Loading...
HomeMy WebLinkAboutResolution - 3573 - Contract - Bruce Thornton AC - HVAC Renovation, Municipal Square - 03_14_1991Resolution #3573 March 14, 1991 Item #27 :js RESOLUTION E IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and iirected to execute for and on behalf of the City of Lubbock a Contract by and )etween the City of Lubbock and Bruce Thornton Air Conditioning for HVAC reno- vation at Municipal Square, attached herewith, which shall be spread upon the ninutes of the Council and as spread upon the minutes of this Council shall :onstitute and be a part of this Resolution as if fully copied herein in de- tail. Passed by the City Council this 14th ATTEST: anette boya, city secreta PPROVED X TO ene Ea s, Pur ONTE asing Manager APPROVED AS TO FORM: _� Affa-6 R4rbld Willdrd, Assis Attorney day of March C C. Mc INN, MAY R , 1991. CHANGE ORDER NUMBER SEVEN BID NUMBER 11164 �3573 HVAC RENOVATION MUNICIPAL SQUARE TO: Bruce Thornton Air Conditioning, Inc. 128 Slaton Road Lubbock, Texas 79494-5306 Original Amount of Contract Amount Previous Change Orders Net Amount this Change Order Amended Amount of Contract Percentage Change of Contract Price is 0.4% Additional Time of Completion is 0 days $403,800.00 11,276.39 $ 1,615.00 $416,691,39 WHEREAS, it is desirable to make changes in the plans and specifications for this projects. THIS AGREEMENT WITNESSED: The Contractor to add additional insulation to cover main piping systems that were uncovered by the Asbestos Abatement Project. Also, supply electrical work for the make-up air fan in basement boiler room and add controls to pumps in Information Services to DDC control panel. IN WITNESS WHEREOF, the Owner and the Contractor have hereto set their hands this the / s/-- of1992. CONTRACTOR: Bruce Thornton Air Conditioning, Inc. BY: -z'_ -- TITLE ,�-,',— APPROVED AS 0 FORM: c 4YCFAhItorney s R OWNER City of Lubbock BY: Z (�_" Deputy City Manager APP ED AS TO TENT: f6ct of Building Services 3 CITY OF LUBBOCK SPECIFICATIONS FOR MUNICIPAL SQUARE HVAC RENOVATION BID # 11164 CITY OF LUBBOCK go- Lubbock, Texas c� AMON Office of Purchasing City of Lubbock P.O. Box 2000 - Lubbock, Texas 7J457 806-767-2167 �- MAILED TO VENDOR: February 21, 1991 CLOSE: 02/27/91 @ 2:00 P.M. BID # 11164 ADDENDUM # 1 PLEASE NOTE THE FOLLOWING: 1. Please add specification #15950 (attached) to original specifications. 2. Please note drawing and specification changes attached. �— 3. Please note bid proposal form attached. THANK YOU, / Gene Eads, C.P.M. Purchasing Manager PLEASE RETURN ONE COPY WITH YOUR BID TECHNICAL SPECIFICATIONS MUNICIPAL SQUARE HVAC REPLACEMENT CITY OF LUBBOCK LUBBOCK, TEXAS I 5 FANNING, FANNING AND ASSOCIATES, INC. 2555 74TH STREET LUBBOCK, TEXAS 79423 TEL: (806) 745-2533 FAX: (806) 745-3956 DECEMBER 27, 1990 MUNICIPAL SQUARE 15950 AIR DISTRIBUTION February 16, 1991 1. GENERAL 1.1 Note: Conform with applicable provisions of the General Conditions Special Conditions, General Requirements, and Supplemental Conditions. 1.2 Submittals: Submit manufacturer's data on all materials. 1.3 Scope: 1.3.1 This section of the specifications comprises furnishing of all labor, materials, transportation, tools and appliances and in performing all operations in connection with installation of new heating and cooling coils and/or air handling units with their ductwork connections, fan coil units and their ductwork, air distribution devices, dampers and control devices, other materials and accessories as described herein and/or as shown on the accompanying drawings, or reasonably implied therefrom. Demolish existing equipment as shown or required. 1.3.2 In addition, connect all air handling and fan coil units, automatic dampers, filters and all other materials and install (and/or cooperate in the installation with other trades) those various items of equipment and materials. 2. PRODUCTS 2.1 Low Pressure Ductwork: 2.1.1 Except as otherwise specified herein, in other sections of the specifications, and/or noted on the drawings, low pressure ducts shall be constructed of galvanized steel sheets in accordance with the recommended construction for low pressure ducts insofar as gauges of metal to be used, bracing of joints and joint construction as established in the latest edition of the ASHRAE HANDBOOK. 2.1.2 Duct construction details shall conform to "Low Pressure Duct Construction Standards", 5th Edition, published by the Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA). 15950-1 MUNICIPAL SQUARE February 16, 1991 2.1.3 Make square elbows where shown or required, with factory -fabricated turning vanes. Make all other changes in direction with rounded elbows having a centerline radius equal to 1-1/2 times the width of the duct in the plane of the bend. 2.1.4 Make transformations in duct shape or dimension with gradual slopes on all sides. Make increases in dimensions in the direction of air flow, with a maximum slope of 1 " in 7" on any side. Make decreases in dimensions in the direction of air flow preferably with a slope of 1 " in 7" on any side, but with a maximum slope of 1 " in 4" where conditions necessitate. 2.1.5 Ducts shall be routed in conjunction with pipes, electrical conduits, ceiling hangers, etc. so as to avoid interferences insofar as possible. Where duct penetrations are unavoidable, provide streamline shaped sleeves around such material penetrations, made airtight at duct surfaces, except that such sleeves are not required at tie rods. Where obstructions are of a size to exceed 10% of the duct area, the duct shall be transformed to maintain the same duct area. 2.2 Duct Construction Test: 2.2.1 A trial leak test, as specified herein, shall be made after installation of the first section of each type of ductwork to demonstrate adequacy of the construction details. All testing shall be done in the presence of the Engineer. 2.2.2 Each test section shall incorporate at least five transverse joints and all typical fittings. 2.2.3 Drawings showing all construction details of test sections, test procedures and instrumentation, and test results shall be submitted for record purposes. No additional ductwork shall be installed until the trial test installation described above has been approved. 2.2.4 Low pressure duct shall be tested at 3 "w.c. Construction of low pressure systems shall be inherently airtight and leakage shall be of a sufficiently low magnitude as to be inaudible in quiet ambient and not detectable by sense of feel. 15950-2 89060 A- MUNICIPAL SQUARE 2.3 Duct Liner: February 16, 1991 2.3.1 All sheet metal supply, return, and fresh air duct shall be lined. 2.3.2 The listed ducts shall be lined to a thickness of 1 " with Johns Mansville "Linacoustic" mat faced duct liner, or equal duct liner coated with neoprene on one side. 2.3.3 Duct liner shall have an average thermal conductivity of .26 btu-in./sq. ft.-degree F. at a mean temperature of 75 F. 2.3.4 The duct liner shall be applied in accordance with the manufacturer's recommendations with the coated side away from the metal, using weld pins or adhesive Tuffbond and adhesive type metal clips, Gemco, or equal, of the type which do not protrude through the duct. The size of the ducts indicated are actual internal sizes and the sheet metal sizes shall be 2" greater in both dimensions to accommodate the lining. No voids are permitted. 2.3.5 Use 100% adhesive coverage and clips at the rate as specified by SMACNA. 2.4 Duct Sealer: 2.4.1 All supply air ductwork from any air unit to the air distribution outlets shall be sealed to provide airtight construction. Metal surfaces to be joined shall be clean, dry and free of dirt or grease. Apply a heavy coat of Kingco Seal -Rite 18-120 to the interior metal surface of the slip joint, then interlock into place metal duct sections. Apply a heavy coat of 18-120 to the exterior metal surface duct joint, making sure any voids are filled to secure a continuous air pressure sealant. 2.4.2 Allow sealant to dry a minimum of 48 hours before pressurizing system. 2.5 Air Control Devices: 2.5.1 Manual dampers shall be installed as required to afford complete control of the air flow in the various duct systems. In rectangular supply ducts, a splitter damper shall be installed at each point where a 15950-3 MUNICIPAL SQUARE February 16, 1991 branch is taken off and additional volume dampers shall be installed where shown or required to achieve the final air balance. 2.5.2 Splitter dampers and volume dampers of the "butterfly" type shall be constructed of 20 gauge galvanized steel riveted or welded to square operating rods. Dampers shall have bearings of brass, bronze or approved plastic in most instances. The length of any splitter damper blade shall be 1-1/2 times the width of the smaller split in the duct, but shall be not less than 12". Volume dampers of the butterfly type shall be used only in cases where neither dimension of the damper exceed 18". The metal used shall match that of duct system containing the damper in each case. Use special metals for damper rods and bearings as required to resist corrosion. 2.5.3 In cases where either dimension of the smaller branch duct exceeds 24", volume dampers shall be of the opposed blade type with blades linked together and controlled from a single point. They shall be constructed of No. 16 gauge steel either galvanized or with a baked enamel finish. Dampers shall have brass, bronze or approved plastic sleeve bearings. Blades shall be not more than 12" in width and shall be opposed acting, and those for automatic dampers shall be fitted with felts to insure tight closure. Felts shall be both glued and riveted to the damper blades. Blades shall be mounted in suitable band or angle iron frames strongly braced to insure rigidity. 2.5.4 Each splitter or volume damper, unless specified for automatic operation, shall be fitted with an adjusting device having a locking mechanism. Wherever the ducts are rendered inaccessible behind non -removable ceilings or furrings, or other construction that is not easily removable to permit access to the ducts, the devices shall be equal to Young Regulator. Co. No. 896 concealed air split regulators. On exposed or easily accessible ducts the adjusting devices shall be equal to Young No. 1 or No. 900 and shall be fastened to the ducts. 2.5.5 Damper rods and operators on insulated ducts shall have extended rods and stand off brackets. 15950-4 89060 MUNICIPAL SQUARE 2.6 Plenums: February 16, 1991 2.6.1 The Contractor shall fabricate and install all sheet metal plenums. Plenums shall be constructed and insulated as specified for "Low Pressure Ductwork." In addition as a minimum requirement, plenums shall be braced with 1-1/2 by 10 gauge angles 24" on center, all sides. When plenums are mounted on the floor there shall be an additional angle around the plenum secured to the floor. Caulk all seams air and water tight. 2.6.2 There shall be at least one door in each plenum 18" by 48" with two latches, 12" square Airsan Ductport, piano hinge, and gasket. All plenum doors shall be double metal clad with 1 " thick internal insulation. Provide two Ventlock series 300 latches on each door. 2.7 Flexible Duct: 2.7.1 Flexible ducts shall be used for connecting air terminal devices. Generally flex duct shall not exceed 3'0" in length or have more than �.. 90 degree of bend. Flexible duct shall be a factory fabricated assembly consisting of an inner sleeve, insulation and an outer moisture barrier. The inner sleeve shall be constructed of a continuous vinyl -coated -- spring steel wire helix fused to a continuous layer of fiber glass impregnated and coated with vinyl. A 1-1/4 inch thick insulating blanket of fiber glass wool shall encase the inner sleeve and be sheathed with an outer moisture barrier of a reinforced Mylar or neoprene laminate of low permeability. The flexible duct shall be rated for a maximum working velocity of 6000 FPM and shall be listed by the Underwriters' Laboratories under their UL-181 standards as a Class 1 duct and shall comply with NFPA Standard #90A. The flexible duct shall be Thermaflex M-KC for high pressure and Thermaflex M-KE for low pressure application. 2.8 Flexible Connections: 2.8.1 Provide sound isolating flexible connections between connecting ducts and the inlet and outlet of each fan. These connections shall in each case be long enough to permit a minimum separation of 3" between the duct and the fan or unit housing with at least 1 " slack in the flexible material itself.. 15950-5 89060 MUNICIPAL SQUARE February 16, 1991 2.8.2 The material shall be of a glass cloth type equal to 30 ounce Ventglas as manufactured by Ventfabrics. It shall be fire resistant, waterproof and mildew -resistant. V 2.9 Air Distribution Devices: 2.9.1 Furnish and install all grilles, registers, and diffusers for every purpose. ,R Refer to the tabulation on the drawings for types, sizes and accessories. 2.9.2 All grilles, registers, and diffusers located in the ceiling shall be factory finished in OFF-WHITE. Door grilles shall be factory finished in baked enamel medium birch tan. 2.9.3 All other grilles and registers shall be factory primed and spray painted 2 coats on the job. 2.9.4 All grilles and registers shall be installed with tamperproof screws and shall be secured to the duct with a minimum of four screws. 2.9.5 Where perforated supply grilles are scheduled, they shall be of the type with adjustable curved blades in the neck of the diffusers. Other types are not acceptable. 2.9.6 Air distribution devices as manufactured by Barber Colman, Titus, Tuttle and Bailey, Metal -Aire or Krueger will be acceptable. 15950-6 89060 0 RENOVATION OF HEATING AND AIR CONDITIONING SYSTEMS AT THE MUNICIPAL SQUARE ADDENDA . # 1 February 19, 1991 NOTICE TO ALL BIDDERS: The following shall be incorporated in and become a part of the Drawings and Specifications on the subject project issued by Fanning, Fanning and Associates, Inc. dated January 3, 1991. Acknowledge receipt of this Addenda on your Proposal. 1. In the Specifications, Section 15600 INSULATION, Paragraph 3.3.2, add subparagraphs as follows: 6. Plate Heat Exchanger: Refer to Section 'EQUIPMENT' for Heat Exchanger Insulation. 