, 1 3 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing and Contract Management for the Citv of Lubbock at (806) 775-2163. RFP 17-13262-MA — Lubbock Memorial Civic Center HVAC Direct Digital Controls 2/9/2017 12:56 PM p. 48 U Page Intentionally Left Blank City of Lubbock Bid RFP 17-13262-MA Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and ' criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. f The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City mayconsider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received cit tions for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty f assessed. Offeror's Initials 2/9/2017 12:56 PM p.50 City of Lubbock Bid RFP 17-13262-MA QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X/ If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO - If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature Title 0 t 2/9/2017 12:56 PM P. 51 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: HUB CITY PLUMBING AND MECHANICAL Risk 10: 420853688 Rating Effective Date: 10/12/2016 Production Date: 04116/2016 State: TEXAS 42-TEXAS Firm ID: Firm Name: HUB CITY PLUMBING AND MECHANICAL Carrier: 14184 Policy No. WC1000637 Eff Date: 10/12/2012 Exp Date: 10/12/2013 ... . ...... ..... ....... R."..— .... ...... . . ......... M . ..... . ........... It: ME . .... ......... r RE Mull I., RM Man, HUR. I I Lu- 1 It 1 ste. fte!';— eHifte", H-t1i J: !, :--nmim HO .I.: ir Hpli . 0, 1. !1!..- . '-ftft 151 H 4HUMUMEMURNM RUM! H!Urig 0 H i—I.— ... In —I I :' -- i INN.- 111i I M! M—MiEtEli RHiMs': - eflRH M . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . E$4' .0 ............... .... ... . ..... . . .............. i. 5536 1.33 .42 478,552 6,365 2,673 305203630 06 F 2,693 2,693 . ......................... .............. ...... ......... — ..... ................ 8 810 061 391 135,299 81 32 Subject Total Act Inc Policy Total- 2,654,06 Premium: 104,541 Losses: 13,424 42-TEXAS Firm ID: Firm Name: HUB CITY PLUMBING AND MECHANICAL Carder: 14184 PollcyNo. WC1000637 Eff Date: 10/12/2013 Exp Date: 10/12/2014 .. ........ .... 1-11-11 •'5MM .. ............. - k 211. 111. 101 1 . .... I t. ift.iftiox, in mgH -m- mg ... ........... — -------- - Effig W. rM -im n iq P-imseiftima H ------------------------- ------ --- M 111 -1. 1 elft U-N i griftign ......... It I HE HIME4 -- .. ...... is iff ...... .. . ........ 9 1 3 0H... Minlirii iiftiii;rli in ......... ............. .. ............... ............. . ....................... ........ ..... ................. .... ............... 0 ............................... 154 020' ............. ............ .................. 5536 1.33 .42 706,788 9,400 3,948 ...... 44011 .... ...... ...... . .......... ..... -- ............ .......... ...... ............ : .... 648 1 -- -- ----- - ............ ------- --- ------------- - - --- .. ....... .. -- ------- -------- --------- .......... Subject Total Act Inc Policy Total: 3,055,791 Premium: 113,660, Losses: 154,020 42-TEXAS Firm ID: Firm Name: HUB CITY PLUMBING AND MECHANICAL Carrier: 14184 Policy No. WC1000637 Eff Date: 10/12/2014 Exp Date: 10/12/2015 'It HOUR H-1 R", I M.-I ...... ....... .................. ifi-fiffifl-Mi .=: - 7 Uffitt gilct mi-li;-tg afigipHl It It. I ' III= 11*1�1'.Pi I . Egg 1111 .... ...... am I I Is ..' 1:1-1-: 1 14-1, 1 I= ........... ........... ......................... .. ..... ....... ....................... .......... ..... .. .. .. 5536 1.33 .421 691,657 Policy Total. 3,029,06qPremium: 9,199 3,864 Subject 116,003 905496700 05 101 33,072 -------------- Total Act Inc Losses: 50,985 16,000 ------------------ ........... 0 Copyright I M-2016, Aft rights reserved. This product Is comprised of compilations and information which are the proprietary and exclume property of the National Council on Cornpansallon Insurance. Inc. (14CCI). No further use, dissemination, safe, transfer, assignment of clisposifion of this product, In whole or In part may be made without the prior written consent of NCCL This product Is furnished "As Is'"Aa avallabW Wh all defects" and Includes Information available at the tme of publication only. NCCI makes no representations or warranties of any kind relating 10 the product and hereby expressly disclaims any and all express, statutory, or Implied warranties, inckKilng the Implied warranty of merchantability, fitness; for a particular purpose, accuracy, completeness, currentness, or correctness of any Information or product furnished hereunder. All responsibility for the use of and for arty and all results derived or obtained through the use of the product are the arid user's mid NC01 shaft not have any liability thereto. * Total by Policy Year of all cases $2000 or loss. D Disease Loss X Ex -Medical Coverage U USL&14W G CatasVophic Loss E Employers Liability Loss # Limited Loss V - Page 2 of 2 1,. City of Lubbock Suspension and Debarment Certification Bid RFP 17-13262-M Federal Law (A-102 Common Rule and OMB Circular A-I10) prohibits non -Federal entities from contracting with or 1i making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are 1 suspended. or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards, of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or.debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Hub City Plumbing and Mechanical FEDERAL TAX ID or SOCIA URITY No. 75-2886914 Signature of Company Official: Printed name of company of signit ove: Rick and s Date Signed: February 23, 2017 2/9/2017 12:56 PM { p. 52 4 l Page Intentionally Left Blank Page Intentionally Left Blank City of Lubbock Bid RFP 17-13262-MA Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received it tions for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Offeror's Initials l 2/9/2017 12:56 PM p. 50 City of Lubbock Bid RFP 17-13262-MA QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO_ N/ If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO_ If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions_. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature Title 8 2/9/2017 12:56 PM p. 51 i 1 WORKERS COMPENSATION EXPERIENCE RATING I&X/111 Risk Name: HUB CITY PLUMBING AND MECHANICAL Risk ID: 420853688 Rating Effective Date: 10/12/2016 Production Date: 04/16/2016 State: TEXAS 42-TEXAS Firm ID: Firm Name: HUB CITY PLUMBING AND MECHANICAL Carrier: 14184 Policy No. WC1000637 Eff Date: 10/12/2012 Exp Date: 10/12/2013 ........... UR n- nZ mnl .... .... . ..... Hii aBriain Hi nn nft=w. R taiiiiii Miiii iMMIM-ift l ir I n M ni P_- - _n in i I IME n N H H: 1 H4 Ell H M HiM. 0 ..H!iiMfi n un. i -Rail .1 ariii uiiiniiiii.ii: i Hit: 1. ln niE .ftit4" 10 iral : 1 iIH: Un -'r, MINE :1 fill a- E5,; Hil— H Hil; I'A2, 10 5536 1.331 .421 478,552 6,365 2,673 305203630 106 1 F 2,6931 2,693 1:66 I 1 90. .: : 'n .. Q: : ::::: .. ..... ........ ... . . ... .. .. . ..... .......... 18810 .061 .391 135,299 811 32 Subject Total Act Inc Policy Total: 2,654,068 Premium: 104,541 Losses: 13,424 42-TEXAS Firm ID: Firm Name: HUB CITY PLUMBING AND MECHANICAL Carrier; 14184 Policy No. WC1000637 Eff Date: 10/1212013 Exp Date: 10/12/2014 HI inli !!am! Is :H mnn H N WHOM=rye MI., =.. Unl -nannnn Hill'. __nnnnilfifi _n 1: . . . . . . . . . . . . . . . -nn 1 iii Man: H. Miriam: HHH:iff , riizi�i -.11111 'HI III Ili. . ...... g iiiiia; . ... .... i-n.pn- ifift:n* =41:15 HE III ,ice 1 ter ill M nnn ffli if *i MUM - ............. ....... ..................... ..... . ............................... .. :2 ... . ............................... i-A0537866a ..... .......... ...... ... .. .......... ODO ............. 5536 .. 1.33 42 .............. ... 706,788 9,400 3,948 ...... ....... ......... :84.: ...... ...... .... 8742�=09 [=37] 648 1 .. ........ Subject Total Act Inc ,Policy Total: 3,055,791,Premium., 113,660 Losses: 154,020 42-TEXAS Firm ID- Firm Name: HUB CITY PLUMBING AND MECHANICAL Carrier: 14184 Polley No. WC1000637 Eff Date: 10/12/2014 Exp Date: 10/12/2015 . .. nlannunn.r. .... .......................... ....... ....... ...................... ........................... ..... U.N. -10110'0- .... ......... .... ............. .. . . T:i:-j:-j:�j2�A44, ..... ..... ....... . • !in ............................ ::: -:::: io 3'1- ........ . ... H.M. 0MRWIii =V :nn: ffi- n-71fl-. l. REM' =n=:=n==== ..... ........ - - ... . -1 _n, = . M. n:.in: n M! nigni I qr" ............nn:nn......... -in ..... ............ 5536 1.33 .42 691,6571 9,199 3,864 905496700 05 101 33,072 16,000 ............ ............... ............ .......... .. ........... : ... F.F.: ........ .... .. .'Total ...... ... Policy Total: 3,029,069 Subject Premium: 116,003 Act Inc iLosses: 5019851 0 Copyright 1993-2016, Aft rights reamed. This product Is comprised of compilations and Information which are the proprialwy and exclusive property of the National Council on Compensation Insurance. Inc. (NCOI). No further use. dissemination, We, transfer, assignment or disposition of JJA product, In whole or In part may be made without the prior written consent of NCCL This product Is himished "As Is" "As avaftabW 'With all defects' and includes Information avallable at M time of publiciallon only. NOCI makes no representalloris or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the Implied warranty of merchantability, fitness for a particular Purpose, accuracy, completeness, currentness, or correchwss of any information or product furnished hereunder. All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end user's and NOCI shaft not have any liability thereto. 'Total by Policy Year of all cases $2000 or loss. D Disease Loss X Ex -Medical Coverage U LISURW C Catastrophic Loss E Employers Liability Loss # Limited Loss V - Page 2 of 2 ti City of Lubbock Suspension and Debarment Certification Bid RFP 17-13262-MA t Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub-iecipients). Contractors receiving individual awards_ of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Hub City Plumbing and Mechanical FEDERAL TAX ID or SOCIAI�URITY No. 75-2886914 Signature of Company Official: Printed name of company official signii ove: Rick and s Date Signed: February 23, 2017 2/9/2017 12:56 PM p_ 52 i I i i' Page Intentionally Left Blank Page Intentionally Left Blank City of Lubbock PROPOSED LIST OF SUB -CONTRACTORS Bid RFP 17-13262-MA Minority Owned Company Name Location Services Provided Yes No 1. Con Tech Lubbock Controls ❑ x 2. ATI Lubbock insulation ❑ x 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Hub City Plumbing and Mechanical (PRINT NAME OF COMPANY) RFP 17-13262-MA — Lubbock Memorial Civic Center HVAC Direct Digital Controls 2/91201712:56 PM p. 54 Page Intentionally Left Blank f UJ; I'+ r* rom; d0b f1fZ>U1'b1 Chy of Lubbock FINAL LIST OF SUB -CONTRACTORS Company Xwne 1,ocadbn Services Provided. 1. Con Tech Lubbock Controls 2. ATI Lubbock Insulation 4. S. 6. 7. 9. H. 11. 14. .15. 16. SUBAETTED BY: Hub City Plumbing and Mechanical (PRINTNAME 01, COMPANY) Page:2/2 8f(J RFP 17-13262-MA Minority Owned Yes Nin 0 x x 0 n t3 n 0 a Q 0 0 0 a 13 C3 E3 Ll n 0 U (3 0 U ❑ 0 0 ❑ THTS FORM SHALL BE COWLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTE R'ftM:CLOSF, DATE WHEN PROPOSALS ARE DUE IF NOSUR-CONTRACTORS WILL BE USED PLEASE, SO RFP 17-13262-MA — Liftock Memorial Civic Center RVAC Direct Digital Controls 2(9/2017 12!56 PM p. 67 Page Intentionally Left Blank (6y.,%y l e t I H I m I Page Intentionally Left Blank H I I I I Hli The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates KIRK KILLOUGH an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. ENDURANCE ASSURANCE CORPORATION Surety *By: (TiAWN R. TAYLO ATTORNEY IN FACT Approved as to Form City, of4LubbbockBy: Cit * Mote: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 BOND #EACX090000151 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEIN' BY THESE PRESENTS, that GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company (hereinafter called the Principal(s), as Principal(s), and ENDURANCE ASSURANCE CORPORATION (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of FIVE HUNDRED NI'i TETY-FIVE THOUSAND FIVE HUNDRED TWENTY-EIGHT DOLLARS ($595,528) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firnily by these presents. �1 WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2V day of March to RFP 17-13262-NIA — Lubbock Memorial Civic Center HVAC Direct Digital Controls and said Principal under the law is rewired before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said P Principal shall pay y all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROV]DIED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 23RD day of MARCH 2017, LN-QURANCE ASSURANCE CORPORATION Surety *By, (Tit ) DA,NN R. T LOR ATTORNEY IN FACT 1 GRG SANDERS AND CO. DBA HUB CITY PLUMBING AND MECHANICAL (Company Name) on By. t (Printed Name) s VMS 1 1 (Title) The undersigned surety company represents that it is duly qualified to do business in "Texas, and hereby designa€es KIRK KILLOUGH an agent resident in Lubbock County to wham any requisite notices may be delivered and on whom service of process may be had in (natters arising out of such suretyship. ENDURANCE ASSURANCE CORPORATION Surety By: (Title)DAWN R. TAYLOR ATTORNEY IN FACT Approved as to form: City of Lubbock By. City tt tey Nate: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. BOND # EACX090000151 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company (hereinafter called the Principal(s), as Frincipal(s), and ENDURANCE ASSURANCE CORPORATION (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of FIVE HUNDRED NINETY-FIVE THOUSAND FIVE HUNDRED TWENTY-EIGHT DOLLARS ($595,528) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated. the 231 day of March to R.FP 17.13262-MA - Lubbock Memorial Civic Center HVAC Direct Digital Controls and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this band is executed pursuant to the provisions of Section 2253.021(a) of the Texas Governrnent Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WTINESS WI-WREOF°, the said Principal (s) and Surety (s) have signed and seated this instrument this23RD day of MARCH 2O17. r :.Y 3, ENDURANCE ASSURANCE CORPORATION F... Surety * By. (Title DAWN R. TA OR ATTORNEY IN FACT GRG SANDERS AND CO. DBA HUB CITY PLUMBING AND MECHANICAL (Company Name) (Title) �i r_ STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) r , KNOW ALL MEN BY THESE PRESENTS, that GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of FIVE HUNDRED NINETY-FIVE THOUSAND FIVE HUNDRED TWENTY-EIGHT DOLLARS ($595,528) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. IWHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 231 day of March to RFP 17-13262-MA — Lubbock Memorial Civic Center HVAC Direct Digital Controls and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. i IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2017. Surety (Company Name) *By: 9, (Title) By: (Printed Name) (Signature) (Title) 1 I Page Intentionally Left Blank f. The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. i Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of 1 attorney for our files. 2 PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of FIVE HUNDRED NINETY-FIVE THOUSAND FIVE HUNDRED TWENTY-EIGHT DOLLARS ($595,528) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 231 day of ( March to RFP 17-13262-MA — Lubbock Memorial Civic Center HVAC Direct Digital Controls 1. and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. I, IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of , 2017. Surety �* By: - Titles L (Company Name) By: (Printed Name) (Signature) (Title) I Page Intentionally Left Blank I I I P, t The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. is Surety *By: (Title) Approved as to Form City of Lubbock By; City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 I CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard Dolicies used by this comvanv. the further hereinafter described. Exceptions to standard volicv noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVELIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily hijury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ BUILDER SRISK 100% of the Total Contract Price $ INSTALLATIONFLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LLABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental (' entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE I "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; - (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; I (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of , coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and i } (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project;P1 (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the t provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT I Page Intentionally Left Blank I Fl Ll Contract 13262 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 231 day of March, 2017 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company of the City of Lubbock , County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 17-13262-MA Lubbock Memorial Civic Center HVAC Direct Digital Controls and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company's proposal dated February 23, 2017 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to ` make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company By. PRINTE TITLE: m COMPLETE ADDRESS: GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company Address: 502 FM 1585 City, State, Zip: Lubbock, Texas 79423 ATTEST: ff -. Corporate Secr t CITY OF MB04,EXAS( (OWNER): By: DANIEL M. POPE, MAYOR A Rebec Garza, City Secretary APPR ED AS TO CONTENT: UVV 1.1. 411111V1, !-.J1Jl- V11.y lYlGL11G1E,'Vl APPROVED AS TO FO Ry�i ooke, Assistant City Attorney Pap,e Intentionally Left Blank Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 1, I t_ CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. g.. " Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at hqp://www. ci.lubbock.tx.us/departmental-web sites/departments/purchasing/vendor-information CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES THIS FORM SHALL BE COMPLETED IF AWARDED THE CONTRACT: SUBMITTED TO: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 1 TAC §§46.1, 46.3, 46.5 The Texas Ethics Commission (the commission) proposes new §§46.1, 46.3, and 46.5, relating to the disclosure of interested parties in certain contracts with a governmental entity or state agency. House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. House Bill 1295 requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2017. Form 1296 is available at: http://www.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-information GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Successful Offeror, GRG Sanders and Co. dba Hub City Plumbing and Mechanical Company, who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, Freddy Chavez, Civic Services Director, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. 'INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. Page Intentionally Left Blank 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The Work must be operational and ready for the Owner's continuous use as intended. All initial training for Owner personnel required by the specifications by the Contractor and his subcontractors and suppliers shall have been completed. All final operations and maintenance manuals shall have been submitted and given a disposition of "no exceptions noted". All instrumentation and ' SCADA equipment shall be installed and operational. Final grading and seeding shall be performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished five copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, y techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to 2 F comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s)) has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the , Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING 18 [ 19 It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use'shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent - -. required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's 1 Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make r j such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. , , 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. S € i 1 t 1 It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear .to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in t 6 these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the closing of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the closing of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. - 26. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, :i -y are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. -' 27. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution.t PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) to include Products of Complete Operation Endorsements. The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products-Comp/Op AGG Contractual Liability Personal Injury & Advertising Injury B. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. C. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED D. Umbrella Liability Insurance — NOT REQUIRED E. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmentalentity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. ' 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person 4__= providing services on the project, for the duration of the project; I j 4 z (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. 10 (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: Fy (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the } governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project;_; (d) obtain from each person providing services on a project, and provide to the governmental entity: U (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: , REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing__ labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.&-us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 12 U113 31. 32 (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, 13 lrules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIOUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. 14 36. 37 38 39. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the 15 Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. ' 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the l , proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS v ' No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION 16 44. 45. 46. Contractor shall give Owner's Representative written' notice of substantial completion. Within thirty-one (31) - working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of 11-1 other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of two (2) years from the date of certification of final completion by Owner's Representative. The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, 1 ' (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, A 13 (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. �s t_ 17 , ; E` t I ! i... t When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 2' 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and 4 Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the 5 Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or _t 18 (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said F' I notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor r or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its t exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies I available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be L_. liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. s 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the 19 t__f Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. __. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. 20 e In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 57. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 58. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001) 1 21 r 1 DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank ri I 1 EXHIBIT A .? General Decision Number: TX170334 01/06/2017 TX334 Superseded General Decision Number: TX20160334 State: Texas IConstruction Type: Building Counties: Crosby and Lubbock Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date Rates Fringes 0 01/06/2017 POWER EQUIPMENT OPERATOR BOIL0074-003 01/01/2014 (1) Tower Crane ............. $ 29.00 10.60 (2) Cranes with Pile Rates Fringes Driving or Caisson Attachment and Hydraulic BOILERMAKER ...................... $ 23.14 21.55 Crane 60 tons and above ..... $ 28.75 10.60 --------------------------------------------------------------- (3) Hydraulic cranes 59 CARP0665-001 05/01/2014 Tons and under .............. $ 27.50 10.60 Rates Fringes CARPENTER ........................ $ 20.81 6.76 --------------------------------------------------------------- ELEC0602-008 09/01/2016 Rates Fringes ELECTRICIAN ...................... $ 21.31 3%+9.05 ------------------------------------------------- ENGI0178-005 06/01/2014 IRON0084-011 06/01 /2015 Rates Fringes IRONWORKER, ORNAMENTAL ........... $ 23.02 6.35 ------------------------------------------------------------- IRON0263-003 06/01/2015 Rates Fringes IRONWORKER, STRUCTURAL ........... $ 23.00 6.55 * PLUM0404-001 07/01/2016 Rates Fringes PLUMBER .......................... $ 25.91 9.40 ------------------------------------------------------------- SHEE0049-001 06/01 /2015 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ............... $ 22.93 11.33 ------------------------------------------------------------- SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER ....................... $ 20.04 0.00 CEMENT MASON/CONCRETE FINISHER ... $ 19.60 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) ............... $ 19.77 7.13 IRONWORKER, REINFORCING .......... $ 12.27 0.00 LABORER: Common or General ...... $ 12.35 0.00 LABORER: Mason Tender - Brick...$ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete.................. $ 10.58 0.00 LABORER: Pipelayer.............. $ 12.49 2.1 LABORER: Roof Tearoff........... $ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe ....... $14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 13.93 0.00 OPERATOR: Bulldozer ............. $ 18.29T±' 1.31 OPERATOR: Drill ................. $ 16.22 0.34 OPERATOR: Forklift .............. $ 14.83 0.00 OPERATOR: Grader/Blade .......... $ 13.37 0.00 OPERATOR: Loader ................$ 13.55 0.94 f OPERATOR: Mechanic .............. $ 17.52 3.33 t_A OPERATOR: Paver (Asphalt, _1 Aggregate, and Concrete) ......... $ 16.03 0.00 i OPERATOR: Roller ................ $ 12.70 0.00 PAINTER (Brush, Roller, and Spray) ........................... $ 14.27 0.00 ROOFER ...........................$ 13.75 0.00 j SHEET METAL WORKER, Excludes - HVAC Duct Installation ........... $ 21.13 6.53 TILE FINISHER .................... $ 11.22 0.00 TILE SETTER ...................... $ 14.00 2.01 TRUCK DRIVER: Dump Truck ........ $ 12.39 1.18 TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57 '-F TRUCK DRIVER: Semi -Trailer Truck ............................ $ 12.50 0.00 [E TRUCK DRIVER: Water Truck ....... $ 12.00 I 4.11 --------------------------------------------------------------- rj f I ij WELDERS - Receive rate prescribed for craft operation to which welding is incidental. performing Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1,2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers c Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG- OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. -' WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage - and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.)and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor r a� i.l i 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material,etc.) that the requestor considers relevant to the issue. �3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the - Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. - Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the fair labor standards act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the fair labor standards act Page Intentionally Left Blank SPECIFICATIONS I - I 11 CITY OF LUBBOCK MEMORIAL CIVIC CENTER H.V.A.C. DIRECT DIGITAL CONTROL SYSTEM ,so, mnc DAVIS wee LUBBOCK, rew,s Electrical & Mechanical Consulting Engineers 14302 South SWde Road Lubbock, TX 79424 Phone: 806.780.7475 116 Fm 006.780.0129 TEXAS FIRM REGISTRATION NO. F4415 I 10 4 4001 bliock INDEX OF DRAWINGS M1 EXHIBIT HALL, OFFICE, & TERRACE SUITE FLOOR PLANS M2 WEST THEATER FLOOR PLAN M3 BANQUET HALL, MEETING ROOMS, & MALL FLOOR PLAN M4 EXHIBIT HALL BASEMENT (PUMP ROOM) FLOOR PLAN M5 SCHEDULES & DETAILS SPECIFICATIONS BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 CONSULTANTS' PROFESSIONAL RESPONSIBILITY The specifications sections to be authenticated by my seal and signature are limited to the following ivision . Section Title Pa e DIVISIONS 22,23 and 26 - MECHANICAL 220000 ........... GENERAL MECHANICAL PROVISIONS...................................................................... 6 220700 ........... INSULATION..................................................................................................................... 2 230523.11...... GLOBE VALVES FOR HVAC PIPING............................................................................ 3 230523.12 ...... BALL VALVES FOR HVAC PIPING............................................................................... 3 230523.13 ...... BUTTERFLY VALVES FOR HVAC PIPING.................................................................. 2 230523.14 ...... CHECK VALVES FOR HVAC PIPING............................................................................ 3 230923 ........... DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC........................................ 71 230923.11...... CONTROL VALVES......................................................................................................... 9 230923.12 ...... CONTROL DAMPERS...................................................................................................... 11 230923.23 ...... PRESSURE INSTRUMENTS............................................................................................ 10 230923.27 ...... TEMPERATURE INSTRUMENTS................................................................................... 10 230993.11...... SEQUENCE OF OPERATIONS FOR HVAC DDC.......................................................... 4 232113 ........... HYDRONIC PIPING.......................................................................................................... 5 232116 ........... HYDRONIC PIPING SPECIALTIES................................................................................ 2 262923 ........... VARIABLE FREQUENCY MOTOR CONTROLLERS ......... ............ I .................. ........... 9 END OF TABLE OF CONTENTS By: Carl W. Wampler, P.E. BSA Consulting Engineers, PLLC License No. 97056 Texas Firm Registration No. F4415 DMSIONS 22, 23, AND 26 TABLE OF CONTENTS BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 SECTION 220000 — GENERAL MECHANICAL PROVISIONS PART 1 - GENERAL 1.01 DESCRIPTION A. The work covered by this section of the specifications includes the furnishing of all materials and labor as required for the installation of the complete DDC Building Automation System (BAS) all as shown on the drawings, as herein specified, or both. 1.02 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 1.03 SUBMITTAL A. This Contractor shall submit six (6) copies of all submittal data covering proposed equipment to the Architect for approval prior to installation. All equipment shall be submitted at one time in a bound folder with an index of submittal. 1.04 REGULATIONS A. All work shall be done in strict accordance and compliance with State and Local Laws, together with regulations of the particular Utility Companies concerned. B. Obtain permits as required by the local authorities. 1.05 CLARIFICATION A. The Engineer shall provide, with reasonable promptness, written responses to requests from the Contractor for clarification and interpretation of the requirements of the Contract Documents. However, if the Contractor's requests for information, clarification or interpretation are, in the Engineers professional opinion, for information readily apparent from reasonable observation of field conditions or a review of the Contract Documents, or are reasonably inferable therefrom, the Engineer shall be entitled to compensation from the Contractor for the Engineer's time spent responding to such requests. 1.06 DEFECTS A. Contractors shall promptly report to the Engineer any defects or suspected defects in the contract documents of which the Contractor becomes aware, so that the Engineer may take measures to minimize the consequences of such a defect. Failure by the Contractor to notify the Engineer shall relieve the Engineer or Owner of the costs of remedying the defects above the sum such remedy would have cost had prompt notification been given when such defects were first discovered. 1.07 COMPLETION A. If the Contractor asks for a final inspection and the project is not complete enough to prepare a GENERAL MECHANICAL PROVISIONS 220000-1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 t , normal punch list as determined by the Engineer, the Engineer shall be compensated for time , and travel for subsequent site visits. 1.08 DRAWINGS A. The drawings and the specifications are numbered consecutively. Each Contractor shall check these drawings and specifications thoroughly and shall notify the Architect of any discrepancies or omissions of sheets or pages. Upon notification, the Architect will promptly provide the Contractor with any missing portions of the drawings and/or specifications. No discrepancies or omissions of sheets or pages of the Contract Documents will relieve the Contractor of his duty to provide all work required by the complete Contract. B. The plans accompanying these specifications are intended to show the general arrangement and the extent of the work contemplated. The Contractor shall inspect the site before bidding to verify the actual conditions involved as no allowance will be made for unforeseen conditions. The exact location and arrangement of all parts shall be determined after equipment has been approved by the Engineer and as directed by the Engineer. All materials or labor necessary to complete the work in accordance with the intent of these specifications shall be furnished by each Contractor without additional charge as if called for in these specifications or shown on the plans. C. Should the particular equipment which any bidder proposes to install require other space conditions, supports or clearances other than those indicated on the drawings, he shall arrange J for such items with the Engineer before submitting his proposal. Should changes become necessary due to failure to comply with this clause, the Contractor shall make such necessary changes at his (the Contractor's) own expense. D. This Contractor shall verify all existing conditions that may affect his work including exact f -? location and size of all plumbing lines, direction of flow, ductwork, existing equipment and connection points. Any discrepancies from conditions shown on the drawings shall be reported to the Architect before bidding and the bid price shall include the cost to correct any discrepancies to provide a complete and workable system. E. This Contractor shall thoroughly lay out all his work and check all conditions to insure that the _ work as shown on the Drawings can be installed without modifications. No material shall be fabricated or delivered to the job until these conditions have been determined. F. The Owner or Owner's Representative reserves the right to make changes during construction, if required, and no allowances will be made for prefabricated material or on job materials which cannot be used due to actual conditions. 1.09 APPROVAL OF MATERIALS A. Where manufacturer's names are mentioned in these specifications, it has been done, in most cases, in order to establish a standard. The products of others than the particular manufacturers mentioned will be acceptable, if of suitable type and construction, but any substitution must be of quality as good as, or better than, the named article. B. If the Contractor elects to substitute other equipment or materials for that specified by name, he shall be fully responsible for all coordination with other trades involved. Any expense incurred GENERAL MECHANICAL PROVISIONS 220000-2 14 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 .._, because of modifications to accommodate larger sizes, larger electrical service, fuel piping requirements resulting from such substitution shall be borne by the Contractor substituting other equipment. C. Upon being awarded the Contract for the work under one of the following sections, the Contractor shall, within thirty (30) days, submit for approval a complete list of the materials which he proposes to use. The list shall give the manufacturer's names and designations corresponding to every item and where submitted materials are different from that specified by name, the submission shall be accompanied by a complete descriptive literature and/or any supplementary data and drawings, necessary to give full and complete details for the completed installation. D. Any item on this list which is rejected because of unsuitability or inferior quality, must be replaced by an acceptable item within two (2) weeks following notification of the Contractor of such rejection. If no satisfactory material is submitted within two (2) weeks, then the Engineer reserves the right to notify the Contractor as to the type and make of materials he will be required to furnish. Six (6) copies of the material and the equipment list shall be furnished by the Contractor in neat and firmly bound brochures for approval. 1.10 ORDER OF PRECEDENCE A. Order of precedence shall be observed in laying -out the conduit in order to fit the material into the space above the ceiling and in the chases and walls. The installation shall be coordinated with the work of all other trades. The following order shall govern: 1. Items affecting the visual appearance of the inside of the building such as lighting fixtures, outlets, panel boards, etc. Coordinate all items to avoid conflicts at the site. 2. Lines requiring grade to function such as sewers. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function bends and offsets would not impair. 1.11 COOPERATION A. Each contractor shall cooperate with the General Contractor and all other contractors to properly coordinate their work, to avoid interference and delays, and arrange all parts of the work so as to harmonize in service and appearance with all other parts. 1.12 INTERFERENCES A. The plans are generally diagrammatic and the Contractor must harmonize the work of the different trades so that interference between piping, equipment, architectural and structural work will be avoided. All necessary offsets in piping, fittings, etc., required to properly install the work must be kept as close as possible to walls, ceiling, columns, etc., so as to take up the minimum amount of space, and all offsets, fittings, etc., required to accomplish it must be furnished and installed by the contractor without additional cost to the Owner. B. Exact locations of mechanical equipment may be varied a reasonable amount by the Owner before installation without additional cost to the Owner. GENERAL MECHANICAL PROVISIONS 220000-3 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 C. All equipment and controls shall be so located and arranged that all parts will be available for proper maintenance. PART 2 - PRODUCTS 2.01 MATERIALS AND WORKMANSHIP A. Materials shall be new, unless otherwise specified, and of the quality specified. Materials shall be free from any defects. Materials and equipment for which the Underwriters' Laboratories have established as standard, shall be listed by the Underwriters' Laboratories, Inc., and shall bear their label. B. Each Contractor shall be responsible for transportation of his materials to the job and shall be responsible for the storage and protection of same. This will be provided until final acceptance of the job. C. Each Contractor shall provide protection against weather, so as to maintain all materials and equipment free from injury and damage. All new work likely to be damaged shall be covered during the day and at the end of each day. D. Each Contractor will furnish all necessary scaffolding, tackle, tools, appurtenances and all labor required for the safe and expeditious execution of this contract. E. The workmanship shall be in all respects, the highest grade and all construction in accordance with the best practice of the trade. F. The contractor shall understand that the facility is to remain in use during construction and all work shall be carefully coordinated and scheduled to prevent conflicts with events in the building. The changing of major components must take place during periods when affected spaces are unoccupied. PART 3 - EXECUTION 3.01 VERIFICATION OF PLANS AND SPECIFICATIONS A. It shall be the responsibility of all parties concerned to carefully examine the plans and specifications relating to this work for completeness, accuracy and clarity. Any conflict, errors or clarification requests shall be immediately brought to the attention of the Engineer for written interpretation or instructions. No claims for increased compensation for additions, changes or alterations will be considered unless written authority is granted by the Engineer. Otherwise, any additional materials and/or labor due to additions, alterations and changes necessary to meet existing conditions shall be furnished under this contract. A. The Contractor for the work covered by each section of these specifications shall furnish and install all foundations and supports required by equipment included in his work. B. All piping, both vertical and horizontal, shall be supported at sufficient close intervals to keep its alignment, prevent sagging and to prevent pipe from being supported by equipment or GENERAL MECHANICAL PROVISIONS 220000-4 I BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 equipment connections. C. Vertical pipes shall be supported from floor with riser clamps sized to fit the lines and adequately support their weight. Vertical copper tubing, 1-1/4" and smaller shall be supported at 36" intervals and at the base of pipe risers, where required for proper support. Hangers shall be manufactured by Kindorff, Unistrut, Elcen or equal. All hangers must meet the Engineer's approval. Use of perforated straps will not be permitted. D. All horizontal pipes suspended with structure above shall be supported by hanger rods of the following size: 1. Pipes up to and including 2" 3/8" rods 2. 