7. Underground Chilled Water and Hot Water Piping: Insulate with 2" thick Pittsburg Corning foamed glass and jacket with Pittwrap. 8. Fan Coil Unit Branch Piping: Insulate with 3/4" thick, Manville Type II 'Aerotube", -- either slit flange type or threaded on during fabrication. 9. AHU Branch Piping: Asbestos Abatement Contractor will remove existing insulation. Insulate with 1" thick glass fiber insulation on hot lines and 1 1/2" thick glass fiber insulation for chilled lines with ASJ jacket. 10. Temporary Duct and Piping: Insulate with 11/2# density glass fiber with aluminum foil backed duct wrap. 2. In the Specifications, Section 15700 EQUIPMENT, Paragraph 2.9, add subparagraph 2.9.5: Provide removeable factory fabricated insulation cover with sheet metal jacket to fit heat exchanger surface. 3. In the Specifications, add attached Section 15950 AIR DISTRIBUTION. 4. On the Plans, Sheet M-1, the partition shown between the two outlets served by FC-39 will be removed and the existing ceiling where FC-39 is to be located will be lowered to 8' 1" in another Contract. Furnish two supply outlets and a single return air filter grille to fit into the existing ceiling grid and coordinate installation. 5. On the Plans, Sheet M-2, in Zone 1 Renovation a new ceiling, new ceiling outlets and return air filter grilles and a furring around the piping from the basement will be furnished in another Contract. Coordinate piping and FC-28, FC-29, FC-30, FC-31 and FC-32 installation. ADD#1-1 ADDENDA #1 February 19, 1991 6. On the Plans, Sheet M-6, add the following Note: The roof deck is wood, the steel roof trusses are about 30" deep, run north/south at approximately 7 feet on center. The plaster ceiling with glued on celotex tile is secured to the bottom chord of the truss. The corridor layin ceiling is about 7'11" AFF. All existing ceilings must be lowered to this height to provide adequate space for installation and service to the new fan coil units. Support the units and the piping from the roof trusses. See Detail, Sheet M-16. Reuse the existing grid and ceiling tiles. Replace damaged grid and ceiling tiles to match existing. All work is included in Alternate No. 2. THE SCALE OF SHEET M-6 IS 1/4" = 1' 0". 7. Product Drawings of both York Chillers are attached. 8. On the Plans, Sheet E-9 of 9, Panel "P" Legend, Change the description of P-2 to the following: "(WAS AHU #2) CHANGES TO CHILLERS OIL PUMPS". In Panel "P" Schedule, Change the description of Circuit No. 2 to the following: "(New Load Served) NEW CHILLERS OIL PUMPS; (Load) 2 C 3/4HP; (Existing Switch) 30A/3P; (New Fuses RK-5) 10; (New Wire) TWO SETS 3 # 12; (New Gnd) TWO # 12; (New Conduit) TWO 1/2"Conduits". Add the note indicator to Chiller starter #1 and Chiller starter #2: "C" (encompassed by a circle). Add the following note: "C" (encompassed by a circle) "Provide a 30A/3p fused disconnect with three 6A RK-5 fuses. Mount disconnect adjacent to new chiller starter for new chiller oil pump. Extend 3 # 12 & #12 Gnd. from new disconnect switches to existing fused switch circuit P - 2 in 1/2" conduit. -- 9. PLEASE NOTE: The York Chillers are scheduled for shipment on/or about March 22, 1991 and should arrive on the jobsite by the end of March. The chillers may be stored onsite between the Data Processing Building and the Municipal Square. Other areas can be made available. 10. PROPOSAL for the project is attached hereto. END OF ADDENDA NO. 1 ADD#1-2 r 3'-7/8" MIN q COMPRESS 3'-17 1/8' MAX 8' SHELLS Q MOTOR 1 •-2• i �'C,0NDSHAM------_ -- i 7 TUBE REMOVAL AREA n i n iLj (EITHER END) c----- ---- n� -- I Ncao I ItCOOLER SHELL - V-2-� 2'-4 3/8" 4 h-- V-11 13/16-� REFRIGERANT RELIEF CONN. 2- NPTI BURSTING DISK (15 PSIG). FLEX CONNECTOR MUST BE INSTALLED (BY OTHERS) TO ISOLATE DISK FROM RELIEF PIPING. 11'-1' MIN. (NTS) aao compLnER 001101tol. CEvi7a---,-E � M M �I n 1 r--------------- :TUBE REMOVAL AREA (EITHER END) L--------------- G - NOZZLE LEGEND - COOLER IN 'G' 3 PASS 6' DIA COOLER OUT "N' 3 PASS 6- DIA CONDENSER IN "T' 2 PASS 8' DIA CONDENSER OUT "U" 2 PASS 8" DIA FLOOR c LINE- n n COMPR. END V-11 1/8' 6 3/4' 6 3/4- I �V T m IN � I I N MOTOR END 1'-6 1/2" MIN. � MOTOR & COMPRESSOR z s 2'-1 1/2' a COMPRESSOR 4� MOTOR N fA � i in a O O tV — I In gSHELLS T L FLODR 1'-2- LINE ID1-1 t /2' 13'-4' OVERALL LENGTH u 5'-2 3/4' FRONT VIEW OVERALL WIDTH RIGGING WT. 10445 LBS, SHIPPING WT. 11636 LBS, OPERATING WT. 12375 LEIS, LOAD PER ISOLATOR 3094 LBS PRODUCT DRAWING Contractor. Purchaser. CITY OF LUBBOCKDate: 1-7-91 Order No.: 25512 Job Name: Municipal SQUAREQUARE BLDG. Rev Date: CODEPAK LIQUID CHILLER York Contract No.: 1-57206 Location: Lubbock, Texas Dwg. Lev.: 2/89 Iw i O wt A TI/1wt A t ........ ..- —1 —1 -- -- — v__.— - n•nenn•n r_ r.... ��... ---- - ♦e.n. r_...... 1.11 1.-.Al 7 l r NOZZLE LEGEND — COOLER IN 'P' 3 PASS 6' DIA 3'-7/8" MIN COOLER OUT "F" 3 PASS 6' DIA CONDENSER IN q COMPRESS 3'-118/8' MAX CONDENSER OUT •RS"22 PAASS86' DIA SHELLS MOTOR 6 3/4" --------------- R - -- 6 3/4' � �COND SHELL----- °a TUBE REMOVAL AREA S n O 00 0 O 0 O n � —+ —•r- -,I� (EITHER END) --------------- Ntno COOLER SHELL 2'-4 3/6" h+ — 4'-11 13/16'—►f N \ \ LINE EOR \ 1' 1'-T' ---�•••1111 -2' in I — N COMPR. ENO - MOTOR END 1'-6 1/2- MIN. V-11 1/8' MAX. MOTOR & COMPRESSOR z s Y'-1 1/2' a n REFRIGERANT RELIEF CONN. 2' NPTI BURSTING DISK (15 PSIG). FLEX CONNECTOR MUST BE iv COMPRESSOR INSTALLED (BY OTHERS) TO ISOLATE DISK FROM RELIEF PIPING. ~ — rE MOTOR + _ 11'-1' MIN. (NIS) MCRO OONTROWI� .� nil o n �4 0 jam` • 0 N I 5 • } r•--------------- (TUBE REMOVAL AREA ~ I N +— I (EITHER END) h L--------------- P SHELLS FLO! 11'-0 1'-2' LINE LINE 2' 7 3{8' 1-1 1 /2' +0 13'-4' OVERALL LENGTH b 5'-2 3/4' FRONT VIEW OVERALL MOTH RIGGING WT. 10445 LEIS, SHIPPING INT. 11536 LBS, OPERATING WT. 12375 LBS, LOAD PER ISOLATOR W94 LBS �° PRODUCT DRAWING Contractor Purchaser. CITY op LUBBOCK QUARE Date: Dote: 91 Order No.: 25512 Job Name: Munici OI SQUARE BLDG.' Rev Dote: CODEPAK LIQUID CHILLER York Controct No.: 1-57206 Location: Lubbock, Texas Dwg. Lev.: 2/89 INTERNATIONAL MODEL YT C3 D3 82 — CG F - -- York Order No.: 91952011 Engineer: FANNING, FANNING & ASSO ForM: 160.46—PA1:1 BID PROPOSAL BID FOR LUMP SUM CONTRACTS PLACE DATE PROJECT NO. Proposal of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re- lated contract documents and the site of the proposed work, and being familiar with all of the conditions surround- ing the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica- tions 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, of which this proposal is to be a part, is as follows: -- BASE BID: Replace the existing air handling units, revise their temperature controls, install the new chillers and other work in the Municipal Square building as shown on the Plans and described in the Specifications. TOTAL BID• (S ) ALTERNATE (ADD) ALTERNATE #2: ($ ) (ADD) ALTERNATE #3• ($ ) (DEDUCT) r-- Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 150 (ONE HUNDRED FIFTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $100.00 (One Hundred dollars) for each -11- consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in- struction number 20 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. �- The undersigned Bidder 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 bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of Dollars -` 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 and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con- tract documents made available to him for his inspection in accordance with the Notice to Bidders. Contractor BY• (Seal if Bidder is a Corporation) ATTEST: Secretary -12- Office of Purchasing City of Lubbock P.O. Box 2000 Lubbock, Texas 7J457 806-767-2167 MAILED TO VENDOR: 02/26/91 CLOSE: 02/27/91 @ 2:00 P.M. NEW CLOSE: 03/04/91 @ 3:00 P.M. BID # 11164 ADDENDUM # 2 1. Please change the closing date from 02/27/91 to March 4, 1991 @ 3:00 P.M. THAN YOU, GENE EADS, C.P.M. CITY OF LUBBOCK PURCHASING MANAGER PLEASE RETURN ONE COPY WITH YOUR BID City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 B06-767-2167 Office of Purchasing MAILED TO VENDOR: February 28, 1991 CLOSE: 03/04/91 @ 3:00 P.M. BID # 11164 ADDENDUM # 3 1. Please note specification changes attached. "THANK, I Gene Eads, C.P.M. Purchasing Manager PLEASE RETURN ONE COPY WITH YOUR BID GE/mf RENOVA"41"10N, OF HEATING AND AIR C0114DITIGNING SYSTEMS! AT THE ?4UNICIPAL SQUARE ADDENDA #3 Fob.—.ary 27, 1991 NOTICE TO ALL wTIDDFRS: The following shal.! be incorporKtei in and become et part of the Drawings and Sp-ecif on, the si-t1ject Project issued by Fanning, F-anning and Aesociatea, Irsc. dat,�-d January 3, 1991. Acknowledge receipt, of tlhis Addemda, on your proposali 1. In the Specificatio.n.s... Sectl,n 1.5-440 CONDENSTNIG WA,71"NR PIPING SYSTEM, -parag rapj,? 3. 1 .4 f_la - �-� -_ add the following Note: The City of L'ubbock providna Water troatment for Mahe �-�ooling towers and their piy; ing s�Lyste-me� The Chiller Manufacturer may test the wa-ter periodically to satiefy himself that th& cbi 11 lers are bi-ina Eidequaterly cared for. V 00 HANUERS AND 2. n the Spec if scat A!, o ne sec, ion 155 SUPPORTS, paragraph 2.4.1 add Note: Contractor in respons-ble for plp)ng hangar aelection t See section 115700 EQUITtIP'NENT , pa-ragraph 2.7. 2"L. for Air Unit i6olation. 3. In the Spec i flications , S e C t 4R. 0 -T.-k 15900, TEMPERATtiRE REGULATION, add paragraph- 3.3,R Aj.L 14 singla Zone; The chilled w.otet. S-vqpply to th6 C0011'ag coil and the hot water supply to 171-a-ating coil shall each be nupplied with- U raodLtAl-ating 2-way valve. anew shall- be controlled by the 3pace thermostat wilth, a '!-'F "dead band" between theatIng and cook p.g. In paragraph 3.4.2, revise the last rant -once (,o re'ad: The Contractor shall. provide a modttlat-ing valvn,., on earth -1 of the heating and cooling coils, In paragraph 3.4.3, delete the refereInce to thmo Outlet valve. 4. On the Plans, Sheets H-9 anti M-11'. xkir Handling Unit& Nos. 11 and 12 are shown to be new In the Base Bid, The existing fans for thane units ma7 ble remo6d with only he heating and cooling coils replaced, aa deafgnetad by Not"s K and L in the Air Unit Scboiu!6 an Sheet H-13, 5. On the Plans, Sheet. M-13 in the zi.Apply fan schodule revise the CF1,4 to remd. 17,000. In the Pump Schedule revise the Vxamplo to read: We A'IWUr: 4 " K"T. END OF* ADDENDA NO. 3 CITY OF LUBBOCK SPECIFICATIONS for TITLE: MUNICIPAL SQUARE HVAC RENOVATIONS ADDRESS: MUNICIPAL SQUARE BID NUMBER: 11164 PROJECT NUMBER: 1491-552101-9523 CONTRACT PREPARED BY: Purchasing Department (THIS PAGE LEFT BLANK INTENTIONALLY) INDEX PAGE 1. NOTICE TO BIDDERS..........................................................................................3 2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................4 3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10 4. PAYMENT BOND..............................................................................................13 b5. PERFORMANCE BOND .............................................. . ............................................16 6. CERTIFICATE OFINSURANCE................................................ ............19 ...................... 7. CONTRACT..................................................................................................21 8. GENERAL CONDITIONS OF THE AGREEMENT ....................................... ......23 9. CURRENT WAGE DETERMINATIONS ............................................. ...41 ............................:.. 10. SPECIFICATIONS............................................................................. ............42 11. SPECIAL CONDITIONS.....................................................................................43 r-- 12. NOTICE OF ACCEPTANCE......................................................................................45 -2- (THIS PAGE LEFT BLANK INTENTIONALLY) NOTICE TO BIDDERS (THIS PAGE LEFT BLANK INTENTIONALLY) NOTICE TO BIDDERS BID # 11164 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 27th day of February, 1991, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: MUNICIPAL SQUARE HVAC RENOVATION After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 14th day of March, 1991, at Municipal Bldg., -- Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders 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 r 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 bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself 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 bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159s, Vernon's Ann. Civil St., 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 bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a pre -bid conference on 18th day of February, 1991, at 10:00 o'clock a.m., Committee Conference Roan #103, Municipal Building, 1625 13th Street. CITY OF LUBBOCK k4w- &g4 4"4-- BY: Gene Eads, C.P.M. Purchasing Manager ADVERTISEMENT FOR BIDS BID # 11164 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 27th day of February, 1991, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: MUNICIPAL SQUARE HVAC RENOVATION After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the city of Lubbock, Texas. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a prebid conference on 18th day of February, 1991, at 10:00 o'clock a.m., Conference Committee Room #103, Municipal Building, 1625 13th Street. BY: Gene Eads, C.P.M. PURCHASING MANAGER (THIS PAGE LEFT BLANK INTENTIONALLY) GENERAL INSTRUCTIONS TO BIDDERS Hs.. -4- (THIS PAGE LEFT BLANK INTENTIONALLY) 0 0.- 4. 5. 6. GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The work to be done under the contract documents shall consist of the following: Provide labor and materials for the replacement of Municipal Square heating, ventilation and air conditioning. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. CONTRACT DOCUMENTS ALL work covered by this contract shall be done in accordance with contract documents described in the Gen- eral Conditions. ALL bidders 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. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 150 (ONE HUNDRED FIFTY) calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple- tion 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. 