2-1/2" and 3" pipe 1/2" rods 3. 4" and 5" pipe 5/8" rods 4. 6" pipe 3/4" rods 3.03 UNIONS A. Unions shall not be placed in any pipe in a location which will be inaccessible after completion of the building unless shown on drawings or specified. Unions shall be installed on both sides of all valves, regulators, check valves, traps, etc., so that such equipment may be readily disconnected. Where copper pipe joins iron or steel pipe, an insulation union using a "Bakelite" insulator shall be used. 3.04 PAINTING A. No painting will be required under this section. 3.05 ELECTRICAL A. Electric motors shall be of the speed, phase and voltage as specified and shall be of type recommended by motor manufacturer for type of service involved. B. The Contractor furnishing the motor shall install it. The Contractor shall furnish such motor controls and starting equipment as specified or as required. The erection and connection of all switches, starting and control equipment, and the wiring of same, shall be done as required. Conduits from controllers to motors shall be flexible for not over three feet (Y) and shall be attached to the terminal housing of the motor. All flexible conduit to motor shall be waterproof type with neoprene jacket. 3.06 INSULATION A. Furnish and install pipe, duct, and equipment insulation as specified under "Insulation" section of these specifications. 3.07 EQUAL MATERIAL CONSIDERATION A. Approval of equipment other than that specified does not relieve the Contractor from the f_. GENERAL MECHANICAL PROVISIONS 220000-5 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 responsibility of modifying the equipment if necessary to meet Structural, Architectural, Electrical, or Mechanical conditions as detailed and specified on the drawings. 3.08 INSTRUCTION MANUALS A. Furnish four (4) complete bound copies of Instruction Manuals on all operating equipment to Owner. Manuals: complete with repair instructions, replacement parts list, and complete operating instructions and wiring diagrams. 3.09 TESTS AND ADJUSTMENTS A. After completion of the work but before final payment is made, the Contractor shall run test over a sufficient period of time to prove the proper capacity and performance of apparatus, etc., and of system as a whole to the approval of the Engineer. 3.10 GUARANTEE A. This Contractor shall guarantee the workmanship and material against defects for a period of one (1) year from the date of acceptance, unless specified otherwise in other sections of this specification. END OF SECTION 220000 I� GENERAL MECHANICAL PROVISIONS 220000-6 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 SECTION 220700 - INSULATION PART 1 - GENERAL 1.01 DESCRIPTION A. This contract includes furnishing and installing all insulation specified herein. 1.02 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 1.03 SUBMITTAL A. All submittal required by this section shall be submitted in accordance with the architectural specifications. B. Submit manufacturer's data for approval on all materials to be furnished as part of this project. PART 2 - PRODUCTS 2.01 PIPE AND DUCT INSULATION A. All insulation required under the Plumbing contract and Heating and Air Conditioning Contract shall be equal to and as manufactured by Knauf Fiber Glass, or Johns -Manville, and shall be applied in accordance with the manufacturer's directions and recommendations. B. Insulation: 1. Hot and Chilled Water Piping - Shall be insulated with V thick fiber glass pipe insulation with a factory applied all service jacket with self-sealing lap. 2. Pipe Fittings - Insulate pipe fittings with Manville Zestons, or equal, according to manufacturer's recommendation. 3. All insulation for mechanical systems shall comply with the International Energy Conservation Code. 2.02 EQUAL MATERIALS CONSIDERATION A. Approval of equipment other than that specified does not relieve the Contractor from the responsibility of modifying the equipment if necessary to meet Structural, Architectural, Electrical, or Mechanical conditions as detailed and specified on the drawings. 2.03 SMOKE AND FLAME SPREAD A. All duct and pipe insulation shall have a flame spread no greater than 25 and a smoke developed rating no greater than 50. PART 3 - EXECUTION 3.01 INSULATION INSULATION 220700-1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 A. All insulation shall be applied to clean surfaces and in accordance with the manufacturer's recommendations. END OF SECTION 220700 INSULATION 220700-2 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center SECTION 230523.11 - GLOBE VALVES FOR HVAC PIPING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Bronze globe valves. 2. Iron globe valves. 1.2 ACTION SUBMITTALS A. Product Data: For each type of valve. PART 2-PRODUCTS January 2017 2.1 GENERAL REQUIREMENTS FOR VALVES A. Source Limitations for Valves: Obtain each type of valve from single source from single manufacturer. B. ASME Compliance: 1. ASME B 1.20.1 for threads for threaded -end valves. 2. ASME B 16.1 for flanges on iron valves. 3. ASME B 16.10 and ASME B 16.34 for ferrous valve dimensions and design criteria. 4. ASME B16.18 for solder joint connections. 5. ASME B31.1 for power piping valves. 6. ASME B31.9 for building services piping valves. C. Refer to HVAC valve schedule articles for applications of valves. D. Valve Pressure -Temperature Ratings: Not less than indicated and as required for system pressures and temperatures. E. Valve Sizes: Same as upstream piping unless otherwise indicated. F. Valves in Insulated Piping: With 2-inch stem extensions. 2.2 BRONZE GLOBE VALVES A. Class 125 Bronze Globe Valves: 1. Description: GLOBE VALVES FOR HVAC PIPING 230523.11 - 1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 { a. Standard: MSS SP-80, Type 1. b. CWP Rating: 200 psig. C. Body Material: ASTM B 62, bronze with integral seat and screw -in bonnet. d. Handwheel: Malleable iron. 2.3 IRON GLOBE VALVES A. Class 125 Iron Globe Valves: 1. Description: a. Standard: MSS SP-85, Type I. b. CWP Rating: 200 psig. c. ' Body Material: ASTM A 126, gray iron with bolted bonnet. d. Ends: Flanged. e. Trim: Bronze. f. Packing and Gasket: Asbestos free. g. Operator: Handwheel PART 3 - EXECUTION 3.1 VALVE INSTALLATION A. Install valves with unions or flanges at each piece of equipment arranged to allow service, maintenance, and equipment removal without system shutdown. B. Locate valves for easy access and provide separate support where necessary. C. Install valves in horizontal piping with stem at or above center of pipe. D. Install valves in position to allow full stem movement. 3.2 ADJUSTING A. Adjust or replace valve packing after piping systems have been tested and put into service but before final adjusting and balancing. Replace valves if persistent leaking occurs. 3.3 GENERAL REQUIREMENTS FOR VALVE APPLICATIONS A. If valves with specified CWP ratings are unavailable, the same types of valves with higher CWP ratings may be substituted. B. Select valves with the following end connections: 1. For Copper Tubing, NPS 2 and Smaller: Threaded ends except where solder joint valve - end option is indicated in valve schedules. 2. For Copper Tubing, NPS 2-1/2 to NPS 4: Flanged ends except where threaded valve -end option is indicated in valve schedules. GLOBE VALVES FOR HVAC PIPING 230523.11 - 2 �� BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3. For Copper Tubing, NPS 5 and Larger: Flanged ends. 4. For Steel Piping, NPS 2 and Smaller: Threaded ends. 5. For Steel Piping, NPS 2-1/2 to NPS 4: Flanged ends except where threaded valve -end option is indicated in valve schedules. 6. For Steel Piping, NPS 5 and Larger: Flanged ends. 3.4 CHILLED -WATER VALVE SCHEDULE A. Pipe NPS 2 and Smaller: Bronze globe valves, Class 125 bronze disc. B. Pipe NPS 2-1/2 and Larger: Iron globe valves, Class 125 with flanged ends. 3.5 HEATING -WATER VALVE SCHEDULE A. Pipe NPS 2 and Smaller: Bronze globe valves, Class 125, bronze disc. B. Pipe NPS 2-1/2 and Larger: Iron globe valves, Class 125 with flanged ends. END OF SECTION 230523.11 GLOBE VALVES FOR HVAC PIPING 230523.11 - 3 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 SECTION 230523.12 - BALL VALVES FOR HVAC PIPING PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Brass ball valves. 2. Bronze ball valves. 1.2 ACTION SUBMITTALS A. Product Data: For each type of valve. PART 2 - PRODUCTS 2.1 GENERAL REQUIREMENTS FOR VALVES A. Source Limitations for Valves: Obtain each type of valve from single source from single manufacturer. B. ASME Compliance: 1. ASME B 1.20.1 for threads for threaded -end valves. 2. ASME B 16.10 and ASME B 16.34 for ferrous valve dimensions and design criteria. 3. ASME B16.18 for solder joint connections. 4. ASME B31.1 for power piping valves. 5. ASME B31.9 for building services piping valves. C. Bronze valves shall be made with dezincification-resistant materials. Bronze valves made with copper alloy (brass) containing more than 15 percent zinc are not permitted. D. Refer to plans for applications of valves. E. Valve Pressure -Temperature Ratings: As required for system pressures and temperatures. F. Valve Sizes: Same as upstream piping unless otherwise indicated. G. Valve Actuator Types: 1. Gear Actuator: For quarter -turn valves NPS 4 and larger. 2. Hand Lever: For quarter -turn valves smaller than NPS 4. H. Valves in Insulated Piping: BALL VALVES FOR HVAC PIPING 230523.12 - 1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1. Include 2-inch stem extensions. 2. Extended operating handle of nonthermal-conductive material, and protective sleeves that allow operation of valves without breaking the vapor seals or disturbing insulation. 3. Memory stops that are fully adjustable after insulation is applied. I. Valve Bypass and Drain Connections: MSS SP-45. 2.2 BRASS BALL VALVES A. Two -Piece Brass Ball Valves with Full Port and Stainless -Steel Trim: 1. Description: a. Standard: MSS SP-110. b. SWP Rating: 150 psig. C. CWP Rating: 600 psig. d. Body Design: Two piece. e. Body Material: Forged brass. f. Ends: Threaded. g. Seats: PTFE. h. Stem: Stainless steel. i. Ball: Stainless steel, vented. j . Port: Full. PART 3 - EXECUTION 3.1 VALVE INSTALLATION A. Install valves with unions or flanges at each piece of equipment arranged to allow service, maintenance, and equipment removal without system shutdown. B. Locate valves for easy access and provide separate support where necessary. C. Install valves in horizontal piping with stem at or above center of pipe. D. Install valves in position to allow full stem movement. 3.2 GENERAL REQUIREMENTS FOR VALVE APPLICATIONS A. If valves with specified SWP classes or CWP ratings are unavailable, the same types of valves with higher SWP classes or CWP ratings may be substituted. B. Select valves with the following end connections: 1. For Copper Tubing, NPS 2 and Smaller: Threaded ends except where solder joint valve - end option is indicated in valve schedules below. 2. For Steel Piping, NPS 2 and Smaller: Threaded ends. V BALL VALVES FOR HVAC PIPING 230523.12 - 2 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center 3.3 CHILLED -WATER VALVE SCHEDULE A. Pipe NPS 2 and Smaller: Two piece, full port, brass stainless -steel trim. 1. Valves may be provided with solder joint ends instead of threaded ends. 3.4 HEATING -WATER VALVE SCHEDULE A. Pipe NPS 2 and Smaller: Two piece, full port, brass with stainless -steel trim. 1. Valves may be provided with solder joint ends instead of threaded ends. END OF SECTION 230523.12 January 2017 BALL VALVES FOR HVAC PIPING 230523.12 - 3 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center SECTION 230523.13 - BUTTERFLY VALVES FOR HVAC PIPING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Iron, single -flange butterfly valves. 1.2 ACTION SUBMITTALS A. Product Data: For each type of valve. PART 2 - PRODUCTS January 2017 2.1 GENERAL REQUIREMENTS FOR VALVES A. Source Limitations for Valves: Obtain each type of valve from single source from single manufacturer. B. ASME Compliance: 1. ASME B 16.1 for flanges on iron valves. 2. ASME B 16.10 and ASME B 16.34 for ferrous valve dimensions and design criteria. 3. ASME B31.1 for power piping valves. 4. ASME B31.9 for building services piping valves. C. Valve Pressure -Temperature Ratings: Not less than indicated and as required for system pressures and temperatures. D. Valve Sizes: Same as upstream piping unless otherwise indicated. E. Valve Actuator Types: 1. Gear Actuator: For valves NPS 8 and larger. 2. Hand Lever: For valves NPS 6 and smaller. F. Valves in Insulated Piping: With 2-inch stem extensions with extended necks. 2.2 IRON, SINGLE -FLANGE BUTTERFLY VALVES A. Iron, Single -Flange Butterfly Valves with Aluminum -Bronze Disc: 1. Description: BUTTERFLY VALVES FOR HVAC PIPING 230523.13 - 1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 a. Standard: MSS SP-67, Type I. b. CWP Rating: 200 psig. C. Body Design: Lug type; suitable for bidirectional dead-end service at rated pressure without use of downstream flange. d. Body Material: ASTM A 126, cast iron or ASTM A 536, ductile iron. e. Seat: EPDM. f. Stem: One- or two-piece stainless steel. g. Disc: Aluminum bronze. • , c c _ ._ r dWli 40 3.1 VALVE INSTALLATION A. Install valves with unions or flanges at each piece of equipment arranged to allow service, maintenance, and equipment removal without system shutdown. B. Locate valves for easy access and provide separate support where necessary. C. Install valves in horizontal piping with stem at or above center of pipe. D. Install valves in position to allow full stem movement. 3.2 ADJUSTING A. Adjust or replace valve packing after piping systems have been tested and put into service but before final adjusting and balancing. Replace valves if persistent leaking occurs. 3.3 CHILLED -WATER VALVE SCHEDULE A. Pipe NPS 2-1/2 and Larger: 1. Iron, Single -Flange Butterfly Valves, NPS 2-1/2 to NPS 12: 200 CWP, EPDM seat, aluminum -bronze disc. 2. Iron, Single -Flange Butterfly Valves, NPS 14 to NPS 24: 150 CWP, EPDM seat, aluminum -bronze disc. 3.4 HEATING -WATER VALVE SCHEDULE A. Pipe NPS 2-1/2 and Larger: 1. Iron, Single -Flange Butterfly Valves, NIPS 2-1/2 to NPS 12: 200 CWP, EPDM seat, aluminum -bronze disc. 2. Iron, Single -Flange Butterfly Valves, NPS 14 to NPS 24: 150 CWP, EPDM seat, aluminum -bronze disc. BUTTERFLY VALVES FOR HVAC PIPING 230523.13 - 2 ` BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center SECTION 230523.14 - CHECK VALVES FOR HVAC PIPING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Bronze lift check valves. 2. Bronze swing check valves. 1.2 ACTION SUBMITTALS A. Product Data: For each type of valve. PART 2 - PRODUCTS January 2017 2.1 GENERAL REQUIREMENTS FOR VALVES A. Source Limitations for Valves: Obtain each type of valve from single source from single manufacturer. B. ASME Compliance: 1. ASME B 1.20.1 for threads for threaded -end valves. 2. ASME B 16.1 for flanges on iron valves. 3. ASME B 16.10 and ASME B 16.34 for ferrous valve dimensions and design criteria. 4. ASME B16.18 for solder joint. 5. ASME B31.1 for power piping valves. 6. ASME B31.9 for building services piping valves. C. Bronze valves shall be made with dezincification-resistant materials. Bronze valves made with copper alloy (brass) containing more than 15 percent zinc are not permitted. D. Valve Pressure -Temperature Ratings: Not less than indicated and as required for system pressures and temperatures. E. Valve Sizes: Same as upstream piping unless otherwise indicated. F. Valve Bypass and Drain Connections: MSS SP-45. 2.2 BRONZE SWING CHECK VALVES A. Class 125, Bronze Swing Check Valves with Bronze Disc: 1. Description: CHECK VALVES FOR HVAC PIPING 230523.14 - 1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center a. Standard: MSS SP-80, Type 3. b. CWP Rating: 200 psig. C. Body Design: Horizontal flow. d. Body Material: ASTM B 62, bronze. e. Ends: Threaded. L Disc: Bronze. PART 3 - EXECUTION 3.1 VALVE INSTALLATION January 2017 A. Install valves with unions or flanges at each piece of equipment arranged to allow service, maintenance, and equipment removal without system shutdown. B. Locate valves for easy access and provide separate support where necessary. C. Install valves in horizontal piping with stem at or above center of pipe. D. Install valves in position to allow full stern movement. E. Install swing check valves for proper direction of flow in horizontal position with hinge pin level. 3.2 ADJUSTING A. Adjust or replace valve packing after piping systems have been tested and put into service but before final adjusting and balancing. Replace valves if persistent leaking occurs. 3.3 GENERAL REQUIREMENTS FOR VALVE APPLICATIONS A. If valves with specified SWP classes or CWP ratings are unavailable, the same types of valves with higher SWP classes or CWP ratings may be substituted. B. Select valves, except wafer types, with the following end connections: 1. For Copper Tubing, NPS 2 and Smaller: Threaded ends except where solder joint valve - end option is indicated in valve schedules. 2. For Copper Tubing, NPS 2-1/2 to NPS 4: Flanged ends except where threaded valve -end option is indicated in valve schedules. 3. For Copper Tubing, NPS 5 and Larger: Flanged ends. 4. For Steel Piping, NPS 2 and Smaller: Threaded ends. 5. For Steel Piping, NPS 2-1/2 to NPS 4: Flanged ends except where threaded valve -end option is indicated in valve schedules. 6. For Steel Piping, NPS 5 and Larger: Flanged ends. CHECK VALVES FOR HVAC PIPING 230523.14 - 2 fA CA i= BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3.4 CHILLED -WATER VALVE SCHEDULE A. Pipe NPS 2 and Smaller: 1. Bronze Valves: May be provided with solder joint ends instead of threaded ends. 2. Bronze Swing Check Valves: Class 125 bronze disc. B. Pipe NPS 2-1/2 and Larger: 1. Iron Valves, NPS 2-1/2 to NPS 4: May be provided with threaded ends instead of flanged ends. 2. Iron Swing Check Valves: Class 125 metal seats. 3. Iron Swing Check Valves with Closure Control, NPS 2-1/2 to NPS 12: Class 125, lever and weight. 3.5 HEATING -WATER VALVE SCHEDULE A. Pipe NPS 2 and Smaller: 1. Bronze Valves: May be provided with solder joint ends instead of threaded ends. 2. Bronze Swing Check Valves: Class 125 bronze disc. B. Pipe NPS 2-1/2 and Larger: 1. Iron Valves, NPS 2-1/2 to NPS 4: May be provided with threaded ends instead of flanged ends. 2. Iron Swing Check Valves: Class 125, metal seats. 3. Iron Swing Check Valves with Closure Control, NPS 2-1/2 to NPS 12: Class 125, lever and weight. END OF SECTION 230523.14 CHECK VALVES FOR HVAC PIPING 230523.14 - 3 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center SECTION 230923 - DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC PART 1 - GENERAL IH� M8lu181CjIVA A. Section Includes: 1. DDC system for monitoring and controlling of HVAC systems. 2. Installation of selected control devices for equipment and systems. January 2017 B. Related Requirements: 1. Section 230993 "Sequence of Operations for HVAC Controls" for control sequences in DDC systems. 1.2 DEFINITIONS A. Algorithm: A logical procedure for solving a recurrent mathematical problem. A prescribed set of well-defined rules or processes for solving a problem in a finite number of steps. B. Analog: A continuously varying signal value, such as current, flow, pressure, or temperature. C. BACnet Specific Definitions: 1. BACnet: Building Automation Control Network Protocol, ASHRAE 135. A communications protocol allowing devices to communicate data over and services over a network. 2. BACnet Interoperability Building Blocks (BIBBs): BIBB defines a small portion of BACnet functionality that is needed to perform a particular task. BIBBs are combined to build the BACnet functional requirements for a device. 3. BACnet/IP: Defines and allows using a reserved UDP socket to transmit BACnet messages over IP networks. A BACnet/IP network is a collection of one or more IP subnetworks that share the same BACnet network number. 4. BACnet Testing Laboratories (BTL): Organization responsible for testing products for compliance with ASHRAE 135, operated under direction of BACnet International. 5. PICS (Protocol Implementation Conformance Statement): Written document that identifies the particular options specified by BACnet that are implemented in a device. D. Binary: Two -state signal where a high signal level represents ON" or "OPEN' condition and a low signal level represents "OFF" or "CLOSED" condition. 'Digital" is sometimes used interchangeably with 'Binary" to indicate a two -state signal. E. Controller: Generic term for any standalone, microprocessor -based, digital controller residing on a network, used for local or global control. Three types of controllers are indicated: Network Controller, Programmable Application Controller, and Application -Specific Controller. F. Control System Integrator: An entity that assists in expansion of existing enterprise system and support of additional operator interfaces to 1/0 being added to existing enterprise system. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 1 F BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1 G. COV: Changes of value. H. DDC System Provider: Authorized representative of, and trained by, DDC system manufacturer and responsible for execution of DDC system Work indicated. I. Distributed Control: Processing of system data is decentralized and control decisions are made at subsystem level. System operational programs and information are provided to remote subsystems and status is reported back. On loss of communication, subsystems shall be capable of operating in a standalone mode using the last best available data. J. DOCSIS: Data -Over Cable Service Interface Specifications. K. Gateway: Bidirectional protocol translator that connects control systems that use different communication protocols. L. HLC: Heavy load conditions. M. I/O: System through which information is received and transmitted. UO refers to analog input (AI), binary input (BI), analog output (AO) and binary output (BO). Analog signals are continuous and represent control influences such as flow, level, moisture, pressure, and temperature. Binary signals convert electronic signals to digital pulses (values) and generally represent two -position operating and alarm status. "Digital," (DI and (DO), is sometimes used interchangeably with "Binary," (BI) and (BO), respectively. N. LAN: Local area network. O. Low Voltage: As defined in NFPA 70 for circuits and equipment operating at less than 50 V or for remote -control, signaling power -limited circuits. P. Modbus TCP/IP: An open protocol for exchange of process data. Q. MS/TP: Master-slave/token-passing, IEE 8802-3. Datalink protocol LAN option that uses twisted -pair wire for low -speed communication. R. Network Controller: Digital controller, which supports a family of programmable application controllers and application -specific controllers, that communicates on peer -to -peer network for transmission of global data. S. Network Repeater: Device that receives data packet from one network and rebroadcasts it to another network. No routing information is added to protocol. T. PDA: Personal digital assistant. U. Peer to Peer: Networking architecture that treats all network stations as equal partners. V. POT: Portable operator's terminal. W. RAM: Random access memory. X. RF: Radio frequency. Y. Router: Device connecting two or more networks at network layer. t"` DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 2 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 Z. TCP/IP: Transport control protocol/Internet protocol incorporated into Microsoft Windows. A.A. UPS: Uninterruptible power supply. BB. USB: Universal Serial Bus. CC. User Datagram Protocol (UDP): This protocol assumes that the UP is used as the underlying protocol. DD. VAV: Variable air volume. EE. WLED: White light emitting diode. F .: � 1!'1T�ll�i A. Preinstallation Conference: Conduct conference at Lubbock Memorial Civic Center Conference Room 1.4 ACTION SUBMITTALS A. Product Data: For each type of product include the following: 1. Construction details, material descriptions, dimensions of individual components and profiles, and finishes. 2. Operating characteristics, electrical characteristics, and furnished accessories indicating process operating range, accuracy over range, control signal over range, default control signal with loss of power, calibration data specific to each unique application, electrical power requirements, and limitations of ambient operating environment, including temperature and humidity. 3. Product description with complete technical data, performance curves, and product specification sheets. 4. Installation, operation and maintenance instructions including factors effecting performance. 5. Bill of materials of indicating quantity, manufacturer, and extended model number for each unique product. a. Operator workstations. b. Servers. C. Printers. d. Gateways. e. Routers. f. Protocol analyzers. g. DDC controllers. h. Enclosures. i. Electrical power devices. j. UPS units. k. Accessories. 1. Instruments. M. Control dampers and actuators. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 3 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 n. Control valves and actuators. When manufacturer's product datasheets apply to a product series rather than a specific product model, clearly indicate and highlight only applicable information. Each submitted piece of product literature shall clearly cross reference specification and drawings that submittal is to cover. B. Software Submittal: 1. Cross-referenced listing of software to be loaded on each operator workstation, server, gateway, and DDC controller. 2. Description and technical data of all software provided, and cross-referenced to products in which software will be installed. 3. Operating system software, operator interface and programming software, color graphic software, DDC controller software, maintenance management software, and third -party software. 4. Include a flow diagram and an outline of each subroutine that indicates each program variable name and units of measure. 5. Listing and description of each engineering equation used with reference source. 6. Listing and description of each constant used in engineering equations and a reference source to prove origin of each constant. 7. Description of operator interface to alphanumeric and graphic programming. 8. Description of each network communication protocol. 9. Description of system database, including all data included in database, database capacity and limitations to expand database. 10. Description of each application program and device drivers to be generated, including specific information on data acquisition and control strategies showing their relationship to system timing, speed, processing burden and system throughout. 11. Controlled Systems: Instrumentation list - with element name, type of device, manufacturer, model number, and product data. Include written description of sequence of operation including schematic diagram. C. Shop Drawings: 1. Include plans, elevations, sections, and mounting details where applicable. 2. Include details of product assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Detail means of vibration isolation and show attachments to rotating equipment. 4. Plan Drawings indicating the following: a. Screened backgrounds of walls, structural grid lines, HVAC equipment, ductwork and piping. b. Room names and numbers with coordinated placement to avoid interference with control products indicated. C. Each desktop operator workstation, server, gateway, router, DDC controller, control panel instrument connecting to DDC controller, and damper and valve connecting to DDC controller, if included in Project. d. Exact placement of products in rooms, ducts, and piping to reflect proposed installed condition. e. Network communication cable and raceway routing. 111' DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 4 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 f. Information, drawn to scale. g. Proposed routing of wiring, cabling, conduit, and tubing, coordinated with building services for review before installation. 5. Schematic drawings for each controlled HVAC system indicating the following: a. 1/0 points labeled with point names shown. Indicate instrument range, normal operating set points, and alarm set points. Indicate fail position of each damper and valve, if included in Project. b. UO listed in table format showing point name, type of device, manufacturer, model number, and cross-reference to product data sheet number. C. A graphic showing location of control UO in proper relationship to HVAC system. d. Wiring diagram with each I/O point having a unique identification and indicating labels for all wiring terminals. e. Unique identification of each UO that shall be consistently used between different drawings showing same point. f. Elementary wiring diagrams of controls for HVAC equipment motor circuits including interlocks, switches, relays and interface to DDC controllers. g. Narrative sequence of operation. h. Graphic sequence of operation, showing all inputs and output logical blocks. 6. Control panel drawings indicating the following: i a. Panel dimensions, materials, size, and location of field cable, raceways, and tubing connections. b. Interior subpanel layout, drawn to scale and showing all internal components, cabling and wiring raceways, nameplates and allocated spare space. C. Front, rear, and side elevations and nameplate legend. d. Unique drawing for each panel. 7. DDC system network riser diagram indicating the following: a. Each device connected to network with unique identification for each. b. Interconnection of each different network in DDC system. C. For each network, indicate communication protocol, speed and physical means of interconnecting network devices, such as copper cable type, or fiber-optic cable type. Indicate raceway type and size for each. d. Each network port for connection of an operator workstation or other type of operator interface with unique identification for each. 8. DDC system electrical power riser diagram indicating the following: a. Each point of connection to field power with requirements (volts/phase//hertz/amperes/connection type) listed for each. b. Each control power supply including, as applicable, transformers, power -line conditioners, transient voltage suppression and high filter noise units, DC power supplies, and UPS units with unique identification for each. C. Each product requiring power with requirements (volts/phase//hertz/amperes/connection type) listed for each. d. Power wiring type and size, race type, and size for each. I 's ( i DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 5 iy BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 9. Monitoring and control signal diagrams indicating the following: a. Control signal cable and wiring between controllers and 1/0. b. Point-to-point schematic wiring diagrams for each product. C. Control signal tubing to sensors, switches and transmitters. d. Process signal tubing to sensors, switches and transmitters. 10. Color graphics indicating the following: a. Itemized list of color graphic displays to be provided. b. For each display screen to be provided, a true color copy showing layout of pictures, graphics and data displayed. C. Intended operator access between related hierarchical display screens. D. System Description: 1. Full description of DDC system architecture, network configuration, operator interfaces and peripherals, servers, controller types and applications, gateways, routers and other network devices, and power supplies. 2. Complete listing and description of each report, log and trend for format and timing and events which initiate generation. 3. System and product operation under each potential failure condition including, but not limited to, the following: a. Loss of power. b. Loss of network communication signal. C. Loss of controller signals to inputs and outpoints. d. Operator workstation failure. e. Gateway failure. f. Network failure g. Controller failure. h. Instrument failure. i. Control damper and valve actuator failure. 4. Complete bibliography of documentation and media to be delivered to Owner. 5. Description of testing plans and procedures. 6. Description of Owner training. E. Samples: 1. For each exposed product, installed in finished space for approval of selection of aesthetic characteristics. F. Delegated -Design Submittal: For DDC system products and installation indicated as being delegated. 1. Supporting documentation showing DDC system design complies with performance requirements indicated, including calculations and other documentation necessary to prove compliance. j' 2. Schedule and design calculations for control dampers and actuators. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 6 g q BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center 1.5 r.I 3. 4. January 2017 a. Flow at Project design and minimum flow conditions. b. Face velocity at Project design and minimum airflow conditions. C. Pressure drop across damper at Project design and minimum airflow conditions. d. AMCA 500-D damper installation arrangement used to calculate and schedule pressure drop, as applicable to installation. e. Maximum close -off pressure. f. Leakage airflow at maximum system pressure differential (fan close -off pressure). g. Torque required at worst case condition for sizing actuator. h. Actuator selection indicating torque provided. i. Actuator signal to control damper (on, close or modulate). j. Actuator position on loss of power. k. Actuator position on loss of control signal. Schedule and design calculations for control valves and actuators. a. Flow at Project design and minimum flow conditions. b. Pressure -differential drop across valve at Project design flow condition. C. Maximum system pressure -differential drop (pump close -off pressure) across valve at Project minimum flow condition. d. Design and minimum control valve coefficient with corresponding valve position. e. Maximum close -off pressure. f. Leakage flow at maximum system pressure differential. g. Torque required at worst case condition for sizing actuator. h. Actuator selection indicating torque provided. i. Actuator signal to control damper (on, close or modulate). j. Actuator position on loss of power. k. Actuator position on loss of control signal. Schedule and design calculations for selecting flow instruments. a. Instrument flow range. b. Project design and minimum flow conditions with corresponding accuracy, control signal to transmitter and output signal for remote control. C. Extreme points of extended flow range with corresponding accuracy, control signal to transmitter and output signal for remote control. d. Pressure -differential loss across instrument at Project design flow conditions. e. Where flow sensors are mated with pressure transmitters, provide information for each instrument separately and as an operating pair. INFORMATIONAL SUBMITTALS Coordination Drawings: Plan drawings, reflected ceiling plan(s), and other details, drawn to scale and coordinated with each other, using input from installers of the items involved. Qualification Data: Systems Provider Qualification Data: a. Resume of project manager assigned to Project. b. Resumes of application engineering staff assigned to Project. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC is 230923 - 7 t BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 C. Resumes of installation and programming technicians assigned to Project. d. Resumes of service technicians assigned to Project. e. Brief description of past project including physical address, floor area, number of floors, building system cooling and heating capacity and building's primary function. L Description of past project DDC system, noting similarities to Project scope and complexity indicated. g. Names of staff assigned to past project that will also be assigned to execute work of this Project. h. Owner contact information for past project including name, phone number, and e- mail address. i. Contractor contact information for past project including name, phone number, and e-mail address. j. Architect/Engineer contact information for past project including name, phone number, and e-mail address. 2. Manufacturer's qualification data. 3. Testing agency's qualifications data. C. Welding certificates. D. Product Certificates: 1. Data Communications Protocol Certificates: Certifying that each proposed DDC system component complies with ASHRAE 135. E. Product Test Reports: For each product that requires testing to be performed by manufacturer. F. Preconstruction Test Reports: For each separate test performed. G. Source quality -control reports. H. Field quality -control reports. I. Sample Warranty: For manufacturer's warranty. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For DDC system to include in emergency, operation and maintenance manuals. 1. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: a. Project Record Drawings of as -built versions of submittal Shop Drawings provided in electronic PDF format. b. Testing and commissioning reports and checklists of completed final versions of reports, checklists, and trend logs. C. As -built versions of submittal Product Data. ( DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 8 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center 1.7 A. B. C. D. January 2017 d. Names, addresses, e-mail addresses and 24-hour telephone numbers of Installer and service representatives for DDC system and products. e. Operator's manual with procedures for operating control systems including logging on and off, handling alarms, producing point reports, trending data, overriding computer control and changing set points and variables. f. Programming manuals with description of programming language and syntax, of statements for algorithms and calculations used, of point database creation and modification, of program creation and modification, and of editor use. g. Engineering, installation, and maintenance manuals that explain how to: 1) Design and install new points, panels, and other hardware. 2) Perform preventive maintenance and calibration. 3) Debug hardware problems. 4) Repair or replace hardware. h. Documentation of all programs created using custom programming language including set points, tuning parameters, and object database. i. Backup copy of graphic files, programs, and database on electronic media such as DVDs. j. List of recommended spare parts with part numbers and suppliers. k. Complete original -issue documentation, installation, and maintenance information for furnished third -party hardware including computer equipment and sensors. 1. Complete original -issue copies of furnished software, including operating systems, custom programming language, operator workstation software, and graphics software. in. Licenses, guarantees, and warranty documents. n. Recommended preventive maintenance procedures for system components, including schedule of tasks such as inspection, cleaning, and calibration; time between tasks; and task descriptions. o. Owner training materials. MAINTENANCE MATERIAL SUBMITTALS Furnish extra materials and parts that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Include product manufacturers' recommended parts lists for proper product operation over four- year period following warranty period. Parts list shall be indicated for each year. Furnish parts, as indicated by manufacturer's recommended parts list, for product operation during two-year period following warranty period. Furnish quantity indicated of matching product(s) in Project inventory for each unique size and type of following: 1. Network Controller: One 2. Programmable Application Controller: One 3. Application -Specific Controller: One 4. Room Temperature Sensor and Transmitter: One 5. General -Purpose Relay: One DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC H a f .f 230923 - 9 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 6. Multifunction Time -Delay Relay: One 7. Latching Relay: One 8. Current -Sensing Relay: One 9. Combination On -Off Status Sensor and On -Off Relay: One 10. Transformer: One 11. DC Power Supply: One 12. Supply of 20 percent spare fiber-optic cable splice organizer cabinets for several re - terminations. 1.8 QUALITY ASSURANCE A. DDC System Manufacturer Qualifications: 1. Nationally recognized manufacturer of DDC systems and products. 2. DDC systems with similar requirements to those indicated for a continuous period of five years within time of bid. 3. DDC systems and products that have been successfully tested and in use on at least five past projects. 4. Having complete published catalog literature, installation, operation and maintenance manuals for all products intended for use. 5. Having full-time in-house employees for the following: a. Product research and development. b. Product and application engineering. C. Product manufacturing, testing and quality control. d. Technical support for DDC system installation training, commissioning and troubleshooting of installations. e. Owner operator training. B. DDC System Provider Qualifications: 1. Authorized representative of, and trained by, DDC system manufacturer. 2. In -place facility located within 100 miles of Project. 3. Demonstrated past experience with installation of DDC system products being installed for period within three consecutive years before time of bid. 4. Demonstrated past experience on five projects of similar complexity, scope and value. 5. Each person assigned to Project shall have demonstrated past experience. 6. Staffing resources of competent and experienced full-time employees that are assigned to execute work according to schedule. 7. Service and maintenance staff assigned to support Project during warranty period. 8. Product parts inventory to support on -going DDC system operation for a period of not less than 5 years after Substantial Completion. 9. DDC system manufacturer's backing to take over execution of Work if necessary to comply with requirements indicated. Include Project -specific written letter, signed by manufacturer's corporate officer, if requested. C. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 10 I , BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 l D. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1/D1.1M, "Structural Welding Code - Steel." 2. AWS D1.2/D1.2M, "Structural Welding Code - Aluminum." 