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. r- -5- 7. 8. 9. 10. 11. 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 pro- tecting 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 provi- sion. 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. _ GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective 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 ONE year 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). PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con- tractor. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, 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 re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a Limited sales, excise and use tax permit which shall enable him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. -6- 12. 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 construc- tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of all such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under- ground lines or structures 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, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig-nals, 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 re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast- ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder 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. 16. 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 -7- 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 subroga- tion. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which 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 bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage law that may be applicable. Construc- tion work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (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. Before construction work requiring an inspector is to be performed on weekends 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 weekends or holidays will be made by the Owner's Representative. 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. 18. 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 engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc- tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. 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. -8- The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten 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. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctty and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an indi- vidual, 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. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidders name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- lowing: (a) Notice to Bidders. (b) General instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. '^ 0 ) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. 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. -9- (THIS PAGE LEFT BLANK INTENTIONALLY) BID PROPOSAL -10- (THIS PAGE LEFT BLANK INTENTIONALLY) BID PROPOSAL BID FOR LUMP SUM CONTRACTS PLACE City of Lubbock DATE .March 4, 1991 PROJECT N0. 1116 4 Proposal of Bruce Thornton Air Cond. , Inc. (hereinafter called Bidder) To the Honorable Mayor and city Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in co ytiance with your invitation for bids for the construction cf a Municipal Square HVAC Renovation having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re- lated contract documents and the site of the proposed work, and being familiar with all of the conditions surround- ing the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica- tions 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, of which this proposal is to be a part, is as follows: BASE BID: Replace the existing air handling units, revise their temperature controls, install the new chillers and other work in the Municipal Square Squarre building as shown on the Plans and described in the Specifications. . TOTAL 81D: rOU1L Aly,- 1,,/ �-Zz_L T/ elfl T!/OUsi4NI-) --"---- (E -1134 000, OO ) ALTERNATE #1:-fC'(/PfITI ,It�U/� Tf�Ol�JfiYy �//l1`/U^/D2 � (s ZV yOO, 00 ) (ADD) ALTERNATE #z: (s 7y` C/ 0 S,c,r/Ph 1-7 Ftr/� c 7iy0U�i9�Y> ��� /�U�Y,y��� (ADD) ALTERNATE #3: i ilffe S /X Ti` 12VJ1`iYy ca _ 10;, 000, 0 0 > (DEDUCT) Amount shall be shown in both words and figures. in case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written 'Notice to Proceed' of the Owner and to fully complete the project within 150 (ONE HUNDRED FIFTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $100.00 (One Hundred dollars) for each -11- Y .. consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in- struction number 20 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in - the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder 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 bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the "sum of 5?0 Of ea> 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 and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con- tract documents made available to him for his inspection in accordance with the Notice to Bidders. (Seal if Bidder is a Corporation) TEST: A,• ssG. Secretary Bruce Thornton A/C Inc. Contrac or -12- I-- 1, N� 0, 5 UNITED STATES FIDE ARANTY COMPANY (A S an BID BOND BONDNUMBER ...................................................................................... KNOW ALL MEN BY THESE PRESENTS: THAT ....BRUCE.. THORNTON AIR CONDITI G.2....11gg ............................................................................................................ ............................................................................... LUBBOCK, TEXAS ....... ........ ................................................................................................... Of ....................................... I ............................................................................ ........ .............................................................................................................................................. as Principal and UNITED STATES FIDELITY AND OF LUBBOCK ................................................................................ GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto ................. Ki................................................................................................................................................................................................................................................ as Obligee, in the full and just sum 01JIVE PERCENT OF THE GREATEST AMOUNT BID ----------------- ...................................................................................................................................................................... -------------------------------------------------------------------------- .............................................. ............. .................................................................................................................................................................. 'Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal is herewith submitting its proposal MUNICIPAL SQUARE HVAC RENOVATION THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of 4i the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the, work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered ... FEBRUARY 27, 1991 .............................. (Date) BRUCE THORNTON AIR CONDITIONING EAL) ................................................................................ ............... ....... N .......... .................. . ... .............................................. (SEAU BRUCE THORNTON, PRESIDENT UN ED STATES FIDELITY AND GUARANTY COMPANY ....................................................... . �...�+4�r� —e ..... KEVIN DUNN Attorney-10act T4 NIM111 Contract 11 (Revised) ()-74) CERTIFIED COPY GENERAL POWER OF ATTORNEY No ---------- 102420 ------------------------ Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Howard Cowan and Kevin Dunn of the City of Lubbock , State of Texas its true and lawful attorneys in and for the State of Texas for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and wh4tsoev'erdC either the said Howard Cowan or the said Kevin Dunn ���• `'` ✓ may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this,ifistrpment to be sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 5th j i 1 day of January . A. D. 19 90 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) . By. ............................. Vice -President. (SEAL) George R. Gardner (Signed) ........... .lssistant Secretary. STATE OF MARYLAND. t BALTIMORE CITY, s ss. On this 5th day of Jantlaty , A. D. 19 9 , before me personally came ;.NanCy. M. Haragan , Vice -President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and George R. Gardner , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they, the said I NMCy M. Haragan and George R. Gardner were respectively the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; .that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.90. (SEAL) (Signed) ........ MdLtiJaL.Gt M. Hurst...................................... Notary Public. .� f5 3 (1.87) COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces and territories of Canada; Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice - Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to he executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such Load, recognizance, obligation, -�zipulatior, rr undertaking, or anything in the nature of either of the same. I, F. J. WME!y an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Howard Cowc-M and Kevin DUM of Lubbock, Texas , authorizing and empowering thM to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of November, 1981, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on FEBRUARY 27, 1991 (Date) 3 Assis!a4tirie.cretary. .. °t. PAYMENT BOND -13- (THIS PAGE LEFT BLANK INTENTIONALLY) Iy ' F�OEUTY4 7 UNITED STATES lFIDElLI Y , : �/jI UARANTY COMPANY a (A Stock Company) TEXAS STATUTORY PAYMENT BOND i �wS� ! iEMS (Penalty of this bond must be 100% of Contract amount) STATE OF TEXAS COUNTY OF BOND NUMBED 18-0120-10103-91-3 KNOW ALL MEN BY THESE PRESENTS: That_ BRUCE THORNTON AIR CONDITIONING, INC. (hereinafter called the Principal), as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized under the laws of the State of Maryland, and duly authorized to do business in the State of Texas, (hereinafter called the Surety), as Surety, are held and firmly bound unto ' CITY OF LUBBOCK (hereinafter called the Obligee), in the penal sum of FOUR HUNDRED THREE THOUSAND EIGHT HUNDRED AND NO 100-------------- ---------------------------------------------- _Dollars ctr• ($ 403 , 800.00------ ) for the payment of which sum well and truly to be made, we bind ourselves, " our 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 14TH day of MARCH 1991 a copy of which is hereto attached and made a part hereof, for MUNICIPAL SQUARE HVAC RENOVATION µ' BID #11164 y 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 -a for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect. r PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of Article S100 ;Chap ter 4 ; of Vernon's Revised Civil Statutes of Texas as amended and all liabilities on this bond to all suc� claimants shell be determined in accordance with the provisions thereof to the same extent as If It were copied at length herelo,� IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed Ais instrument this \ 14TH _day of MARCH q 91 1 •r A BRUCE THORNTON A CONDIT_ IONI_N_G,I(Secl) BRUCE THORNTON, PRESIDE1T UNITED STATE DELITY AND NTY' COMPANY By (Seal) HOARD COWAN Attorney -in -fact Contract 214 (Texas) (6-83) 1 ` CERTIFIED COPY GENERAL POWER OF ATTORNEY No.---------102420--------------- ----------- Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore.. in the State of Maryland, does hereby constitute and appoint Howard Cowan and Kevin Dunn of the City of Lubbock , State of Texas , its true and lawful attorneys in and for the State of Texas for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY ,^ COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoeverXQCWZ C either the said Howard Cavan or the said Kevin Dunn may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 5th day of January . A. D. 19 90 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) By ........ hidnC Ai. HdragclIl..... ...... Vice -President. (SEAL) George R. Gardner (Signed) ............. ................... .. .......... .Assistant Secretary. r. STATE OF M.ARYLAND. ss: BALTIMORE CITY, On this 5th day of January , A. D. 19 90 before me personally came Nancy M. Haragan Vice -President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and George R. Gardner , Assistant Secretary of said Company, with both of i whom I am personally acquainted, who being by me severally duly sworn, said that they, the said Nancy M. Haragan and George R. Gardner were respectively the Vice -President and ,the Assistant Secretary of the said UNITED r— STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.g0. (SEAL) i�', y,1 1 (Signed) .......Margaret .M. HUYSt..... .... ...... Notary Public. r— FS 3 (1-87) COPY OF RESOLUTION r: That R'herece, it`is necessaryfor the effectual transaction of business that this Company appoint agents and attorneys with power and authority to acy v it wid, lfi'iis name in States other than Maryland, and in the Territories of the United States and in the Provinces and territories of Canada Therefore, be`it-4et`61ved,�t�tat this Company do, and it hereby does, authorize and empower its President or either of its Vice - Presidents Presidents in conjunction' wA At� cretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed,and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. I, F. J. Willey , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Howc3Lld Cowcam and Kevin Dunn of Lubbock, Texas , authorizing and empowering then to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of November, 1981, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on MARCH 14, 1991 (Date) ................................ Assistant Secretary, r- .- r- r- PERFORMANCE BOND -16- (THIS PAGE LEFT BLANK INTENTIONALLY) M— t• dh" '•i. 4 .I� -rE[�pELITYq�,� IF UNITEDSTATES�lll®IEIL� UAf�ANTY COMPANY i � (A Stock Company)C;'kf �?{ TEXAS STATUTORY PERFORMANCE BOND b a (Penalty of this bond must be 100% of Contract amount)" I STATE OF TEXAS COUNTY OF BOND NUMBER. 18-0120-10103-91-3 "= KNOW ALL MEN BY THESE PRESENTS: That ..... BRUCE THORNTON AIR CONDITIONING, INC: . . . . ... ... .. ....... ..... ... ... ... ... ........ .. . . . ... ... ... .. . .. ... ... .... ... ... ... .. . ... ... .. . . . . (hereinafter called the Principal), as Principal, and UNITED STATES FIDELITY AND GUARANTY COM- F� PANY, a corporation organized under the laws of the State of Maryland, and duly authorized to do } business in the State of Texas, (hereinafter called the Surety), as Surety, are held and firmly bound unto' CITY OF LUBBOCK .............................................................................. �_- • FOUR HUNDRED THREE THOUSAND EIGHT (hereinafter called the Obligee), m the penal sum of ...................... '..i HUNDRED AND NO1100------ ::.---T-� -- —;------------------.—__-,------------. Dollars .. . ($_ 403=800.00-----) for the payment of which sum well and truly to be made, we bind ourselves, F_..i E" our 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 , . , ..14TIl , ...day of ... MR0............ 19.91.., a copy of which is hereto attached and made a part hereof, for MUNICIPAL SQUARE HVAC RENOVATION BID #11164 i - 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 Article 5160, Ch, pter (z; 4 of Vernon's Revised Civil Statutes of Texas as amended and all liabilities on this bQrid shall be r '. -;-:: determined in accordance with the provisions thereof to the same extent as if it were copied.at ilength., herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this i.,strument this , :. 14TIi .. . day of..... MARCH.........19 91 .. 1 1) } .BRUCE THORNTON R CONDITIONING,Ieaq F= t=. ............................................. 4-.!:�.. .. ,....(Seal) BRUCE THORNTON, PRESIDF,�TT'': UNITED STATE IDELITY AN ARANTY COMPANY k`= By.. . ` ........ (Seal) t H A COWAN Attorney -in -fact G r. d Contract 213 (Texas) (10-83) ,_. CERTIFIED COPY GENERAL POWER OF ATTORNEY No ------- ---102420-------------- Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Havana Cowan and Kevin Dunn of the City of Lubbock , State of Texas its true and lawful attorneys in and for the State of Texas ^" for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoeverNOOCIE C either the said Howard Cowan or the said Kevin Dunn may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be a� sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 5th day of January . A. D. 19 90 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) By........ ...... ..... ... ....... Vice -President. (SEAL) George R. Gardner (Signed) ................................... .. .. ...... r-- ,Assistant Secretary. STATE OF MARYLAND. t ss. BALTIMORE CITY, s On this Sth day of January A. D. 19 9 , before me personally came Nancy M. Haragan Vice -President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and George R. Gardner , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they, the said Nancy M. Haragan and George R. Gardner were respectively the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.90. (SEAL) 1 1 (Signed) ........... Margaret M. Hurst, , .. .... .: Notary Public. Fs 3 (1-87) COPY OF RESOLUTION That W�,' "eas, a it sie�essary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to net, for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces and territories of Cagaria;; ) ` Therefore, be'it'Rei3dlried, that this Company do, and it hereby does, authorize and empower its President or either of its Vice - Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer. local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. I, F. J. Willey , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Howard Cvwdn and Kevin Dunn of Lubbock, Texas , authorizing and empowering thein to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of November, 1981, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANYon MARCH 14, 1991 (Date) Assistant Secretary. IMPORTANT NOTICE: PLEASE READ COMPLAINT NOTICE: SHOULD ANY DISPUTE ARISE ABOUT YOUR PREMIUM OR ABOUT A CLAIM THAT YOU HAVE FILED, CONTACT THE AGENT OR WRITE TO THE COMPANY THAT ISSUED THE BOND#{ 18-0120-10103-91-3. IF THE PROBLEM IS NOT - RESOLVED, YOU MAY ALSO WRITE THE STATE BOARD OF INSURANCE, P.O. BOX 149091, AUSTIN, TEXAS 78714-9091. FAX #{ (512)475-1771. THIS NOTICE OF COMPLAINT PROCEDURE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THIS BOND## 18-0120-10103-91-3. DISCLOSURE OF GUARANTY FUND NONPARTICIPATION IN THE EVENT THE INSURER (SURETY) IS UNABLE TO FULFILL ITS CONTRACTUAL OBLIGATION UNDER THIS POLICY OR CONTRACT OR APPLICATION OR CERTIFICATION OR EVIDENCE OF COVERAGE, THE POLICYHOLDER OR CERTIFICATEHOLDER IS NOT PROTECTED BY AN INSURANCE GUARANTY FUND OR OTHER SOLVENCY PROTECTION ARRANGEMENT. (THIS PAGE LEFT BLANK INTENTIONALLY) CERTIFICATE OF INSURANCE -19- (THIS PAGE LEFT BLANK INTENTIONALLY) AI:IIf:�1® CERTIFICATE OF III PRODUCER The Sanford Agency P.O. Box 64790 Lubbock, Texas 79464 CODE SUB -CODE ... w. ........_...__.._...._ ......_._.__...._.. ..,, _ ._ _..... ,... _._ ... . ,... ...:.__.. INSURED Bruce Thornton Air Conditioning, Inc. 128 Slaton Road Lubbock, Texas 79404 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. CO TYPE OF INSURANCE POLICY NUMBER LTR . POLICY EFFECTIVE POLICY EXPIRATION' ALL LIMITS IN THOUSANDS ; DATE (MM/DD/YY) DATE (MM/DD/YY) p GENERAL LIABILITY GENERAL AGGREGATE $_2' 000 ...�. 4 1 Ay COMMERCIAL GENERAL LIABILITY ` PRODUCTS COMP/OPS AGGREGATE $�' oOQ ` ; CLAIMS MADE ; OCCUR 503 04 92 86 PERSONAL & ADVERTISING INJURY : $ 1' 000 m 9-23-90 9-23-91 IOWNER'SBCONTRACTOR'SPROT. EACfiOCCURRENCE $ 1100.0 _ FIRE DAMAGE (Any one fire) MEDICAL E $ EXPENSE (Any one person) C i AUTOMOBILE LIABILITY COMBINED = q. y $ 1,000 B X ...{ ANY AUTO CA 036 3582 9-23-90 9-23-91 LIMSINIT - ALL OWNED AUTOS BODILY - INJURY i $ 3 SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY tsrt, NON -OWNED AUTOS X _ INJURY $ 3 (Per accident), GARAGE LIABILITY _.. ; PROPERTY 3y DAMAGE$. ..j_.. ...`....._...,.___......—_...__.......__..__ i—_.....�.__._._...__.............._.—..._._...__......__.,M__..._.__..._..,_._.._.__�..._.._,...____........,,_.__ EXCESS LIABILITY _ ..,...., p.. AGGREGATE EACH _ OCCURRENCE; A X OTHER THAN UMBRELLA FORM 1-084 —4 ` 3-22-91 9-23-91 _$ 11000 ;$ 11000 W R C P SATION STATUTORY O KER S OM EN ; + AND t EMPLOYERS' LIABILITY s OTHER A' Inland Marine 321 01 97 517 9-23-90 ........... _ ___ ___.........__ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS WC to be certified separately by assigned risk carrier $ (EACH ACCIDENT) i $ (DISEASE —POLICY LIMIT) ....,.._3......_.....,_..._......... .............__,.._.....,_...._...__....._...._. $ (DISEASE —EACH EMPLO` k 9-23-91 Installation floater Builder's Risk ERTIFICATE HOLDER CANCELLATION a x a SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE The City of Lubbock EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO P.O. BOX 2000 `'t MAIL ___ 0DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Lubbock, Texas 79453 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMP ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRE TATIVE 1AC6RD 25-S` b ' The San I.Agency s '` ©ACORD CORPORATION 1988 (THIS PAGE LEFT BLANK INTENTIONALLY) INSURANCE BINDER ISSUE DATE (MM10D1YY) INSURANCE G BINDER 3-25-91 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. L _ IPRODUCER COMPANY BINDER NO. The Sanford Agency U.S. Fir rance Company 1-084-3 P.O. Box 64790 DATE py TIME DATEXPIRATION TIME Lubbock, Texas 79464 X AM X'12:01P 3-25-91 12:01 PM 4-25-91 NOOP THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED CODE SUB -CODE COMPANY PER EXPIRING POLICY NO: DESCRIPTION OF OPERATIONSNEHICLES/PROPERTY (Including Location) I INSURED The City of Lubbock P.O. Box 2000 Lubbock, Texas 79453 Contractor: Bruce Thornton Air Conditioning 128 Slaton Highway Lubbock, Texas COVERAGES - - LIMITS I TYPE OF INSURANCE COVERAGEIFORMS AMOUNT DEDUCTIBLE COINSUR. PROPERTY CAUSES OF LOSS BASIC BROAD' SPEC. GENERAL LIABILITY GENERAL��... � AGGREGATE $ 500,000 COMMERCIAL GENERAL LIABILITY PRODUCTS — COMP/OP AGG. $ _.. . CLAIMS MADE OCCUR PERSONAL & ADV. INJURY $ X OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE _ 500,000, FIRE DAMAGE (Any one fire) $ RETRO DATE FOR CLAIMS MADE: MED. EXPENSE (Any one person) _ $ ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS ,.� NON -OWNED AUTOS GARAGE LIABILITY COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ MEDICAL PAYMENTS $ PERSONAL INJURY PROT. $ UNINSURED MOTORIST $ AUTO PHYSICAL. UAMA(dE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE i COLLISION: - STATED AMOUNT $ OTHER THAN COL OTHER EXCESS LIABILITY EACH OCCURRENCEj� $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF -INSURED RETENTION $ STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT $ AND ! EMPLOYER'S LIABILITY DISEASE -POLICY LIMIT $ DISEASE -EACH EMPLOYEE $ CIAL CONDITIONSIOTHER COVERAGES (THIS PAGE LEFT BLANK INTENTIONALLY) r" r | ` 3-25-91 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER COMPANY BINDER NO. U.S. Fire Insurance Company 1-084-4 The Sanford Agency EFFECTIVE EXPIRATION DATE TIME DATE TIME THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED CODE SUB -CODE COMPANY PER EXPIRING POLICY NO: DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY (Including Location) INSURED Umbrella Liability Policy Bruce Thornton Air Conditioning, Inc. Lubbock, Texas 79404 COVERAGES TYPE OF INSURANCE COVERAGE/FORMS AMOUNT DEDUCTIBLE COINSUR. BASIC BROAD SPEC. GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS — COMPIOP AGG. $ CLAIMS MADE ',OCCUR, PERSONAL & ADV. INJURY $ EACH OCCURRENCE FIRE DAMAGE (Any one fire) $ RETRO DATE FOR CLAIMS MADE: MED, EXPENSE (Any one person) $ UTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS MEDICAL PAYMENTS $ NON -OWNED AUTOS PERSONAL INJURY PROT. $ GARAGE LIABILITY UNINSURED MOTORIST $ AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: STATED AMOUNT $ OTHER THAN COL: OTHER EXCESS LIABILITY EACH OCCURRENCE s 1,000,000 UMBRELLA FORM AGGREGATE $ 11000,000 OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF -INSURED RETENTION $ 102000 STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT $ AND EMPLOYER'S LIABILITY DISEASE -POLICY LIMIT $ DISEASE -EACH EMPLOYEE $ SPECIAL CONDITIONSIOTHER COVERAGES NAME & ADDRESS MORTGAGEE ADDITIONAL INSURED LOSS PAYEE LOAN # 41 AUTHORIZED II'MPRESENTATIVE (THIS PAGE LEFT BLANK INTENTIONALLY) CONTRACT -21- (THIS PAGE LEFT BLANK INTENTIONALLY) CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 14th day of March, 1991, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and BRUCE THORNTON AIR COND., INC. 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 CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol- lows: BID #11164 - HVAC RENOVATION AT MUNICIPAL SQUARE IN THE AMOUNT OF $403,800.000 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. 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. ATTEST: Secre ary ATTEST: a4_�Jf_ atST. Corporate 4critary CITY OF LUBBOCK, TEXAS (OWNER) G By: `+ MAYOR BRUCE THORNTON AIR COND., INC. CONTRACTOR TITLE:JLGG- COMPLETE ADDRESS: 128 SLATON ROAD Lubbock, TX 79404-5306 -22- (THIS PAGE LEFT BLANK INTENTIONALLY) GENERAL CONDITIONS OF THE AGREEMENT -23- (THIS PAGE LEFT BLANK INTENTIONALLY) GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con- tract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, copartnership or corporation, to -wit: BRUCE THORNTON AIR. COND., .� INC, who has agreed to perform the work embraced in this contract, or to his 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 JERRY SMITH, DIRECTOR OF BUILDING SERVICES, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect construc- tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available .- to Bidder for his inspection in accordance with the Notice to Bidders. 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. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 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 re- sponsibility 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. -24- 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 him who gives the notice. 8. WORK 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 docu- ments. 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 docu- ments 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. 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 with one copies of all Plans, Profiles and Specifications without expense to him and he 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 of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. -25- 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre- sentative 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 him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa- tive 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 T„ Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that 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 this contract. He 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 Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 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 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 Con- tractor 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 six (6) days make written appeal to the Owner's Representative for his decision. -26- 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 his absence and all directions given to him shall be binding as if given to the Contractor. 