3. AWS D l .3/D 1.3M, "Structural Welding Code - Sheet Steel." 4. AWS DIA/DIAM, "Structural Welding Code - Reinforcing Steel." E. Pipe and Pressure -Vessel Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code. 1.9 WARRANTY A. Manufacturer's Warranty: Manufacturer and Installer agree to repair or replace products that fail in materials or workmanship within specified warranty period. 1. Failures shall be adjusted, repaired, or replaced at no additional cost or reduction in service to Owner. 2. Include updates or upgrades to software and firmware if necessary to resolve deficiencies. a. Install updates only after receiving Owner's written authorization. 3. Warranty service shall occur during normal business hours and commence within 24 hours of Owner's warranty service request. 4. Warranty Period: Two year(s) from date of Substantial Completion. a. For Gateway: Two-year parts and labor warranty for each. PART2-PRODUCTS Ell 2.1 DDC SYSTEM DESCRIPTION A. Microprocessor -based monitoring and control including analog/digital conversion and program logic. A control loop or subsystem in which digital and analog information is received and processed by a microprocessor, and digital control signals are generated based on control algorithms and transmitted to field devices to achieve a set of predefined conditions. 1. DDC system shall consist of a high-speed, peer -to -peer network of distributed DDC controllers, operator interfaces, and software. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. A new PC is not required when a web browser based supervisory controller is used in the control system. The web browser based supervisory controller will need an owner provided Ethernet port to plug into that is on the owner's network, so the system can be accessed locally, remotely, or via a handheld device (ie: IPad, IPhone, etc.). Specifications call for a UPS on the PC, but if no PC is required, no UPS is required. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC i1 230923 - 11 `� BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 2.2 WEB ACCESS A. DDC system shall be Web based. 1. Web -Based Access to DDC System: a. DDC system software shall be based on server thin -client architecture, designed around open standards of Web technology. DDC system server shall be accessed using a Web browser over DDC system network, using Owner's LAN, and remotely over Internet through Owner's LAN. b. Intent of thin -client architecture is to provide operators complete access to DDC system via a Web browser. No special software other than a Web browser shall be required to access graphics, point displays, and trends; to configure trends, points, and controllers; and to edit programming. C. Web access shall be password protected. A. Delegated Design: Engage a qualified professional to design DDC system to satisfy requirements indicated. 1. System Performance Objectives: a. DDC system shall manage HVAC systems. b. DDC system control shall operate HVAC systems to achieve optimum operating costs while using least possible energy and maintaining specified performance. C. DDC system shall respond to power failures, HVAC equipment failures, and adverse and emergency conditions encountered through connected 1/0 points. d. DDC system shall operate while unattended by an operator and through operator interaction. e. DDC system shall record trends and transaction of events and produce report information such as performance, energy, occupancies, and equipment operation. B. Surface -Burning Characteristics: Products installed in ducts, equipment, and return -air paths shall comply with ASTM E 84; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame -Spread Index: 25 or less. 2. Smoke -Developed Index: 50 or less. C. DDC System Speed: 1. Response Time of Connected 1/0: a. Al point values connected to DDC system shall be updated at least every two seconds for use by DDC controllers. Points used globally shall also comply with this requirement. b. BI point values connected to DDC system shall be updated at least every two seconds for use by DDC controllers. Points used globally shall also comply with this requirement. DIRECT DIGITAL CONTROL DDC SYSTEM FOR HVAC 230923 - 12 (DDC) BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 C. AO points connected to DDC system shall begin to respond to controller output commands within one second. Global commands shall also comply with this requirement. d. BO point values connected to DDC system shall respond to controller output commands within one second. Global commands shall also comply with this requirement. 2. Display of Connected 110: a. Analog point COV connected to DDC system shall be updated and displayed at least every five seconds for use by operator. b. Binary point COV connected to DDC system shall be updated and displayed at least every five seconds for use by operator. C. Alarms of analog and digital points connected to DDC system shall be displayed within 15 seconds of activation or change of state. d. Graphic display refresh shall update within four seconds. e. Point change of values and alarms displayed from workstation to workstation when multiple operators are viewing from multiple workstations shall not exceed graphic refresh rate indicated. D. Network Bandwidth: Design each network of DDC system to include at least 30 percent available spare bandwidth with DDC system operating under normal and heavy load conditions indicated. Calculate bandwidth usage, and apply a safety factor to ensure that requirement is satisfied when subjected to testing under worst case conditions. ' E. DDC System Data Storage: 1. Include server(s) with disk drive data storage to archive not less than 6 consecutive months of historical data for all I/O points connected to system, including alarms, event histories, transaction logs, trends and other information indicated. 2. When logged onto a server, operator shall be able to also interact with any DDC controller connected to DDC system as required for functional operation of DDC system. 3. Server(s) shall be used for application configuration; for archiving, reporting and trending of data; for operator transaction archiving and reporting; for network information management; for alarm annunciation; and for operator interface tasks and controls application management. 4. Server(s) shall use IT industry -standard database platforms such as Microsoft SQL Server and Microsoft Data Engine (MSDE). F. Future Expandability: 1. DDC system size shall be expandable to an ultimate capacity of at least two times total I/O points indicated. 2. Additional DDC controllers, 110 and associated wiring shall be all that is needed to achieve ultimate capacity. Initial network infrastructure shall be designed and installed to support ultimate capacity. 3. Operator interfaces installed initially shall not require hardware and software additions and revisions for ultimate capacity. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC i 230923 - 13 I BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 G. Input Point Displayed Accuracy: Input point displayed values shall meet following end -to -end overall system accuracy, including errors associated with meter, sensor, transmitter, lead wire or cable, and analog to digital conversion. 1. Energy: a. Thermal: Within 3 percent of reading. b. Electric Power: Within 1 percent of reading. C. Requirements indicated on Drawings for meters not supplied by utility. 2. Flow: a. Air: Within 5 percent of design flow rate. b. Air (Terminal Units): Within 5 percent of design flow rate. C. Water: Within 5 percent of design flow rate. d. Steam: Within 5 percent of design flow rate. 3. Moisture (Relative Humidity): a. Air: Within 2 percent RH. b. Space: Within 2 percent RH. C. Outdoor: Within 2 percent RH. 4. Level: Within 2 percent of reading 5. Temperature, Dew Point: a. Air: Within 0.5 deg F b. Space: Within 0.5 deg F C. Outdoor: Within 2 deg F 6. Temperature, Dry Bulb: a. Air: Within 0.5 deg F b. Space: Within 0.5 deg F C. Outdoor: Within 1 deg F d. Other Temperatures Not Indicated: Within 0.5 deg F 7. Temperature, Wet Bulb: a. Air: Within 0.5 deg F b. Space: Within 0.5 deg F C. Outdoor: Within 1`deg F H. Precision of 1/0 Reported Values: Values reported in database and displayed shall have following precision: 1. Current: a. Milliamperes: Nearest 1/100th of a milliampere. b. Amperes: Nearest 1/10th of an ampere up to 100 A; nearest ampere for 100 A and more. I__. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 14 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center I. J January 2017 2. Moisture (Relative Humidity): a. Relative Humidity (Percentage): Nearest 1 percent. 3. Level: Nearest 1/100th of an inch through 10 inches, nearest 1/10 of an inch between 10 and 100 inches, nearest inch above 100 inches 4. Speed: a. Rotation (rpm): Nearest 1 rpm. b. Velocity: Nearest 1/10th fpm through 100 fpm; nearest fpm between 100 and 1000 fpm; nearest 10 fpm above 1000 fpm 5. Position, Dampers and Valves (Percentage Open): Nearest 1 percent. 6. Temperature: a. Air, Ducts and Equipment: Nearest 1/10th of a degree. b. Outdoor: Nearest degree. C. Space: Nearest 1/10th of a degree. 7. Voltage: Nearest 1/10 volt up to 100 V; nearest volt above 100 V. Control Stability: Control variables indicated within the following limits: 1. Moisture (Relative Humidity): a. Air: Within 2 percent RH. b. Space: Within 2 percent RH. C. Outdoor: Within 2 percent RH. 2. Temperature, Dew Point: a. Air: Within 0.5 deg F b. Space: Within 0.5 deg F 3. Temperature, Dry Bulb: a. Air: Within 0.5 deg F b. Space: Within 0.5 deg F 4. Temperature, Wet Bulb: a. Air: Within 0.5 deg F b. Space: Within 0.5 deg F Environmental Conditions for Controllers, Gateways, and Routers: 1. Products shall operate without performance degradation under ambient environmental temperature, pressure and humidity conditions encountered for installed location. a. If product alone cannot comply with requirement, install product in a protective enclosure that is isolated and protected from conditions impacting performance. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 15 Ll s i BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 Enclosure shall be internally insulated, electrically heated, cooled and ventilated as required by product and application. K. Environmental Conditions for Instruments and Actuators: 1. Instruments and actuators shall operate without performance degradation under the ambient environmental temperature, pressure, humidity, and vibration conditions specified and encountered for installed location. a. If instruments and actuators alone cannot comply with requirement, install instruments and actuators in protective enclosures that are isolated and protected from conditions impacting performance. Enclosure shall be internally insulated, electrically heated, cooled, and ventilated as required by instrument and application. L. Electric Power Quality: 1. Power -Line Surges: a. Protect susceptible DDC system products connected to ac power circuits from power -line surges to comply with requirements of IEEE C62.41. b. Do not use fuses for surge protection. C. Test protection in the normal mode and in the common mode, using the following two waveforms: 1) 10-by-1000-mic.sec. waveform with a peak voltage of 1500 V and a peak current of 60 A. 2) 8-by-20-mic.sec. waveform with a peak voltage of 1000 V and a peak current of 500 A. 2. Power Conditioning: a. Protect susceptible DDC system products connected to ac power circuits from irregularities and noise rejection. Characteristics of power -line conditioner shall be as follows: 1) At 85 percent load, output voltage shall not deviate by more than plus or minus 1 percent of nominal when input voltage fluctuates between minus 20 percent to plus 10 percent of nominal. 2) During load changes from zero to full load, output voltage shall not deviate by more than plus or minus 3 percent of nominal. 3) Accomplish full correction of load switching disturbances within five cycles, and 95 percent correction within two cycles of onset of disturbance. 4) Total harmonic distortion shall not exceed 3-1/2 percent at full load. 3. Ground Fault: Protect products from ground fault by providing suitable grounding. Products shall not fail due to ground fault condition. M. Backup Power Source: 1. -' DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 16 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1. HVAC systems and equipment served by a backup power source shall have associated ' DDC system products that control such systems and equipment also served from a backup power source. N. Continuity of Operation after Electric Power Interruption: Equipment and associated factory -installed controls, field -installed controls, electrical equipment, and power supply connected to building normal and backup power systems shall automatically return equipment and associated controls to operating state occurring immediately before loss of normal power, without need for manual intervention by operator when power is restored either through backup power source or through normal power if restored before backup power is brought online. 2.4 SYSTEM ARCHITECTURE A. DDC system shall consist of dedicate LANs that are not shared with other building systems and tenant data and communication networks. B. System architecture shall be modular and have inherent ability to expand with no impact to performance indicated. C. System architecture shall perform modifications without having to remove and replace existing network equipment. rf D. Number of LANs and associated communication shall be transparent to operator. All UO points residing on any LAN shall be capable of global sharing between all system LANs. E. System design shall eliminate dependence on any single device for system alarm reporting and control execution. Each controller shall operate independently by performing its' own control, alarm management and historical data collection. F. Special Network Architecture Requirements: Air -Handling Systems: For control applications of an air -handling system that consists of air -handling unit(s) dedicated LAN of application -specific controllers units connected directly to controller that is controlling air -handling system air -handling unit(s). Basically, create a DDC system LAN that aligns with air -handling system being controlled. 2.5 DDC SYSTEM OPERATOR INTERFACES A. Operator Means of System Access: Operator shall be able to access entire DDC system through any of multiple means, including, but not limited to, the following: 1. Desktop and portable operator workstation with hardwired connection through LAN port. 2. Portable operator terminal with hardwired connection through LAN port. 3. Portable operator workstation with wireless connection through LAN router. 4. PDA with wireless connection through LAN router. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 17 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 4' S. Remote connection usingoutside of system personal computer or PDA through Web Y P p g .. , access. 6. Remote connection using portable operator workstation and telephone dial -up modem. B. Access to system, regardless of operator means used, shall be transparent to operator. C. Network Ports: For hardwired connection of desktop or portable operator workstation. Network port shall be easily accessible, properly protected, clearly labeled, and installed at the following locations: 1. Each mechanical equipment room. 2. Each different roof level with roof -mounted air -handling units or rooftop units. 3. Security system command center. 4. Fire -alarm system command center. D. Desktop Workstations: 1. Connect to DDC system Level one LAN through a communications port directly on LAN or through a communications port on a DDC controller. 2. Able to communicate with any device located on any DDC system LAN. 3. Able to communicate, with modems, remotely with any device connected to any DDC system LAN. 4. Communication via a modem shall not interfere with LAN activity and LAN activity shall not prevent workstation from handling incoming calls. E. Portable Workstations: 1. Connect to DDC system Level one LAN through a communications port directly on LAN or through a communications port on a DDC controller. 2. Able to communicate with any device located on any DDC system LAN. 3. Connect to DDC system LAN through a communications port on an application -specific controller, or a room temperature sensor connected to an application -specific controller. 4. Connect to system through a wireless router connected to Level one LAN. 5. Portable workstation shall be able to communicate with any device connected to any system LAN regardless of point of physical connection to system. 6. Monitor, program, schedule, adjust set points, and report capabilities of 1/0 connected anywhere in system. 7. Have dynamic graphic displays that are identical to desktop workstations. F. POT: 1. Connect DDC controller through a communications port local to controller. 2. Able to communicate with any DDC system controller that is directly connected to DDC system. G. Critical Alarm Reporting: 1. Operator -selected critical alarms shall be sent by DDC system to notify operator of critical alarms that require immediate attention. 2. DDC system shall send alarm notification to multiple recipients that are assigned for each alarm. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 18 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3. DDC system shall notify recipients by any or all means, including e-mail, text message, and prerecorded phone message to mobile and landline phone numbers. H. Simultaneous Operator Use: Capable of accommodating up to five simultaneous operators that are accessing DDC system through any one of operator interfaces indicated. 2.6 NETWORKS A. Acceptable networks for connecting operator workstations and network controllers include the following: 1. ATA 878.1, ARCNET. 2. CEA-709.1-C. 3. IP. 4. IEEE 8802-3, Ethernet. B. Acceptable networks for connecting programmable application controllers include the following: 1. ATA 878.1, ARCNET. 2. CEA-709.1-C. 3. IP. 4. IEEE 8802-3, Ethernet. C. Acceptable networks for connecting application -specific controllers include the following: 1. ATA 878.1, ARCNET. 2. CEA-709.1-C. 3. EIA-485A. ' 4. IP. _s 5. IEEE 8802-3, Ethernet. 2.7 NETWORK COMMUNICATION PROTCOL A. Network communication protocol(s) used throughout entire DDC system shall be open to public and available to other companies for use in making future modifications to DDC system. B. ASHRAE 135 Protocol: 1. ASHRAE 135 communication protocol shall be sole and native protocol used throughout entire DDC system. 2. DDC system shall not require use of gateways except to integrate HVAC equipment and other building systems and equipment, not required to use ASHRAE 135 communication protocol. 3. If used, gateways shall connect to DDC system using ASHRAE 135 communication protocol and Project object properties and read/write services indicated by interoperability schedule. 4. Operator workstations, controllers and other network devices shall be tested and listed by BACnet Testing Laboratories. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC r i t j 230923 - 19 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 C. Industry Standard Protocols: 1. DDC system shall use any one or a combination of the following industry standard protocols for network communication while complying with other DDC system requirements indicated: a. ASHRAE 135. b. CEA-709.1-C. C. Modbus Application Protocol Specification V1.lb. 2. Operator workstations and network controllers shall communicate through ASHRAE 135 protocol. 3. Portions of DDC system networks using ASHRAE 135 communication protocol shall be an open implementation of network devices complying with ASHRAE 135. Network devices shall be tested and listed by BACnet Testing Laboratories. 4. Portions of DDC system networks using Modbus Application Protocol Specification V 1.lb communication protocol shall be an open implementation of network devices and technology complying with Modbus Application Protocol Specification V 1.lb. 5. Gateways shall be used to connect networks and network devices using different protocols. [►A:10011D�xi ;�Lo)ze»:3 7yIfflzi le)9MI TA-116JUI A. Performance Requirements: 1. Performance requirements may dictate equipment exceeding minimum requirements indicated. 2. Energy Star compliant. 2.9 SYSTEM SOFTWARE A. System Software Minimum Requirements: 1. Real-time multitasking and multiuser 64 bit operating system that allows concurrent multiple operator workstations operating and concurrent execution of multiple real-time programs and custom program development. 2. Operating system shall be capable of operating DOS and Microsoft Windows applications. 3. Database management software shall manage all data on an integrated and non -redundant basis. Additions and deletions to database shall be without detriment to existing data. Include cross linkages so no data required by a program can be deleted by an operator until that data have been deleted from respective programs. 4. Network communications software shall manage and control multiple -network communications to provide exchange of global information and execution of global programs. 5. Operator interface software shall include day-to-day operator transaction processing, alarm and report handling, operator privilege level and data segregation control, custom programming, and online data modification capability. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 20 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 6. Scheduling software shall schedule centrally based time and event, temporary, and exception day programs. Operator Interface Software: 1. Minimize operator training through use of English language prorating and English language point identification. 2. Minimize use of a typewriter -style keyboard through use of a pointing device similar to a mouse. 3. Operator sign -off shall be a manual operation or, if no keyboard or mouse activity takes place, an automatic sign -off. 4. Automatic sign -off period shall be programmable from one to 60 minutes in one -minute increments on a per operator basis. 5. Operator sign -on and sign -off activity shall be recorded and sent to printer. 6. Security Access: a. Operator access to DDC system shall be under password control. b. An alphanumeric password shall be field assignable to each operator. C. Operators shall be able to access DDC system by entry of proper password. d. Operator password shall be same regardless of which computer or other interface means is used. e. Additions or changes made to passwords shall be updated automatically. f. Each operator shall be assigned an access level to restrict access to data and functions the operator is cable of performing. g. Software shall have at least five access levels. h. Each menu item shall be assigned an access level so that a one -for -one correspondence between operator assigned access level(s) and menu item access level(s) is required to gain access to menu item. i. Display menu items to operator with those capable of access highlighted. Menu and operator access level assignments shall be online programmable and under password control. 7. Data Segregation: a. Include data segregation for control of specific data routed to a workstation, to an operator or to a specific output device, such as a printer. b. Include at least 32 segregation groups. C. Segregation groups shall be selectable such as "fire points," "fire points on second floor," "space temperature points," "HVAC points," and so on. d. Points shall be assignable to multiple segregation groups. Display and output of data to printer or monitor shall occur where there is a match of operator or peripheral segregation group assignment and point segregations. e. Alarms shall be displayed and printed at each peripheral to which segregation allows, but only those operators assigned to peripheral and having proper authorization level will be allowed to acknowledge alarms. f. Operators and peripherals shall be assignable to multiple segregation groups and all assignments are to be online programmable and under password control. 8. Operators shall be able to perform commands including, but not limited to, the following: a. Start or stop selected equipment. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 21 P _J I �i i r BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 b. Adjust set points. C. Add, modify, and delete time programming. d. Enable and disable process execution. C. Lock and unlock alarm reporting for each point. f. Enable and disable totalization for each point. g. Enable and disable trending for each point. h. Override control loop set points. i. Enter temporary override schedules. j. Define holiday schedules. k. Change time and date. 1. Enter and modify analog alarm limits. in. Enter and modify analog warning limits. n. View limits. o. Enable and disable demand limiting. p. Enable and disable duty cycle. q• Display logic programming for each control sequence. 9. Reporting: a. Generated automatically and manually. b. Sent to displays, printers and disk files. C. Types of Reporting: 1) General listing of points. 2) List points currently in alarm. 3) List of off-line points. 4) List points currently in override status. 5) List of disabled points. 6) List points currently locked out. 7) List of items defined in a "Follow -Up" file. 8) List weekly schedules. 9) List holiday programming. 10) List of limits and deadbands. 10. Summaries: For specific points, for a logical point group, for an operator selected group(s), or for entire system without restriction due to hardware configuration. C. Graphic Interface Software: 1. Include a full interactive graphical selection means of accessing and displaying system data to operator. Include at least five levels with the penetration path operator assignable (for example, site, building, floor, air -handling unit, and supply temperature loop). Native language descriptors assigned to menu items are to be operator defined and modifiable under password control. 2. Include a hierarchical -linked dynamic graphic operator interface for accessing and displaying system data and commanding and modifying equipment operation. Interface shall use a pointing device with pull -down or penetrating menus, color and animation to facilitate operator understanding of system. 3. Include at least 10 levels of graphic penetration with the hierarchy operator assignable. 4. Descriptors for graphics, points, alarms and such shall be modified through operator's workstation under password control. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 22 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 5. Graphic displays shall be online user definable and modifiable using the hardware and software provided. 6. Data to be displayed within a graphic shall be assignable regardless of physical hardware address, communication or point type. 7. Graphics are to be online programmable and under password control. 8. Points may be assignable to multiple graphics where necessary to facilitate operator understanding of system operation. 9. Graphics shall also contain software points. 10. Penetration within a graphic hierarchy shall display each graphic name as graphics are selected to facilitate operator understanding. 11. Back -trace feature shall permit operator to move upward in the hierarchy using a pointing device. Back trace shall show all previous penetration levels. Include operator with option of showing each graphic full screen size with back trace as horizontal header or by showing a "stack" of graphics, each with a back trace. 12. Display operator accessed data on the monitor. 13. Operator shall select further penetration using pointing device to click on a site, building, floor, area, equipment, and so on. Defined and linked graphic below that selection shall then be displayed. 14. Include operator with means to directly access graphics without going through penetration path. 15. Dynamic data shall be assignable to graphics. 16. Display points (physical and software) with dynamic data provided by DDC system with appropriate text descriptors, status or value, and engineering unit. 17. Use color, rotation, or other highly visible means, to denote status and alarm states. Color shall be variable for each class of points, as chosen by operator. 18. Points shall be dynamic with operator adjustable update rates on a per point basis. 19. For operators with appropriate privilege, points shall be commanded directly from display using pointing device. a. For an analog command point such as set point, current conditions and limits shall be displayed and operator can position new set point using pointing device. b. For a digital command point such as valve position, valve shall show its current state such as open or closed and operator could select alternative position using pointing device. C. Keyboard equivalent shall be available for those operators with that preference. 20. Operator shall be able to split or resize viewing screen into quadrants to show one graphic on one quadrant of screen and other graphics or spreadsheet, bar chart, word processing, curve plot and other information on other quadrants on screen. This feature shall allow real-time monitoring of one part of system while displaying other parts of system or data to better facilitate overall system operation. 21. Help Features: a. On-line context -sensitive help utility to facilitate operator training and understanding. b. Bridge to further explanation of selected keywords. Document shall contain text and graphics to clarify system operation. 1) If help feature does not have ability to bridge on keywords for more information, a complete set of user manuals shall be provided in an indexed DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 23 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 word-processing program, which shall run concurrently with operating system software. C. Available for Every Menu Item: 1) Index items for each system menu item. 22. Graphic generation software shall allow operator to add, modify, or delete system graphic displays. a. Include libraries of symbols depicting HVAC symbols such as fans, coils, filters, dampers, valves pumps, and electrical symbols. b. Graphic development package shall use a pointing device in conjunction with a drawing program to allow operator to perform the following: 1) Define background screens. 2) Define connecting lines and curves. 3) Locate, orient and size descriptive text. 4) Define and display colors for all elements. 5) Establish correlation between symbols or text and associated system points or other displays. D. Project -Specific Graphics: Graphics documentation including, but not limited to, the following: 1. Site plan showing each building, and additional site elements, which are being controlled or monitored by DDC system. 2. Plan for each building floor, including interstitial floors, and each roof level of each building, showing the following: a. Room layouts with room identification and name. b. Locations and identification of all monitored and controlled HVAC equipment and other equipment being monitored and controlled by DDC system. C. Location and identification of each hardware point being controlled or monitored by DDC system. 3. Control schematic for each of following, including a graphic system schematic representation with point identification, set point and dynamic value indication. a. Chilled -water system. b. Heating hot-water system. C. Air -handling unit. d. Fan. e. Pump. 4. Graphic display for each piece of equipment connected to DDC system through a data communications link. Include dynamic indication of all points associated with equipment. 5. DDC system network riser diagram that shows schematic layout for entire system including all networks and all controllers, gateways, operator workstations, and other network devices. E. Customizing Software: i DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 24 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 2. Software to modify and tailor DDC system to specific and unique requirements of equipment installed, to programs implemented and to staffing and operational practices planned. Online modification of DDC system configuration, program parameters, and database using menu selection and keyboard entry of data into preformatted display templates. As a minimum, include the following modification capability: a. Operator assignment shall include designation of operator passwords, access levels, point segregation and auto sign -off. b. Peripheral assignment capability shall include assignment of segregation groups and operators to consoles and printers, designation of backup workstations and printers, designation of workstation header points and enabling and disabling of print-out of operator changes. C. System configuration and diagnostic capability shall include communications and peripheral port assignments, DDC controller assignments to network, DDC controller enable and disable, assignment of command trace to points and application programs and initiation of diagnostics. d. System text addition and change capability shall include English or native language descriptors for points, segregation groups and access levels and action messages for alarms, run time and trouble condition. e. Time and schedule change capability shall include time and date set, time and occupancy schedules, exception and holiday schedules and daylight savings time schedules. f. Point related change capability shall include the following: 1) System and point enable and disable. 2) Run-time enable and disable. 3) Assignment of points to segregation groups, calibration tables, lockout, and run time and to a fixed 1/0 value. 4) Assignment of alarm and warning limits. g. Application program change capability shall include the following: 1) Enable and disable of software programs. 2) Programming changes. 3) Assignment of comfort limits, global points, time and event initiators, time and event schedules and enable and disable time and event programs. 4. Software shall allow operator to add points, or groups of points, to DDC system and to link them to energy optimization and management programs. Additions and modifications shall be online programmable using operator workstation, downloaded to other network devices and entered into their databases. After verification of point additions and associated program operation, database shall be uploaded and recorded on hard drive and disk for archived record. 5. Include high-level language programming software capability for implementation of custom DDC programs. Software shall include a compiler, linker, and up- and down -load capability. 6. Include a library of DDC algorithms, intrinsic control operators, arithmetic, logic and relational operators for implementation of control sequences. Also include, as a minimum, the following: DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC b 230923 - 25 - r3 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 a. Proportional control (P). b. Proportional plus integral (PI). C. Proportional plus integral plus derivative (PID). i d. Adaptive and intelligent self -learning control. 1) Algorithm shall monitor loop response to output corrections and adjust loop response characteristics according to time constant changes imposed. 2) Algorithm shall operate in a continuous self -learning manner and shall retain in memory a stored record of system dynamics so that on system shut down and restart, learning process starts from where it left off. 7. Fully implemented intrinsic control operators including sequence, reversing, ratio, time delay, time of day, highest select AO, lowest select AO, analog controlled digital output, analog control AO, and digitally controlled AO. 8. Logic operators such as "And," "Or," "Not," and others that are part of a standard set available with a high-level language. 9. Arithmetic operators such as "Add," "Subtract," "Multiply," "Divide," and others that are part of a standard set available with a high-level language. 10. Relational operators such as 'Equal To," "Not Equal To," "Less Than," "Greater Than," and others that are part of a standard set available with a high-level language. F. Alarm Handling Software: 1. Include alarm handling software to report all alarm conditions monitored and transmitted through DDC controllers, gateways, and other network devices. 2. Include first in, first out handling of alarms according to alarm priority ranking, with most critical alarms first, and with buffer storage in case of simultaneous and multiple alarms. 3. Alarm handling shall be active at all times to ensure that alarms are processed even if an operator is not currently signed on to DDC system. 4. Alarms display shall include the following: a. Indication of alarm condition such as "Abnormal Off," "Hi Alarm," and "Low Alarm." b. "Analog Value" or "Status" group and point identification with native language point descriptor such as "Space Temperature, Building 110, 2nd Floor, Room 212." C. Discrete per point alarm action message, such as "Call Maintenance Dept. Ext- 5561." d. Include extended message capability to. allow assignment and printing of extended action messages. Capability shall be operator programmable and assignable on a per point basis. 5. Alarms shall be directed to appropriate operator workstations, printers, and individual operators by privilege level and segregation assignments. 6. Send e-mail alarm messages to designated operators. + 7. Send e-mail, page, text and voice messages to designated operators for critical alarms. 8. Alarms shall be categorized and processed by class. f a. Class 1: -a DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 26 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 G 1) Associated with fire, security and other extremely critical equipment monitoring functions; have alarm, trouble, return to normal, and acknowledge conditions printed and displayed. 2) Unacknowledged alarms to be placed in unacknowledged alarm buffer. 3) All conditions shall cause an audible sound and shall require individual acknowledgment to silence audible sound. b. Class 2: 1) Critical, but not life -safety related, and processed same as Class 1 alarms, except do not require individual acknowledgment. 2) Acknowledgement may be through a multiple alarm acknowledgment. C. Class 3: 1) General alarms; printed, displayed and placed in unacknowledged alarm buffer queues. 2) Each new alarm received shall cause an audible sound. Audible sound shall be silenced by "acknowledging" alarm or by pressing a "silence" key. 3) Acknowledgement of queued alarms shall be either on an individual basis or through a multiple alarm acknowledgement. 4) Alarms returning to normal condition shall be printed and not cause an audible sound or require acknowledgment. d. Class 4: 1) Routine maintenance or other types of warning alarms. 2) Alarms to be printed only, with no display, no audible sound and no acknowledgment required. 9. Include an unacknowledged alarm indicator on display to alert operator that there are unacknowledged alarms in system. Operator shall be able to acknowledge alarms on an individual basis or through a multiple alarm acknowledge key, depending on alarm class. 10. To ensure that no alarm records are lost, it shall be possible to assign a backup printer to accept alarms in case of failure of primary printer. Reports and Logs: 1. Include reporting software package that allows operator to select, modify, or create reports using DDC system I/O point data available. 2. Each report shall be definable as to data content, format, interval and date. 3. Report data shall be sampled and stored on DDC controller, within storage limits of DDC controller, and then uploaded to archive on server for historical reporting. 4. Operator shall be able to obtain real-time logs of all I/O points by type or status, such as alarm, point lockout, or normal. 5. Reports and logs shall be stored on server hard drives in a format that is readily accessible by other standard software applications, including spreadsheets and word processing. 6. Reports and logs shall be readily printed and set to be printed either on operator command or at a specific time each day. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC { 230923 - 27—' BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 H. Standard Reports: Standard DDC system reports shall be provided and operator shall be able to customize reports later. 1. All 1/0: With current status and values. 2. Alarm: All current alarms, except those in alarm lockout. 3. Disabled 1/0: All 110 points that are disabled. 4. Alarm Lockout 1/0: All 1/0 points in alarm lockout, whether manual or automatic. 5. Alarm Lockout 1/0 in Alarm: All 1/0 in alarm lockout that are currently in alarm. 6. Logs: a. Alarm history. b. System messages. C. System events. d. Trends. I. Custom Reports: Operator shall be able to easily define any system data into a daily, weekly, monthly, or annual report. Reports shall be time and date stamped and shall contain a report title. J. Standard Trends: 1. Trend all 1/0 point present values, set points, and other parameters indicated for trending. 2. Trends shall be associated into groups, and a trend report shall be set up for each group. 3. Trends shall be stored within DDC controller and uploaded to hard drives automatically on reaching 75 percent of DDC controller buffer limit, or by operator request, or by archiving time schedule. 4. Preset trend intervals for each 1/0 point after review with Owner. 5. Trend intervals shall be operator selectable from 10 seconds up to 60 minutes. Minimum number of consecutive trend values stored at one time shall be 100 per variable. 6. When drive storage memory is full, most recent data shall overwrite oldest data. 7. Archived and real-time trend data shall be available for viewing numerically and graphically by operators. K. Custom Trends: Operator shall be able to define a custom trend log for any 1/0 point in DDC system. l . Each trend shall include interval, start time, and stop time. 2. Data shall be sampled and stored on DDC controller, within storage limits of DDC controller, and then uploaded to archive on server hard drives. 3. Data shall be retrievable for use in spreadsheets and standard database programs. L. Programming Software: 1. Include programming software to execute sequences of operation indicated. 2. Include programming routines in simple and easy to follow logic with detailed text comments describing what the logic does and how it corresponds to sequence of operation. 3. Programing software shall be as follows: a. Graphic Based: Programming shall use a library of function blocks made from preprogrammed code designed for DDC control systems. DIRECT DIGITAL CONTROL DDC SYSTEM FOR HVAC c ) 230923 - 28 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1) Function blocks shall be assembled with interconnection lines that represent to control sequence in a flowchart. 2) Programming tools shall be viewable in real time to show present values and logical results of each function block. b. Menu Based: Programming shall be done by entering parameters, definitions, conditions, requirements and constraints. C. Line by Line and Text Based: Programming shall declare variable types such as local, global, real, integer, and so on, at the beginning of the program. Use descriptive comments frequently to describe programming code. 4. Include means for detecting programming errors and testing software control strategies with a simulation tool before implementing in actual control. Simulation tool may be inherent with programming software or as a separate product. Database Management Software: 1. Where a separate SQL database is used for information storage, DDC system shall include database management software that separates database monitoring and managing functions by supporting multiple separate windows. 2. Database secure access shall be accomplished using standard SQL authentication including ability to access data for use outside of DDC system applications. 3. Database management function shall include summarized information on trend, alarm, event, and audit for the following database management actions: a. Backup. b. Purge. C. Restore. 4. Database management software shall support the following: a. Statistics: Display database server information and trend, alarm, event, and audit information on database. b. Maintenance: Include method of purging records from trend, alarm, event and audit databases by supporting separate screens for creating a backup before purging, selecting database, and allowing for retention of a selected number of day's data. C. Backup: Include means to create a database backup file and select a storage location. d. Restore: Include a restricted means of restoring a. database by requiring operator to have proper security level. Database management software shall include information of current database activity, including the following: a. Ready. b. Purging record from a database. C. Action failed. d. Refreshing statistics. e. Restoring database. f. Shrinking a database. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 29 Li t BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 g. Backing up a database. h. Resetting Internet information services. i. Starting network device manager. j. Shutting down the network device manager. k. Action successful. 6. Database management software monitoring functions shall continuously read database information once operator has logged on. 7. Include operator notification through on -screen pop-up display and e-mail message when database value has exceeded a warning or alarm limit. 8. Monitoring settings window shall have the following sections: a. Allow operator to set and review scan intervals and start times. b. E-mail: Allow operator to create and review e-mail and phone text messages to be delivered when a warning or an alarm is generated. C. Warning: Allow operator to define warning limit parameters, set reminder frequency and link e-mail message. d. Alarm: Allow operator to define alarm limit parameters, set reminder frequency and link e-mail message. e. Database Login: Protect system from unauthorized database manipulation by creating a read access and a write access for each of trend, alarm, event and audit databases as well as operator proper security access to restore a database. 9. Monitoring settings taskbar shall include the following informational icons: a. Normal: Indicates by color and size, or other easily identifiable means that all databases are within their limits. b. Warning: Indicates by color and size, or other easily identifiable means that one or more databases have exceeded their warning limit. C. Alarm: Indicates by color and size, or other easily identifiable means that one or more databases have exceeded their alarm limit. 2.10 OFFICE APPLICATION SOFTWARE A. Include current version of office application software at time of Substantial Completion. B. Office application software package shall include multiple separate applications and use a common platform for all applications, similar to Microsoft's "Office Professional." 1. Database. 2. E-mail. 3. Presentation. 4. Publisher. 5. Spreadsheet. 6. Word processing. -` DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 30 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 2.11 ASHRAE 135 GATEWAYS A. Include BACnet communication ports, whenever available as an equipment OEM standard option, for integration via a single communication cable. BACnet-controlled plant equipment includes, but is not limited to, boilers, chillers, and variable -speed drives. B. Include gateways to connect BACnet to legacy systems, existing non-BACnet devices, and existing non-BACnet DDC-controlled equipment, only when specifically requested and approved by Owner. C. Include with each gateway an interoperability schedule showing each point or event on legacy side that BACnet "client" will read, and each parameter that BACnet network will write to. Describe this interoperability of BACnet services, or BIBBs, defined in ASHRAE 135, Annex K. D. Gateway Minimum Requirements: 1. Read and view all readable object properties on non-BACnet network to BACnet network and vice versa where applicable. 2. Write to all writeable object properties on non-BACnet network from BACnet network and vice versa where applicable. 3. Include single -pass (only one protocol to BACnet without intermediary protocols) translation from non-BACnet protocol to BACnet and vice versa. 4. Comply with requirements of Data Sharing Read Property, Data Sharing Write Property, Device Management Dynamic Device Binding-B, and Device Management Communication Control BIBBs according to ASHRAE 135. 5. Hardware, software, software licenses, and configuration tools for operator -to -gateway communications. 6. Backup programming and parameters on CD media and the ability to modify, download, backup, and restore gateway configuration. 2.12 DDC CONTROLLERS A. DDC system shall consist of a combination of network controllers, programmable application controllers and application -specific controllers to satisfy performance requirements indicated. B. DDC controllers shall perform monitoring, control, energy optimization and other requirements indicated. C. DDC controllers shall use a multitasking, multiuser, real-time digital control microprocessor with a distributed network database and intelligence. D. Each DDC controller shall be capable of full and complete operation as a completely independent unit and as a part of a DDC system wide distributed network. E. Environment Requirements: 1. Controller hardware shall be suitable for the anticipated ambient conditions. 2. Controllers located in conditioned space shall be rated for operation at 32 to 120 deg F. 3. Controllers located outdoors shall be rated for operation at 40 to 150 deg F. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 31 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 F. Power and Noise Immunity: 1. Controller shall operate at 90 to 110 percent of nominal voltage rating and shall perform an orderly shutdown below 80 percent of nominal voltage. 2. Operation shall be protected against electrical noise of 5 to 120 Hz and from keyed radios with up to 5 W of power located within 36 inches of enclosure. G. DDC Controller Spare Processing Capacity: 1. Include spare processing memory for each controller. RAM, PROM, or EEPROM will implement requirements indicated with the following spare memory: a. Network Controllers: 70 percent. b. Programmable Application Controllers: Not less than 70 percent. C. Application -Specific Controllers: Not less than 70 percent. 2. Memory shall support DDC controller's operating system and database and shall include the following: a. Monitoring and control. b. Energy management, operation and optimization applications. C. Alarm management. d. Historical trend data of all connected 1/0 points. e. Maintenance applications. f. Operator interfaces. g. Monitoring of manual overrides. H. DDC Controller Spare 1/0 Point Capacity: Include spare 1/0 point capacity for each controller as follows: 1. Network Controllers: a. 20 percent of each Al, AO, BI, and BO point connected to controller. 2. Programmable Application Controllers: a. 20 percent of each AI, AO, BI, and BO point connected to controller. 3. Application -Specific Controllers: a. 10 percent of each AI, AO, BI, and BO point connected to controller. I. Maintenance and Support: Include the following features to facilitate maintenance and support: 1. Mount microprocessor components on circuit cards for ease of removal and replacement. 2. Means to quickly and easily disconnect controller from network. 3. Means to quickly and easily access connect to field test equipment. 4. Visual indication that controller electric power is on, of communication fault or trouble, and that controller is receiving and sending signals to network. J. Input and Output Point Interface: 1� 1- DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 32 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3. 4. 61 A 7. Hardwired input and output points shall connect to network, programmable application and application -specific controllers. Input and output points shall be protected so shorting of point to itself, to another point, or to ground will not damage controller. Input and output points shall be protected from voltage up to 24 V of any duration so that contact will not damage controller. AIs: a. AIs shall include monitoring of low -voltage (zero- to 10-V dc), current (4 to 20 mA) and resistance signals from thermistor and RTD sensors. b. AIs shall be compatible with, and field configurable to, sensor and transmitters installed. C. Controller AIs shall perform analog -to -digital (A-to-D). d. Signal conditioning including transient rejection shall be provided for each Al. e. Capable of being individually calibrated for zero and span. f. Incorporate common -mode noise rejection of at least 50 dB from zero to 100 Hz for differential inputs, and normal -mode noise rejection of at least 20 dB at 60 Hz from a source impedance of 10000 ohms. FAiIN a. Controller AOs shall perform analog -to -digital (A-to-D). b. Output signals shall have a range as required to include proper control of output device. C. Capable of being individually calibrated for zero and span. d. AOs shall not exhibit a drift of greater than 0.4 percent of range per year. I� a. Controller BIs shall accept contact closures and shall ignore transients of less than 5-ms duration. b. Isolation and protection against an applied steady-state voltage of up to 1807V ac peak. C. BIs shall include a wetting current of at least 12 mA to be compatible with commonly available control devices and shall be protected against effects of contact bounce and noise. d. BIs shall sense "dry contact" closure without external power (other than that provided by the controller) being applied. e. Pulse accumulation input points shall comply with all requirements of BIs and accept up to 10 pulses per second for pulse accumulation. Buffer shall be provided to totalize pulses. Pulse accumulator shall accept rates of at least 20 pulses per second. The totalized value shall be reset to zero on operator's command. M a. Controller BOs shall include relay contact closures or triac outputs for momentary and maintained operation of output devices. 1) Relay contact closures shall have a minimum duration of 0.1 second. Relays shall include at least 180 V of isolation. Electromagnetic interference DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 9 t t 230923 - 33 t t t � l..l BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 suppression shall be provided on all output lines to limit transients to non - damaging levels. Minimum contact rating shall be 1 A at 24-V ac. 2) Triac outputs shall include at least 180 V of isolation. Minimum contact rating shall be 1 A at 24-V ac. b. BOs shall include for two -state operation or a pulsed low -voltage signal for pulse - width modulation control. C. BOs shall be selectable for either normally open or normally closed operation. d. Include tristate outputs (two coordinated BOs) for control of three-point floating - type electronic actuators without feedback. 2.13 NETWORK CONTROLLERS A. General Network Controller Requirements: 1. Include adequate number of controllers to achieve performance indicated. 2. System shall consist of one or more independent, standalone, microprocessor -based network controllers to manage global strategies indicated. 3. Controller shall have enough memory to support its operating system, database, and programming requirements. 4. Data shall be shared between networked controllers and other network devices. 5. Operating system of controller shall manage input and output communication signals to allow distributed controllers to share real and virtual object information and allow for central monitoring and alarms. 6. Controllers shall have a real-time clock. 7. Controller shall continually check status of its processor and memory circuits. If an abnormal operation is detected, controller shall assume a predetermined failure mode and generate an alarm notification. 8. Controllers shall be fully programmable. B. Communication: 1. Network controllers shall communicate with other devices on DDC system network. 2. Network controller also shall perform routing if connected to a network of programmable application and application -specific controllers. C. Operator Interface: 1. Controller shall be equipped . with a service communications port for connection to a portable operator's workstation. 2. Local Keypad and Display: a. Equip controller with local keypad and digital display for interrogating and editing data. b. Use of keypad and display shall require security password. D. Serviceability: 1. Controller shall be equipped with diagnostic LEDs or other form of local visual indication of power, communication, and processor. i, DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 34 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 2. Wiring and cable connections shall be made to field -removable, modular terminal strips or to a termination card connected by a ribbon cable. 3. Controller shall maintain BIOS and programming information in event of a power loss for at least 72 hours. 2.14 PROGRAMMABLE APPLICATION CONTROLLERS A. General Programmable Application Controller Requirements: 1. Include adequate number of controllers to achieve performance indicated. 2. Controller shall have enough memory to support its operating system, database, and programming requirements. 3. Data shall be shared between networked controllers and other network devices. 4. Operating system of controller shall manage input and output communication signals to allow distributed controllers to share real and virtual object information and allow for central monitoring and alarms. FJ 5. Controllers shall have a real-time clock. 6. Controller shall continually check status of its processor and memory circuits. If an abnormal operation is detected, controller shall assume a predetermined failure mode and IJ generate an alarm notification. 7. Controllers shall be fully programmable. B. Communication: L 1. Programmable application controllers shall communicate with other devices on network. C. Operator Interface: 1. Controller shall be equipped with a service communications port for connection to a portable operator's workstation. 2. Local Keypad and Display: a. Equip controller with local keypad and digital display for interrogating and editing L data. b. Use of keypad and display shall require security password. D. Serviceability: 1. Controller shall be equipped with diagnostic LEDs or other form of local visual indication of power, communication, and processor. 2. Wiring and cable connections shall be made to field -removable, modular terminal strips or to a termination card connected by a ribbon cable. 3. Controller shall maintain BIOS and programming information in event of a power loss for at least 72 hours. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC r 230923 - 35 1 F_ BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 2.15 APPLICATION -SPECIFIC CONTROLLERS A. Description: Microprocessor -based controllers, which through hardware or firmware design are dedicated to control a specific piece of equipment. Controllers are not fully user -programmable but are configurable and customizable for operation of equipment they are designed to control. 1. Capable of standalone operation and shall continue to include control functions without being connected to network. 2. Data shall be shared between networked controllers and other network devices. B. Communication: Application -specific controllers shall communicate with other application - specific controller and devices on network, and to programmable application and network controllers. C. Operator Interface: Controller shall be equipped with a service communications port for connection to a portable operator's workstation. D. Serviceability: 1. Controller shall be equipped with diagnostic LEDs or other form of local visual indication of power, communication, and processor. 2. Wiring and cable connections shall be made to field -removable, modular terminal strips or to a termination card connected by a ribbon cable. 3. Controller shall use nonvolatile memory and maintain all BIOS and programming information in event of power loss. 2.16 CONTROLLER SOFTWARE A. General Controller Software Requirements: 1. Software applications shall reside and operate in controllers. Editing of applications shall occur at operator workstations. 2. UO points shall be identified by up to 30-character point name and up to 16-character point descriptor. Same names shall be used at operator workstations. 3. Control functions shall be executed within controllers using DDC algorithms. 4. Controllers shall be configured to use stored default values to ensure fail-safe operation. Default values shall be used when there is a failure of a connected input instrument or loss of communication of a global point value. B. Security: 1. Operator access shall be secured using individual security passwords and user names. 2. Passwords shall restrict operator to points, applications, and system functions as assigned by system manager. 3. Operator log -on and log -off attempts shall be recorded. 4. System shall protect itself from unauthorized use by automatically logging off after last keystroke. The delay time shall be operator -definable. C. Scheduling: Include capability to schedule each point or group of points in system. Each _J schedule shall consist of the following: DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 36 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 t a 1. Weekly Schedule: a. Include separate schedules for each day of week. b. Each schedule should include the capability for start, stop, optimal start, optimal stop, and night economizer. C. Each schedule may consist of up to 10 events. [ d. When a group of objects are scheduled together, include capability to adjust start and stop times for each member. L, 2. Exception Schedules: a. Include ability for operator to designate any day of the year as an exception schedule. b. Exception schedules may be defined up to a year in advance. Once an exception schedule is executed, it will be discarded and replaced by regular schedule for that day of week. 3. Holiday Schedules: �e a. Include capability for operator to define up to 99 special or holiday schedules. b. Schedules may be placed on scheduling calendar and will be repeated each year. -' C. Operator shall be able to define length of each holiday period. D. System Coordination: 1. Include standard application for proper coordination of equipment. 2. Application shall include operator with a method of grouping together equipment based on function and location. 3. Group may then be used for scheduling and other applications. f_g E. Binary Alarms: 1. Each binary point shall be set to alarm based on operator -specified state. 2. Include capability to automatically and manually disable alarming. F. Analog Alarms: 1. Each analog object shall have both high and low alarm limits. 2. Alarming shall be able to be automatically and manually disabled. G. Alarm Reporting: 1. Operator shall be able to determine action to be taken in event of an alarm. 2. Alarms shall be routed to appropriate operator workstations based on time and other conditions. 3. Alarm shall be able to start programs, print, be logged in event log, generate custom messages, and display graphics. H. Remote Communication: 1. System shall have ability to dial out in the event of an alarm. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC �?y t Y 230923 - 37—' {3 t i 1 i_ BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 I. Electric Power Demand Limiting: g 1. Demand -limiting program shall monitor building or other operator -defined electric power consumption from signals connected to electric power meter or from a watt transducer or current transformer. 2. Demand -limiting program shall predict probable power demand such that action can be taken to prevent exceeding demand limit. When demand prediction exceeds demand limit, action will be taken to reduce loads in a predetermined manner. When demand prediction indicates demand limit will not be exceeded, action will be taken to restore loads in a predetermined manner. 3. Demand reduction shall be accomplished by the following means: a. Reset air -handling unit supply temperature set points. b. Reset space temperature set points. C. De -energize equipment based on priority. 4. Demand -limiting parameters, frequency of calculations, time intervals, and other relevant variables shall be based on the means by which electric power service provider computes demand charges. 5. Include demand -limiting prediction and control for any individual meter monitored by system or for total of any combination of meters. 6. Include means operator to make the following changes online: a. Addition and deletion of loads controlled. b. Changes in demand intervals. C. Changes in demand limit for meter(s). d. Maximum shutoff time for equipment. e. Minimum shutoff time for equipment. f. Select rotational or sequential shedding and restoring. g. Shed and restore priority. 7. Include the following information and reports, to be available on an hourly, daily, weekly, monthly and annual basis: a. Total electric consumption. b. Peak demand. C. Date and time of peak demand. d. Daily peak demand. J. . Maintenance Management: System shall monitor equipment status and generate maintenance messages based on operator -designated run-time, starts, and calendar date limits. K. Sequencing: Include application software based on sequences of operation indicated to properly sequence chillers, boilers, and other applicable HVAC equipment. L. Control Loops: 1. Support any of the following control loops, as applicable to control required: a. Two -position (on/off, open/close, slow/fast) control. b. Proportional control. L ' DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 38 �j BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 t-, C. Proportional plus integral (PI) control. i d. Proportional plus integral plus derivative (PID) control. 1) Include PID algorithms with direct or reverse action and anti -windup. 2) Algorithm shall calculate a time -varying analog value used to position an output or stage a series of outputs. 3) Controlled variable, set point, and PID gains shall be operator -selectable. e. Adaptive (automatic tuning). M. Staggered Start: Application shall prevent all controlled equipment from simultaneously restarting after a power outage. Order which equipment (or groups of equipment) is started, along with the time delay between starts, shall be operator -selectable. N. Energy Calculations: 1. Include software to allow instantaneous power or flow rates to be accumulated and converted to energy usage data. 2. Include an algorithm that calculates a sliding -window average (rolling average). Algorithm shall be flexible to allow window intervals to be operator specified (such as 15, 30, or 60 minutes). 3. Include an algorithm that calculates a fixed -window average. A digital input signal shall define start of window period (such as signal from utility meter) to synchronize fixed - window average with that used by utility. O. Anti -Short Cycling: 1. BO points shall be protected from short cycling. 2. Feature shall allow minimum on -time and off -time to be selected. P. On and Off Control with Differential: 1. Include an algorithm that allows a BO to be cycled based on a controlled variable and set point. 2. Algorithm shall be direct- or reverse -acting and incorporate an adjustable differential. Q. Run -Time Totalization: 1. Include software to totalize run-times for all BI and BO points. 2. A high run-time alarm shall be assigned, if required, by operator. 2.17 ENCLOSURES A. General Enclosure Requirements: 1. House each controller and associated control accessories in a single enclosure. Enclosure j shall serve as central tie-in point for control devices such as switches, transmitters, LJ transducers, power supplies and transformers. 2. Do not house more than one controller in a single enclosure. ;3 DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 39 ' �j BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3. Include enclosure door with key locking mechanism. Key locks alike for all enclosures and include one pair of keys per enclosure. 4. Equip doors of enclosures housing controllers and components with analog or digital displays with windows to allow visual observation of displays without opening enclosure door. 5. Individual wall -mounted single -door enclosures shall not exceed 36 inches wide and 60 inches high. 6. Individual wall -mounted double -door enclosures shall not exceed 60 inches wide and 36 inches high. 7. Include wall -mounted enclosures with brackets suitable for mounting enclosures to wall or freestanding support stand as indicated. 8. Supply each enclosure with a complete set of as -built schematics, tubing, and wiring diagrams and product literature located in a pocket on inside of door. B. Internal Arrangement: 1. Internal layout of enclosure shall group and protect pneumatic, electric, and electronic components associated with a controller, but not an integral part of controller. 2. Arrange layout to group similar products together. 3. Include a barrier between line -voltage and low -voltage electrical and electronic products. 4. Factory or shop install products, tubing, cabling and wiring complying with requirements and standards indicated. 5. Terminate field cable and wire using heavy-duty terminal blocks. 6. Include spare terminals, equal to not less than 20 percent of used terminals. 7. Include spade lugs for stranded cable and wire. 8. Install a maximum of two wires on each side of a terminal. 9. Include enclosure field power supply with a toggle -type switch located at entrance inside enclosure to disconnect power. 10. Include enclosure with a line -voltage nominal 20-A GFCI duplex receptacle for service and testing tools. Wire receptacle on hot side of enclosure disconnect switch and include with a 5-A circuit breaker. 11. Mount products within enclosure on removable internal panel(s). 12. Include products mounted in enclosures with engraved, laminated phenolic nameplates (black letters on a white background). The nameplates shall have at least 1/4-inch-high lettering. 13. Route tubing cable and wire located inside enclosure within a raceway with a continuous removable cover. 14. Label each end of cable, wire and tubing in enclosure following an approved identification system that extends from field UO connection and all intermediate connections throughout length to controller connection. 15. Size enclosure internal panel to include at least 25 percent spare area on face of panel. C. Environmental Requirements: 1. Evaluate temperature and humidity requirements of each product to be installed within each enclosure. 2. Calculate enclosure internal operating temperature considering heat dissipation of all products installed within enclosure and ambient effects (solar, conduction and wind) on enclosure. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC wIj!"' IM1I11 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1- a 3. Where required by application, include temperature -controlled electrical heat to maintain inside of enclosure above minimum operating temperature of product with most stringent requirement. 4. Where required by application, include temperature -controlled ventilation fans with filtered louver(s) to maintain inside of enclosure below maximum operating temperature of product with most stringent requirement. D. Wall -Mounted, Type l: 1. Enclosure shall be NRTL listed according to UL 50 or UL 50E. 2. Construct enclosure of steel, not less than: a. Enclosure size less than 24 in.: 0.053 in. thick. b. Enclosure size 24 in. and larger: 0.067 in. thick. Finish enclosure inside and out with polyester powder coating that is electrostatically applied and then baked to bond to substrate. a. Exterior color shall be manufacturer's standard. b. Interior color shall be manufacturer's standard. 4. Hinged door full size of front face of enclosure and supported using: ' a. Enclosures sizes less than 36 in. tall: Multiple butt hinges. b. Enclosures sizes 36 in. tall and larger: Continuous piano hinges. 5. Removable internal panel with a white polyester powder coating that is electrostatically applied and then baked to bond to substrate. a. Size less than 24 in. Solid or Perforated steel, 0.053 in. thick. b. Size 24 in. and larger: Solid aluminum, 0.10 in. or steel, 0.093 in. thick. 6. Internal panel mounting hardware, grounding hardware and sealing washers. 7. Grounding stud on enclosure body. 8. Thermoplastic pocket on inside of door for record Drawings and Product Data. E. Wall Mounted, Types 4 and 12: t- 1. Enclosure shall be NRTL listed according to UL 508A. 2. Seam and joints are continuously welded and ground smooth. 3. Where recessed enclosures are indicated, include enclosures with face flange for flush mounting. 4. Externally formed body flange around perimeter of enclosure face for continuous i ) perimeter seamless gasket door seal. 5. Single -door enclosure sizes up to 60 inches tall by 36 inches wide. 6. Double -door enclosure sizes up to 36 inches tall by 60 inches wide. ' 7. Construct enclosure of steel, not less than the following: a. Size Less Than 24 Inches 0.053 inch or 0.067 inch thick. b. Size 24 Inches and Larger: 0.067 inch thick. 8. Finish enclosure with polyester powder coating that is electrostatically applied and then baked to bond to substrate. L-1 { DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 41 LJ I BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 : 9. Corner -formed door, full size of enclosure face, supported using multiple concealed hinges with easily removable hinge pins. 10. Double -door enclosures with overlapping door design to include unobstructed full -width access. 11. Removable internal panel with a white polyester powder coating that is electrostatically applied and then baked to bond to substrate. 12. Internal panel mounting studs with hardware, grounding hardware, and sealing washers. 13. Grounding stud on enclosure body. 14. Thermoplastic pocket on inside of door for record Drawings and Product Data. F. Accessories: 1. Ventilation Fans, Filtered Intake and Exhaust Grilles: a. Number and size of fans, filters and grilles as required by application. 2. Bar handle with keyed cylinder lock set. 2.18 RELAYS A. General -Purpose Relays: 1. Relays shall be heavy duty and rated for at least 10 A at 250-V ac and 60 Hz. 2. Relays shall be either double pole double throw (DPDT) or three -pole double throw, depending on the control application. 3. Use a plug -in -style relay with an eight -pin octal plug for DPDT relays and an 11-pin octal plug for three -pole double -throw relays. Direct Junction box mounting, similar to RIBUIC, is acceptable. 4. Construct the contacts of either silver cadmium oxide or gold. 5. Enclose the relay in a clear transparent polycarbonate dust -tight cover. 6. Relays shall have LED indication and a manual reset and push -to -test button. 7. Equip relays with coil transient suppression to limit transients to non -damaging levels. 8. Plug each relay into an industry -standard, 35-mm DIN rail socket. Plug all relays located in control panels into sockets that are mounted on a DIN rail. 9. Relay socket shall have screw terminals. Mold into the socket the coincident screw terminal numbers and associated octal pin numbers. B. Multifunction Time -Delay Relays: 1. Relays shall be continuous duty and rated for at least 10 A at 240-V ac and 60 Hz. 2. Relays shall be DPDT relay with up to eight programmable functions to provide on/off delay, interval and recycle timing functions. 3. Use a plug -in -style relay with either an 8- or 11-pin octal plug. 4. Construct the contacts of either silver cadmium oxide or gold. 5. Enclose the relay in a dust -tight cover. 6. Include knob and dial scale for setting delay time. 7. Equip relays with coil transient suppression to limit transients to non -damaging levels. 8. Plug each relay into an industry -standard, 35-mm DIN rail socket. Plug all relays located in control panels into sockets that are mounted on a DIN rail. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 42 1 1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 l 9. Relay socket shall have screw terminals. Mold into the socket the coincident screw terminal numbers and associated octal pin numbers._t C. Latching Relays: 1. Relays shall be continuous duty and rated for at least 10 A at 250-V ac and 60 Hz. 2. Relays shall be either DPDT or three -pole double throw, depending on the control application. 3. Use a plug -in -style relay with a multibladed plug. 4. Construct the contacts of either silver cadmium oxide or gold. 5. Enclose the relay in a clear transparent polycarbonate dust -tight cover. 6. Performance: a. Mechanical Life: At least 10 million cycles. b. Electrical Life: At least 100,000 cycles at rated load. C. Pickup Time: 15 ms or less. d. Dropout Time: 10 ms or less. e. Pull -in Voltage: 85 percent of rated voltage. f. Dropout Voltage: 50 percent of nominal rated voltage. g. Power Consumption: 2 VA. h. Ambient Operating Temperatures: Minus 40 to 115 deg F. 7. Equip relays with coil transient suppression to limit transients to non -damaging levels. 8. Plug each relay into an industry -standard, 35-mm DIN rail socket. Plug all relays located in control panels into sockets that are mounted on a DIN rail. 9. Relay socket shall have screw terminals. Mold into the socket the coincident screw terminal numbers and associated octal pin numbers. t f� D. Current Sensing Relay: 1. Monitors ac current. 2. Independent adjustable controls for pickup and dropout current. 3. Energized when supply voltage is present and current is above pickup setting. 4. De -energizes when monitored current is below dropout current. 5. Dropout current is adjustable from 50 to 95 percent of pickup current. 1 6. Include a current transformer, if required for application. 7. House current sensing relay and current transformer in its own enclosure. Use NEMA 250, Type 12 enclosure for indoors and NEMA 250, Type 4 for outdoors. E. Combination On -Off Status Sensor and On -Off Relay: 1. Description: a. On -off control and status indication in a single device. b. LED status indication of activated relay and current trigger. C. Closed -Open -Auto override switch located on the load side of the relay. 2. Performance: a. Ambient Temperature: Minus 30 to 140 deg F. b. Voltage Rating: Single-phase loads rated for 300-V ac. Three-phase loads rated for 600-V ac. 3. Status Indication: DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC tl -+z 230923 - 43 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 a. Current Sensor: Integral sensing for single-phase loads up to 20 A and external solid or split sensing ring for three-phase loads up to 150 A. b. Current Sensor Range: As required by application. C. Current Set Point: Fixed or adjustable as required by application. d. Current Sensor Output: 1) Solid-state, single -pole double -throw contact rated for 30-V ac and do and for 0.4 A. 2) Solid-state, single -pole double -throw contact rated for 120-V ac and 1.0 A. 3) Analog, zero- to 5- or 10-V dc. 4) Analog, 4 to 20 mA, loop powered. 4. Relay: Single -pole double -throw, continuous -duty coil; rated for 10-million mechanical cycles. 5. Enclosure: NEMA 250, Type 1 enclosure. 2.19 ELECTRICAL POWER DEVICES A. Transformers: 1. Transformer shall be sized for the total connected load, plus an additional 25 percent of connected load. 2. Transformer shall have both primary and secondary fuses. B. DC Power Supply: 1. Plug-in style suitable for mating with a standard eight -pin octal socket. Include the power supply with a mating mounting socket. 2. Enclose circuitry in a housing. 3. Include both line and load regulation to ensure a stable output. To protect both the power supply and the load, power supply shall have an automatic current limiting circuit. 4. Performance: a. Output voltage nominally 25-V do within 5 percent. b. Output current up to 100 mA. C. Input voltage nominally 120-V ac, 60 Hz. d. Load regulation within 0.5 percent from zero- to 100-mA load. e. Line regulation within 0.5 percent at a 100-mA load for a 10 percent line change. f. Stability within 0.1 percent of rated volts for 24 hours after a 20-minute warmup. 2.20 UNINTERRUPTABLE POWER SUPPLY (UPS) UNITS _ r A. 250 through 1000 VA: 1. UPS units shall provide continuous, regulated output power without using their batteries during brown -out, surge, and spike conditions. 2. Load served shall not exceed 75 percent of UPS rated capacity, including power factor of connected loads. a. Larger -capacity units shall be provided for systems with larger connected loads. - b. UPS shall provide five minutes of battery power. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 44 L_. BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 Performance: a. Input Voltage: Single phase, 120- or 230-V ac, compatible with field power source. b. Load Power Factor Range (Crest Factor): 0.65 to 1.0. C. Output Voltage: 101- to 132-V ac, while input voltage varies between 89 and 152- V ac. d. On Battery Output Voltage: Sine wave. e. Inverter overload capacity shall be minimum 150 percent for 30 seconds. f. Recharge time shall be a maximum of six hours to 90 percent capacity after full discharge to cutoff. g. Transfer Time: 6 ms. h. Surge Voltage Withstand Capacity: IEEE C62.41, Categories A and B; 6 kV/200 and 500 A; 100-kHz ringwave. 4. UPS shall be automatic during fault or overload conditions. 5. Unit with integral line -interactive, power condition topology to eliminate all power contaminants. 6. Include front panel with power switch and visual indication of power, battery, fault and temperature. 7. Unit shall include an audible alarm of faults and front panel silence feature. 8. Unit with four NEMA WD 1, NEMA WD 6 Configuration 5-15R receptacles. 9. UPS shall include dry contacts (digital output points) for low battery condition and Ell battery -on (primary utility power failure) and connect the points to the DDC system. 10. Batteries shall be sealed lead -acid type and be maintenance free. Battery replacement shall be front accessible by user without dropping load. 11. Include tower models installed in ventilated cabinets to the particular installation location. B. 1000 through 3000 VA: 1. UPS units shall provide continuous, regulated output power without using their batteries during brown -out, surge, and spike conditions. 2. Load served shall not exceed 75 percent of UPS rated capacity, including power factor of connected loads. a. Larger -capacity units, or multiple units, shall be provided for systems with larger connected loads. b. UPS shall provide 10 minutes of battery power. 3. Performance: a. Input Voltage: Single phase, 120-V ac, plus 20 to minus 30 percent. b. Power Factor: Minimum 0.97 at full load. C. Output Voltage: Single phase, 120-V ac, within 3 percent, steady state with rated output current of 10.0 A, 30.0-A peak. d. Inverter overload capacity shall be minimum 150 percent for 30 seconds. e. Recharge time shall be a maximum of eight hours to 90 percent capacity. 4. UPS bypass shall be automatic during fault or overload conditions. 5. UPS shall include dry contacts (digital output points) for low battery condition and battery -on (primary utility power failure) and connect the points to the DDC system. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC F 230923 - 45 i i BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 6. Batteries shall be sealed lead -acid type and be maintenance free. 7. Include tower models installed in ventilated cabinets or rack models installed on matching racks, as applicable to the particular installation location and space availability/configuration. 2.21 CONTROL WIRE AND CABLE A. Wire: Single conductor control wiring above 24 V. 1. Wire size shall be at least No. 18 AWG. 2. Conductor shall be 7/24 soft annealed copper strand with 2- to 2.5-inch lay. 3. Conductor insulation shall be 600 V, Type THWN or Type THHN, and 90 deg C according to UL 83. 4. Conductor colors shall be black (hot), white (neutral), and green (ground). 5. Furnish wire on spools. B. Single Twisted Shielded Instrumentation Cable above 24 V: 1. Wire size shall be a minimum No. 18 AWG. 2. Conductors shall be a twisted, 7/24 soft annealed copper strand with a 2- to 2.5-inch lay. 3. Conductor insulation shall have a Type THHN/THWN or Type TFN rating. 4. Shielding shall be 100 percent type, 0.35/0.5-mil aluminum/Mylar tape, helically applied with 25 percent overlap, and aluminum side in with tinned copper drain wire. 5. Outer jacket insulation shall have a 600-V, 90-deg C rating and shall be Type TC cable. 6. For twisted pair, conductor colors shall be black and white. For twisted triad, conductor colors shall be black, red and white. 