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 con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na- ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate- rials 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 effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER Of WORKMEN The Contractor agrees to employ only orderly and competent men, 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 him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish 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 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 ob- servation, 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. -27- 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am- ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the owner, it must, if requested by Owner or Owner's Repre- sentative, 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 Representa- tive 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 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 Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work 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 this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further 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 Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur- ther 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 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 in- crease 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 -28- case the Owner shall make such changes or alterations as shall make useless any work already done or mate- rial already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to 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, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa- tive 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 com- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this para- graph 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 Workmen's 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 mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery 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 com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments 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 he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative 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 in- sists 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). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. -29- 25. DISCREPANCIES AND OMISSIONS .. It is further agreed that it is the intent of this contract 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. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT .- If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's 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, his sureties and insurance carriers shall defend, indem- nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his 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 pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. -30- 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au- thorized 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. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: Premises and operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury $250/500,000 Property Damage $100,000 to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non - owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten- tial loss) naming the City of Lubbock as insured. -31- E. Excess or Umbrella Liability Insurance The Contractor shall have Excess or Umbrella Liability Insurance in the amount of ($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Liability coverages. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. Worker's Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the job with Employers Liability of at least $100,000 limit. G. 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 p� 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. (5) A provision that the policy may be canceled only by mailing written notice to the named in- sured at the address shown in the bid 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 shalt be on the form (or identical copies thereof) con- tained in the job specifications. No substitute of nor amendment thereto will be accept- able. 29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance 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. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then owner may, during the period for which such indebtedness -32- shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner 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 speci- fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm- less from any loss on account thereof. If the material or process specified or required by Owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 31. 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 effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such taws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in- sofar 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. 32. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his 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 his full obligations to the Owner, as provided by this contractual agreement. 33. TIME FOR COMPLETION AND LIQUIDATED 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 contract 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 on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con- sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100.00 CONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages -33- for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall r be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this Local- ity. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica- bility and extreme difficulty in fixing and ascertaining actual damages the owner would in such event sus- tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and owner that time is of the essence of this contract. 34. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his 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 contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's 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. 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 proposes 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 sev- eral parts. 35. EXTENSION OF TIME The Contractor agrees that he has submitted his 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 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his 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, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shall then submit such written request to the City Council of the City of Lubbock for their con- sideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. -- 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. 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 judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 37. 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 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 of- fered for the work. 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. 38. 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 he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. 39. 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 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 him 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. 40. PAYMENTS 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 de- fective 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 con= tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. -35- 41. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica- tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par-tial 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; said statement shall also include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. 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 this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. 42. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the owner shall in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 43. FINAL PAYMENT " Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance 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 special condi- tions (if any) of this contract or required in the specifications made a part of this contract. o. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 45. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the -36- date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 46. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS 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) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted other- wise in the contract documents. 48. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the owner's Representative shall be final and binding on him. should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar- biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. -37- The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ- ing and shall not be open to objection on account of the form of proceedings or award. 44. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or °-" the Specifications hereto attached, 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. After receiving said notice of abandonment, 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. pF— In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide 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 sup- plies 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 com- pleted by the 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 com- pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa- per 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. However, 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. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 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, 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 certificate of completion. -38- 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 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. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety 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 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 subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said 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. 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 machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con- tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shalt then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. -39- 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss 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 and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his 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 ob- serve Contractor's work during his 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. 55. 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 he shall remove all such debris and also his tools, scaffolding, and surplus r 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. r- -40- (THIS PAGE LEFT BLANK INTENTIONALLY) CURRENT WAGE DETERMINATIONS -41- (THIS PAGE LEFT BLANK INTENTIONALLY) • �; Resolution #2502 ` January 8, 1987 Agenda Item #18 DGV:da Dccnl WrTnhl WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order -- to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: . Exhibit A: Building Construction Trades �. Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of January 1987• B.C. McMINN, MAYOR Ranett6,-Boyd, City Secretary APPROVED TO ONTENT: APPROVED AS TO FORM: Bi 1 P yne, Director of Building �ldG.iver, First Services Assistant City Attorney EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourlv Rate Acoustical Ceiling Installer $11.60 _ Air Conditioner Installer 8.35 Air Conditioner Installer -Helper - 5.50 Bricklayer 10.50 Bricklayer -Helper 5.00 Carpenter 11.00 Carpenter -Helper 5.50 Cement Finisher 7.35 - Drywall Hanger 8.70 Electrician 10.50 Electrician -Helper 5.25 Equipment Operator - Heavy 8.00 Light 5.70 Floor Installer 8.00 - Glazier 7.50 Insulator, Piping/Boiler 9.50 Insulator -Helper 5.00 _ Iron Worker 7.30 Laborer, General 4.75 Mortar Mixer 5.60 Painter 8.75 Plumber 9.25 Plumber -Helper 6.00 Roofer 7.65 - Roofer -Helper 4.75 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder - Certified 8.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates �. Craft Hourly Rate Asphalt Heaterman $5.25 Asphalt Shoveler 4.75 Concrete Finisher 7.35 Concrete Finisher -Helper 4.75 Electrician 10.50 Flagger 4.75 Form Setter 6.50 Form Setter -Helper 5.50 -. Laborer, General 4.75 Laborer, Utility 5.80 Mechanic 6.50 Mechanic -Helper 6.00 POWER EQUIPMENT OPERATORS - Asphalt Paving Machine 6.00 Bulldozer 5.25 Concrete Paving Machinist 6.50 Front End Loader 5.85 Heavy Equipment Operator 6.40 Light Equipment Operator 6.40 Motor Grade Operator. 8.00 -- Roller 5.25 Scraper 5.25 Tractor 5.50 �. Truck Driver - Light 5.25 Heavy 5.25 EXHIBIT C Electric Construction Trades - Prevailing Wage Rates Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 Groundman Series 7.25 EXHIBIT D Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is.l 1/2 times base rate. SPECIFICATIONS -42- (THIS PAGE LEFT BLANK INTENTIONALLY) . _ y SPECIFICATIONS INDEX MECHANICAL 15200 Piping and Accessories 9 15300 Plumbing Systems 2 15410 Hot and Chilled Water Systems 3 15420 Marking and Identification 4 15440 Condensing Water Piping System 2 15500 Hangers and Supports 4 15600 Insulation 4 15700 Equipment 23 15800 Testing, Adjusting and Balancing Mechanical Systems 10 15900 Temperature Regulation 25 ELECTRICAL 16000 Electrical 19 01.100: ALTERNATES Part 1• GENERAL 1.01: Each of the alternates set forth herein shall be bid to show an addition to the Base Bid. The alternates will be considered by the Owner and may or may not be accepted. 1.02: All work under the alternates shall comply with the applicable provisions of the Drawings and Specifications. The work under any alternate shall include any additional work required to complete the remaining work which is affected thereby, in a finished condition. Part 2• PRODUCTS Not Applicable Part 3: DESCRIPTION OF ALTERNATES 3.01: Alternate #1: A. Replace the existing main pneumatic control panel with a new DDC control panel. B. Add an Automated Energy Management System. C. Revise the multizone air unit controls. 