7. Furnish wire on spools. C. Single Twisted Shielded Instrumentation Cable 24 V and Less: l . Wire size shall be a minimum No. 18 AWG. 2. Conductors shall be a twisted, 7/24 soft annealed copper stranding with a 2- to 2.5-inch lay. 3. Conductor insulation shall have a nominal 15-mil thickness, constructed from flame- retardant PVC. 4. Shielding shall be 100 percent type, 1.35-mil aluminum/polymer tape, helically applied with 25 percent overlap, and aluminum side in with tinned copper drain wire. 5. Outer jacket insulation shall have a 300-V, 105-deg C rating and shall be Type PLTC cable. 6. For twisted pair, conductor colors shall be black and white. For twisted triad, conductor colors shall be black, red and white. 7. Furnish wire on spools. D. LAN and Communication Cable: Comply with DDC system manufacturer requirements for network being installed. 1. Cable shall be plenum rated. 2. Cable shall comply with NFPA 70. 3. Cable shall have a unique color that is different from other cables used on Project. 4. Copper Cable for Ethernet Network: DIRECT DIGITAL CONTROL (DDQ SYSTEM FOR HVAC 230923 - 46 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 a. 100BASE-TX, 1000BASE-T, or 1000BASE-TX. b. TIA/EIA 586, Category 5e, or Category 6. C. Minimum No. 22 AWG solid. d. Shielded Twisted Pair (STP) or Unshielded Twisted Pair (UTP). e. Thermoplastic insulated conductors, enclosed in a thermoplastic outer jacket, Class CMP as plenum rated. 2.22 RACEWAYS FOR CONTROL WIRING, CABLING, AND TUBING A. Metal Conduits, Tubing, and Fittings: 1. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. GRC: Comply with NEMA ANSI C80.1 and UL 6. 3. ARC: Comply with NEMA ANSI C80.5 and UL 6A. 4. IMC: Comply with NEMA ANSI C80.6 and UL 1242. 5. PVC -Coated Steel Conduit: PVC -coated rigid steel conduit IMC. a. Comply with NEMA RN 1. b. Coating Thickness: 0.040 inch, minimum. 6. EMT: Comply with NEMA ANSI C80.3 and UL 797. Ul 7. FMC: Comply with UL 1; zinc -coated steel or aluminum. 8. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. 9. Fittings for Metal Conduit: Comply with NEMA ANSI FB 1 and UL 514B. a. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 1203 and NFPA 70. b. Fittings for EMT: 1) Material: Steel. 2) Type: Setscrew. C. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. d. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0.040 inch, with overlapping sleeves protecting threaded joints. 10. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. B. Metal Wireways and Auxiliary Gutters: 1. Description: Sheet metal, complying with UL 870 and NEMA 250, and sized according to NFPA 70. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 1 ti._ 230923 - 47 f 4 t BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 a. Metal wirewaY s installed outdoors shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. 3. Wireway Covers: Flanged-and-gasketed type unless otherwise indicated. 4. Finish: Manufacturer's standard enamel finish. C. Surface Metal Raceways: Galvanized steel with snap -on covers complying with UL 5. 2.23 CONTROL POWER WIRING AND RACEWAYS A. Comply with requirements in Section 260519 "Low -Voltage Electrical Power Conductors and Cables" electrical power conductors and cables. B. Comply with requirements in Section 260533 "Raceways and Boxes for Electrical Systems" for electrical power raceways and boxes. 2.24 ACCESSORIES A. Damper Blade Limit Switches: 1. Sense positive open and/or closed position of the damper blades. 2. NEMA 250, Type 13, oil -tight construction. 3. Arrange for the mounting application. 4. Additional waterproof enclosure when required by its environment. 5. Arrange to prevent "over -center" operation. B. Manual Valves: 1. Needle Type: a. PTFE packing. b. Construct of brass for use with copper and polyethylene tubing and of stainless steel for use with stainless -steel tubing. C. Aluminum T-bar handle. d. Include tubing connections. 2. Ball Type: a. Body: Bronze ASTM B 62 or ASTM B 61. b. Ball: Type 316 stainless steel. C. Stem: Type 316 stainless steel. d. Seats: Reinforced PTFE. e. Packing Ring: Reinforced PTFE. f. Lever: Stainless steel with a vinyl grip. g. 600 WOG. h. Threaded end connections. .' DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 48 January 2017 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center 2.25 A. IDENTIFICATION Instrument Air Pipe and Tubing: 1. Engraved tag shall bear the following information: a. Service (Example): "Instrument Air." b. Pressure Range (Example): 0 to 30 psig. 2. Letter size shall be a minimum of 0.25 inch high. 3. Tag shall consist of white lettering on blue background. 4. Tag shall be engraved phenolic consisting of three layers of rigid laminate. Top and bottom layers are color -coded blue with contrasting white center exposed by engraving through outer layer. 5. Include tag with a brass grommet, chain and S-hook. 6. P-Touch labels are not acceptable. Control Equipment, Instruments, and Control Devices: 1. Engraved tag bearing unique identification. a. Include instruments with unique identification identified by equipment being controlled or monitored, followed by point identification. 2. Letter size shall be as follows: a. Operator Workstations: Minimum of 0.5 inch high. b. Printers: Minimum of 0.5 inch high. C. DDC Controllers: Minimum of 0.5 inch high. d. Gateways: Minimum of 0.5 inch high. e. Repeaters: Minimum of 0.5 inch high. f. Enclosures: Minimum of 0.5 inch high. g. Electrical Power Devices: Minimum of 0.25 inch high. h. UPS units: Minimum of 0.5 inch high. i. Accessories: Minimum of 0.25 inch high. j. Instruments: Minimum of 0.25 inch high. k. Control Damper and Valve Actuators: Minimum of 0.25 inch high. 3. Tag shall consist of white lettering on black background. 4. Tag shall be engraved phenolic consisting of three layers of rigid laminate. Top and bottom layers are color -coded black with contrasting white center exposed by engraving through outer layer. 5. Tag shall be fastened with drive pins. 6. Instruments, control devices and actuators with Project -specific identification tags having unique identification numbers following requirements indicated and provided by original manufacturer do not require an additional tag. C. Valve Tags: 1. Brass tags and brass chains attached to valve. 2. Tags shall be at least 1.5 inches in diameter. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC a 9 9 f 230923 - 49 1-i BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3. Include tag with unique valve identification indicating control influence such as flow, level, pressure, or temperature; followed by location of valve, and followed by three -digit sequential number. For example: TV-1.001. 4. Valves with Project -specific identification tags having unique identification numbers following requirements indicated and provided by original manufacturer do not require r ' an additional tag. D. Raceway and Boxes: 1. Paint cover plates on junction boxes and conduit same color as the tape banding for conduits. After painting, label cover plate "HVAC Controls," using an engraved phenolic tag. 2. For raceways housing pneumatic tubing, add a phenolic tag labeled "HVAC Instrument Air Tubing." 3. For raceways housing air signal tubing, add a phenolic tag labeled "HVAC Air Signal Tubing." E. Equipment Warning Labels: 1. Acrylic label with pressure -sensitive adhesive back and peel -off protective jacket. 2. Lettering size shall be at least 14-point type with white lettering on red background. 3. Warning label shall read "CAUTION -Equipment operated under remote automatic control and may start or stop at any time without warning. Switch electric power disconnecting means to OFF position before servicing." 4. Lettering shall be enclosed in a white line border. Edge of label shall extend at least 0.25 inch beyond white border. 2.26 SOURCE QUALITY CONTROL A. Product(s) and material(s) will be considered defective if they do not pass tests and inspections. B. Prepare test and inspection reports. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. Verify compatibility with and suitability of substrates. B. Examine roughing -in for products to verify actual locations of connections before installation. 1. Examine roughing -in for instruments installed in piping to verify actual locations of connections before installation. 2. Examine roughing -in for instruments installed in duct systems to verify actual locations of connections before installation. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 50 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 C. Examine walls, floors, roofs, and ceilings for suitable conditions where product will be installed. 0 In 3.2 Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. Proceed with installation only after unsatisfactory conditions have been corrected. DDC SYSTEM INTERFACE WITH OTHER SYSTEMS AND EQUIPMENT A. Communication Interface to Equipment with Integral Controls: 1. DDC system shall have communication interface with equipment having integral controls and having a communication interface for remote monitoring or control. 2. Equipment to Be Connected: a. Existing Air -handling Units. b. Variable -frequency controllers specified in Section 262923 "Variable -Frequency Motor Controllers." 3.3 3.4 CONTROL DEVICES FOR INSTALLATION BY INSTALLERS A. Deliver selected control devices, specified in indicated HVAC instrumentation and control device Sections, to identified equipment and systems manufacturers for factory installation and to identified installers for field installation. B. Deliver the following to duct fabricator and Installer for installation in ductwork. Include installation instructions to Installer and supervise installation for compliance with requirements. 1. DDC control dampers, which are specified in Section 230923.12 'DDC Control Dampers." 2. Airflow sensors and switches, which are specified in Section 230923.14 "Flow Instruments." 3. Pressure sensors, which are specified in Section 230923.23 'Pressure Instruments." C. Deliver the following to plumbing and HVAC piping installers for installation in piping. Include installation instructions to Installer and supervise installation for compliance with requirements. 1. DDC control valves, which are specified in Section 230923.11 "Control Valves." 2. Pipe -mounted flow meters, which are specified in Section 230923.14 "Flow Instruments." 3. Pipe -mounted sensors, switches and transmitters. Flow meters are specified in Section 230923.14 "Flow Instruments." Liquid temperature sensors, switches, and transmitters are specified in Section 230923.27 "Temperature Instruments." 4. Pipe- and tank -mounted thermowells. Liquid thermowells are specified in Section 230923.27 "Temperature Instruments." CifQ10 711a611.Y1N\INWAIto) gaa Le1i11.7g kriI�1��1F.� A. Install products to satisfy more stringent of all requirements indicated. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC H d 1 230923 - 51 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 i� B. Install products level, plumb, parallel, and perpendicular with building construction. C. Support products, tubing, piping wiring and raceways. Brace products to prevent lateral movement and sway or a break in attachment when subjected to a force. D. If codes and referenced standards are more stringent than requirements indicated, comply with requirements in codes and referenced standards. E. Fabricate openings and install sleeves in ceilings, floors, roof, and walls required by installation of products. Before proceeding with drilling, punching, and cutting, check for concealed work to avoid damage. Patch, flash, grout, seal, and refinish openings to match adjacent condition. F. Seal penetrations made in acoustically rated assemblies. Comply with requirements in Section 079200 "Joint Sealants." G. Welding Requirements: 1. Restrict welding and burning to supports and bracing. 2. No equipment shall be cut or welded without approval. Welding or cutting will not be approved if there is risk of damage to adjacent Work. 3. Welding, where approved, shall be by inert -gas electric arc process and shall be performed by qualified welders according to applicable welding codes. 4. If requested on -site, show satisfactory evidence of welder certificates indicating ability to perform welding work intended. H. Fastening Hardware: 1. Stillson wrenches, pliers, and other tools that damage surfaces of rods, nuts, and other parts are prohibited for work of assembling and tightening fasteners. 2. Tighten bolts and nuts firmly and uniformly. Do not overstress threads by excessive force or by oversized wrenches. 3. Lubricate threads of bolts, nuts and screws with graphite and oil before assembly. I. If product locations are not indicated, install products in locations that are accessible and that will permit service and maintenance from floor, equipment platforms, or catwalks without removal of permanently installed furniture and equipment. 1. in NEMA 250, Type 4X enclosure constructed of Type 316L stainless steel. 3.5 OPERATOR WORKSTATION INSTALLATION A. Desktop Operator Workstations Installation: 1. Install operator workstation(s) at location(s) directed by Owner. 2. Install multiple -receptacle power strip with cord for use in connecting multiple workstation components to a single duplex electrical power receptacle. 3. Install software on workstation(s) and verify software functions properly. 4. Develop Project -specific graphics, trends, reports, logs and historical database. 5. Power each workstation through a UPS unit. Locate UPS adjacent to workstation. 6. A new PC is not required when a web browser based supervisory controller is used in the control system. The web browser based supervisory controller will need an owner 1111' DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 52 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 provided Ethernet port to plug into that is on the owner's network, so the system can be accessed locally, remotely, or via a handheld device (ie: IPad, IPhone, etc.). Specifications call for a UPS on the PC, but if no PC is required, no UPS is required. B. Color Graphics Application: 1. Use system schematics indicated as starting point to create graphics. 2. Develop Project -specific library of symbols for representing system equipment and products. 3. Incorporate digital images of Project -completed installation into graphics where beneficial to enhance effect. 4. Submit sketch of graphic layout with description of all text for each graphic for Owner's review before creating graphic using graphics software. 5. Seek Owner input in graphics development once using graphics software. 6. Final editing shall be done on -site with Owner's review and feedback. 7. Refine graphics as necessary for Owner acceptance. 8. On receiving Owner acceptance, print a hard copy for inclusion in operation and maintenance manual. Prepare a scanned copy PDF file of each graphic and include with softcopy of DDC system operation and maintenance manual. 3.6 GATEWAY INSTALLATION A. Install gateways if required for DDC system communication interface requirements indicated. B. Test gateway to verify that communication interface functions properly. A. Install routers if required for DDC system communication interface requirements indicated. B. Test router to verify that communication interface functions properly. 3.8 CONTROLLER INSTALLATION A. Install controllers in enclosures to comply with indicated requirements. B. Connect controllers to field power supply. C. Install controller with latest version of applicable software and configure to execute requirements indicated. D. Test and adjust controllers to verify operation of connected I/O to achieve performance indicated requirements while executing sequences of operation. E. Installation of Network Controllers: 1. Quantity and location of network controllers shall be determined by DDC system manufacturer to satisfy requirements indicated. 2. Install controllers in a protected location that is easily accessible by operators. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 53 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3. Top of controller shall be within 72 inches of finished floor. F. Installation of Programmable Application Controllers: 1. Quantity and location of programmable application controllers shall be determined by DDC system manufacturer to satisfy requirements indicated. 2. Install controllers in a protected location that is easily accessible by operators. 3. Top of controller shall be within 72 inches of finished floor. G. Application -Specific Controllers: 1. Quantity and location of application -specific controllers shall be determined by DDC system manufacturer to satisfy requirements indicated. 2. For controllers not mounted directly on equipment being controlled, install controllers in a protected location that is easily accessible by operators. 3.9 ENCLOSURES INSTALLATION A. Install the following items in enclosures, to comply with indicated requirements: 1. Gateways. 2. Routers. 3. Controllers. 4. Electrical power devices. 5. UPS units. 6. Relays. 7. Accessories. 8. Instruments. 9. Actuators. 10. P-Touch Labels are not acceptable. B. Attach wall -mounted enclosures to wall using steel struts. C. Align top or bottom of adjacent enclosures of like size. D. Install continuous and fully accessible wireways to connect conduit, wire, and cable to multiple adjacent enclosures. Wireway used for application shall have protection equal to NEMA 250 rating of connected enclosures. 3.10 ELECTRIC POWER CONNECTIONS A. Connect electrical power to DDC system products requiring electrical power connections. B. Design of electrical power to products not indicated with electric power is delegated to DDC system provider and installing trade. Work shall comply with NFPA 70 and other requirements indicated. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 54 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3.11 IDENTIFICATION A. Identify system components, wiring, cabling, and terminals. B. Install engraved phenolic nameplate with unique identification on face for each of the following: 1. Operator workstation. 2. Printer. 3. Gateway. 4. Router. 5. DDC controller. 6. Enclosure. 7. Electrical power device. 8. UPS unit. 9. Accessory. C. Install engraved phenolic nameplate with unique instrument identification on face of each instrument connected to a DDC controller. D. Install engraved phenolic nameplate with identification on face of each control damper and valve actuator connected to a DDC controller. E. Where product is installed above accessible tile ceiling, also install matching engraved phenolic nameplate with identification on face of ceiling grid located directly below. F. Where product is installed above an inaccessible ceiling, also install engraved phenolic nameplate with identification on face of access door directly below. G. Warning Labels: 1. Shall be permanently attached to equipment that can be automatically started by DDC control system. 2. Shall be located in highly visible location near power service entry points. 3.12 NETWORK INSTALLATION A. Install copper cable when connecting between the following network devices: 1. Operator workstations. 2. Operator workstations and network controllers. 3. Network controllers. B. Install copper cable when connecting between the following: 1. Gateways. 2. Gateways and network controllers or programmable application controllers. 3. Routers. 4. Routers and network controllers or programmable application controllers. 5. Network controllers and programmable application controllers. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC r; 230923 - 55 E tTy BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 f 6. Programmable application controllers. 7. Programmable application controllers and application -specific controllers. 8. Application -specific controllers. C. Install network cable in continuous raceway. 1. Where indicated on Drawings, cable trays may be used for copper cable in lieu of conduit. 3.13 NETWORK NAMING AND NUMBERING A. Coordinate with Owner and provide unique naming and addressing for networks and devices. B. ASHRAE 135 Networks: 1. MAC Address: a. Every network device shall have an assigned and documented MAC address unique to its network. b. Ethernet Networks: Document MAC address assigned at its creation. C. ARCNET or MS/TP networks: Assign from 00 to 64. 2. Network Numbering: a. Assign unique numbers to each new network. b. Provide ability for changing network number through device switches or operator interface. C. DDC system, with all possible connected LANs, can contain up to 65,534 unique networks. 3. Device Object Identifier Property Number: a. Assign unique device object identifier property numbers or device instances for each device network. b. Provide for future modification of device instance number by device switches or operator interface. C. LAN shall support up to 4,194,302 unique devices. 4. Device Object Name Property Text: a. Device object name property field shall support 32 minimum printable characters. b. Assign unique device "Object Name" property names with plain -English descriptive names for each device. 1) Example 1: Device object name for device controlling boiler plant at Building 1000 would be "HW System B 1000." 2) Example 2: Device object name for a VAV terminal unit controller could be "VAV unit 102". 5. Object Name Property Text for Other Than Device Objects: I L, -1 DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 56 c- I BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 a. Object name property field shall support 32 minimum printable characters. b. Assign object name properties with plain -English names descriptive of application. 1) Example 1: "Zone 1 Temperature." 2) Example 2 "Fan Start and Stop." 6. Object Identifier Property Number for Other Than Device Objects: a. Assign object identifier property numbers according to the drawings indicated. b. If not indicated, object identifier property numbers may be assigned at Installer's discretion but must be approved by Owner in advance, be documented and be unique for like object types within device. 3.14 CONTROL WIRE, CABLE AND RACEWAYS INSTALLATION A. Comply with NECA 1. B. Comply with TIA 568-C.1. C. Wiring Method: Install cables in raceways and cable trays except in accessible ceiling spaces r i and in gypsum board partitions where unenclosed wiring method may be used. Conceal raceway and cables except in unfinished spaces. ki 1. Install plenum cable in environmental air spaces, including plenum ceilings. 2. Comply with requirements for cable trays specified in Section 260536 "Cable Trays for Electrical Systems." r_1 . D. Wiring Method: Conceal conductors and cables in accessible ceilings, walls, and floors where possible. ri E. Field Wiring within Enclosures: Bundle, lace, and train conductors to terminal points with no excess and without exceeding manufacturer's limitations on bending radii. Install lacing bars and distribution spools. It F. Conduit Installation: 1. Install conduit expansion joints where conduit runs exceed 200 feet, and conduit crosses building expansion joints. 2. Coordinate conduit routing with other trades to avoid conflicts with ducts, pipes and equipment and service clearance. 3. Maintain at least 3-inch separation where conduits run axially above or below ducts and pipes. 4. Limit above -grade conduit runs to 100 feet without pull or junction box. 5. Do not install raceways or electrical items on any "explosion -relief" walls, or rotating equipment. 6. Do not fasten conduits onto the bottom side of a metal deck roof. 7. Flexible conduit is permitted only where flexibility and vibration control is required. 8. Limit flexible conduit to 3 feet long. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC r 230923 - 57 J BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 9. Conduit shall be continuous from outlet to outlet, from outlet to enclosures, pull and junction boxes, and shall be secured to boxes in such manner that each system shall be electrically continuous throughout. 10. Direct bury conduits underground or install in concrete -encased duct bank where indicated. a. Use rigid, nonmetallic, Schedule 80 PVC. b. Provide a burial depth according to NFPA 70, but not less than 24 inches. 11. Secure threaded conduit entering an instrument enclosure, cabinet, box, and trough, with a locknut on outside and inside, such that conduit system is electrically continuous throughout. Provide a metal bushing on inside with insulated throats. Locknuts shall be the type designed to bite into the metal or, on inside of enclosure, shall have a grounding wedge lug under locknut. 12. Conduit box -type connectors for conduit entering enclosures shall have an insulated throat. 13. Connect conduit entering enclosures in wet locations with box -type connectors or with watertight sealing locknuts or other fittings. 14. Offset conduits where entering surface -mounted equipment. 15. Seal conduit runs used by sealing fittings to prevent the circulation of air for the following: a. Conduit extending from interior to exterior of building. b. Conduit extending into pressurized duct and equipment. C. Conduit extending into pressurized zones that are automatically controlled to maintain different pressure set points. G. Wire and Cable Installation: 1. Cables serving a common system may be grouped in a common raceway. Install control wiring and cable in separate raceway from power wiring. Do not group conductors from different systems or different voltages. 2. Install cables with protective sheathing that is waterproof and capable of withstanding continuous temperatures of 90 deg C with no measurable effect on physical and electrical properties of cable. a. Provide shielding to prevent interference and distortion from adjacent cables and equipment. 3. Install lacing bars to restrain cables, to prevent straining connections, and to prevent bending cables to smaller radii than minimums recommended by manufacturer. 4. Bundle, lace, and train conductors to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI ITSIMM, "Cabling Termination Practices" Chapter. Install lacing bars and distribution spools. 5. UTP Cable Installation: a. Comply with TIA 568-C.2. , b. Do not untwist UTP cables more than 1/2 inch from the point of termination, to maintain cable geometry. 6. Installation of Cable Routed Exposed under Raised Floors: `' DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 58 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 a. Install plenum -rated cable only. b. Install cabling after the flooring system has been installed in raised floor areas. C. Coil cable 6 feet long not less than 12 inches in diameter below each feed point. Identify each wire on each end and at each terminal with a number -coded identification tag. Each wire shall have a unique tag. Provide strain relief. Terminate wiring in a junction box. a. Clamp cable over jacket injunction box. b. Individual conductors in the stripped section of the cable shall be slack between the clamping point and terminal block. 10. Terminate field wiring and cable not directly connected to instruments and control devices having integral wiring terminals using terminal blocks. 11. Install signal transmission components according to IEEE C2, REA Form 5l la, NFPA 70, and as indicated. 12. Keep runs short. Allow extra length for connecting to terminal boards. Do not bend flexible coaxial cables in a radius less than 10 times the cable OD. Use sleeves or grommets to protect cables from vibration at points where they pass around sharp corners and through penetrations. 13. Ground wire shall be copper and grounding methods shall comply with IEEE C2. Demonstrate ground resistance. 14. Wire and cable shall be continuous from terminal to terminal without splices. 15. Use insulated spade lugs for wire and cable connection to screw terminals. 16. Use shielded cable to transmitters. 17. Use shielded cable to temperature sensors. 18. Perform continuity and meager testing on wire and cable after installation. 19. Do not install bruised, kinked, scored, deformed, or abraded wire and cable. Remove and discard wire and cable if damaged during installation, and replace it with new cable. 20. Cold -Weather Installation: Bring cable to room temperature before dereeling. Heat lamps shall not be used for heating. 21. Pulling Cable: Comply with BICSI ITSIM, Ch. 4, "Pulling Cable." Monitor cable pull tensions. 22. Protection from Electro-Magnetic Interference (EMI): Provide installation free of (EMI). As a minimum, comply with the following requirements: a. Comply with BICSI TDMM and TIA 569-C for separating unshielded cable from potential EMI sources, including electrical power lines and equipment. b. Separation between open cables or cables in nonmetallic raceways and unshielded power conductors and electrical equipment shall be as follows: 1) Electrical Equipment Rating Less Than 2 kVA: A minimum of 5 inches. 2) Electrical Equipment Rating between 2 and 5 kVA: A minimum of 12 inches. 3) Electrical Equipment Rating More Than 5 kVA: A minimum of 24 inches. C. Separation between cables in grounded metallic raceways and unshielded power lines or electrical equipment shall be as follows: -- 1) Electrical Equipment Rating Less Than 2 kVA: A minimum of 2-1/2 inches. `- DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 59 t BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 2) Electrical Equipment Rating between 2 and 5 kVA: A minimum of 6 inches. -- 3) Electrical Equipment Rating More Than 5 kVA: A minimum of 12 inches. d. Separation between cables in grounded metallic raceways and power lines and electrical equipment located in grounded metallic conduits or enclosures shall be as follows: 1) Electrical Equipment Rating Less Than 2 kVA: No requirement. 2) Electrical Equipment Rating between 2 and 5 kVA: A minimum of 3 inches. 3) Electrical Equipment Rating More Than 5 WA: A minimum of 6 inches. e. Separation between Cables and Electrical Motors and Transformers, 5 kVA or 5 HP and Larger: A minimum of 48 inches. f. Separation between Cables and Fluorescent Fixtures: A minimum of 5 inches. 3.15 FIELD QUALITY CONTROL. A. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect components, assemblies, and installations, including connections. B. Perform the following tests and inspections with the assistance of a factory -authorized service representative: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. C. Testing: 1. Perform preinstallation, in -progress, and final tests, supplemented by additional tests, as necessary. 2. Preinstallation Cable Verification: Verify integrity and serviceability for new cable lengths before installation. This assurance may be provided by using vendor verification documents, testing, or other methods. As a minimum, furnish evidence of verification for cable attenuation and bandwidth parameters. 3. In -Progress Testing: Perform standard tests for correct pair identification and termination during installation to ensure proper installation and cable placement. Perform tests in addition to those specified if there is any reason to question condition of material furnished and installed. Testing accomplished is to be documented by agency conducting tests. Submit test results for Project record. 4. Final Testing: Perform final test of installed system to demonstrate acceptability as installed. Testing shall be performed according to a test plan supplied by DDC system manufacturer. Defective Work or material shall be corrected and retested. As a minimum, final testing for cable system, including spare cable, shall verify conformance of attenuation, length, and bandwidth parameters with performance indicated. 5. Test Equipment: Use a fiber-optic time domain reflectometer for testing of length and optical connectivity. 6. Test Results: Record test results and submit copy of test results for Project record. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 60 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3.16 DDC SYSTEM UO CHECKOUT PROCEDURES A. Check installed products before continuity tests, leak tests and calibration. B. Check instruments for proper location and accessibility. C. Check instruments for proper installation on direction of flow, elevation, orientation, insertion depth, or other applicable considerations that will impact performance. D. Check instrument tubing for proper isolation, fittings, slope, dirt legs, drains, material and support. E. For pneumatic products, verify that air supply for each product is properly installed. F. Control Damper Checkout: 1. Verify that control dampers are installed correctly for flow direction. 2. Verify that proper blade alignment, either parallel or opposed, has been provided. 3. Verify that damper frame attachment is properly secured and sealed. 4. Verify that damper actuator and linkage attachment is secure. 5. Verify that actuator wiring is complete, enclosed and connected to correct power source. 6. Verify that damper blade travel is unobstructed. G. Control Valve Checkout: 1. Verify that control valves are installed correctly for flow direction. 2. Verify that valve body attachment is properly secured and sealed. 3. Verify that valve actuator and linkage attachment is secure. 4. Verify that actuator wiring is complete, enclosed and connected to correct power source. 5. Verify that valve ball, disc or plug travel is unobstructed. 6. After piping systems have been tested and put into service, but before insulating and balancing, inspect each valve for leaks. Adjust or replace packing to stop leaks. Replace the valve if leaks persist. H. Instrument Checkout: 1. Verify that instrument is correctly installed for location, orientation, direction and operating clearances. 2. Verify that attachment is properly secured and sealed. 3. Verify that conduit connections are properly secured and sealed. 4. Verify that wiring is properly labeled with unique identification, correct type and size and is securely attached to proper terminals. 5. Inspect instrument tag against approved submittal. 6. For flow instruments, verify that recommended upstream and downstream distances have been maintained. 7. For temperature instruments: a. Verify sensing element type and proper material. b. Verify length and insertion. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 4� 230923 - 61 �' BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 ' 3.17 DDC SYSTEM UO ADJUSTMENT, CALIBRATION AND TESTING: A. Calibrate each instrument installed that is not factory calibrated and provided with calibration documentation. B. Provide a written description of proposed field procedures and equipment for calibrating each type of instrument. Submit procedures before calibration and adjustment. C. For each analog instrument, make a three-point test of calibration for both linearity and accuracy. D. Equipment and procedures used for calibration shall comply with instrument manufacturer's written instructions. E. Provide diagnostic and test equipment for calibration and adjustment. F. Field instruments and equipment used to test and calibrate installed instruments shall have accuracy at least twice the instrument accuracy being calibrated. An installed instrument with an accuracy of 1 percent shall be checked by an instrument with an accuracy of 0.5 percent. G. Calibrate each instrument according to instrument instruction manual supplied by manufacturer. H. If after calibration indicated performance cannot be achieved, replace out -of -tolerance instruments. I. Comply with field testing requirements and procedures indicated by ASHRAE's Guideline 11, "Field Testing of HVAC Control Components," in the absence of specific requirements, and to supplement requirements indicated. J. Analog Signals: 1. Check analog voltage signals using a precision voltage meter at zero, 50, and 100 percent. 2. Check analog current signals using a precision current meter at zero, 50, and 100 percent. 3. Check resistance signals for temperature sensors at zero, 50, and 100 percent of operating span using a precision -resistant source. K. Digital Signals: 1. Check digital signals using a jumper wire. 2. Check digital signals using an ohmmeter to test for contact making or breaking. L. Control Dampers: 1. Stroke and adjust control dampers following manufacturer's recommended procedure, from 100 percent open to 100 percent closed and back to 100 percent open. 2. Stroke control dampers with pilot positioners. Adjust damper and positioner following manufacturer's recommended procedure, so damper is 100 percent closed, 50 percent closed and 100 percent open at proper air pressure. 3. Check and document open and close cycle times for applications with a cycle time less than 30 seconds. _. L DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 62 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 4. For control dampers equipped with positive position indication, check feedback signal at multiple positions to confirm proper position indication. M. Control Valves: 1. Stroke and adjust control valves following manufacturer's recommended procedure, from 100 percent open to 100 percent closed and back to 100 percent open. 2. Stroke control valves with pilot positioners. Adjust valve and positioner following manufacturer's recommended procedure, so valve is 100 percent closed, 50 percent closed and 100 percent open at proper air pressures. 3. Check and document open and close cycle times for applications with a cycle time less than 30 seconds. 4. For control valves equipped with positive position indication, check feedback signal at multiple positions to confirm proper position indication. N. Meters: Check sensors at zero, 50, and 100 percent of Project design values. O. Sensors: Check sensors at zero, 50, and 100 percent of Project design values. P. Switches: Calibrate switches to make or break contact at set points indicated. Q. Transmitters: i 1. Check and calibrate transmitters at zero, 50, and 100 percent of Project design values. 2. Calibrate resistance temperature transmitters at zero, 50, and 100 percent of span using a precision -resistant source. rill 3.18 DDC SYSTEM CONTROLLER CHECKOUT A. Verify power supply. 1. Verify voltage, phase and hertz. 2. Verify that protection from power surges is installed and functioning. 3. Verify that ground fault protection is installed. 4. If applicable, verify if connected to UPS unit. 5. If applicable, verify if connected to a backup power source. 6. If applicable, verify that power conditioning units, transient voltage suppression and high -frequency noise filter units are installed. B. Verify that wire and cabling is properly secured to terminals and labeled with unique identification. C. Verify that spare UO capacity is provided. 3.19 DDC CONTROLLER 110 CONTOL LOOP TESTS A. Testing: DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC it 230923 - 63 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1. Test every I/O point connected to DDC controller to verify that safety and operating control set points are as indicated and as required to operate controlled system safely and at optimum performance. 2. Test every 110 point throughout its full operating range. 3. Test every control loop to verify operation is stable and accurate. 4. Adjust control loop proportional, integral and derivative settings to achieve optimum performance while complying with performance requirements indicated. Document testing of each control loop's precision and stability via trend logs. 5. Test and adjust every control loop for proper operation according to sequence of operation. 6. Test software and hardware interlocks for proper operation. Correct deficiencies. 7. Operate each analog point at the following: a. Upper quarter of range. b. Lower quarter of range. C. At midpoint of range. 8. Exercise each binary point. 9. For every UO point in DDC system, read and record each value at operator workstation, at DDC controller and at field instrument simultaneously. Value displayed at operator workstation, at DDC controller and at field instrument shall match. 10. Prepare and submit a report documenting results for each I/O point in DDC system and include in each UO point a description of corrective measures and adjustments made to achieve desire results. 3.20 DDC SYSTEM VALIDATION TESTS A. Perform validation tests before requesting final review of system. Before beginning testing, first submit Pretest Checklist and Test Plan. B. After approval of Test Plan, execute all tests and procedures indicated in plan. C. After testing is complete, submit completed test checklist. D. Pretest Checklist: Submit the following list with items checked off once verified: 1. Detailed explanation for any items that are not completed or verified. 2. Required mechanical installation work is successfully completed and HVAC equipment is working correctly. 3. HVAC equipment motors operate below full -load amperage ratings. 4. Required DDC system components, wiring, and accessories are installed. 5. Installed DDC system architecture matches approved Drawings. 6. Control electric power circuits operate at proper voltage and are free from faults. 7. Required surge protection is installed. 8. DDC system network communications function properly, including uploading and downloading programming changes. 9. Using BACnet protocol analyzer, verify that communications are error free. 10. Each controller's programming is backed up. 11. Equipment, products, tubing, wiring cable and conduits are properly labeled. 12. All I/O points are programmed into controllers. t' i- DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC ►f�cZIZ7►�C�Z! BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 13. Testing, adjusting and balancing work affecting controls is complete. 14. Dampers and actuators zero and span adjustments are set properly. 15. Each control damper and actuator goes to failed position on loss of power. 16. Valves and actuators zero and span adjustments are set properly. 17. Each control valve and actuator goes to failed position on loss of power. 18. Meter, sensor and transmitter readings are accurate and calibrated. 19. Control loops are tuned for smooth and stable operation. 20. View trend data where applicable. 21. Each controller works properly in standalone mode. 22. Safety controls and devices function properly. 23. Interfaces with fire -alarm system function properly. 24. Electrical interlocks function properly. 25. Operator workstations and other interfaces are delivered, all system and database software is installed, and graphic are created. 26. Record Drawings are completed. E. Test Plan: 1. Prepare and submit a validation test plan including test procedures for performance validation tests. 2. Test plan shall address all specified functions of DDC system and sequences of operation. 3. Explain detailed actions and expected results to demonstrate compliance with requirements indicated. 