3.02: Alternate #2: A. Replace the existing single zone air unit serving the Data Processing Center with individual room controlled fan coil units. B. Add the ventilation fan. C. Connect the units to the chilled and hot water in the Central Plant. 3.03: Alternate #3: A. In lieu of new three deck multizone air units, reuse the existing two deck multizone air units. B. Replace the cooling and heating coils in the existing units with new coils equal to those specified and scheduled on the Plans. C. Revise the air and water quantities as scheduled. 01.020: ALLOWANCES CONTRACT ALLOWANCE: include in the Base Bid the sum specified below for additional work in connection with this project which may be ordered by the Owner. No additional work under this allowance shall be implemented except at the written instructions of the Owner. Any unexpended balance of this allowance will be deducted from final payment to the contractor, and an accurate accounting of expenditures shall be made. -- $ 25.000 -- MUNICIPAL SQUARE December 27, 1990 15200 PIPING AND ACCESSORIES 1. GENERAL 1.1 Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 Submittals: Submit manufacturer's data on all materials. 1.3 Scope: This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to the piping and accessories as shown on the drawings and/or specified herein. 1.4 Inspection: All pipe, valves, fittings, and other accessories shall be inspected upon delivery and during the course of the work. Any defective materials found during field inspection or during hydrostatic and . leakage tests shall be removed from the site of the work and replaced by the Contractor. 1.5 Protection During Storage: The interior of all pipe, fittings, and other accessories shall be kept free from dirt and foreign matter at all times. Valves and fittings shall be drained and stored in a manner that will protect them from damage by freezing. 2. PRODUCTS 2.1 Materials• 2.1.1 All materials shall be manufactured or fabricated in the United States of America. 2.1.2 Materials shall conform to the listed standards. Refer to specific sections for materials to be used under that section. The following tabulation is for reference only to identify the applicable standard. Copper Tubing ASTM B75-76 Wrought Copper Solder Fittings ANSI B16.22 Cast Bronze Solder Fittings ANSI B16.18 Steel Pipe ASTM A120, A53, A106 Butt Weld Fittings ANSI B16.9 Socket Weld Fittings ANSI B16.11 Steel Flanges ANSI B16.5 Malleable Iron Threaded Fittings ANSI B16.3 Flange Bolt, Sets ASME Pressure Piping 15200-1 89060 MUNICIPAL SQUARE December 27, 1990 2.1.3 Unions in Ferrous Lines: 150 pound malleable iron, screwed pattern, ground joint with brass to iron seat; equal to Crane. 2.1.4 Insulating Fittings: Equal to Maloney. 2.1.5 Unions in Copper or Brass Lines: 125 pound all brass, screwed pattern, ground joint, equal to Chase, Crane or Mueller. 2.1.6 Mechanical Couplings: Victaulic Style 77 2.1.7 Gaskets in Water Lines: Equal to Garlock No. 24 Wire Insertion Red rubber sheet packing; 1/16" thick. Use full face gaskets with cast iron flanges. 2.2 Valves• 2.2.1 General Service Valves: 3" and smaller, all bronze, screwed; 3-1/2" and larger, flanged, iron body, bronze trimmed, equal to the following Crane Nos: Type Fluid Pressure Below 125 PSIG Gate 3" and smaller 428 Gate 3-1/2" and larger 465-1/2 Globe 3" and smaller 1 Globe 3-1/2" and larger 351 Angle 3" and smaller 2 Angle 3-1/2" and larger 353 2.2.2 Where valves have discs, select the discs for the intended service using materials as recommended by the valve manufacturer. Provide extended stems for valves in insulated line, so that the handle clears the insulation and jacket. 2.2.3 Acceptable General Service Valve Manufacturers: Stockham, Jenkins, OIC, Walworth, Hammond. 2.2.4 Check Valves: Use "Silent" check valves at the discharge of circulating water pumps. Unless specifical-ly noted to the contrary, use horizontal swing check valves in all other locations. 15200-2' 89060 MUNICIPAL SQUARE December 27, 1990 2.2.5 Silent Check Valves 1-1/2" and Smaller: Bronze body; bronze trim; stainless steel spring; equal to Combination Pump Valve Company No. 36. 2.2.6 Silent Check Valves 2" and Larger: Iron body, bronze trim, stainless steel spring, equal to Combination Pump Valve Company No. 10B or 20B up to 125 psi 11B, or 21B up to 250 psig. 2.2.7 Butterfly Valves: Ductile iron body, flanged or with drilled and tapped lugs, bronze discs, stainless steel shafts with bronze bushings, resilient EPDM seats and O-rings, "Bubble Tight" shut-off at 150 psi pressure. On valves 4" and smaller, handle shall be infinite position with memory stops. On valves 6" and larger, provide geared operators. Norris, Keystone, Center Line, Demco or Crane valves are acceptable. Where valves are installed in insulated lines, provide extended stems so that the handle will clear the insulation and jacket. 2.2.8 Ball Valves: Bronze threaded body, chrome plated full port bronze ball, teflon seats and O-rings, bronze shafts, and infinite position handle with memory stops. Valve shall be three piece break away for in -line service. Apollo, Crane, Jamesbury and Stockham are acceptable. Ring type two piece ball valves are not acceptable. Where valves are installed in insulated lines, provide extended stems to clear the insulation and jacket. 2.3 Gauge Cocks and Gauges: 2.3.1 Where gauge connections are installed in insulated lines, install a ConBraCo No. 41-380 T-handle gauge cock on a nipple of sufficient length that the cock handle will befreeof the pipe insulation, and position each cock in relation to surrounding piping and equipment so that the gauge may be easily read, and so that a gauge having a 6" diameter dial can be screwed into and out of the cock. 2.3.2 Install gauge cocks at pumps as close to pump suction and discharge connections as possible. Where drilled and tapped gauge connections are provided in the pump casing by the manufacturer, use these tappings. 15200-3 89060 MUNICIPAL SQUARE December 27, 1990 2.3.3 Pressure Gauges: Phosphor bronze, seamless Bourdon spring type with phosphor bronze bushed rotary movement and link; 4-1/2" dial, nickel plated ring, free standing cast aluminum case; equipped with micrometer adjustment pointer. Furnish each gauge with scale range suitable for the duty. 2.3.4 Water Pressure Gauges: Equal to Weksler No. BA14-I with cast aluminum case; Weksler, Weiss, and Trerice acceptable. 2.4 Thermometer Wells: -- 2.4.1 Furnish and install brass or stainless steel closed separable thermometer wells for all thermometer and controller bulbs which are designated for liquid measurements. Whenever a thermometer or controller bulb is inserted in a pipe for either remote or local temperature indication or control, locate the thermometer well so that it will be completely surrounded by flowing fluid. Such thermometer locations as shown on the drawings are diagrammatic only -install thermometer wells for maximum effectiveness and in the case of locally indicating instruments, for easy readability. 2.4.2 Test Wells: Test wells for use with etched stem thermometers shall be Bolton No. 615 brass, with a threaded brass plug and keeper chain. Install these test wells so that they can be filled with oil to facilitate temperature measurements. 2.5 Mercurial Thermometers: 2.5.1 Industrial type with Cycolac plastic cases, glass fronts, 9" scale, adjustable straight or angle pattern as required for ready readability. Furnish thermometers with 2-1/2" stem extensions where they are installed in insulated lines. Select scale ranges for maximum readability at the design temperature of the medium being measured. Thermometer equal to Weksler No. AA5H9. 2.5.2 Acceptable Manufacturers: Weksler, Trerice, Weiss, Moeller. 2.6 Combination Pressure/Temperature Port: Furnish and install where indicated "Pete's Plug" a 1/4" MPT fitting to receive either a temperature or pressure probe 1/8" OD. Fitting shall be solid brass with valve core of 15200-4 89060 MUNICIPAL SQUARE December 27, 1990' neoprene fitted with cap with gasket. Furnish an extended stem as required to extend through pipe insulation where installed in insulated lines. 3. EXECUTION 3.1 Installation of Piping Systems: 3.1.1 Install runs of piping essentially as indicated on the drawings and/or as required. The location, direction and size of the various lines are indicated on the drawings. 3.1.2 Make up all systems straight and true and properly graded for correct flow of contained materials and to provide drainage. Cut pipes accurately to measurements established at the building and work into place without forcing or springing. Except as required for specified grading, run all piping above ground parallel with the lines of the building. 3.1.3 Make all changes in pipe sizes with reducing fittings. Use no long screws or bushings. 3.1.4 Install and support piping systems with loops, bends, expansion joints and/or flexible connectors as required for flexibility, to accommodate expansion and contraction of piping due to temperature changes in the contained fluids and in the surrounding space, and to minimize the transmission of vibration to the building structure. 3.1.5 Provide unions in the lines assembled with screwed and soldered fittings, at points of connection to equipment, and elsewhere as indicated or required to permit proper connections to be made, or to permit valves, equipment items, etc. to be removed. Provide unions also in welded lines at connections to equipment where flanges are not provided. Provide insulating unions where ferrous material joins non-ferrous material. 3.1.6 In piping systems assembled by welding, use factorv-fabricated welding fittingsof the same material and the same schedule or weight as the piping in which they are installed, except that branches or take -offs of sizes not exceeding 2/3 of the nominal diameter of the mains may be made with Bonney Weldolets or Thredolets. Mitering of pipe to form elbows, notching of straight 15200-5 89060 MUNICIPAL SQUARE December 27, 1990 runs to form tees, and any similar construction will "not be permitted. 3.1.7 In general, use listed materials in fabricating the various piping systems. The method of assembly may be varied only to meet special conditions where it is -, impossible to comply with the specified method of joining piping. Where special classes of piping are involved and are not listed, request exact instructions as to the class of material involved and the method of fabricating it before ordering materials. 3.2 Fabrication of Pipe Joints: 3.2.1 Threaded Pipes: Ream and deburr pipe after it is cut and before it is threaded. Stand each pipe on one end and hammer to remove all foreign material. Full cut threads, but not more than 3 pipe threads shall remain exposed when joint is completed. Make up joints with graphite and oil or an approved graphite compound applied to male threads only. Caulking of threaded joints to stop or prevent leaks is prohibited. -- 3.2.2 Copper Tubing: Cut tubing square and deburr, Clean insides of fittings and outsides of tubing with sand cloth before assembly. Exercise care to prevent annealing of fittings and hard drawn tubing. Make all joints with solid string or wire solder, using non -corrosive paste flux of the proper type for each application. No cored solder will be permitted. Use 95-5 solder (95% tin, 5% antimony) or Silvabrite 100 solder (95.5% tin, 4% copper, .5% silver composition) for all copper tubing. Under no circumstances will solder with any lead content be permitted on the jobsite. ' 3.2.3 Welded Joints: Make all welded joints by the metallic arc process. Use base material conforming to ANSI B31.1 for welded pipe ASTM A106 and ASTM A53. Use filler material conforming to ASTM A233 and in accordance with ANSI B31.1. Machine the ends of the material to be joined or gas cut. Make the cut smooth in order that good fit can be made and a full penetration weld made. Use direct current for welding with the electrode positive. Limit the depth of deposit to 1/8" per pass. Remove all slag or flux remaining on any bead of welding before laying down the next successive bead of welding. -- Remove any cracks or blow holes that appear on the 15200-6 89060 MUNICIPAL SQUARE December 27, 1990 surface of any bead of welding by chipping or grinding before depositing the next successive bead of welding. 3.2.4 Test and qualify all welders in the horizontal fixed and vertical fixed positions in accordance with AWS Code. Stamp or otherwise identify each welded joint with the assigned number, letter or symbol of the welder making the joint. All field welding will be subject to inspection by a testing laboratory's inspection (to be selected by the Engineer and paid for by the Owner). The expense of qualifying welders shall be borne by the Contractor. 3.2.5 Mechanical Couplings: Mechanical couplings and fittings shall be used to connect mechanical equipment and piping systems where specified. Couplings shall be equal to Victaulic Style 77 with housing fabricated in two or more parts of malleable iron castings, in accordance with Federal Specification AA-1-666C Grade 11. Couplings gasket shall be equal to Victaulic Grade "H" molded synthetic rubber, per ASTM D-735-61, Grade No. R615BZ. Coupling bolts shall be oval neck track head type with hexagonal heavy nuts, per ASTM-A-183-60. 3.2.6 All pipe fittings used with couplings shall be fabricated of malleable iron castings in accordance with Federal Specification QQ-1-66C Grade 11. Where malleable fitting pattern is not available, fittings fabricated from Schedule 40 steel pipe or standard wall seamless welding fittings with grooved ends may be used. 3.2.7 Before assembly of couplings, lightly coat pipe ends and outside of gaskets with cup grease or graphite paste to facilitate installation. 3.2.8 Pipe grooving shall be in accordance with the manufacturer's specifications contained in the latest published literature. 3.2.9 Flanged Joints: Flanged joints shall be made using bolts and gaskets as specified. Faces of the flanges shall be cleaned of all dirt, rust or other foreign matter. The pipe, valve, or fitting shall be properly aligned and free to move while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. No strain shall be put on the flanges in making up the joint. 