4. Explain method for simulating necessary conditions of operation used to demonstrate performance. 5. Include a test checklist to be used to check and initial that each test has been successfully completed. 6. Submit test plan documentation 10 business days before start of tests. F. Validation Test: 1. Verify operating performance of each 1/0 point in DDC system. a. Verify analog 1/0 points at operating value. b. Make adjustments to out -of -tolerance I/O points. 1) Identify 1/0 points for future reference. 2) Simulate abnormal conditions to demonstrate proper function of safety devices. 3) Replace instruments and controllers that cannot maintain. performance indicated after adjustments. 2. Simulate conditions to demonstrate proper sequence of control. 3. Readjust settings to design values and observe ability of DDC system to establish desired conditions. 4. After 24 Hours following Initial Validation Test: a. Re -check 1/0 points that required corrections during initial test. b. Identify I/O points that still require additional correction and make corrections necessary to achieve desired results. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC f 230923 - 65 '-' BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 5. After 24 Hours of Second Validation Test: a. Re -check 1/0 points that required corrections during second test. b. Continue validation testing until 1/0 point is normal on two consecutive tests. 6. Completely check out, calibrate, and test all connected hardware and software to ensure that DDC system performs according to requirements indicated. 7. After validation testing is complete, prepare and submit a report indicating all 1/0 points that required correction and how many validation re -tests it took to pass. Identify adjustments made for each test and indicate instruments that were replaced. G. DDC System Response Time Test: 1. Simulate HLC. a. Heavy load shall be an occurrence of 50 percent of total connected binary COV, one-half of which represent an "alarm" condition, and 50 percent of total connected analog COV, one-half of which represent an "alarm" condition, that are initiated simultaneously on a one-time basis. 2. Initiate 10 successive occurrences of HLC and measure response time to typical alarms and status changes. 3. Measure with a timer having at least 0.1-second resolution and 0.01 percent accuracy. 4. Purpose of test is to demonstrate DDC system, as follows: a. Reaction to COV and alarm conditions during HLC. b. Ability to update DDC system database during HLC. 5. Passing test is contingent on the following: a. Alarm reporting at printer beginning no more than two seconds after the initiation (time zero) of HLC. b. All alarms, both binary and analog, are reported and printed; none are lost. C. Compliance with response times specified. 6. Prepare and submit a report documenting HLC tested and results of test including time stamp and print out of all alarms. H. DDC System Network Bandwidth Test: 1. Test network bandwidth usage on all DDC system networks to demonstrate bandwidth usage under DDC system normal operating conditions and under simulated HLC. 2. To pass, none of DDC system networks shall use more than 70 percent of available bandwidth under normal and HLC operation. 3.21 FINAL REVIEW A. Submit written request to Engineer when DDC system is ready for final review. Written request shall state the following: DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 66 r__ BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1. DDC system has been thoroughly inspected for compliance with contract documents and found to be in full compliance. 2. DDC system has been calibrated, adjusted and tested and found to comply with requirements of operational stability, accuracy, speed and other performance requirements indicated. 3. DDC system monitoring and control of HVAC systems results in operation according to sequences of operation indicated. 4. DDC system is complete and ready for final review. B. Review by Engineer shall be made after receipt of written request. A field report shall be issued to document observations and deficiencies. C. Take prompt action to remedy deficiencies indicated in field report and submit a second written request when all deficiencies have been corrected. Repeat process until no deficiencies are reported. D. Should more than two reviews be required, DDC system manufacturer and Installer shall compensate entity performing review for total costs, labor and expenses, associated with third and subsequent reviews. Estimated cost of each review shall be submitted and approved by DDC system manufacturer and Installer before making the review. E. Prepare and submit closeout submittals when no deficiencies are reported. F. A part of DDC system final review shall include a demonstration to parties participating in final review. 1. Provide staff familiar with DDC system installed to demonstrate operation of DDC system during final review. 2. Provide testing equipment to demonstrate accuracy and other performance requirements of DDC system that is requested by reviewers during final review. 3. Demonstration shall include, but not be limited to, the following: a. Accuracy and calibration of 20 I/O points randomly selected by reviewers. If review finds that some UO points are not properly calibrated and not satisfying performance requirements indicated, additional UO points may be selected by reviewers until total UO points being reviewed that satisfy requirements equals quantity indicated. b. HVAC equipment and system hardwired and software safeties and life -safety functions are operating according to sequence of operation. Up to 20 UO points shall be randomly selected by reviewers. Additional UO points may be selected by reviewers to discover problems with operation. C. Correct sequence of operation after electrical power interruption and resumption after electrical power is restored for randomly selected HVAC systems. d. Operation of randomly selected dampers and valves in normal -on, normal -off and failed positions. e. Reporting of alarm conditions for randomly selected alarms, including different classes of alarms, to ensure that alarms are properly received by operators and operator workstations. f. Trends, summaries, logs and reports set-up for Project. g. For up to three HVAC systems randomly selected by reviewers, use graph trends to show that sequence of operation is executed in correct manner and that HVAC DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC j 230923 - 67 ' i t BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 systems operate properly through complete sequence of operation including different modes of operations indicated. Show that control loops are stable and operating at set points and respond to changes in set point of 20 percent or more. h. Software's ability to communicate with controllers, operator workstations, uploading and downloading of control programs. a i. Software's ability to edit control programs off-line. j. Data entry to show Project -specific customizing capability including parameter changes. k. Step through penetration tree, display all graphics, demonstrate dynamic update, and direct access to graphics. 1. Execution of digital and analog commands in graphic mode. in. Spreadsheet and curve plot software and its integration with database. n. Online user guide and help functions. o. Multitasking by showing different operations occurring simultaneously on four quadrants of split screen. p. System speed of response compared to requirements indicated. q. For Each Network and Programmable Application Controller: 1) Memory: Programmed data, parameters, trend and alarm history collected during normal operation is not lost during power failure. 2) Operator Interface: Ability to connect directly to each type of digital controller with a portable operator workstation and PDA. Show that maintenance personnel interface tools perform as indicated in manufacturer's technical literature. 3) Standalone Ability: Demonstrate that controllers provide stable and reliable standalone operation using default values or other method for values normally read over network. 4) Electric Power: Ability to disconnect any controller safely from its power source. 5) Wiring Labels: Match control drawings. 6) Network Communication: Ability to locate a controller's location on network and communication architecture matches Shop Drawings. 7) Nameplates and Tags: Accurate and permanently attached to control panel doors, instrument, actuators and devices. For Each Operator Workstation: 1) I/O points lists agree with naming conventions. 2) Graphics are complete. 3) UPS unit, if applicable, operates. S. Communications and Interoperability: Demonstrate proper interoperability of data sharing, alarm and event management, trending, scheduling, and device and network management. Use ASHRAE 135 protocol analyzer to help identify devices, view network traffic, and verify interoperability. Requirements must be met even if only one manufacturer's equipment is installed. 1) Data Presentation: On each operator workstation, demonstrate graphic display capabilities. 2) Reading of Any Property: Demonstrate ability to read and display any used readable object property of any device on network. ' DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 68 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3) Set Point and Parameter Modifications: Show ability to modify set points and tuning parameters indicated. Modifications are made with messages and write services initiated by an operator using workstation graphics, or by completing a field in a menu with instructional text. 4) Peer -to -Peer Data Exchange: Network devices are installed and configured to perform without need for operator intervention to implement Project sequence of operation and to share global data. 5) Alarm and Event Management: Alarms and events are installed and prioritized according to Owner. Demonstrate that time delays and other logic are set up to avoid nuisance tripping. Show that operators with sufficient privileges are permitted. 6) Schedule Lists: Schedules are configured for start and stop, mode change, occupant overrides, and night setback as defined in sequence of operations. 7) Schedule Display and Modification: Ability to display any schedule with start and stop times for calendar year. Show that all calendar entries and schedules are modifiable from any connected operator workstation by an operator with sufficient privilege. 8) Archival Storage of Data: Data archiving is handled by operator workstation and server and local trend archiving and display is accomplished. 9) Modification of Trend Log Object Parameters: Operator with sufficient privilege can change logged data points, sampling rate, and trend duration. 10) Device and Network Management: a) Display of network device status. b) Display of BACnet Object Information. c) Silencing devices transmitting erroneous data. d) Time synchronization. e) Remote device re -initialization. f) Backup and restore network device programming and master database(s). g) Configuration management of routers. 3.22 ADJUSTING A. Occupancy Adjustments: When requested within 12 months from date of Substantial t Completion, provide on -site assistance in adjusting system to suit actual occupied conditions. , Provide up to two visits to Project during other -than -normal occupancy hours for this purpose. 3.23 MAINTENANCE SERVICE A. Maintenance Service: Beginning at Substantial Completion, maintenance service shall include 12 months' full maintenance by DDC system manufacturer's authorized service representative. Include quarterly preventive maintenance, repair or replacement of worn or defective components, cleaning, calibration and adjusting as required for proper operation. Parts and supplies shall be manufacturer's authorized replacement parts and supplies. DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC 230923 - 69 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 J _, a 3.24 SOFTWARE SERVICE AGREEMENT A. Technical Support: Beginning at Substantial Completion, service agreement shall include software support for two year(s). B. Upgrade Service: At Substantial Completion, update software to latest version. Install and program software upgrades that become available within two year(s) from date of Substantial Completion. Upgrading software shall include operating system and new or revised licenses for using software. Upgrade Notice: At least 30 days to allow Owner to schedule and access system and to upgrade computer equipment if necessary. 3.25 DEMONSTRATION A. Engage a factory -authorized service representative with complete knowledge of Project -specific system installed to train Owner's maintenance personnel to adjust, operate, and maintain DDC system. B. Extent of Training: 1. Base extent of training on scope and complexity of DDC system indicated and training requirements indicated. Provide extent of training required to satisfy requirements indicated even if more than minimum training requirements are indicated. 2. Inform Owner of anticipated training requirements if more than minimum training requirements are indicated. 3. Minimum Training Requirements: a. Provide not less than five days of training total. b. Stagger training over multiple training classes to accommodate Owner's requirements. All training shall occur before end of warranty period. C. Training Schedule: 1. Schedule training with Owner 20 business days before expected Substantial Completion. 2. Schedule training to provide Owner with at least 10 business days of notice in advance of training. 3. Training shall occur within normal business hours at a mutually agreed on time. Unless otherwise agreed to, training shall occur Monday through Friday, except on U.S. Federal holidays. 4. Provide staggered training schedule as requested by Owner. D. Training Attendee List and Sign -in Sheet: 1. Request from Owner in advance of training a proposed attendee list with name, phone number and e-mail address. 2. Provide a preprinted sign -in sheet for each training session with proposed attendees listed and no fewer than six blank spaces to add additional attendees. 3. Preprinted sign -in sheet shall include training session number, date and time, instructor name, phone number and e-mail address, and brief description of content to be covered DIRECT DIGITAL CONTROL DDC SYSTEM FOR HVAC 230923 - 70 t BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 during - n g session. List attendees with columns for name, phone number, e-mail address and a column for attendee signature or initials. 4. Circulate sign -in sheet at beginning of each session and solicit attendees to sign or initial in applicable location. 1 5. At end of each training day, send Owner an e-mail with an attachment of scanned copy (PDF) of circulated sign -in sheet for each session. E. Instructor Requirements: 1. One or multiple qualified instructors, as required, to provide training. F. Organization of Training Sessions: 1. Organize training sessions into logical groupings of technical content and to reflect different levels of operators having access to system. Plan training sessions to accommodate the following three levels of operators: a. Daily operators. b. Advanced operators. C. System managers and administrators. 2. Plan and organize training sessions to group training content to protect DDC system security. Some attendees may be restricted to some training sessions that cover restricted content for purposes of maintaining DDC system security. G. On -Site Training: 1. Owner will provide conditioned classroom or workspace with ample desks or tables, chairs, power and data connectivity for instructor and each attendee. 2. Instructor shall provide training materials, projector and other audiovisual equipment used in training. 3. Provide as much of training located on -site as deemed feasible and practical by Owner. 4. On -site training shall include regular walk-through tours, as required, to observe each unique product type installed with hands-on review of operation, calibration and service requirements. 5. Operator workstation provided with DDC system shall be used in training. If operator workstation is not indicated, provide a temporary workstation to convey training content. H. Video of Training Sessions: 1. Provide a digital video and audio recording of each training session. Create a separate recording file for each session. 2. Provide Owner with two copies of digital files on DVDs or flash drives for later reference and for use in future training. 3. Owner retains right to make additional copies for intended training purposes without having to pay royalties. END OF SECTION 230923 DIRECT DIGITAL CONTROL (DDC) SYSTEM FOR HVAC f # 230923 - 71 `""' BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 SECTION 230923.11 - CONTROL VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section includes control valves and actuators for DDC systems. B. Related Requirements: 1. Section 230923 "Direct -Digital Control System for HVAC" control equipment and software, relays, electrical power devices, uninterruptible power supply units, wire, and cable. 2. Section 230933 'Electric and Electronic Control System for HVAC" for electric/electronic control valves and actuators in electric and electronic control systems. 3. Section 230943 "Pneumatic Control System for HVAC" for pneumatic control valves and actuators in pneumatic control systems. 4. Section 230993 "Sequence of Operations for HVAC Controls" for requirements that relate to Section 230923.11. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: 1. Include diagrams for power, signal, and control wiring. 2. Include diagrams for pneumatic signal and main air tubing. C. Delegated -Design Submittal: 1. Schedule and design calculations for control valves and actuators, including the following: a. -- Flow at project design and minimum flow conditions. b. Pressure differential drop across valve at project design flow condition. C. Maximum system pressure differential drop (pump close -off pressure) across valve at project minimum flow condition. d. Design and minimum control valve coefficient with corresponding valve position. e. Maximum close -off pressure. f. Leakage flow at maximum system pressure differential. g. Torque required at worst case condition for sizing actuator. h. Actuator selection indicating torque provided. 1.3 CLOSEOUT SUBMITTALS A. Operation and maintenance data. 1-" CONTROL VALVES 230923.11- 1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. ASME Compliance: Fabricate and label products to comply with ASME Boiler and Pressure Vessel Code where required by authorities having jurisdiction. C. Ground Fault: Products shall not fail due to ground fault condition when suitably grounded. D. Determine control valve sizes and flow coefficients by ISA 75.01.01. E. Control valve characteristics and rangeability shall comply with ISA 75.11.01. F. Selection Criteria: 1. Control valves shall be suitable for operation at following conditions: a. Chilled Water b. Heating Hot Water 2. Minimum Cv shall be calculated at 10 percent of design flow, with a coincident pressure differential equal to the system design pump head. 3. In water systems, select modulating control valves at terminal equipment for a design Cv based on a pressure drop of 5 psig at design flow unless otherwise indicated. 4. Modulating valve sizes for steam service shall provide a pressure drop at design flow equal to lesser of the following: a. 50 percent of the valve inlet pressure. b. 50 percent of the absolute steam pressure at the valve inlet. 2.2 BALL -STYLE CONTROL VALVES A. Pressure -Independent Ball Valves NPS 2 and Smaller: 1. Performance: a. Pressure Rating: 600 psig for NPS 1 and 400 psig for NPS 1-1/2 and NPS 2. b. Close -off pressure of 200 psig. C. Process Temperature Range: Between zero to 212 deg F. d. Rangeability: 100 to 1. 2. Integral Pressure Regulator: Located upstream of ball to regulate pressure, to maintain a constant pressure differential while operating within a pressure differential range of 5 to 50 psig. 3. Body: Forged brass, nickel plated, and with threaded ends. 4. Ball: Chrome -plated brass. 5. Stem and Stem Extension: Chrome -plated brass, blowout -proof design. CONTROL VALVES 230923.11 - 2 7 f t BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 6. Stem sleeve or other approved means to allow valve to be opened and closed without Pp p damaging field -applied insulation and insulation vapor barrier seal. 7. Ball Seats: Reinforced PTFE. 8. Stem Seal: Reinforced PTFE packing ring stem seal with threaded packing ring follower to retain the packing ring under design pressure with the linkage removed. Alternative means, such as EPDM O-rings, are acceptable if equivalent cycle endurance can be achieved. 9. Flow Characteristic: Equal percentage. 2.3 BUTTERFLY -STYLE CONTROL VALVES A. Commercial -Grade, Two -Way Butterfly Valves: 1. Performance: a. Bi-directional bubble tight shutoff at 250 psig. b. Comply with MSS SP-67 or MSS SP-68. C. Rotation: Zero to 90 degrees. d. Linear or modified equal percentage flow characteristic. 2. Body: Cast iron ASTM A 126, Class B, ductile iron ASTM A 536 or cast steel ASTM A 216/A 216M WCB fully lugged, suitable for mating to ASME B 16.5 flanges. 3. Disc: 316 stainless steel. 4. Shaft: 316 or 17-4 PH stainless steel. 5. Seat: Reinforced EPDM or reinforced PTFE with retaining ring. 6. Shaft Bushings: Reinforced PTFE or stainless steel. 7. Replaceable seat, disc, and shaft bushings. 8. Corrosion -resistant nameplate indicating: a. Manufacturer's name, model number, and serial number. b. Body size. C. Body and trim materials. d. Flow arrow. 2.4 GLOBE -STYLE CONTROL VALVES A. General Globe -Style Valve Requirements: 1. Globe -style control valve body dimensions shall comply with ISA 75.08.01. 2. Construct the valves to be serviceable from the top. 3. For cage guided valves, trim shall be field interchangeable for different valve flow characteristics, such as equal percentage, linear, and quick opening. 4. Reduced trim for one nominal size smaller shall be available for industrial valves NPS and larger. 5. Replaceable seats and plugs. 6. Furnish each control valve with a corrosion -resistant nameplate indicating the following: a. Manufacturer's name, model number, and serial number. b. Body and trim size. r CONTROL VALVES 230923.11 - 3 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center 0 2.5 C. 0 C. Arrow indicating direction of flow. Two -Way Globe Valves NPS 2 and Smaller: 1. Globe Style: Single port. 2. Body: Cast bronze or forged brass with ASME B 16.5, Class 250 rating. 3. End Connections: Threaded. 4. Bonnet: Screwed. 5. Packing: PTFE V-ring. 6. Plug: Top guided. 7. Plug, Seat, and Stem: stainless steel. 8. Process Temperature Range: 35 to 248 deg F. 9. Ambient Operating Temperature: 35 to 150 deg F. 10. Leakage: FCI 70-2, Class IV. 11. Rangeability: 25 to 1. 12. Equal percentage flow characteristic. Two -Way Globe Valves NPS 2-1/2 to NPS 6: January 2017 1. Globe Style: Single port. 2. Body: Cast iron complying with ASME B61.1, Class 125. 3. End Connections: Flanged, suitable for mating to ASME B 16.5, Class 150 flanges. 4. Bonnet: Bolted. 5. Packing: PTFE cone -ring. 6. Plug: Top or bottom guided. 7. Plug, Seat, and Stem: Brass or stainless steel. 8. Process Temperature Rating: 35 to 281 deg F. 9. Leakage: 0.1 percent of maximum flow. 10. Rangeability: Varies with valve size between 6 and 10 to 1. 11. Modified linear flow characteristic. ELECTRIC AND ELECTRONIC CONTROL VALVE ACTUATORS Actuators for Hydronic Control Valves: Capable of closing valve against system pump shutoff head. B. Position indicator and graduated scale on each actuator. C. Type: Motor operated, with or without gears, electric and electronic. D. Voltage: Voltage selection delegated to professional designing control system. E. Deliver torque required for continuous uniform movement of controlled device from limit to limit when operated at rated voltage. F. Function properly within a range of 85 to 120 percent of nameplate voltage. G. Construction: CONTROL VALVES i 230923.11 - 4 _J �_ 1 m i_ BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 x 1. For Actuators Less Than 100 W: Fiber or reinforced nylon gears with steel shaft, copper alloy or nylon bearings, and pressed steel enclosures. 2. For Actuators from 100 to 400 W: Gears ground steel, oil immersed, shaft hardened steel running in bronze, copper alloy or ball bearings. Operator and gear trains shall be totally enclosed in dustproof cast-iron, cast -steel or cast -aluminum housing. 3. For Actuators Larger Than 400 W: Totally enclosed reversible induction motors with auxiliary hand crank and permanently lubricated bearings. H. Field Adjustment: 1. Spring Return Actuators: Easily switchable from fail open to fail closed in the field without replacement. 2. Gear Type Actuators: External manual adjustment mechanism to allow manual positioning when the actuator is not powered. I. Two -Position Actuators: Single direction, spring return or reversing type. J. Modulating Actuators: 1. Operation: Capable of stopping at all points across full range, and starting in either direction from any point in range. 2. Control Input Signal: a. Three Point, Tristate, or Floating Point: Clockwise and counter -clockwise inputs. One input drives actuator to open position and other input drives actuator to close position. No signal of either input remains in last position. b. Proportional: Actuator drives proportional to input signal and modulates throughout its angle of rotation. C. Pulse Width Modulation (PWM): Actuator drives to a specified position according to pulse duration (length) of signal from a dry contact closure, triac sink, or source controller. d. Programmable Multi -Function: 1) Control Input, Position Feedback, and Running Time: Factory or field programmable. 2) Diagnostic: Feedback of hunting or oscillation, mechanical overload, mechanical travel, and mechanical load limit. 3) Service Data: Include, at a minimum, number of hours powered and number of hours in motion. K. Position Feedback: 1. Modulating actuators with a position feedback through current or voltage signal for remote monitoring. 2. Provide a position indicator and graduated scale on each actuator indicating open and closed travel limits. L. Fail -Safe: 1. Where indicated, provide actuator to fail to an end position. CONTROL VALVES 230923.11 - 5 lv; BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 t- D. Furnish and install raceways. Comply with requirements in Section 260533 'Raceways and Boxes for Electrical Systems." �t 3.4 CONTROL VALVES A. Install pipe reducers for valves smaller than line size. Position reducers as close to valve as possible but at distance to avoid interference and impact to performance. Install with manufacturer -recommended clearance. r B. Install flanges or unions to allow drop -in and -out valve installation. C. Where indicated, install control valve with three -valve bypass manifold to allow for control valve isolation and removal without interrupting system flow by providing manual throttling valve in bypass pipe. D. Install pressure temperature taps in piping upstream and downstream of each control valve larger than NPS 1. E. Valve Orientation: 1. Where possible, install globe and ball valves installed in horizontal piping with stems upright and not more than 15 degrees off of vertical, not inverted. 2. Install valves in a position to allow full stem.movement. 3. Where possible, install butterfly valves that are installed in horizontal piping with stems in horizontal position and with low point of disc opening with direction of flow. F. Clearance: Ell 1. Locate valves for easy access and provide separate support of valves that cannot be handled by service personnel without hoisting mechanism. 2. Install valves with at least 12 inches of clear space around valve and between valves and adjacent surfaces. G. Threaded Valves: 1. Note internal length of threads in valve ends, and proximity of valve internal seat or wall, to determine how far pipe should be threaded into valve. 2. Align threads at point of assembly. 3. Apply thread compound to external pipe threads, except where dry seal threading is specified. 4. Assemble joint, wrench tight. Apply wrench on valve end as pipe is being threaded. H. Flanged Valves: 1. Align flange surfaces parallel. 2. Assemble joints by sequencing bolt tightening to make initial contact of flanges and gaskets as flat and parallel as possible. Use suitable lubricants on bolt threads. Tighten bolts gradually and uniformly with a torque wrench. {t CONTROL VALVES 230923.11 - 8 `-' ! 1 t BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 I. Connect electrical devices and components to electrical grounding system. Comply with requirements in Section 260526 "Grounding and Bonding for Electrical Systems." Identify system components, wiring, cabling, and terminals. Each piece of wire, cable, and tubing shall have the same designation at each end for operators to determine continuity at points of connection. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems." K. Install engraved phenolic nameplate with valve identification on valve and on face of ceiling directly below valves concealed above ceilings. 3.5 CHECKOUT PROCEDURES A. Control Valve Checkout: 1. Check installed products before continuity tests, leak tests, and calibration. 2. Check valves for proper location and accessibility. 3. Check valves for proper installation for direction of flow, elevation, orientation, insertion depth, or other applicable considerations that will impact performance. 4. Verify that control valves are installed correctly for flow direction. 5. Verify that valve body attachment is properly secured and sealed. 6. Verify that valve actuator and linkage attachment are secure. 7. Verify that actuator wiring is complete, enclosed, and connected to correct power source. 8. Verify that valve ball, disc, and plug travel are unobstructed. 9. After piping systems have been tested and put into service, but before insulating and balancing, inspect each valve for leaks. Adjust or replace packing to stop leaks. Replace the valve if leaks persist. 3.6 ADJUSTMENT, CALIBRATION, AND TESTING A. Stroke and adjust control valves following manufacturer's recommended procedure, from 100 percent open to 100 percent closed back to 100 percent open. B. Stroke control valves with pilot positioners. Adjust valve and positioner following manufacturer's recommended procedure, so valve is 100 percent closed, 50 percent closed, and 100 percent open at proper air pressures. C. Check and document open and close cycle times for applications with a cycle time of less than 30 seconds. D. For control valves equipped with positive position indication, check feedback signal at multiple positions to confirm proper position indication. END OF SECTION 230923.11 `" - CONTROL VALVES 230923.11 - 9 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center SECTION 230923.12 - CONTROL DAMPERS PART 1 - GENERAL January 2017 1.1 SUMMARY A. Section includes control dampers and actuators for DDC systems. New dampers are not anticipated to be required. All actuators will be new. B. Related Requirements: 1. Section 230923 "Direct -Digital Control System for HVAC" for control equipment and software, relays, electrical power devices, uninterruptible power supply units, wire, and cable. 2. Section 230993 "Sequence of Operations for HVAC Controls" for requirements that relate to Section 230923.12. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Include diagrams for power, signal, and control wiring. C. Delegated -Design Submittal: 1. Schedule and design calculations for control dampers and actuators, including the following. a. Flow at project design and minimum flow conditions. b. Face velocity at project design and minimum airflow conditions. C. Pressure drop across damper at project design and minimum airflow conditions. d. AMCA 500D damper installation arrangement used to calculate and schedule pressure drop, as applicable to installation. e. Maximum close -off pressure. f. Leakage airflow at maximum system pressure differential (fan close -off pressure). g. Torque required at worst case condition for sizing actuator. h. Actuator selection indicating torque provided. 1.3 CLOSEOUT SUBMITTALS A. Operation and maintenance data. CONTROL DAMPERS 230923.12 -1 ' BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 �J PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. ASME Compliance: Fabricate and label products to comply with ASME Boiler and Pressure Vessel Code where required by authorities having jurisdiction. C. Delegated Design: Engage a qualified professional[ engineer], as defined in Section 014000 "Quality Requirements," to size products where indicated as delegated design. D. Ground Fault: Products shall not fail due to ground fault condition when suitably grounded. 2.2 RECTANGULAR CONTROL DAMPERS A. General Requirements: 1. Unless otherwise indicated, use parallel blade configuration for two -position control, equipment isolation service, and when mixing two airstreams. For other applications, use opposed blade configuration. 2. Factory assemble multiple damper sections to provide a single damper assembly of size required by the application. B. Rectangular Dampers with Aluminum Airfoil Blades: 1. Performance: a. Leakage: AMCA 511, Class IA. Leakage shall not exceed 3 cfm/sq. ft. against I - in. wg differential static pressure. b. Pressure Drop: 0.05-in. wg at 1500 fpm across a 24-by-24-inch damper when tested according to AMCA 500-D, figure 5.3. C. Velocity: Up to 6000 fpm. d. Temperature: Minus 40 to plus 185 deg F. e. Pressure Rating: Damper close -off pressure equal to fan shutoff pressure with a maximum blade deflection of 1/200 of blade length. f. Damper shall have AMCA seal for both air leakage and air performance. 2. Construction: a. Frame: 1) Material: ASTM B 211, Alloy 6063 T5 extruded -aluminum profiles,0.07 inch thick. 2) Hat -shaped channel with integral flange(s). Mating face shall be a minimum of 1 inch. 3) Width not less than 5 inches. b. Blades: [ "' CONTROL DAMPERS 230923.12 - 2 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1) Hollow, airfoil, extruded aluminum. 2) Parallel or opposed blade configuration as required by application. 3) Material: ASTM B 211, Alloy 6063 T5 aluminum, 0.07 inch thick. 4) Width not to exceed 6 inches. 5) Length as required by close -off pressure, not to exceed 48 inches. C. Seals: 1) Blades: Replaceable, mechanically attached extruded silicone, vinyl, or plastic composite. 2) Jambs: Stainless steel, compression type. d. Axles: 0.5-inch-diameter steel, mechanically attached to blades. e. Bearings: 1) Molded synthetic or stainless -steel sleeve mounted in frame. 2) Where blade axles are installed in vertical position, provide thrust bearings. f. Linkage: 1) Concealed in frame. 2) Constructed of aluminum and steel. 3) Hardware: Stainless steel. g. Transition: 1) For round and flat oval duct applications, provide damper assembly with integral transitions to mate to adjoining field connection. 2) Factory mount damper in a sleeve with a close transition to mate to field connection. 3) Damper size and sleeve shall be connection size plus 2 inches. 4) Sleeve length shall be not less than 12 inches for dampers without jackshafts and shall be not less than 16 inches for dampers with jackshafts. 5) Sleeve material shall match adjacent duct. h. Additional Corrosion Protection for Corrosive Environments: 1) Provide anodized finish for aluminum surfaces in contact with airstream. Anodized finish shall be a minimum of 0.0007 inch thick. 2) Axles, damper linkage, and hardware shall be constructed of Type 316L stainless steel. 3. Airflow Measurement: a. Where indicated, provide damper assembly with integral airflow monitoring. b. Zero- to 10-V do or 4- to 20-mA scaled output signal for remote monitoring of actual airflow. C. Accuracy shall be within 5 percent of the actual flow rate between the range of minimum and design airflow. For applications with a large variation in range between the minimum and design airflow, configure the damper sections and flow CONTROL DAMPERS 230923.12 - 3 8 f i r i � 4 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 measurement assembly as required to comply with the stated accuracy over the entire modulating range. d. Provide a straightening device as part of the flow measurement assembly to achieve the specified accuracy with configuration indicated. e. Suitable for operation in untreated and unfiltered air. f. Provide temperature and altitude compensation and correction to maintain accuracy over temperature range encountered at site altitude. g. Provide automatic zeroing feature. 4. Airflow Control: a. Where indicated, provide damper assembly with integral airflow measurement and control. b. A factory -furnished and -calibrated controller shall be programmed, in nonvolatile EPROM, with application -specific airflow set point and range. C. The controller and actuator shall communicate to control the desired airflow. d. The controller shall receive a zero- to 10-V do input signal and report a zero- to 20- mA output signal that is proportional to the airflow. e. Airflow measurement and control range shall be suitable for operation between 150 to 2000 fpm. f. Ambient Operating Temperature Range: Minus 40 to plus 140 deg F. g. Ambient Operating Humidity Range: 5 to 95 percent relative humidity, non - condensing. h. Provide unit with control transformer rated for not less than 85 VA. Provide transformer with primary and secondary protection and primary disconnecting means. Coordinate requirements with field power connection. i. Provide screw terminals for interface to field wiring. j. Factory mount electronics within a NEMA 250, Type 1 painted steel enclosure. C. Rectangular Dampers with Steel Airfoil Blades: 1. Performance: a. Leakage: AMCA 511, Class 1A. Leakage shall not exceed 3 cfm/sq. ft. against t- in. wg differential static pressure. b. Pressure Drop: 0.06-in. wg at 1500 fpm across a 24-by-24-inch damper when tested according to AMCA 500-D, figure 5.3. C. Velocity: Up to 6000 fpm. d. Temperature: Minus 40 to plus 185 deg F. e. Pressure Rating: Damper close -off pressure equal to fan shutoff pressure with a maximum blade deflection of 1/200 of blade length. f. Damper shall have AMCA seal for both air leakage and air performance. 2. Construction: a. Frame: 1) Material: ASTM A 653/A 653M galvanized -steel profiles, 0.06 inch thick. 2) Hat -shaped channel with integral flanges. Mating face shall be a minimum of 1 inch. 3) Width not less than 5 inches. CONTROL DAMPERS 230923.12 - 4 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 b. Blades: 1) Hollow, airfoil, galvanized steel. 2) Parallel or opposed blade configuration as required by application. 3) Material: ASTM A 653/A 653M galvanized steel, 0.05 inch thick. 4) Width not to exceed 6 inches. 5) Length as required by close -off pressure, not to exceed 48 inches. C. Seals: 1) Blades: Replaceable, mechanically attached extruded silicone, vinyl, or plastic composite. 2) Jambs: Stainless steel, compression type. d. Axles: 0.5-inch-diameter steel, mechanically attached to blades. e. Bearings: 1) Stainless steel mounted in frame. 2) Where blade axles are installed in vertical position, provide thrust bearings. L Linkage: 1) Concealed in frame. 2) Constructed of aluminum and steel. 3) Hardware: Stainless steel. g. Transition: 1) For round and flat oval duct applications, provide damper assembly with integral transitions to mate to adjoining field connection. 2) Factory mount damper in a sleeve with a close transition to mate to field connection. 3) Damper size and sleeve shall be connection size plus 2 inches. 4) Sleeve length shall be not less than 12 inches for dampers without jackshafts and shall be not less than 16 inches for dampers with jackshafts. 5) Sleeve material shall match adjacent duct. h. Additional Corrosion Protection for Corrosive Environments: 1) Provide epoxy finish for surfaces in contact with airstream. 2) Axles, damper linkage, and hardware shall be constructed of Type 316L stainless steel. D. Rectangular Dampers with Aluminum Flat Blades: 1. Performance: a. Leakage: Leakage shall not exceed 3.2 cfm/sq. ft. against 1-in. wg differential static pressure. b. Pressure Drop: 0.07-in. wg at 1500 fpm across a 24-by-24-inch damper when tested according to AMCA 500-D, figure 5.3. CONTROL DAMPERS 230923.12 - 5 in BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 C. Velocity: Up to 2000 fpm. d. Temperature: Minus 50 to plus 250 deg F. e. Pressure Rating: Damper close -off pressure equal to fan shutoff pressure with a maximum blade deflection of 1/200 of blade length, not to exceed 3-in. wg. f. Damper shall have AMCA seal for both air leakage and air performance. E. Rectangular Dampers with Steel Flat Blades: 1. Performance: a. Leakage: Leakage shall not exceed 4.8 cfm/sq. ft. against 1-in. wg differential static pressure. b. Pressure Drop: 0.1-in. wg at 1500 fpm across a 24-by-24-inch damper when tested according to AMCA 500-D, figure 5.3. C. Velocity: Up to 1500 fpm. d. Temperature: Minus 25 to plus 180 deg F. e. Pressure Rating: Damper close -off pressure equal to fan shutoff pressure with a maximum blade deflection of 1/200 of blade length, not to exceed 4-in. wg. f. Damper shall have AMCA seal for both air leakage and air performance. 2.3 GENERAL CONTROL -DAMPER ACTUATORS REQUIREMENTS A. Actuators shall operate related damper(s) with sufficient reserve power to provide smooth modulating action or two -position action and proper speed of response at velocity and pressure conditions to which the damper is subjected. B. Actuators shall produce sufficient power and torque to close off against the maximum system pressures encountered. Actuators shall be sized to close off against the fan shutoff pressure as a minimum requirement. C. The total damper area operated by an actuator shall not exceed 80 percent of manufacturer's maximum area rating. D. Provide one actuator for each damper assembly where possible. Multiple actuators required to drive a single damper assembly shall operate in unison. E. Avoid the use of excessively oversized actuators which could overdrive and cause linkage failure when the damper blade has reached either its full open or closed position. F. Use jackshafts and shaft couplings in lieu of blade -to -blade linkages when driving axially aligned damper sections. G. Provide mounting hardware and linkages for connecting actuator to damper. H. Select actuators to fail in desired position in the event of a power failure. 