15200-7 89060 MUNICIPAL SQUARE December 27, 1990: 3.3 Revisions and Relocation of Existing Systems: Where conflicts occur between the new work and the existing piping systems which cannot be resolved, the Contractor shall relocate the existing piping system. Relocated positions of piping shall be tested for new work. All piping systems shall be free from leaks. 3.4 Repair of Leaks: 3.4.1 All leaks in piping systems shall be corrected as follows: 1. Repair leaks in solder joints by remaking the joint; no soldering or brazing over existing joints will be permitted. 2. Repair leaks in screwed joints by tightening the joint; remake the joint if the tightening fails to stop the leak. 3. Repair leaks in welded joints by removing the defective weld completely through the base metal and grind smooth. Re -weld, accomplishing 100% penetration of the base metal. The repair weld should in no case be less than 4" in length. 3.4.2 When any defect is repaired, retest that section of the system. 3.5 Handling of Material: 3.5.1 Hauling: All materials furnished by the Contractor shall be delivered and distributed at the site by the Contractor. 3.5.2 Loading and Unloading: Pipe, fittings, valves, and accessories shall be loaded or unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. Each piece shall be unloaded opposite or near the place where it is to be installed. No material shall be unloaded where it will block any road, drive, building entrance, or walkway or where it will be a hazard to safe vehicular or pedestrian traffic. 15200-8 89060 MUNICIPAL SQUARE December 27, 1990- 3.6 Alignment and Grades: 3.6.1 General: All pipe shall be laid and maintained to the required lines and grades with fittings, valves, at the required locations; spigots centered in bells; and all valve stems plumb. All pipe shall be installed straight and true to line. 3.6.2 Deviations Occasioned by Other Structures: Whenever obstructions not shown on the plans are encountered during the progress of the work, the lines and/or grades' shall be adjusted so to not interfere with existing obstructions. rMwX.1 15200-9 89060 MUNICIPAL SQUARE December 27, 1990 15300 PLUMBING SYSTEMS 1. GENERAL 1.1 Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 Submitt4ls: Submit manufacturer's data on all materials. 1.3 Scope: This section of the specifications requires the furnishing and installation of all equipment, labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of the plumbing systems. 2. PRODUCTS 2.1 Materials: Refer to Section "Piping and Accessories". 2.1.1 Domestic Water Lines (Hot. Cold and Recirculating): All water lines underground or under slabs on grade shall be of Type K hard drawn copper tubing. All interior water lines shall be Type L hard drawn copper tubing. Where connections are made between copper tubing and cast iron pipe, use adapters. Copper tubing shall be assembled using solder -joint fittings. No lead solder will be permitted. 2.1.2 Drain Lines: Type L copper with solder joint fittings. 2.1.3 Compressed Air Lines: Type L hard copper with solder joint fittings. 2.1.4 Miscellaneous Lines: Such as pilot lines, bleed lines, control and sampling lines, equalizer lines, drains from air vents and relief vents, etc. shall be fabricated of the materials used in the systems to which they are connected. 3. EXECUTION 3.1 Isolating Valves: The water supplies to each group of fixtures shall have an isolating valve in each line serving the riser. Where these valves are not accessible thru removable ceilings or otherwise, provide access doors in the ceiling or chase. 15300-1 89060 MUNICIPAL SQUARE December 27, 1990 3.2 Installation of P iging Systems: 3.2.1 Refer to PIPING AND ACCESSORIES for requirements for installing pipes. In addition, the following specifications shall apply. 3.2.2 Water Lines: Grade to established low points and provide valved drains to completely drain the system. 3.3 Testing: 3.3.1 Test all pipes before they are concealed in furrings or chases, insulated, painted, or otherwise covered up or rendered inaccessible. Accomplish testing by sections of lines or systems, as required by conditions during construction. Clean all piping and equipment before testing. 3.3.2 Domestic Water Lines Interior: Test for 6 hours at 150 psig. There shall be no leaks whatsoever. 15300-2 89060 MUNICIPAL SQUARE 15410 HOT AND CHILLED WATER SYSTEMS December 27, 1990 1. GENERAL 1.1 Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 Submittals: Submit manufacturer's data on all materials. 1.3 Scope 1.3.1 This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to the hot and chilled water systems as shown on the drawings and/or specified herein. 1.3.2 Install chilled water circulating piping complete and connect to coils, pumps, and other equipment. Include drain lines where shown or required. 2. PRODUCTS 2.1 Materials: Refer to Section "Piping and Accessories". 2.1.1 Hot and Chilled Water Lines: Standard weight black steel. Piping larger than 2" shall be assembled by welding. Victaulic couplings may be used on lines 4" and larger. Lines 2" and smaller may be type L hard copper assembled with wrought copper solder joint fittings. 2.1.2 Drain Lines: Schedule 40 galvanized steel pipe assembled with 150 pound malleable iron, banded pattern, screwed fittings or, at the Contractor's option, may be type M hard copper assembled with wrought copper solder joint fittings. Do not mix the two materials. 2.1.3 Automatic Air Vents: ASME labeled; equal to Crane No. 976. Crane and Sarco acceptable. Pipe discharge to a floor drain or as directed. 2.1.4 Relief Valves: ASME labeled: equal to Bell and Gossett No. 250 having a relief setting of 125 pounds; Bell and Gossett, Taco or Thrush acceptable. Provide a relief valve in each closed water piping system. 15410-1 89060 MUNICIPAL SQUARE December 27, 1990 2.1.5 Strainer: "Y" pattern Dunham Bush Type "MUL" or "SS -A Vertical pattern McAlear Series 800. 2.1.6 Expansion Tanks: Reuse existing. 2.1.7 Connections to Small Coils: Connections to water coils having 3/4" connections and smaller may be served using type "L" soft copper tubing. Provide a dielectric unions where steel pipe ends. Use only 95-5 or other high melting solder for these runouts. 2.1.8 Shot Feeder: Provide and install a two gallon shot feeder across the supply and return mains of the closed chilled water circulating system. The feeder shall be installed with ball valves on either side of the feeder. Provide an air cock, funnel, fill valve and drain valve. 3. EXECUTION 3.1 Installation of Systems: 3.1.1 Lay all water circulating lines on an even slope throughout to insure freedom from air locks and traps. Grade the system downward to the circulating pumps with valved drain connections from the low points to floor drains. Where additional low points are unavoidable, provide service drains to permit the complete drainage of the system. 3.1.2 Provide automatic air vents at all high points of the system. Where horizontal mains change size, employ eccentric reducing couplings so installed as to keep the tops of coupled pipes on the same level. 3.1.3 Install drains from each pump base and from each air unit pan to the nearest floor drain in each case. Provide any other drain lines indicated on the drawings or required. 3.1.4 Install manual valves where required to segregate individual items of equipment or sections of circulating systems or where indicated on the drawings or required. 3.2 Cleaning: Fill the new systems with a solution consisting of either one pound of caustic soda or three pounds of trisodium phosphate per 100 gallons of water. Eliminate all air and circulate this solution for 48 hours. Drain the system and thoroughly flush it with 15410-2 89060 MUNICIPAL SQUARE 3.3 3.4 December 27, 1990 fresh water. Clean out all strainers. Refill the system with fresh water. Testing: Before insulating or concealing any lines, test all piping. Test all lines at 150% of the system working pressure or 100 psig, whichever is greater, for not less than 4 hours with no leaks. Chemical Treatment: The Contractor shall provide and install the initial chemical treatment and the first year supply of chemical. Provide chemical analysis report to Engineer indicating system condition after initial fill. 15410-3 89060 MUNICIPAL SQUARE 15420 MARKING AND IDENTIFICATION 1. GENERAL December 27, 1990 1.1 Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 Submittals: Submit manufacturer's data on all materials. 1.3 Scope: This section applies to piping systems used to transport gases or liquids. The term "piping systems", includes pipes, fittings, valves and pipe coverings located either inside or outside the buildings. This identification scheme does not apply to piping systems buried in the ground, or to existing piping systems. 1.4 References• 1.4.1 Occupational Safety and Health Standards -Part 1910.144. 1.4.2 Scheme for the Identification of Piping Systems -ANSI A 13.1 1.4.3 Safety Color Code for Marking Physical Hazards -ANSI 253.1 1.5 Method of Identification: 1.5.1 The primary identification of a piping system shall be made by a positive identification of the material content of the system by lettered legend, giving the name of the content in full or abbreviated form. This mark shall be conspicuously placed at frequent intervals on straight runs, close to all valves, at changes of direction and where pipes pass through walls, floors or ceilings. Arrows shall be used to indicate direction of flow. 1.5.2 This identifying mark shall be supplemented by the use of a color code which will indicate the nature of the material carried in the system. Piping systems shall be placed, by the nature of their contents, in one of the basic groups listed below. Each group is assigned a predominant color range as noted. 15420-1 89060 MUNICIPAL SQUARE December 27, 1990 1.5.3 The entire exposed length of the piping system shall be painted by its proper color code to identify the system. Markers shall be painted on using stencils. Specialties shall be painted as specified for piping. 1.5.4 Markers shall be placed on piping at each connection to an item of equipment, at each pump, and on each drop to an outlet. Markers shall be placed on each run of piping at intervals not exceeding 50 feet where exposed in a room and 25 feet when installed above removable ceilings, except that no exposed line shall enter a room: without being identified therein. Markers on lines above removable ceilings shall be applied on the undersides of the lines and ducts and in other areas shall be applied to be most visible. Also supply directional flow indicators adjacent to identification markers similarly color coded and sized. 1.5.5 Size of Identification: Outside Diameter Size of Legend of Pipe or Covering Letters (" Height) 3/4 to 1-1/4 1/2 1-1/2 to 2 3/4 2-1/2 to 6 1-1/4 8 to 10 2-1/2 over 10 3-1/2 1.5.6 Colors: Exact colors shall conform to Owners Piping Identification Code. All numbers are PITTSBURGH: All New Piping Color Ducts - Supply and Return Safety Orange-6-259 Hot and Chilled Water Supply Spanish Blue 1-346 and Return Cold Water Vista-Green-6-256 Air Lines Autumn Brown-54-126 Equipment Pumps H & CH Water A.H. Unit Controls Equipment Copper Pipe Electrical Materials 15420-2 Seal Brown-1-344 Touch up as required Powder Blue-4P-55 Polish and lacquer Grey 89060 MUNICIPAL SQUARE December 27, 1990 1.6 Identification: 1.6.1 The Contractor shall provide and install, on each valve and cock which he installs, a Seton P-250 tag with depressed, black filled numbers and letters identifying the service by letters and the number of the valve. Attach these to the handles of the valves and cocks using meter seals, approved brass S hooks, or heavy copper clad annealed iron wire. 1.6.2 -Furnish and install where directed a chart or directory listing the complete identification of every valve and cock. This chart shall designate class of service, and shall itemize the valve or cock identified, shall list its exact location, shall give its number, and shall be neatly typed and mounted under a glass pane in a suitable frame. These charts shall, in addition, list the various colors identifying the piping. 1.7 Marking Access Doors and Panels: 1.7.1 Lay -in Ceiling Panels: Use color coded thumb tacks neatly aligned in one corner of the panel to identify valves, fire dampers, smoke dampers, etc. The color code shall conform to the piping identification color code for valve access. The color shall be red for fire and smoke dampers. 1.7.2 Stencil 1/2" high letters on concealed access doors to identify fire and smoke dampers. 1.8 Identification and Labeling: 1.8.1 The Contractor shall make it possible for the personnel operating and maintaining the equipment and systems in this project to readily identify the various pieces of equipment, valves, piping, etc., by marking them. All items of equipment such as fans, pumps, etc., shall be clearly marked using engraved nameplates as hereinafter specified. The item of equipment shall indicate the same number as shown on the drawings. For example, pumps will be identified as P-1, P-2, P-3, etc.; exhaust fans will be EF-1, EF-2, etc.; AC Units will be AC-1, AC-2, etc. 1.8.2 All items of mechanical and electrical equipment shall be identified by the attachment of engraved nameplates constructed from laminated phenolic plastic, at least 1/16" thick, 3-ply, with black surfaces and white core. 15420-3 89060 MUNICIPAL SQUARE December 27, 1990- Engraving shall be condensed gothic, at least 1/2" high, appropriately spaced. Nomenclature on the label shall include the name of the item, its mark number, area, space, or equipment served, and other pertinent information. Equipment to be labeled shall include but not be limited to the following: 1. Chillers 2. Pumps 3. AC Units and Fan Coil Units 4. Air Conditioning Control Panels and Switches 5. Supply Air Fan 6. Miscellaneous - similar and/or related items 15420-4 MUNICIPAL SQUARE December 27, 1990 15440 CONDENSING WATER PIPING SYSTEM 1. GENERAL 1.1 Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 Submittals: Submit manufacturer's data on all materials. 