2.4 ELECTRIC AND ELECTRONIC ACTUATORS A. Type: Motor operated, with or without gears, electric and electronic. E CONTROL DAMPERS 230923.12 - 6 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center B. Voltage: January 2017 1. Actuator shall deliver torque required for continuous uniform movement of controlled -, device from limit to limit when operated at rated voltage. 2. Actuator shall function properly within a range of 85 to 120 percent of nameplate voltage. C. Construction: 1. Less Than 100 W: Fiber or reinforced nylon gears with steel shaft, copper alloy or nylon bearings, and pressed steel enclosures. 2. 100 up to 400 W: Gears ground steel, oil immersed, shaft -hardened steel running in bronze, copper alloy, or ball bearings. Operator and gear trains shall be totally enclosed in dustproof cast-iron, cast -steel, or cast -aluminum housing. 3. Greater Than 400 W: Totally enclosed reversible induction motors with auxiliary hand crank and permanently lubricated bearings. D. Field Adjustment: 1. Spring return actuators shall be easily switchable from fail open to fail closed in the field without replacement. 2. Provide gear -type actuators with an external manual adjustment mechanism to allow manual positioning of the damper when the actuator is not powered. E. Two -Position Actuators: Single direction, spring return or reversing type. F. Modulating Actuators: 1. Capable of stopping at all points across full range, and starting in either direction from any point in range. 2. Control Input Signal: a. Three Point, Tristate, or Floating Point: Clockwise and counter -clockwise inputs. One input drives actuator to open position, and other input drives actuator to close position. No signal of either input remains in last position. b. Proportional: Actuator drives proportional to input signal and modulates throughout its angle of rotation. C. Pulse Width Modulation (PWM): Actuator drives to a specified position according to a pulse duration (length) of signal from a dry -contact closure, triac sink or source controller. I d. Programmable Multi -Function: 1) Control input, position feedback, and running time shall be factory or field programmable. 2) Diagnostic feedback of hunting or oscillation, mechanical overload, mechanical travel, and mechanical load limit. 3) Service data, including at a minimum, number of hours powered and number of hours in motion. G. Position Feedback: CONTROL DAMPERS 230923.12 - 7 U11 t BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1. Two -position actuators with limits switches or other positive means of a position indication signal for remote monitoring of position. 2. Modulating actuators with a position feedback through signal for remote monitoring. 3. Provide a position indicator and graduated scale on each actuator indicating open and closed travel limits. H. Fail -Safe: 1. Where indicated, provide actuator to fail to an end position. 2. Internal spring return mechanism to drive controlled device to an end position (open or close) on loss of power. 3. Batteries, capacitors, and other non -mechanical forms of fail-safe operation are acceptable only where uniquely indicated. I. Integral Overload Protection: 1. Provide against overload throughout the entire operating range in both directions. 2. Electronic overload, digital rotation sensing circuitry, mechanical end switches, or magnetic clutches are acceptable methods of protection. Damper Attachment: 1. Unless otherwise required for damper interface, provide actuator designed to be directly coupled to damper shaft without need for connecting linkages. 2. Attach actuator to damper drive shaft in a way that ensures maximum transfer of power and torque without slippage. 3. Bolt and set screw method of attachment is acceptable only if provided with at least two points of attachment. K. Temperature and Humidity: 1. Temperature: Suitable for operating temperature range encountered by application with minimum operating temperature range of minus 20 to plus 120 deg F. 2. Humidity: Suitable for humidity range encountered by application; minimum operating range shall be from 5 to 95 percent relative humidity, non -condensing. L. Enclosure: 1. Suitable for ambient conditions encountered by application. l 2. NEMA 250, Type 2 for indoor and protected applications. - 3. NEMA 250, Type 4 or Type 4X for outdoor and unprotected applications. 4. Provide actuator enclosure with a heater and controller where required by application. M. Stroke Time: 1. Operate damper from fully closed to fully open within 60 seconds. 2. Operate damper from fully open to fully closed within 60 seconds. 3. Move damper to failed position within 30 seconds. 4. Select operating speed to be compatible with equipment and system operation. 5. Actuators operating in smoke control systems comply with governing code and NFPA requirements. - CONTROL DAMPERS 230923.12 - 8 BSA Consulting Engineers, PLLC N. Sound: Lubbock Memorial Civic Center 1. Spring Return: 62 dBA. 2. Non -Spring Return: 45 dBA. PART 3 - EXECUTION 3.1 CONTROL -DAMPER APPLICATIONS A. Control Dampers: January 2017 B. Select from damper types indicated in "Control Dampers" Article to achieve performance requirements and characteristics indicated while subjected to full range of system operation encountered. 3.2 INSTALLATION, GENERAL A. Furnish and install products required to satisfy most stringent requirements indicated. B. Properly support dampers and actuators, tubing, wiring, and conduit to comply with requirements indicated. Brace all products to prevent lateral movement and sway or a break in attachment when subjected to a force. C. Provide ceiling, floor, roof, and wall openings and sleeves required by installation. Before proceeding with drilling, punching, or cutting, check location first for concealed products that could potentially be damaged. Patch, flash, grout, seal, and refinish openings to match adjacent condition. D. Seal penetrations made in fire -rated and acoustically rated assemblies. E. Fastening Hardware: 1. Stillson wrenches, pliers, or other tools that will cause injury to or mar surfaces of rods, nuts, and other parts are prohibited for assembling and tightening nuts. 2. Tighten bolts and nuts firmly and uniformly. Do not overstress threads by excessive force or by oversized wrenches. 3. Lubricate threads of bolts, nuts, and screws with graphite and oil before assembly. F. Install products in locations that are accessible and that will permit calibration and maintenance from floor, equipment platforms, or catwalks. Where ladders are required for Owner's access, confirm unrestricted ladder placement is possible under occupied condition. 1. Use Type 316 stainless -steel tubing and fittings when in contact with a corrosive environment. 2. When conduit is in contact with a corrosive environment, use Type 316 stainless -steel conduit and fittings or conduit and fittings that are coated with a corrosive -resistant coating that is suitable for environment. CONTROL DAMPERS 230923.12 - 9 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 m 3. Where actuators are located in a corrosive environment and are not corrosive resistant from manufacturer, field install products in a NEMA 250, Type 4X enclosure constructed of Type 316L stainless steel. 3.3 ELECTRIC POWER A. Furnish and install electrical power to products requiring electrical connections. B. Furnish and install circuit breakers. Comply with requirements in Section 262816 "Enclosed Switches and Circuit Breakers." C. Furnish and install power wiring. Comply with requirements in Section 260519 "Low -Voltage Electrical Power Conductors and Cables." D. Furnish and install raceways. Comply with requirements in Section 260533 "Raceways and Boxes for Electrical Systems." 3.4 CONTROL DAMPERS A. Install smooth transitions, not exceeding 30 degrees, to dampers smaller than adjacent duct. Install transitions as close to damper as possible but at distance to avoid interference and impact to performance. Consult manufacturer for recommended clearance. B. Clearance: 1. Locate dampers for easy access and provide separate support of dampers that cannot be handled by service personnel without hoisting mechanism. 2. Install dampers with at least 24 inches of clear space on sides of dampers requiring service access. C. Service Access: 1. Dampers and actuators shall be accessible for visual inspection and service. 2. Install access door(s) in duct or equipment located upstream of damper to allow service personnel to hand clean any portion of damper, linkage, and actuator. D. Install dampers straight and true, level in all planes, and square in all dimensions. Install supplementary structural steel reinforcement for large multiple -section dampers if factory support alone cannot handle loading. E. Attach actuator(s) to damper drive shaft. F. For duct -mounted and equipment -mounted dampers installed outside of equipment, install a visible and accessible indication of damper position from outside. G. Connect electrical devices and components to electrical grounding system. H. Identify system components, wiring, cabling, and terminals. Each piece of wire, cable, and tubing shall have the same designation at each end for operators to determine continuity at points of connection. t " CONTROL DAMPERS 230923.12 - 10 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 5 I. Install engraved phenolic nameplate with damper identification on damper and on face of ceiling where damper is concealed above ceiling. 3.5 CHECKOUT PROCEDURES A. Control -Damper Checkout: 1. Check installed products before continuity tests, leak tests, and calibration. 2. Check dampers for proper location and accessibility. 3. Verify that control dampers are installed correctly for flow direction. 4. Verify that proper blade alignment, either parallel or opposed, has been provided. 5. Verify that damper frame attachment is properly secured and sealed. 6. Verify that damper actuator and linkage attachment are secure. 7. Verify that actuator wiring is complete, enclosed, and connected to correct power source. 8. Verify that damper blade travel is unobstructed. 3.6 ADJUSTMENT, CALIBRATION, AND TESTING: A. Stroke and adjust control dampers following manufacturer's recommended procedure, from 100 percent open to 100 percent closed back to 100 percent open. B. Check and document open and close cycle times for applications with a cycle time of less than Li 30 seconds. C. For control dampers equipped with positive position indication, check feedback signal at multiple positions to confirm proper position indication. END OF SECTION 230923.12 CONTROL DAMPERS 230923.12 - 11 �3 ,t BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 SECTION 230923.23 - PRESSURE INSTRUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Air -pressure sensors. 2. Air -pressure switches. 3. Air -pressure transmitters. 4. Liquid -pressure switches. 5. Liquid -pressure transmitters. B. Related Requirements: 1. Section 230923 "Direct -Digital Control System for HVAC" for control equipment and software, relays, electrical power devices, uninterruptible power supply units, wire, and cable. 2. Section 230993 "Sequence of Operations for HVAC Controls" for requirements that relate to Section 230923.23. 1.2 ACTION SUBMITTALS ' A. Product Data: For each type of product. B. Shop Drawings: 1. Include plans, elevations, sections, and details. 2. Include details of product assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Number -coded identification system for unique identification of wiring, cable, and tubing ends. 1.3 INFORMATIONAL SUBMITTALS A. Field quality -control reports. 1.4 CLOSEOUT SUBMITTALS A. Operation and maintenance data. PRESSURE INSTRUMENTS 230923.23 - 1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 PART 2 - PRODUCTS 2.1 AIR -PRESSURE SENSORS A. Duct Insertion Static Pressure Sensor: 1. Insertion length shall be at 6 inches. 2. Sensor with four radial holes of 0.04-inch diameter. 3. Sensor with threaded end support, sealing washers and nuts. 4. Connection: NPS 1/4 compression fitting. 5. Suitable for flat oval, rectangular, and round duct configurations. B. Outdoor Static Pressure Sensor: 1. Provides average outdoor pressure signal. 2. Sensor with no moving parts. 3. Kit includes sensor, vinyl tubing mounting hardware. C. Space Static Pressure Sensor for Wall Mounting: 1. 100-micron filter mounted in stainless -steel wall plate senses static pressure. 2. Wall plate provided with gasket and screws, and sized to fit standard single -gang electrical box. 3. Back of sensor plate fitted with brass barbed fitting for tubing connection. D. Space Static Pressure Sensor for Recessed Ceiling Mounting: 1. Round plate with perforated center arranged to sense space static pressure. Exposed surfaces provided with brush finish. 2. Sensor intended for flush mount on face of ceiling with pressure chamber recessed in ceiling plenum. 3. Back of sensor plate fitted with multiple sensing ports, pressure impulse suppression chamber, airflow shielding, and 0.125-inch fitting for concealed tubing connection. 4. Performance: Within 1 percent of actual room static pressure in vicinity of sensor while being subjected to an air velocity of 1000 fpm from a 360 degree radial source. F.►�IC ' _. 0.`Z.1i)7�I iyil_M__Ily_I._�L.� A. Air -Pressure Differential Switch: 1. Diaphragm operated to actuate an SPDT snap switch. a. Fan safety shutdown applications: Switch with manual reset. 2. Electrical Connections: Three -screw configuration, including one screw for common operation and two screws for field -selectable normally open or closed operation. 3. Enclosure Conduit Connection: Knock out or threaded connection. 4. User Interface: Screw -type set -point adjustment located inside removable enclosure cover. 5. High and Low Process Connections: Threaded, NPS 1/8. PRESSURE INSTRUMENTS [a ( 1 230923.23 - 2 : BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 6. Enclosure: a. Dry Indoor Installations: NEMA 250, Type 1. b. Outdoor and Wet Indoor Installations: NEMA 250, Type 4. C. Hazardous Environments: Explosion proof. 7. Operating Data: r-- a. Electrical Rating: 15 A at 120- to 480-V ac. b. Pressure Limits: 1) Continuous: 45 inches wg. 2) Surge: 10 psig. C. Temperature Limits: Minus 30 to 180 deg F. d. Operating Range: Approximately 2 times set point. e. Repeatability: Within 3 percent. f. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2.3 AIR -PRESSURE TRANSMITTERS A. Air -Pressure Differential Transmitter: 1. Performance: a. Range: Approximately 2 times set point. b. Accuracy: Within 0.5 percent of the span at reference temperature of 70 deg F. C. Hysteresis: Within 0.02 percent of the span. d. Repeatability: Within 0.05 percent of the calibrated span. e. Stability: Within 0.25 percent of span per year. f. Overpressure: 15 psig. g. Temperature Limits: Minus 20 to 160 deg F. h. Compensate Temperature Limits: 35 to 135 deg F. i. Thermal Effects: 0.015 percent of full scale per degree F. v j. Warm-up Time: Within 5 seconds. k. Response Time: 250 ms. 1. Shock and vibration shall not harm the transmitter. -- 2. Output Signals: a. Analog Current Signal: 1) Two -wire, 4- to 20-mA do current source. 2) Signal capable of operating into 1000-ohm load. b. Analog Voltage Signal: 1) Three wire, zero to 6 V. 2) Minimum Load Resistance: 1000 ohms. PRESSURE INSTRUMENTS 230923.23 - 3 i BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 n. 3. Operator Interface: a. Zero and span adjustments within 10 percent of full span. b. Potentiometer adjustments located on face of transmitter. 4. Construction: a. Type 300 stainless -steel enclosure. b. Swivel fittings for connection to copper tubing or barbed fittings for connection to polyethylene tubing. Fittings on front of instrument enclosure. C. Screw terminal block for wire connections. d. Vertical plane mounting. e. NEMA 250, Type 2. f. Mounting Bracket: Appropriate for installation. g. Reverse wiring protected. h. Calibrate to NIST-traceable standards and provide each transmitter with a certificate of calibration. Air -Pressure Differential Indicating Transmitter: 1. Performance: a. Range: Approximately 2 times set point. b. Accuracy Including Hysteresis and Repeatability: Within 1 percent of full scale at 77 deg F. C. Stability: Within 1 percent of full scale per year. d. Overpressure: 10 psig. e. Temperature Limits: 20 to 120 deg F. f. Thermal Effects: 0.055 percent of full scale per degree F. 2. Display: Four -digit digital display with minimum 0.4-inch-high numeric characters. 3. Operator Interface: a. Zero and span adjustments. b. Selectable engineering units. 4. Analog Output Current Signal: a. Two -wire, 4- to 20-mA do current source. b. Signal capable of operating into a 1200-ohm load. 5. Construction: a. Plastic casing with clear plastic cover. b. Integral fittings for plastic tubing connections on side of instrument case for high - and low-pressure connections. C. Terminal block for wire connections. d. Vertical plane mounting. e. NEMA 250, Type 1. f. Nominal 4-inch diameter face. g. Mounting Bracket: Appropriate for installation. PRESSURE INSTRUMENTS 9 230923.23 - 4-' BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 2.4 LIQUID -PRESSURE SWITCHES A. Liquid Gage Pressure Switch, Diaphragm Operated, Low Pressure: 1. Description: a. Diaphragm operated to actuate an SPDT snap switch. b. Electrical Connections: Screw terminal. C. Enclosure Conduit Connection: Knock out or threaded connection. d. User Interface: External screw with visual set -point adjustment. e. Process Connection: Threaded, NPS 1/4. f. Enclosure: 1) Dry Indoor Installations: NEMA 250, Type 1. 2) Outdoor and Wet Indoor Installations: NEMA 250, Type 4. 3) Hazardous Environments: Explosion proof. 2. Operating Data: a. Electrical Rating: 15 A at 120-V ac. it b. Pressure Limits: 1) Range 1 to 30 psig: 60 psig. _. 2) Range 10 to 125 psig: 160 psig. C. Temperature Limits: Minus 30 to 150 deg F. d. Operating Range: 1 to 30 psig. e. Deadband: Fixed. B. Liquid -Pressure Differential Switch with Set -Point Indicator: 1. Description: a. Double opposing bellows operate to actuate a SPDT snap switch. b. Electrical Connections: Screw terminal. C. Enclosure Conduit Connection: Knock out or threaded connection. d. User Interface: Thumbscrew set -point adjustment with enclosed set -point indicator and scale. e. High and Low Process Connections: Threaded, NPS 1/8. f. Enclosure: 1) Dry Indoor Installations: NEMA 250, Type 1. 2) Outdoor and Wet Indoor Installations: NEMA 250, Type 4. 3) Hazardous Environments: Explosion proof. g. Operating Data: 1) Electrical Rating: 15 A at 120- to 240-V ac. 2) Pressure Limits: At least 5 times full-scale range, but not less than system design pressure rating. 3) Temperature Limits: Minus 10 to 180 deg F. I _- PRESSURE INSTRUMENTS 230923.23 - 5 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 4) Operating Range: Approximately 2 times set point. 2.5 LIQUID -PRESSURE TRANSMITTERS A. Liquid -Pressure Differential Transmitter: 1. Performance: a. Range: Approximately 2 times set point. b. Span: Adjustable plus or minus one milliamp, noninteractive. C. Accuracy: Within 0.25 percent of full scale. d. Pressure: Maximum operating pressure 2.5 times range. e. Temperature Limits: Zero to 175 deg F. f. Compensate Temperature Limits: 30 to 150 deg F. g. Thermal Effects: 0.02 percent of full scale per degree F. h. Response Time: 30 to 50 ms. i. Shock and vibration shall not harm the transmitter. 2. Analog Output Current Signal: a. Two -wire, 4- to 20-mA do current source. b. Signal capable of operating into 1000-ohm load. 3. Operator Interface: a. Zero and span adjustments located behind cover. b. Bleed screws on side of body, two screws on low-pressure side, and one screw on high-pressure side, for air in line and pressure cavity. 4. Construction: a. Aluminum and stainless -steel enclosure with removable cover. b. Wetted parts of transmitter constructed of 17-4 PH or 300 Series stainless steel. C. Threaded, NPS 1/4 process connections on side of instrument enclosure. d. Knock out for 1/2-inch nominal conduit connection on side of instrument enclosure. e. Screw terminal block for wire connections. f. NEMA 250, Type 4X. g. Mounting Bracket: Appropriate for installation. 5. Three -valve manifold. Construct manifold of brass, bronze, or stainless steel. Manifold shall have threaded, NPS 1/4 process connections. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Install products level, plumb, parallel, and perpendicular with building construction. PRESSURE INSTRUMENTS 230923.23 - 6 `� I-, BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 B. Properly support instruments, tubing, piping wiring, and conduit to comply with requirements indicated. Brace all products to prevent lateral movement, sway, or a break in attachment when subjected to a force. C. Provide ceiling, floor, roof, wall openings, and sleeves required by installation. Before proceeding with drilling, punching, or cutting, check location first for concealed products that could potentially be damaged. Patch, flash, grout, seal, and refinish openings to match adjacent condition. D. Fastening Hardware: 1. Stillson wrenches, pliers, and other tools that cause injury to or mar surfaces of rods, nuts, and other parts are prohibited for work of assembling and tightening nuts. 2. Tighten bolts and nuts firmly and uniformly. Do not to overstress threads by using excessive force or oversized wrenches. 3. Lubricate threads of bolts, nuts, and screws with graphite and oil before assembly. E. Install products in locations that are accessible and that permit calibration and maintenance from floor, equipment platforms, or catwalks. Where ladders are required for Owner's access, confirm unrestricted ladder placement is possible under occupied condition. F. Corrosive Environments: 1. Use products that are suitable for environment to which they are subjected. 2. If possible, avoid or limit use of materials in corrosive environments. 3. When conduit is in contact with a corrosive environment, use Type 316 stainless -steel conduit and fittings or conduit and fittings that are coated with a corrosive -resistant coating that is suitable for environment. 4. Where instruments are located in a corrosive environment and are not corrosive resistant from the manufacturer, field install products in a NEMA 250, Type 4X enclosure constructed of Type 316L stainless steel. 3.2 ELECTRICAL POWER A. Furnish and install electrical power to products requiring electrical connections. B. Furnish and install circuit breakers. C. Furnish and install power wiring. D. Furnish and install raceways. 3.3 PRESSURE INSTRUMENT INSTALLATION A. Mounting Location: 1. Rough -in: Outline instrument -mounting locations before setting instruments and routing, cable, wiring, tubing, and conduit to final location. 2. Install switches and transmitters for air and liquid pressure associated with individual air - handling units and associated connected ductwork and piping near air -handlings units co - PRESSURE INSTRUMENTS 230923.23 - 7 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 located in air -handling unit system control panel, to provide service personnel a single and convenient location for inspection and service. 3. Install liquid and steam pressure switches and transmitters for indoor applications in mechanical equipment rooms. Do not locate in user -occupied space unless indicated specifically on Drawings. 4. Install air -pressure switches and transmitters for indoor applications in mechanical equipment rooms. Do not locate in user -occupied space unless indicated specifically on Drawings. 5. Mount switches and transmitters not required to be mounted within system control panels on walls, floor -supported freestanding pipe stands, or floor -supported structural support frames. Use manufacturer mounting brackets to accommodate field mounting. Securely support and brace products to prevent vibration and movement. 6. Install instruments (except pressure gages) in liquid, and liquid -sealed piped services below their process connection point. Slope tubing down to instrument with a slope of 3 percent. B. Seal penetrations to ductwork, plenums, and air -moving equipment to comply with duct static pressure class and leakage and seal classes indicated using neoprene gaskets or grommets. C. Duct Pressure Sensors: 1. Install sensors using manufacturer's recommended upstream and downstream distances. 2. Location of sensors shall be submitted and approved before installation. 3. Install mounting hardware and gaskets to make sensor installation airtight. 4. Route tubing from the sensor to transmitter. 5. Use compression fittings at terminations. 6. Install sensor in accordance with manufacturer's instructions. 7. Support sensor to withstand maximum air velocity, turbulence, and vibration encountered to prevent instrument failure. D. Air -Pressure Differential Switches: 1. Install air -pressure sensor in system for each switch connection. Install sensor in an accessible location for inspection and replacement. 2. A single sensor may be used to share a common signal to multiple pressure instruments. 3. Install access door in duct and equipment to access sensors that cannot be inspected and replaced from outside. 4. Route NPS 3/8 tubing from sensor to switch connection. 5. Do not mount switches on rotating equipment. 6. Install switches in a location free from vibration, heat, moisture, or adverse effects, which could damage the switch and hinder accurate operation. 7. Install switches in an easily accessible location serviceable from floor. 8. Install switches adjacent to system control panel if within 50 feet; otherwise, locate switch in vicinity of system connection. E. Liquid -Pressure Differential Switches: 1. Where process connections are located in mechanical equipment room, install switch in convenient and accessible location near system control panel. f , PRESSURE INSTRUMENTS 230923.23 - 8 H BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 2. Where multiple switches serving system are installed in same room install switches p g same Y by system to provide service personnel a single and convenient location for inspection and service. 3. System process tubing connection shall be full size of switch connection, but not less than NPS 1/2. Install stainless -steel bushing if required to mate switch to system connection. 4. Connect process tubing from point of system connection and extend to switch. 5. Install isolation valves in process tubing as close to system connection as practical. 6. Install dirt leg and drain valve at each switch connection. 7. Do not mount switches on rotating equipment. 8. Install switches in a location free from vibration, heat, moisture, or adverse effects, which could damage the switch and hinder accurate operation. 9. Install switches in an easily accessible location serviceable from floor. F. Liquid -Pressure Transmitters: 1. Where process connections are installed in mechanical equipment room, install transmitter in convenient and accessible location near system control panel. 2. Where multiple transmitters serving same system are installed in same room, install transmitters by system to provide service personnel a single and convenient location for inspection and service. 3. System process tubing connection shall be full size of switch connection, but not less than NPS 1/2. Install stainless -steel bushing if required to mate switch to system connection. 4. Connect process tubing from point of system connection and extend to transmitter. 5. Install isolation valves in process tubing as close to system connection as practical. 6. Install dirt leg and drain valve at each transmitter connection. 7. Do not mount transmitters on equipment. 8. Install in a location free from vibration, heat, moisture, or adverse effects, which could damage and hinder accurate operation. 3.4 IDENTIFICATION A. Identify system components, wiring, cabling, and terminals. Each piece of wire, cable, and tubing shall have the same designation at each end for operators to determine continuity at points of connection. B. Install engraved phenolic nameplate with instrument identification and on face of ceiling directly below instruments concealed above ceilings. 3.5 CHECKOUT PROCEDURES A. Check out installed products before continuity tests, leak tests, and calibration. B. Check instruments for proper location and accessibility. C. Check instruments for proper installation with respect to direction of flow, elevation, orientation, insertion depth, or other applicable considerations that impact performance. `-j PRESSURE INSTRUMENTS 230923.23 - 9 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3.6 DEMONSTRATION A. Train Owner's maintenance personnel to adjust, operate, and maintain instrumentation and control devices. B. Coordinate pressure instrument demonstration video with operation and maintenance manuals and classroom instruction for use by Owner in operating, maintaining, and troubleshooting. C. Record videos on DVD disks. D. Owner shall have right to make additional copies of video for internal use without paying royalties. END OF SECTION 230923.23 PRESSURE INSTRUMENTS 230923.23 - 10 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 SECTION 230923.27 - TEMPERATURE INSTRUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Air temperature sensors. 2. Air temperature switches. 3. Air temperature RTD transmitters. B. Related Requirements: 1. Section 230923 "Direct -Digital Control System for HVAC" for control equipment and software, relays, electrical power devices, uninterruptible power supply units, wire, and cable. 2. Section 230993 "Sequence of Operations for HVAC Controls" for requirements that relate to Section 230923.27. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: 1. Include plans, elevations, sections, and details. 2. Include details of product assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagrams for power, signal, and control wiring. 4. Include number -coded identification system for unique identification of wiring, cable, and tubing ends. 1.3 INFORMATIONAL SUBMITTALS A. Field quality -control reports. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Environmental Conditions: TEMPERATURE INSTRUMENTS 230923.27 - 1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 2.2 G11 U F 1. Instruments shall operate without performance degradation under the ambient environmental temperature, pressure, humidity, and vibration conditions specified and encountered for installed location. i 2. Instruments and accessories shall be protected with enclosures satisfying the following minimum requirements unless more stringent requirements are indicated. Instruments not available with integral enclosures complying with requirements indicated shall be housed in protective secondary enclosures. Instrumenfs installed location shall dictate NEMA 250 enclosure requirements. AIR TEMPERATURE SENSORS Platinum RTDs: Common Requirements: 1. 100 or 1000 ohms at zero deg C and a temperature coefficient of 0.00385 ohm/ohm/deg C. 2. Two -wire, PTFE-insulated, 22-gage stranded copper leads. 3. Performance Characteristics: a. Range: Minus 50 to 275 deg F. b. Interchangeable Accuracy: At 32 deg F within 0.5 deg F. C. Repeatability: Within 0.5 deg F. d. Self -Heating: Negligible. 4. Transmitter Requirements: a. Transmitter required for each 100-ohm RTD. b. Transmitter optional for 1000-ohm RTD, contingent on compliance with end -to - end control accuracy. Platinum RTD, Single -Point Air Temperature Duct Sensors: 1. Temperature Range: Minus 50 to 275 deg F. 2. Probe: Single -point sensor with a stainless -steel sheath. 3. Length: As required by application to achieve tip at midpoint of air tunnel, up to 18 inches. 4. Enclosure: Junction box with removable cover; NEMA 250, Type 1 for indoor applications and Type 4 for outdoor applications. 5. Gasket for attachment to duct or equipment to seal penetration airtight. 6. Conduit Connection: 1/2-inch. C. Platinum RTD Outdoor Air Temperature Sensors: 1. Temperature Range: Minus 50 to 275 deg F. 2. Probe: Single -point sensor with a stainless -steel sheath. 3. Solar Shield: Stainless steel. 4. Enclosure: NEMA 250, Type 4 or 4X junction box or combination conduit and outlet box with removable cover and gasket. 5. Conduit Connection: 1/2-inch trade size. UVUV I W _ _.1-_ 01 i &I1 230923.27 - 2 �1 9 i BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 D. Platinum RTD Space Air Temperature Sensors: P p 1. Temperature Range: Minus 50 to 212 deg F. 2. Sensor assembly shall include a temperature sensing element mounted under a bright white, non -yellowing, plastic cover. 3. Provide a mounting plate that is compatible with the surface shape that it is mounted to and electrical box used. 4. Concealed wiring connection. E. Thermal Resistors (Thermistors): Common Requirements: 1. 10,000 ohms at 25 deg C and a temperature coefficient of 23.5 ohms/ohm/deg C. 2. Two -wire, PTFE-insulated, 22-gage stranded copper leads. 3. Performance Characteristics: a. Range: Minus 50 to 275 deg F b. Interchangeable Accuracy: At 77 deg F within 0.5 deg F C. Repeatability: Within 0.5 deg F d. Drift: Within 0.5 deg F over 10 years. e. Self -Heating: Negligible. 4. Transmitter optional, contingent on compliance with end -to -end control accuracy. F. Thermistor, Single -Point Duct Air Temperature Sensors: 1. Temperature Range: Minus 50 to 275 deg F 2. Probe: Single -point sensor with a stainless -steel sheath. 3. Length: As required by application to achieve tip at midpoint of air tunnel, up to 18 inches. 4. Enclosure: Junction box with removable cover; NEMA 250, Type 1 for indoor applications and Type 4 for outdoor applications. 5. Gasket for attachment to duct or equipment to seal penetration airtight. 6. Conduit Connection: 1/2- inch trade size. G. Thermistor Outdoor Air Temperature Sensors: 1. Temperature Range: Minus 50 to 275 deg F 2. Probe: Single -point sensor with a stainless -steel sheath. 3. Solar Shield: Stainless steel. 4. Enclosure: NEMA 250, Type 4 or 4X junction box or combination conduit and outlet box with removable cover and gasket. 5. Conduit Connection: 1/2-inch trade size. H. Space Air Temperature Sensors for Use with DDC Controllers Controlling Terminal Units: 1. Platinum RTD or thermistor. 2. Thermistor: a. Pre -aged, burned in, and coated with glass; inserted in a metal sleeve; and entire unit encased in epoxy. b. Thermistor drift shall be less than plus or minus 0.5 deg F over 10 years. `" " TEMPERATURE INSTRUMENTS 230923.27 - 3 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3. Temperature Transmitter Requirements: a. Mating transmitter required with each 100-ohm RTD. b. Mating transmitters optional for 1000-ohm RTD and thermistor, contingent on compliance with end -to -end control accuracy. 4. Provide digital display of sensed temperature. 5. Provide sensor with local control. a. Local override to turn HVAC on. b. Local adjustment of temperature set point. C. Both features shall be capable of manual override through control system operator. 2.3 AIR TEMPERATURE SWITCHES A. Thermostat and Switch for Low Temperature Control in Duct Applications: 1. Description: a. Two -position control. b. Field -adjustable set point. C. Manual reset. d. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Performance: a. Operating Temperature Range: 15 to 55 deg F b. Temperature Differential: 5 deg F, non-adjustable and additive. C. Enclosure Ambient Temperature: Minus 20 to 140 deg F d. Sensing Element Maximum Temperature: 250 deg F e. Voltage: 120-V ac. f. Current: 16 FLA. g. Switch Type: Two SPDT snap switches operate on coldest 12-inch section along element length. 3. Construction: a. Vapor -Filled Sensing Element: Nominal 20 feet long. b. Dual Temperature Scale: Fahrenheit and Celsius visible on face. C. Set -Point Adjustment: Screw. d. Enclosure: Painted metal, NEMA 250, Type 1. e. Electrical Connections: Screw terminals. f. Conduit Connection: 1/2-inch trade size. B. Thermostat and Switch for High Temperature Control in Duct Applications: 1. Source Limitations: Obtain temperature -measuring sensors and transmitters and airflow from single manufacturer. 2. Description: TEMPERATURE INSTRUMENTS 230923.27 - 4 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 a. Two -position control. b. Field -adjustable set point. C. Manual reset. d. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 3. Performance: a. Temperature Range: 100 to 160 deg F b. Temperature Differential: 5 deg F C. Ambient Temperature: Zero to 260 deg F d. Voltage: 120-V ac. e. Current: 16 FLA. f. Switch Type: SPDT snap switch. 4. Construction: a. Sensing Element: Helical bimetal. b. Enclosure: Metal, NEMA 250, Type 1. C. Electrical Connections: Screw terminals. d. Conduit Connection: 1/2-inch trade size. 2.4 AIR TEMPERATURE RTD TRANSMITTERS A. Source Limitations: Obtain temperature -measuring sensors and transmitters and airflow from single manufacturer. B. House electronics in NEMA 250 enclosure. C. Conduit Connection: 1/2-inch D. Functional Characteristics: 1. Input: a. 100-ohm platinum RTD temperature coefficient of 0.00385 ohm/ohm/deg C, two - wire sensors. b. 1000-ohm platinum RTD temperature coefficient of 0.00385 ohm/ohm/deg C, two - wire sensors. 2. Span (Adjustable): a. Space: 40 to 90 deg F b. Supply Air Cooling and Heating: 40 to 120 deg F C. Supply Air Cooling Only: 40 to 90 deg F d. Supply Air Heating Only: 40 to 120 deg F e. Exhaust Air: 50 to 100 deg F f. Return Air: 50 to 100 deg F g. Mixed Air: Minus 40 to 140 deg F h. Outdoor: Minus 40 to 140 deg F TEMPERATURE INSTRUMENTS 230923.27 - 5 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 r� 3. Output: 4- to 20-mA dc, linear with temperature; RFI insensitive; minimum drive load of 600 ohms at 24-V do . 4. Zero and span field adjustments, plus or minus 5 percent of span. Minimum span of 50 deg F 5. Match sensor with temperature transmitter and factory calibrate together. E. Performance Characteristics: 1. Calibration Accuracy: Within 0.1 percent of the span. 2. Stability: Within 0.2 percent of the span for at least 6 months. 3. Combined Accuracy: Within 0.5 percent. t..1 PART 3 - EXECUTION 3.1 TEMPERATURE INSTRUMENT APPLICATIONS A. Air Temperature Sensors: 1. Duct 2. Outdoor 3. Space B. Air Temperature Transmitters: 1. Duct 2. Outdoor 3. Space 3.2 INSTALLATION, GENERAL A. Install products level, plumb, parallel, and perpendicular with building construction. B. Properly support instruments, tubing, piping, wiring, and conduit to comply with requirements indicated. Brace all products to prevent lateral movement and sway or a break in attachment when subjected to a force. C. Fastening Hardware: 1. Stillson wrenches, pliers, and other tools that cause injury to or mar surfaces of rods, nuts, and other parts are prohibited for work of assembling and tightening nuts. 2. Tighten bolts and nuts firmly and uniformly. Do not overstress threads by excessive force or by oversized wrenches. 3. Lubricate threads of bolts, nuts, and screws with graphite and oil before assembly. D. Install products in locations that are accessible and that permit calibration and maintenance from floor, equipment platforms, or catwalks. Where ladders are required for Owner's access, confirm unrestricted ladder placement is possible under occupied condition. E. Corrosive Environments: TEMPERATURE INSTRUMENTS 230923.27 - 6' BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1. Use products that are suitable for environment to which they are subjected. 2. If possible, avoid or limit use of materials in corrosive environments. 3. When conduit is in contact with a corrosive environment,' use Type 316 stainless -steel conduit and fittings or conduit and fittings that are coated with a corrosive -resistant coating that is suitable for environment. 4. Where instruments are located in a corrosive environment and are not corrosive resistant from manufacturer, field install products in a NEMA 250, Type 4X enclosure constructed of Type 316L stainless steel. 3.3 ELECTRIC POWER A. Furnish and install electrical power to products requiring electrical connections. B. Furnish and install circuit breakers. C. Furnish and install power wiring. D. Furnish and install raceways. 3.4 TEMPERATURE INSTRUMENT INSTALLATIONS A. Mounting Location: 1. Roughing In: a. Outline instrument mounting locations before setting instruments and routing cable, wiring, tubing, and conduit to final location. b. Provide independent inspection to confirm that proposed mounting locations comply with requirements indicated and approved submittals. 1) Indicate dimensioned locations with mounting height for all surface - mounted products on Shop Drawings. 2) Do not begin installation without submittal approval of mounting location. C. Complete installation rough -in only after confirmation by independent inspection is complete and approval of location is documented for review by Owner and Architect on request. 2. Install switches and transmitters for air and liquid temperature associated with individual air -handling units and associated connected ductwork and piping near air -handling units co -located in air -handling unit system control panel to provide service personnel a single and convenient location for inspection and service. 3. Install liquid and steam temperature switches and transmitters for indoor applications in mechanical equipment rooms. Do not locate in user -occupied space unless indicated specifically on Drawings. 4. Install air temperature switches and transmitters for indoor applications in mechanical equipment rooms. Do not locate in user -occupied space unless indicated specifically on Drawings. : TEMPERATURE INSTRUMENTS 230923.27 - 7 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 l 5. Mount switches and transmitters on walls, floor -supported freestanding pipe stands, or floor -supported structural support frames. Use manufacturer's mounting brackets to accommodate field mounting. Securely support and brace products to prevent vibration and movement. I B. Special Mounting Requirements: 1. Protect products installed outdoors from solar radiation, building and wind effect with stand-offs and shields constructed of Type 316 stainless. 2. Temperature instruments having performance impacted by temperature of mounting substrate shall be isolated with an insulating barrier located between instrument and substrate to eliminate effect. Where instruments requiring insulation are located in finished space, conceal insulating barrier in a cover matching the instrument cover. C. Mounting Height: l . Mount temperature instruments in user -occupied space to match mounting height of light switches unless otherwise indicated on Drawings. Mounting height shall comply with codes and accessibility requirements. 2. Mount switches and transmitters located in mechanical equipment rooms and other similar space not subject to code or state and Federal accessibility requirements within a range of 42 to 72 inches above the adjacent floor, grade, or service catwalk or platform. i D. Seal penetrations to ductwork, plenums, and air -moving equipment to comply with duct static - pressure class and leakage and seal classes indicated using neoprene gaskets or grommets. E. Space Temperature Sensor Installation: 1. Conceal assembly in an electrical box of sufficient size to house sensor and transmitter, if provided. ; 2. Install electrical box with a faceplate to match sensor cover if sensor cover does not completely cover electrical box. 3. In finished areas, recess electrical box within wall. 4. In unfinished areas, electrical box may be surface mounted if electrical light switches are surface mounted. Use a cast -aluminum electric box for surface -mounted installations. 5. Align electrical box with other electrical devices such as visual alarms and light switches located in the vicinity to provide a neat and well -thought-out arrangement. Where possible, align in both horizontal and vertical axis. F. Outdoor Air Temperature Sensor Installation: 1. Mount sensor in a discrete location facing north. 2. Protect installed sensor from solar radiation and other influences that could impact performance. 3. If required to have a transmitter, mount transmitter remote from sensor in an accessible and serviceable location indoors. t t G. Single -Point Duct Temperature Sensor Installation: Install single -point -type, duct -mounted, supply- and return -air temperature sensors. Install sensors in ducts with sensitive portion of the element installed in center of duct TEMPERATURE INSTRUMENTS 230923.27 - 8 t� k 3 ...[ BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 cross section and located to sense near average temperature. Do not exceed 24 inches in p sensor length. 2. Install return -air sensor in location that senses return -air temperature without influence from outdoor or mixed air. 3. Rigidly support sensor to duct and seal penetration airtight. 4. If required to have transmitter, mount transmitter remote from sensor at accessible and serviceable location. H. Low -Limit Air Temperature Switch Installation: 1. Install multiple low -limit switches to maintain coverage over entire cross -sectional area of air tunnel. 2. Fasten and support sensing element with manufacturer -furnished clips to keep element taut throughout entire length. 3. Mount switches outside of airstream at a location and mounting height to provide easy access for switch set -point adjustment and manual reset. 4. Install on entering side of cooling coil unless otherwise indicated on Drawings. 3.5 IDENTIFICATION A. Identify system components, wiring, cabling, and terminals. Each piece of wire, cable, and tubing shall have the same designation at each end for operators to determine continuity at points of connection. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems." B. Install engraved phenolic nameplate with instrument identification and on face of ceiling directly below instruments concealed above ceilings. 3.6 CLEANING A. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from exposed interior and exterior surfaces. B. Wash and shine glazing. C. Polish glossy surfaces to a clean shine. 3.7 CHECK-OUT PROCEDURES A. Check installed products before continuity tests, leak tests, and calibration. B. Check temperature instruments for proper location and accessibility. C. Verify sensing element type and proper material. D. Verify location and length. E. Verify that wiring is correct and secure. 1.....:_ TEMPERATURE INSTRUMENTS 230923.27 - 9 g__ BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 3.8 FIELD QUALITY CONTROL A. Perform the following tests and inspections with the assistance of a factory -authorized service representative: 1. Perform according to manufacturer's written instruction. 2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. B. Prepare test and inspection reports. 3.9 ADJUSTING A. Occupancy Adjustments: When requested within 12 months from date of Substantial Completion, provide on -site assistance in adjusting system to suit actual occupied conditions. Provide up to two visits to Project during other -than -normal occupancy hours for this purpose. 3.10 DEMONSTRATION A. Train Owner's maintenance personnel to adjust, operate, and maintain temperature instruments. END OF SECTION 230923.27 TEMPERATURE INSTRUMENTS 230923.27 - 10 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 SECTION 230993.11 - SEQUENCE OF OPERATIONS FOR HVAC DDC PART 1 - GENERAL 1.1 SUMMARY A. Section includes control sequences for DDC for HVAC systems, subsystems, and equipment. B. Related Requirements: 1. Section 230923 "DDC Systems for HVAC" for control equipment. C. The new DDC System shall include the furnishing and installation of all necessary components to accomplish the control sequences described in this specification. 1.2 HEATING CONTROL SEQUENCES A. Control Circulating Pump(s): 1. Energize pump(s) at outdoor -air temperatures below 65 deg F. 2. Energize pump(s) at room temperatures below 72 deg F. Pump(s) Failure Alarm: Signal alarm condition, if there is no pressure differential between supply and return piping. B. Control Pump(s) Speed: Control pump speed to maintain pressure differential sufficient to accommodate heating and cooling loads of AHU's. C. Indicate the following on the operator's workstation display terminal: 1. DDC system graphic. 2. DDC system status, on -off. 3. Outdoor -air temperature. 4. Room temperature. 5. Pump(s) on -off status (enabled or disabled). 6. Pump(s) on -off indication (operating or not operating). 7. Pump(s) alarm pressure differential. 8. Pump(s) alarm pressure differential set point. 9. Alarm (pump(s) failure). 10. Pump(s) speed pressure differential. 11. Pump(s) speed pressure differential set point. 12. Pump(s) speed. 13. Heating -water supply temperature. 14. Heating -water return temperature. 15. Heating -water control -valve position. I `- ' SEQUENCE OF OPERATIONS FOR HVAC DDC 230993.11 - 1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1.3 CHILLED -WATER SYSTEM SEQUENCES A. Control Pump(s) Speed: 1. Control pump speed to maintain flow through systems. 2. Report pressure drop and flow. B. Indicate the following on the operator's workstation display terminal: 1. DDC system graphic. 2. DDC system status, on -off. 3. Outdoor temperature. 4. Time and time schedule. 5. Chilled -water pump(s) on -off status (enabled or disabled). 6. Chilled -water pump(s) on -off indication (operating or not operating). 7. Chilled -water flow indication. 8. Chilled -water supply temperature. 9. Chilled -water return temperature. 1.4 AIR -HANDLING -UNIT CONTROL SEQUENCES A. Air -Handling Unit Occupied Time Schedule: 1. Enable startup, initiation, and control. 2. Energize unit on occupied/unoccupied cycle. 3. Energize unit on day/night cycle. 4. Energize unit on duty cycle. 5. Do not enable mixed -air control during morning warm-up period. a. Unoccupied: Position outdoor -air dampers closed and return -air dampers open. 6. Enable control of heating coil(s) during morning warm-up period. 7. Energize pump(s). 8. Return heating control valves to normal position when unit is cycled on. 9. Do not enable cooling -coil control during morning warm-up period. B. Start and Stop Supply Fan(s): 1. Allow start if temperature is above 37 deg F. 2. Signal alarm if fan fails to start as commanded. C. Start and Stop Supply Fan(s): 1. Allow start if temperature is below 120 deg F. 2. Signal alarm if fan fails to start as commanded. D. Start and Stop Supply Fan(s): 1. Signal alarm if fan fails to start as commanded. E. Preheat Coil: 1. Freeze Protection: Allow air -handling unit start if duct temperature is above 33 deg F. SEQUENCE OF OPERATIONS FOR HVAC DDC 230993.11 - 2 f BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 a2. Low -Temperature Operation: Energize coil circulating Pump(s) at outdoor -air r- temperatures below 35 deg F. F. Mixed -Air Control: 1. Minimum Position: a. Open outdoor -air dampers to minimum position. 2. Heating Reset: Close minimum outdoor -air dampers. 3. Supply Air Temperature: a. Do not enable control during morning warm-up period. 4. Cooling Reset: Set outdoor -air dampers to minimum position when outdoor -air temperature exceeds return -air temperature. G. Filters: Signal alarm on low and high-pressure differential conditions. H. Hydronic Heating Coil: - - 1. Discharge Air Temperature: a. Maintain supply -air -temperature set point within limits in response to space temperature reset: 1) Minimum 55 deg F. 2) Maximum 131 deg F. b. During morning warm-up period, maintain supply -air -temperature set point of 80 .», deg F. 2. Low -Temperature Operation: Energize coil circulating pump(s) at outdoor -air temperatures below 35 deg F. I. Hydronic Cooling Coil: 1. Temperature Reset: Reset supply -air temperature in straight-line relationship to maintain space temperature setpoint. 2. Temperature Reset: a. Reset supply -air temperature in response to greatest cooling demand. b. Supply -Air -Temperature Reset: Reset the supply -air temperature to outdoor Y temperature at least 25 percent of the difference between the design supply -air temperature and the design room air temperature. J. Coordination of Air -Handling Unit Sequences: Ensure that preheat, mixed -air, heating -coil, and .. cooling -coil controls have common inputs and do not overlap in function. K. Indicate the following on the operator's workstation display terminal: 1. DDC system graphic. SEQUENCE OF OPERATIONS FOR HVAC DDC 230993.11 - 3 t, BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center 2. DDC system on -off indication (operating or not operating). 3. DDC system occupied/unoccupied mode. 4. Outdoor -air -temperature indication. 5. Supply -fan on -off indication (operating or not operating). 6. Supply duct static -pressure indication. 7. Supply duct static -pressure set point. 8. Mixed -air -temperature indication. 9. Mixed -air -temperature set point. 10. Mixed -air damper position. 11. Filter air -pressure -drop indication. 12. Filter low -air -pressure drop set point. 13. Filter high -air -pressure drop set point. 14. Discharge -air -temperature indication. 15. Discharge -air -temperature set point. 16. Heating -coil leaving -air -temperature indication. 17. Heating -coil leaving -air -temperature set point. 18. Heating -coil pump on -off indication (operating or not operating). 19. Heating -coil control -valve positions. 20. Cooling -coil leaving -air -temperature indication. 21. Cooling -coil control -valve position. 22. Space temperature indication. 23. Space temperature set point. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 230993.11 January 2017 SEQUENCE OF OPERATIONS FOR HVAC DDC 230993.11 - 4 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 SECTION 232113 - HYDRONIC PIPING PART 1 - GENERAL 1.1 SUMMARY A. Section includes pipe and fitting materials and joining methods for the following: 1. Hot-water heating piping. 2. Chilled -water piping. 1.2 ACTION SUBMITTALS A. Product Data 1.3 QUALITY ASSURANCE A. ASME Compliance: Comply with ASME B31.9, 'Building Services Piping," for materials, products, and installation. PART 2 - PRODUCTS 2.1 STEEL PIPE AND FITTINGS A. Steel Pipe: ASTM A 53/A 53M, black steel with plain ends; welded and seamless, Grade B, and wall thickness as indicated in "Piping Applications" Article. B. Cast -Iron Threaded Fittings: ASME B16.4; Classes 125 and 250 as indicated in 'Piping Applications" Article. C. Malleable -Iron Threaded Fittings: ASME B 16.3, Classes 150 and 300 as indicated in 'Piping Applications" Article. D. Malleable -Iron Unions: ASME B 16.39; Classes 150, 250, and 300 as indicated in 'Piping Applications" Article. E. Cast -Iron Pipe Flanges and Flanged Fittings: ASME B16.1, Classes 25, 125, and 250; raised ground face, and bolt holes spot faced as indicated in 'Piping Applications" Article. F. Wrought Cast- and Forged -Steel Flanges and Flanged Fittings: ASME B 16.5, including bolts, nuts, and gaskets of the following material group, end connections, and facings: 1. Material Group: 1.1. 2. End Connections: Butt welding. 3. Facings: Raised face. HYDRONIC PIPING 232113 - 1 BSA Consulting Engineers, PLLC 2.2 JOINING MATERIALS Lubbock Memorial Civic Center January 2017 A. Pipe -Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system contents. 1. ASME B16.21, nonmetallic, flat, asbestos free, 1/8-inch maximum thickness unless otherwise indicated. a. Full -Face Type: For flat -face, Class 125, cast-iron and cast -bronze flanges. b. Narrow -Face Type: For raised -face, Class 250, cast-iron and steel flanges. B. Flange Bolts and Nuts: ASME B 18.2.1, carbon steel, unless otherwise indicated. C. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. D. Brazing Filler Metals: AWS A5.8/A5.8M, BCuP Series, copper -phosphorus alloys for joining copper with copper; or BAg-1, silver alloy for joining copper with bronze or steel. E. Welding Filler Metals: Comply with AWS D 10. 12M/D 10. 12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. F. Gasket Material: Thickness, material, and type suitable for fluid to be handled and working temperatures and pressures. PART 3 - EXECUTION 3.1 PIPING APPLICATIONS A. Hot-water heating piping, aboveground, NPS 2 and smaller, shall be any of the following: 1. Type L drawn -temper copper tubing, wrought -copper fittings, and soldered joints. 2. Schedule 40, Grade B, Type 96 steel pipe; Class 125, cast-iron fittings; cast-iron flanges and flange fittings; and threaded joints. B. Hot-water heating piping, aboveground, NPS 2-1/2 and larger, shall be any of the following: 1. Type L, drawn -temper copper tubing, wrought -copper fittings, and soldered joints. 2. Schedule 40 steel pipe; grooved, mechanical joint coupling and fittings; and grooved, mechanical joints. C. Chilled -water piping, aboveground, NPS 2 and smaller, shall be any of the following: 1. Type L, drawn -temper copper tubing, wrought -copper fittings, and soldered joints. 2. Schedule 40 steel pipe; Class 125, cast-iron fittings; cast-iron flanges and flange fittings; and threaded joints. D. Chilled -water piping, aboveground, NPS 2-1/2 and larger, shall be any of the following: 1. [Type L, drawn -temper copper tubing, wrought -copper fittings, and soldered joints. HYDRONIC PIPING t= 232113 - 2 #--' BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 2. Schedule 40 steel pipe; grooved, mechanical joint coupling and fittings; and grooved, P�p g J p g g� mechanical joints. 3.2 PIPING INSTALLATIONS A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Install piping as indicated unless deviations to layout are approved on Coordination Drawings. Piping shall match the material of the piping system being modified. B. Install piping in concealed locations unless otherwise indicated and except in equipment rooms and service areas. C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. D. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. E. Install piping to permit valve servicing. F. Install piping at indicated slopes. G. Install piping free of sags and bends. H. Install fittings for changes in direction and branch connections. I. Install piping to allow application of insulation. J. Select system components with pressure rating equal to or greater than system operating pressure. K. Install groups of pipes parallel to each other, spaced to permit applying insulation and servicing of valves. L. Install drains, consisting of a tee fitting, NPS 3/4 ball valve, and short NPS 3/4 threaded nipple with cap, at low points in piping system mains and elsewhere as required for system drainage. M. Install piping at a uniform grade of 0.2 percent upward in direction of flow. N. Reduce pipe sizes using eccentric reducer fitting installed with level side up. O. Install branch connections to mains using mechanically formed tee fittings in main pipe, with the branch connected to the bottom of the main pipe. For up -feed risers, connect the branch to the top of the main pipe. P. Install valves according to Section 230523.11 "Globe Valves for HVAC Piping," Section 230523.12 "Ball Valves for HVAC Piping," Section 230523.13 'Butterfly Valves for HVAC Piping," and Section 230523.14 "Check Valves for HVAC Piping." Q. Install unions in piping, NPS 2 and smaller, adjacent to valves, at final connections of equipment, and elsewhere as indicated. t HYDRONIC PIPING 232113 - 3 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center SECTION 232116 - HYDRONIC PIPING SPECIALTIES PART 1 - GENERAL 1.1 SUMMARY A. Section includes special -duty valves and specialties for the following: l . Hot-water heating piping. 2. Chilled -water piping. January 2017 1.2 ACTION SUBMITTALS A. Product Data: For each type of the following: 1. Valves: Include flow and pressure drop curves based on manufacturer's testing for calibrated -orifice balancing valves and automatic flow -control valves. 2. Air -control devices. 3. Hydronic specialties. 1.3 CLOSEOUT SUBMITTALS A. Operation and maintenance data. 1.4 QUALITY ASSURANCE A. ASME Compliance: Safety valves and pressure vessels shall bear the appropriate ASME label. Fabricate and stamp air separators and expansion tanks to comply with ASME Boiler and Pressure Vessel Code: Section VIII, Division 1. PART 2 - PRODUCTS 2.1 VALVES A. Gate, Globe, Check, Ball, and Butterfly Valves: Comply with requirements specified in Section 230523.11 "Globe Valves for HVAC Piping," Section 230523.12 "Bail Valves for HVAC Piping," Section 230523.13 "Butterfly Valves for HVAC Piping," Section 230523.14 "Check Valves for HVAC Piping," and Section 230523.15 "Gate Valves for HVAC Piping." B. Automatic Temperature -Control Valves, Actuators, and Sensors: Comply with requirements specified in Section 230923.11 "Control Valves"Section 15901 "Control Valves." C. Bronze, Calibrated -Orifice, Balancing Valves: 1. Body: Bronze, ball or plug type with calibrated orifice or venturi. HYDRONIC PIPING SPECIALTIES 232116 - 1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 2. Ball: Brass or stainless steel. 3. Plug: Resin. 4. Seat: PTFE. 5. End Connections: Threaded or socket. 6. Pressure Gage Connections: Integral seals for portable differential pressure meter. 7. Handle Style: Lever, with memory stop to retain set position. 8. CWP Rating: Minimum 125 psig (860 kPa). 9. Maximum Operating Temperature: 250 deg F (121 deg Q. 2.2 AIR -CONTROL DEVICES A. Manual Air Vents: 1. Body: Bronze. 2. Internal Parts: Nonferrous. 3. Operator: Screwdriver or thumbscrew. 4. Inlet Connection: NPS 1/2 (DN 15). 5. Discharge Connection: NPS 1/8 (DN 6). 6. CWP Rating: 150 psig (1035 kPa). 7. Maximum Operating Temperature: 225 deg F (107 deg Q. 2.3 HYDRONIC PIPING SPECIALTIES A. Y-Pattern Strainers: 1. Body: ASTM A 126, Class B, cast iron with bolted cover and bottom drain connection. 2. End Connections: Threaded ends for NPS 2 (DN 50) and smaller; flanged ends for NPS 2-1/2 (DN 65) and larger. 3. Strainer Screen: Stainless -steel mesh strainer, or perforated stainless -steel basket. 4. CWP Rating: 125 psig (860 kPa). PART 3 - EXECUTION 3.1 VALVE APPLICATIONS A. Install shutoff -duty valves at each branch connection to supply mains and at supply connection to each piece of equipment. B. Install calibrated -orifice, balancing valves in the return pipe of each heating or cooling terminal. 3.2 HYDRONIC SPECIALTIES INSTALLATION A. Install manual air vents at high points in piping, at heat -transfer coils, and elsewhere as required for system air venting. END OF SECTION 232116 HYDRONIC PIPING SPECIALTIES 232116 - 2 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 SECTION 262923 - VARIABLE -FREQUENCY MOTOR CONTROLLERS PART 1 - GENERAL 1.1 SUMMARY A. Section includes separately enclosed, preassembled, combination VFCs, rated 600 V and less, for speed control of three-phase, squirrel -cage induction motors. 1.2 DEFINITIONS A. CPT: Control power transformer. B. DDC: Direct digital control. C. EMI: Electromagnetic interference. D. OCPD: Overcurrent protective device. E. PID: Control action, proportional plus integral plus derivative. F. RFI: Radio -frequency interference. G. VFC: Variable -frequency motor controller. 1.3 ACTION SUBMITTALS A. Product Data: For each type and rating of VFC indicated. B. Shop Drawings: For each VFC indicated. 1. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 2. Include diagrams for power, signal, and control wiring. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For testing agency. B. Product certificates. C. Field quality -control reports. VARIABLE -FREQUENCY MOTOR CONTROLLERS 262923 - 1 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 1.5 CLOSEOUT SUBMITTALS A. Operation and maintenance data. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1.7 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace VFCs that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 SYSTEM DESCRIPTION A. General Requirements for VFCs: 1. VFCs and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Comply with NEMA ICS 7, NEMA ICS 61800-2, and UL 508. B. VFC Description: Variable -frequency motor controller, consisting of power converter that employs pulse -width -modulated inverter, factory built and tested in an enclosure, with integral disconnecting means and overcurrent and overload protection; listed and labeled by an NRTL as a complete unit; arranged to provide self-protection, protection, and variable -speed control of one or more three-phase induction motors by adjusting output voltage and frequency. 1. Units suitable for operation of NEMA MG 1 motors. 2. Listed and labeled for integrated short-circuit current (withstand) rating by an NRTL acceptable to authorities having jurisdiction. C. Design and Rating: Match load type, such as pumps; and type of connection used between motor and load such as direct or through a power -transmission connection. D. Output Rating: Three phase; 10 to 60 Hz, with voltage proportional to frequency throughout voltage range, with torque constant as speed changes; maximum voltage equals input voltage. E. Unit Operating Requirements: 1. Input AC Voltage Tolerance: Plus 10 and minus 10 percent of VFC input voltage rating. 2. Input AC Voltage Unbalance: Not exceeding 3 percent. 3. Input Frequency Tolerance: Plus or minus 3 percent of VFC frequency rating. 4. Minimum Efficiency: 96 percent at 60 Hz, full load. VARIABLE -FREQUENCY MOTOR CONTROLLERS 262923 - 2 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center F. G. Vol January 2017 r 5. Minimum Displacement Primary -Side Power Factor: 96 percent under any load or speed condition. 104 deg. 6. Ambient Temperature Rating: Not less than 32 deg F and not exceeding 7. Humidity Rating: Less than 95 percent (noncondensing). 1 8. Altitude Rating: Not exceeding 3300 feet. 9. Vibration Withstand: Comply with NEMA ICS 61800-2. 10. Overload Capability: 1.5 times the base load current for 60 seconds; minimum of 1.8 t times the base load current for three seconds. 11. Starting Torque: Minimum 100 percent of rated torque from 3 to 60 Hz. 12. Speed Regulation: Plus or minus 5 percent. 13. Output Carrier Frequency: Selectable; 0.5 to 15 kHz. 14. Stop Modes: Programmable; includes fast, free -wheel, and do injection braking. r , Inverter Logic: Microprocessor based Isolated Control Interface: Allows VFCs to follow remote -control signal over a minimum 40:1 speed range. 1. Signal: Electrical. Internal Adjustability Capabilities: 1. Minimum Speed: 5 to 25 percent of maximum rpm. 2. Maximum Speed: 80 to 100 percent of maximum rpm. 3. Acceleration: 0.1 to 999.9 seconds. 4. Deceleration: 0.1 to 999.9 seconds. 5. Current Limit: 30 to minimum of 150 percent of maximum rating. Self -Protection and Reliability Features: 6. Surge Suppression: Factory installed as an integral part of the VFC, complying with UL 1449 SPD, Type 1 or Type 2. 7. Surge Suppression: Field -mounted surge suppressors complying with Section 264313 "Surge Protection for Low -Voltage Electrical Power Circuits," UL 1449 SPD, Type 2. 8. Loss of Input Signal Protection: Selectable response strategy, including speed default to a percent of the most recent speed, a preset speed, or stop; with alarm. 9. Under- and overvoltage trips. 10. Inverter overcurrent trips. 11. VFC and Motor-Overload/Overtemperature Protection: Microprocessor -based thermal protection system for monitoring VFCs and motor thermal characteristics, and for providing VFC overtemperature and motor -overload alarm and trip; settings selectable via the keypad. 12. Critical frequency rejection, with three selectable, adjustable deadbands. 13. Instantaneous line -to -line and line -to -ground overcurrent trips. 14. Loss -of -phase protection. 15. Reverse -phase protection. 16. Short-circuit protection. 17. Motor-overtemperature fault. VARIABLE -FREQUENCY MOTOR CONTROLLERS 262923 - 3 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 I. Automatic Reset/Restart: Attempt three restarts after drive fault or on return of power after an interruption and before shutting down for manual reset or fault correction; adjustable delay time between restart attempts. J. Power -Interruption Protection: To prevent motor from re -energizing after a power interruption until motor has stopped, unless "Bidirectional Autospeed Search" feature is available and engaged. K. Bidirectional Autospeed Search: Capable of starting VFC into rotating loads spinning in either direction and returning motor to set speed in proper direction, without causing damage to drive, motor, or load. L. Torque Boost: Automatically varies starting and continuous torque to at least 1.5 times the minimum torque to ensure high -starting torque and increased torque at slow speeds. M. Motor Temperature Compensation at Slow Speeds: Adjustable current fall -back based on output frequency for temperature protection of self -cooled, fan -ventilated motors at slow speeds. N. Integral Input Disconnecting Means and OCPD with pad -lockable, door -mounted handle mechanism. 1. Disconnect Rating: Not less than 115 percent of VFC input current rating. 2. Disconnect Rating: Not less than 115 percent of NFPA 70 motor full -load current rating or VFC input current rating, whichever is larger. 3. Auxiliary Contacts: NO or NC, arranged to activate before switch blades open. 4. Auxiliary contacts "a" and "b" arranged to activate with circuit -breaker handle. 5. Alarm contact that operates only when circuit breaker has tripped. 2.2 CONTROLS AND INDICATION A. Status Lights: Door -mounted LED indicators displaying the following conditions: 1. Power on. 2. Run. 3. Overvoltage. 4. Line fault. 5. Overcurrent. 6. External fault. B. Panel -Mounted Operator Station: Manufacturer's standard front -accessible, sealed keypad and plain -English -language digital display; allows complete programming, program copying, operating, monitoring, and diagnostic capability. 1. Keypad: In addition to required programming and control keys, include keys for HAND, OFF, and AUTO modes. 2. Security Access: Provide electronic security access to controls through identification and password with at least one level of access: View only; view and operate; and view, operate, and service. VARIABLE -FREQUENCY MOTOR CONTROLLERS 262923 - 4 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center C. WE E. January 2017 a. Control Authority: Supports at least four conditions: Off, local manual control at VFC, local automatic control at VFC, and automatic control through a remote source. Historical Logging Information and Displays: 1. Real-time clock with current time and date. 2. Running log of total power versus time. 3. Total run time. 4. Fault log, maintaining last four faults with time and date stamp for each. Indicating Devices: Digital display and additional readout devices as required, mounted flush in VFC door and connected to display VFC parameters including, but not limited to: 1. Output frequency (Hz). 2. Motor speed (rpm). 3. Motor status (running, stop, fault). 4. Motor current (amperes). 5. Motor torque (percent). 6. Fault or alarming status (code). 7. PID feedback signal (percent). 8. DC -link voltage (V dc). 9. Set point frequency (Hz). 10. Motor output voltage (V ac). Control Signal Interfaces: 1. Electric Input Signal Interface: a. A minimum of two programmable analog inputs b. A minimum of six multifunction programmable digital inputs. 2. Remote Signal Inputs: Capability to accept any of the following speed -setting input signals from the DDC system for HVAC or other control systems: a. 0- to 10-V de. b. 4- to 20-mA dc. C. Potentiometer using up/down digital inputs. d. Fixed frequencies using digital inputs. 3. Output Signal Interface: A minimum of one programmable analog output signal(s), which can be configured for any of the following: a. Output frequency (Hz). b. Output current (load). C. DC -link voltage (V dc). d. Motor torque (percent). e. Motor speed (rpm). f. Set point frequency (Hz). VARIABLE -FREQUENCY MOTOR CONTROLLERS F r S? 262923 - 5 t' i BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 F. PID Control Interface: Provides closed -loop set point, differential feedback control in response to dual feedback signals. Allows for closed -loop control of pumps for pressure, flow, or 1{ temperature regulation. 2.3 BYPASS SYSTEMS A. Bypass Operation: Manually transfers motor between power converter output and bypass circuit. Unit is capable of stable operation (starting, stopping, and running) with motor completely disconnected from power converter. B. Bypass Mode: Manual operation only; requires local operator selection at VFC. Transfer between power converter and bypass contactor, and retransfer shall only be allowed with the motor at zero speed. C. Bypass Controller: Two -contactor -style bypass allows motor operation via the power converter or the bypass controller; with input isolating switch and barrier arranged to isolate the power converter and permit safe troubleshooting and testing, both energized and de -energized, while motor is operating in bypass mode. 1. Bypass Contactor: Load -break, contactor. 2. Output Isolating Contactor: Non -load -break, contactor. 3. Isolating Switch: Non -load -break switch arranged to isolate power converter and permit safe troubleshooting and testing of the power converter, both energized and de -energized, while motor is operating in bypass mode; pad -lockable, door -mounted handle mechanism. D. Bypass Contactor Configuration: Reduced -voltage autotransformer type. 1. NORMAL/BYPASS selector switch. 2. HAND/OFF/AUTO selector switch. 3. NORMAL/TEST Selector Switch: Allows testing and adjusting of VFC while the motor is running in the bypass mode. 4. Contactor Coils: Pressure -encapsulated type with coil transient suppressors. a. Operating Voltage: Depending on contactor NEMA size and line -voltage rating, manufacturer's standard matching control power or line voltage. b. Power Contacts: Totally enclosed, double break, and silver -cadmium oxide; assembled to allow inspection and replacement without disturbing line or load wiring. 5. Control Circuits: 120-V ac; obtained from integral CPT, with primary and secondary fuses, with CPT control power source of sufficient capacity to operate all integral devices and remotely located pilot, indicating, and control devices. a. CPT Spare Capacity: 100 VA. 6. Overload Relays: NEMA ICS 2. L_ VARIABLE -FREQUENCY MOTOR CONTROLLERS 262923 - 6 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 l 2.4 ENCLOSURES A. VFC Enclosures: NEMA 250, to comply with environmental conditions at installed location. B. Plenum Rating: UL 1995; NRTL certification label on enclosure, clearly identifying VFC as "Plenum Rated." 2.5 ACCESSORIES A. General Requirements for Control -Circuit and Pilot Devices: NEMA ICS 5; factory installed in VFC enclosure cover unless otherwise indicated. 1. Push Buttons 2. Pilot Lights: Push to test. 3. Selector Switches: Rotary type. B. Bypass contactor auxiliary contact(s). C. Control Relays: Auxiliary and adjustable solid-state time -delay relays. D. Phase -Failure, Phase -Reversal, and Undervoltage and Overvoltage Relays: Solid-state sensing circuit with isolated output contacts for hard -wired connections. Provide adjustable undervoltage, overvoltage, and time -delay settings. 1. Current Transformers: Continuous current rating, basic impulse insulating level (BIL) rating, burden, and accuracy class suitable for connected circuitry. Comply with IEEE C57.13. E. Supplemental Digital Meters: 1. Elapsed -time meter. 2. Kilowatt meter. 3. Kilowatt-hour meter. F. Breather and drain assemblies, to maintain interior pressure and release condensation in NEMA 250 enclosures. PART 3 - EXECUTION 3.1 INSTALLATION A. Wall -Mounting Controllers: Install with tops at uniform height and with disconnect operating handles not higher than 79 inches above finished floor, unless otherwise indicated, and by bolting units to wall or mounting on lightweight structural -steel channels bolted to wall. For controllers not on walls, provide freestanding racks complying with Section 260529 "Hangers and Supports for Electrical Systems." B. Install fuses in each fusible -switch VFC. VARIABLE -FREQUENCY MOTOR CONTROLLERS -9 { -1 1� 262923 - 7 t t i s_.7 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 C. Install fuses in control circuits if not factory installed. Comply with requirements in Section 262813 "Fuses." D. Install, connect, and fuse thermal -protector monitoring relays furnished with motor -driven equipment. E. Comply with NECA 1. 3.2 CONTROL WIRING INSTALLATION A. Install wiring between VFCs and remote devices and facility's central -control system. B. Bundle, train, and support wiring in enclosures. 3.3 IDENTIFICATION A. Identify VFCs, components, and control wiring. 1. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each VFC with engraved nameplate. 3. Label each enclosure -mounted control and pilot device. 3.4 FIELD QUALITY CONTROL A. Perform tests and inspections with the assistance of a factory -authorized service representative. B. Acceptance Testing Preparation: 1. Test insulation resistance for each VFC element, bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: 1. Inspect VFC, wiring, components, connections, and equipment installation. Test and adjust controllers, components, and equipment. 2. Test insulation resistance for each VFC element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at VFC locations are within 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Engineer before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Perform tests according to the Inspection and Test Procedures for Adjustable Speed Drives stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. r, �" ` VARIABLE -FREQUENCY MOTOR CONTROLLERS 262923 - 8 BSA Consulting Engineers, PLLC Lubbock Memorial Civic Center January 2017 is 8. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. D. VFCs will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports, including a certified report that identifies the VFC and describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations made after remedial action. 3.5 ADJUSTING A. Program microprocessors for required operational sequences, status indications, alarms, event recording, and display features. Clear events memory after final acceptance testing and prior to Substantial Completion. B. Set field -adjustable switches, auxiliary relays, time -delay relays, timers, and overload -relay pickup and trip ranges. C. Adjust the trip settings of instantaneous -only circuit breakers and thermal -magnetic circuit breakers with adjustable, instantaneous trip elements. Initially adjust to 6 times the motor nameplate full -load amperes and attempt to start motors several times, allowing for motor cool - down between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed 8 times the motor full -load amperes (or 11 times 1 for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Engineer before increasing settings. D. Set the taps on reduced -voltage autotransformer controllers. E. Set field -adjustable circuit -breaker trip ranges. F. Set field -adjustable pressure switches. Li 3.6 DEMONSTRATION A. Train Owner's maintenance personnel to adjust, operate, reprogram, and maintain VFCs. 11 END OF SECTION 262923 VARIABLE -FREQUENCY MOTOR CONTROLLERS 262923 - 9 t_l is CITY OF LUBBOCK MEMORIAL CIVIC CENTER H.V.A.C. DIRECT DIGITAL CONTROL SYSTEM 1501 MAC DAVIS LANE LUBBOCK, TEXAS Electrical & Mechanical Consulting Engineers 14302 South Slide Road Lubbock, TX 79424 Phone: 806.780.7475 aiig Fax 806.780.0129 TEXAS FIRM REGISTRATION NO. F4415 4 kAl 44*01� LubbCityck INDEX OF DRAWINGS DATE 1.12.17 M1 EXHIBIT HALL, OFFICE, & TERRACE SUITE FLOOR PLANS M2 WEST THEATER FLOOR PLAN M3 BANQUET HALL, MEETING ROOMS, & MALL FLOOR PLAN SET N0. M4 EXHIBIT HALL BASEMENT (PUMP ROOM) FLOOR PLAN M5 SCHEDULES & DETAILS EXHIBIT HALL - FLOOR PLAN .eu., ,n.• . r"w OFFICE 4 TERRACE SUITE FLOOR PLAN KEYED NOTES: f4 m � a«exweu.�,vo�ara.a.�o r,nwrATia �ewtca.rt�avraw. p�nxleroKTau...i M/.TtD..Mbtllt ro.xproon,lwooe �w�iw.oula.cwiw im Toiaero�coawoo.n wrn OOctYt,ol y �W 2azzy e0 �0S k 6�� �' �cw a'�.�w r�nwiaa.wo�imwnoP°'��.w�iaro .mproon xewooc.r.,w 333a o1 '�� ���nirw �wwwa�OOY.mw1°w°a �D'°..oimRDOno o�" t To rcepiepn raw ooe ini< q u�CSj 3� �p �.zae rKT.xaarnu,r.wN.rx �oor.ewiTwK.wwm. react owTTol W Lht OYI[II i1eT W leb. ND I1MT®/<�. To .xoriun �woac trna. ��� .o�"w'Kur� , uroi�vo�om�ioTr"osewsua.Tnv� tw�i gar wannoexu•T rre, Qi raor.�ountouow,n rrN GENERAL NOTES: A leGibbprlTlW,plNelMM1btwnpaun MCNVRte�OIIlDrTM �� � �ra wm IrrToil.,rt awr wi.rir tt rwlm l tgtnitwttpt Uit Ni.,YtNaa M, E0R1i1.[IWTCepRr4 �arMNtnieeMr0.tranxwnl.�v,aNu R�imoe�o TN611i h a rw°'�OcpwnMLL1°O�mwnw""rtiTnro.�t.�u. oowoa.n�Ko�rµo� mVgMft MIMKW,ilu mreNam.wnir uolnr. y 6 MLtILV/d�rtBbIWLMIRYIICtrMQS.ElMOM1111M11110WI MI pin IOCAIgM.eR M lTwNet M lltYt Tdt V w°a t N,ltTN.11tM DA RrIRt TMTIAroImWIMiRMCt MQN]Uliero■ �1W.YIe CPtiliKl NTl TCIOMS roIMrott MxAC OItANCt MINK R!•IAVMMI.MaMlilru tt�ewasararr»t.Mtt RJM1 (�) y d111WUQ16RI. 14��� r ` eWe[ v V .. �MKYIIWtIIDIt Me�R.ISIII\IGaeRC4TMl.b t.R2G6Mr..o TNT crxtro�nuiK'mw uu�rw�sw�ie...nvTwe�mw.wni. n�+a� mrartxu.Nw rrw ruiowaln. � y V eS�• � � r �� AT-- aiw's.oTrntt«r.nn��aunuo,mm.wee.ler TeAte..w►wu w+a.rrvnuwt,m+nNxNrmTw ---Tom wwxepnur. rprr ierepmcx.oxlnraarom m �',�q�� V .aT.otetne�wriw...rw.m t�lwmroNtn NnTKruNw K Mr®waMOTHeo.oum ninunow.tlwo,Te�Tew.,o..varwt Clat WILl MOrtNW1. t MMWIRTpMOCI,ieC011e10..rRNMMMIDIIIeb.hilWTC t^ ry, 1�^ ptlpK MtlO•iW YLLi6Pl URDIMK AV IIlCIIt],CmetrtitN.MMIt d NL�a.MW.IMMWrNY4M l'O.IIItlLMIttl ���lSgI�DIT�0,t01R Po11M i4 rDnA4 N41�MYO.ta •V rt V t101MOOgiIIf. KOf tiOVie + CV 1tFnIM1.ChYI.MMlWIR �e1IK'�Infl�I1DLCU'd d`Rl K MWYlM 6.TCpleltf p.IRT0. MlbMIMWITtaeMDCeMn0. VOLTA7E Yrr110.1t 1S. Iti �4 •s U so '01 10 T h a ..� V V WEST THEATER - FLOOR PLAN p m" &M" M' . 1'.&- q GENERAL NOTES: KEYED NOTES: � nw.aMxwrourtrriaurwawmwowrKrrvarRo.rM � r rnrwmwMiawr.r.nwnn.�nr Kwavmororrr.wm � .in. wc.�r.rwwiumarrer.MmwmwrwowrKrm�r� .w�nion. wivarwar mnaT"iwamr.trelrwcr Kroua..ocwaoiet wanoxarrmMooe�rr aye. 40KINOrMOt.XK U11lIMOr1.Mr1MTl NI W1rr1M101.TIC CCIIIIIOL ]OfSPtIXL1NMMMIWr.MM10wIYlrO04. MwM pltiK�OMw�LL rvsre..uca►orxnaM W.maWnrolrvw6lLWONVLN. w11 �canllaLVKvq.UMHtlmwraR rrorMTmYALOe11Y.T0 K IRwOvm NTxp WtYYiv, mMa1YODOtYfIOI C Oo1111.31111.rQO1l rv1mM. Mtrt rMEp.INOL000pOR.rrvblr.p.b! Oi KgLip�eM MYGQNKfIWIbLL1100Yr.JVe 016OOIIOOYL NMGI.to M1P.W1FM. 111pLGOPA�rM1; NtO0M1lOm111ROU �V�.OYNCII.CIWON. N0116n1tO.�adf4T0 M.dKOt MN�TlIiNLK KrOrm MlHel AlrtlY. rvI1M 4 tlIHtRY. 01YKIY4lIp1Ot OMOr MOLNIi LOYWiIMI V'--" IIIOIOr1a lOM110MI011Mef0lMlK wwowaa eaar�irririr;w�ru'rou�oTo rcw'�'�i�Ko�r remw�ioM. b O OI1�RwI.MOW61wLLKIYKOWMe roll WAgT1O[II@M1 M 11pUWMfI r, ronruMwnm.rnaar�Mar.noerz�aa„v nuurin,m TMT raameeran 401M'lil®ML01rTM We11elML K\M®N t�0r4lO0Wf OCYW MwrMbwBlwrt K 111be KUGO TI01. IMI. Oe�ICf1 M11�0/l Y W IIMt KJei O V/iR11V. TIDI. WM1OKICC OIIIIfT OI1fOlNN.T.KMM MVpNOtMTLOUTbII �+'� a OIIM NaIYlI�w�1NfILVYrv^.VrUJIe �iOJ rMl WIM1V�019110A1tr1I DADUOM %'MY1I. VrrW run WltfOgOONrOer1.OI1TO.R M�G.I�d� �T'NNQN N>C WO.®T{1V(Y{�wYK r4eMw COIOJIry NtOU11.MNOK➢TOMCr< W W WTM[ Ci[�Mt1K MpRCOiOl1l. l MMWOIRY?MW.IMO WM11101.rrRbMM wI.ApC.M[NM110 rvsfw MEa.rwoVNLiQM wmrwrlwleC1110M000C rvrv4t weu om rw m cawr om�a r.w� M rnrt.a.renr wnn raiwm, w ruomoanaurc wrKwmra�Mxrwrmn wnaTw OKtwO Cb W f.0o1 KM IKOlM M KN.rrvK M4L M M�O.tm. eves. R M.NrM O1TOnIpR WK1A1.rM M1MU/VOLTM6wO0u0110L VOLTMeMROlO•, Yc 1.121017 Mk 13008.3 T E4glLT 7 PmE�TIR�1N uru 1 iy,n TNFArER w,,_rrMrn weenno �� "''1 M2 r — S BANQUET HALL MEETING ROOM, a MALL FLOOR PLAN, ec.u, w� . r•o• KEYED NOTES: � imor.wxmunw.�Mwr.mwm WSIWMOIITOOINIOUTONN GENERAL NOTES: TM aMIWpM Wn wNMOIYMnAIYMYr Miv{IUIWAiM A wn.reasm. OR NNmA OI ppn WNMKLxOnI1.MLYGNM•KIIOOYNM W4Ai1MLL. IgIIAQ A0.OLNOOLTC WOOOtninl NOlMTWAOONNMRM ROWMIgwMMObLMn olIr ANOMYTKNNRO .ea.tcauno �aLrirac • C �.MNNLWi1G61nb M04NMfDM�IOL tv! WhYLMM.M MY1 Oi � SOLYM WMOUIt MLtWvt' lI1DOM.YO�I YWtW Nam. COMfRK WLLlKO.WYIACI1MiOlY,wM1AlCDImCYpY.K 10 ACCOIYOWtt IYW NOtYiIOI R bNOL�NlIY11 MNRr. G MLiLMN'ITBM IMLl NI WI1Y10OpOWMINLITfnM wN111! 1100aL11101 W WhoLfF ALLIImiW MIi110U Oi .ION.MKIIIONMIUIYIDLNMiC1Y110LL IpOKA10L<Y�IItl MOY.. wLN40.MY1KTMTOV. AIYMAIW MSW.anY/.ro NO, pLYpMT.NNpppinipL COIIOMbIn. WIIIMIlW.OILLLNI®gMO, MTMO1 NiYLir. aLWnOlOWLNW.[!(TANWryMOWiNI.MOTNB1NLLNlO.p µwR. tOGIALNlI1MtiOlUYLOlM4Rflb. ©.EON,MILLI.NNMMILIbINNLMMU{ICMMO�<MRiN01100Y1. L MIIIOI►YMIMOIMC�LIINTw IO MYIIN.BNICL.wAtNNmTG![ .YYAm CNi110.WLW.LVMl1ACTYJCK4 AW Y(MTW ARA.pYtK TO AODOY.mnnNwOOENRNL NWMpbO01O1W.yA11/IIlYw NIUDTOp MKdOl.LIMOL IIPAY. OI111QIW.lLMi.MMNILYIlLW11W01MNl roILYY0101NOlII�Mp OI MW.00f11NGTbLMORAlAMMTALLNWOOCMbOpIlYM106iAT.WM LLnOOL1iAWYIYIMi. NIWibIICl WRNOMNC�IAT.vlITUAOf M IIlrt.10YYOl !. fNLALLMNMNq.NlO'.p MMNOR p1Ki0q.NNCliYJII, N)Mi LOGT011 Of WNW OlLR.AT Nit. NON CR6idYAIDMrILQOM LpV1NI NfN1IJ MLL KYI1®N Oi WRWIgYMMMRpQNWTlNL OLMLSINY{IIMYWYLIQiffM/iI1YMRTtUlM. 1NN O. ICN g110TMWOrt,T0.1ElAOI.RNtOVLUTUDCOw,CCIro AVI Mw eMwr rYNOOLw M •uwarAwuau Li�!lL6M101iNONIwaNNI OIIPAON KOOMIIR. LNYOGLRCLVLrIbMCMYT[NCILl0 N6 M IOW C/Ml NOTNWN�UiL MIO�GII W�ip! ldVrVLTAOL oAeu NUL W NNrownur. L MWLIp1111r OIM OOLi1b C011IMlMnMNM NYOIq YAlMLWLTC N'IIIIL MObfW MKiQO1Y b1n IMNAMUMMICOOClTNtlI NNI1! trNLW L!O YOONO. NILt WNW YIIttIIRN WM,I11W MCM114 ALLCFM WTiNO NTAIAr M111IfOIMM1IFISI11Yl AN OlTN1 WL1Y1000Y1i, M>r Y>1101bW Idl MMtNl1lil4lWLL I[Im10IIQ { N1ClpCtRJL MOMCYTp AOilCfbaYlCfmiOMF1N 10'DTAMLM 001NYICILL NNCIICW'. NcawlMwwnlm NONOALL NArz AwLocK cooen K MWNIYILYfCOPYi dYYilLRM NI111lMMOLTAOCMDCARW WTIW.1 1MO.b vl. 476: 60 IT 6 ICEYPLAN i M3 4C N y _ s