1.3 Scone: 1.3.1 This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to revising the condensing water systems as shown on the drawings and/or specified herein. 1.3.2 Install new condensing water circulating piping complete and connect to tower, condenser, pumps, and other equipment. Include drain lines where shown or required. 2. PRODUCTS 2.1 Materials: Refer to Section PIPING AND ACCESSORIES. 2.1.1 Condensing Water Lines: Standard weight black steel. Use Victaulic couplings on lines 4" and larger. Weld smaller lines. Lines 2" and smaller may be screwed using 150 lb. malleable iron banded fittings. 2.1.2 Drain Line: Schedule 40 galvanized steel pipe assembled with 150 pound malleable iron, banded pattern, screwed fittings or at the Contractor's option, may be Type M hard copper tubing assembled with wrought copper solder joint fittings. Do not mix the two materials. 3. EXECUTION 3.1 Installation of Systems: 3.1.1 Lay all water circulating lines on an even slope throughout to insure freedom from air locks and traps. Grade the system downward to the circulating pumps, with valved drain connections from the low points to floor drains. where additional low points are unavoidable, provide service drains to permit the complete drainage of the system. 15440-1 89060 MUNICIPAL SQUARE December.27, 1990 3.1.2 Install drains from the pump base and from the cooling tower pan to the nearest drain in each case.- Provide any other drain lines indicated on the drawings or required. 3.1.3 Install manual valves where required to segregate individual items of equipment or sections of circulating` systems or where indicated on the drawings or required. 3.1.4 Cleaning: Fill the new system with a solution consisting of either one pound of caustic soda or three pounds of trisodium phosphate per 100 gallons of water. Eliminate all air and circulate this solution for 48 hours. Drain the system and thoroughly flush it with fresh water. Clean out all strainers. Refill the .system with fresh water. 3.1.5 Testing: Test all lines at 150% of the system working pressure or 100 psig whichever is greater, for not less than 4 hours with no leaks. 15440-2 89060 MUNICIPAL SQUARE 15500 HANGERS AND SUPPORTS 1. GENERAL December 27, 1990, 1.1 Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 Submittals: Submit manufacturer's data on all materials. 1.3 Scone The Contractor for the work covered by each section of the specifications shall furnish and install all hangers, supports and isolation required by pipe or equipment included in this work. 2. PRODUCTS 2.1 Materials: Materials shall be provided for the support of all piping and equipment. The following tabulation lists materials suitable for this duty. Equal materials manufactured by Fee and Mason, Carpenter -Patterson, Grinnell or Modern will be considered. MATERIAL SERVICE FEE & MASON CAT, Hanger Copper Tubing 3" & sm. 361 copper plated Hanger Steel Lines 3" & sm. 215 or 199 Hanger Steel lines 4" & lge 239 Hanger Outside Insul-all lines 239 Hanger Cast Iron Lines 239 Wall Bracket All 150,151, or 155 Pipe Clamps 2" and Smaller 304 Pipe Clamps 3" and Larger 241 Pipe Rest All 295 or 291 Exp Shield Concrete 374 Beam Clamps All 249,254,255,282,280 Adjuster All 2381 2.2 Hanger Rods: All individually suspended horizontal pipes shall be supported by steel rods sized as follows: Rod Diameter 3/8" 1/2" 5/8" 3/4" Size of Steel Pipe or Size of Cast Iron Copper Tube Supported Pipe Supported 2-1/2" and smaller 3" and 4 5" through 8" 10" and larger 15500-1 89060 3" and smaller 4" through 6" 8" through 10" 12" and larger 0 MUNICIPAL SQUARE December 27, 1990 2.3 Hanger Spacing: All hangers shall be so located as to properly support horizontal lines without appreciable sagging of these lines. The following table gives minimum spacing for copper, and steel lines, but hangers shall be more closely spaced where necessitated by conditions or the type of pipe involved or required by code. Size of Line Hanger Spacing in Feet 3/4" and smaller 1" through 1-1/2" 2" and larger All cast iron lines PART III - EXECUTION 2.4 Installation of Supports: 5 7 10 5 (Minimum two per joint) 2.4.1 All pipes shall be adequately supported. All piping shall be installed with due regard to expansion and contraction, and the type of hanger, method of support, location of supports, etc. shall be governed in part by this consideration. Transmission of vibration and noise shall also be considered and any special suspension with vibration dampeners required to minimize transmissions shall be used where specified or required. 2.4.2 All exposed vertical risers running near walls shall be supported from the walls. Each line shall have a minimum of 2 supports, not greater than 1010" on centers, with the additional provision that there shall be a support near the top of the riser. All supports shall be aligned. 2.4.3 All vertical pipes shall be supported with riser clamps sized to fit the lines and to adequately support their weight. At the bases of lines, where required for proper supports, furnish and install anchor base fittings or other approved supports. 2.4.4 Where vertical lines run down to a point near the floor and a support is needed, they may be supported by means of a pipe leg welded to the pipe, extending down to the floor and terminating in a capped end resting on the floor. 2.4.5 89060 Where pipes other than those specified hereinbefore, are running along walls, they shall be supported using 15500-2 MUNICIPAL SQUARE December 27, 1990 hangers as described hereinbefore, but suspended from brackets bolted to the wall. Specially fabricated clips or U-braces may be used where commercially manufactured items are not available in the proper size. 2.4.6 Where pipes or equipment are suspended under existing concrete construction, drill and use Grinnell Fig. 117 expansion case or Phillips concrete fasteners in sizes not exceeding 1/2" and for loads of 200 lbs or less. For larger rods or loads above 200 lbs drill through the beam above the bottom steel and bolt a Grinnell Fig. 202 bracket to the side of the beam for support. Size brackets per manufacturer's recommendations. Use pipe stands where required. 2.4.7 Where multiple lines are run horizontally at the same elevations and grades, they may be supported on trapezes formed for sections of Unistrut, angle iron, or channels suspended on rods or pipes. Trapeze members, including the suspension rods, shall be properly sized for the number, size and loaded weight of the lines they are to support. Trapeze spacings shall be in accordance with the preceding table for the smallest line supported on or from the trapezes. 2.4.8 Perforated strap iron and wire will under no circumstances be acceptable as hanger material. 2.4.9 Hangers supporting insulated lines which are specified to be finished with a vapor seal shall be fitted outside the insulation. The insulation or horizontal lines shall be protected by low compression insulation shields. On all pipes the shields shall be Fee and Mason Fig. 81 or rolled 14 gauge galvanized. The shields on horizontal lines shall be positioned so that they encompass the bottom of the pipe and are centered on the hanger or support. On vertical lines there shall be two shields of the same type full encompassing the pipe at each clamp. Shields shall be secured with a 3/4" wide lacquered steel band at each end. 2.5 Cooperation Between Trades: 2.5.1 Where pipes specified under different sections may possibly be racked on the same supporting structure, each trade shall cooperate with the others involved to properly locate the supporting members and shall furnish a proportionate share of the labor and materials involved in the installation. 15500-3 89060 MUNICIPAL SQUARE December 27, 1990 2.5.2 Any other special hangers and supports shall be provided and installed as indicated on the drawings, specified elsewhere herein or required by conditions at the site. 2.6 Duct Hangers: All ductwork shall be supported in accordance with standards published by Sheet Metal and Air Conditioning Contractors National Association Inc. 15500-4 MUNICIPAL SQUARE December 27, 1990 15600 INSULATION 1. GENERAL 1.1 Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements and Supplemental Conditions. 1.2 Submittals: Submit manufacturer's data on all materials. 1.3 Scope: This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of thermal insulation, coverings, jackets, supports, shields, etc. for new piping systems as described herein and/or as shown on the accompanying drawings, or reasonably implied therefrom. All surfaces which may vary from the ambient temperature shall be insulated unless specifically excepted. Patch existing insulation to match where new connections are made. 2. PRODUCTS 2.1 Materials• 2.1.1 In describing the various materials, application procedures, and finishes, each item will be described singularly, even though there may be a multiplicity of identical applications. Also where the description is only general in nature, exact dimensions, arrangements and other data shall be determined by reference to plans, schedules, and details, including those provided by equipment manufacturers. 2.1.2 Where materials are described under other sections of the specifications and are pertinent to this section, they shall be installed hereunder as though they were repeated herein. 2.1.3 All insulation shall have composite fire and smoke hazard ratings as tested by procedure NFPA 225, not exceeding flame spread 25, smoke developed 50. Accessories such as adhesives, mastics, cement, tape, cloth, etc. shall have these same component ratings. 15600-1 89060 MUNICIPAL SQUARE December 27, 1990. 2.1.4 All materials installed under this section of the specifications shall be manufactured in the United States of America. 2.2 Vapgr Barrier Jackets: 2.2.1 Factory -applied vapor -barrier jackets shall be laminated of flame resistant white kraft paper and .001 inch thick aluminum foil reinforced with glass fiber fabric between' the foil and the paper. The foil and paper shall be adhered with a flame resistant latex adhesive. 2.2.2 where specified, insulate valves and fittings with "Poncho" molded glass fiber fitting covers equal in thickness to the adjoining pipe covering, vapor sealed with two 1/8 inch wet coats of vapor barrier mastic equal to Benjamin Foster No. 65-07 reinforced with an open mesh glass fabric. 2.2.3 where specified, insulate valves and fittings with two fiberglass inserts and preformed Manville "Zeston" covers with taped seams. 3. EXECUTION 3.1 Installation: 3.1.1 The installation of all thermal insulation shall be performed by a recognized firm regularly engaged in the insulation business, using skilled insulation mechanics and using insulation materials which are the product of reputable manufacturer of the materials, using any special materials as required by these specifications and by those published standards. 3.1.2 Any insulation which is not applied in a workmanlike manner will be rejected and replaced. All coverings shall be smooth, flush, dressed to line and tight. Mastic shall be neatly applied and tooled. The Engineer reserves the right to reject any insulation whose appearance he deems unacceptable. 3.2 Application of Insulation: 3.2.1 Apply insulation and pipe covering after all work has been tested, found to be tight and accepted as such by the Engineer. Thoroughly clean and dry all surfaces to be covered. 15600-2 89060 MUNICIPAL SQUARE December 27, 1990 3.2.2 Except where insulation is cloth jacketed, band all pipe insulation, following the completion of painting operations. Bands shall be aluminum not less than 3/4 inch wide. Space bands a maximum of 12" on centers, with three bands per section of covering. Where sections of insulation are overlapped as at flanges, apply a band at each of the overlapping sections and one on the basic line covering immediately adjacent to the end of the overlap. Provide bands also on each side of each valve, fitting, etc. and at the end terminal where the insulation is beveled off as specified herein. Also band the hanger shields on insulated cold lines with a band at each end of each shield. 3.3 Insulation on Equipment and Piping Systems: 3.3.1 The following describes materials, thicknesses and finishes for insulation and coverings. In the following, the word "exposed" shall apply to any line, duct, or other material or surface in any room above the lowest floor in any building unit, exterior to the building and above ground, and/or in equipment rooms; the word "concealed" shall apply to any line, duct, or other material or surface in other underfloor areas, ceiling spaces furrings and chases. 3.3.2 Also included in this section is the requirement for patching and repair of existing insulation where new connections are made. 1.- Chilled Water Lines: Insulate with molded sectional glass fiber pipe covering with factory applied all purpose vapor barrier jacket equal to Manville "Micro-Lok APT 650". Insulation shall be 2-1/2" thick. Insulate valves and fittings with fiberglass inserts and "Zeston" PVC covers. 2. Heating Water Supply and Return Lines: Insulate with molded sectional glass fiber pipe covering with factory applied all purpose vapor barrier jacket equal to Manville "Micro-Lok APT 650". Insulation shall be 2" thick. Insulate valves and fittings with fiberglass inserts and "Zeston" PVC covers. 3. Drain Lines: 3/8" thick Manville Type II "Aerotube". Insulation may be slit flange type or threaded on during fabrication. 4. Water Chillers: Factory insulated. 15600-3 89060 MUNICIPAL SQUARE December 27, 1990 5. Duct insulation: Refer to Section 'AIR DISTRIBUTION' for duct liner specification. 15600-4 :•1.e MUNICIPAL SQUARE December 27, 1990 15700 EQUIPMENT 1. GENERAL 1.1 Note: Conform with the applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 Submittals: Submit manufacturer's data and shop drawings on all items specified. 1.3 Scone: 1.3.1 This section of the specifications pertains to all labor, materials, equipment and service necessary -for and incidental to the mechanical equipment as shown on the drawings and/or as specified herein. 1.3.2 This section requires the furnishing of all equipment specified and/or shown on the drawings. Equipment referred to singularly shall mean each item, and the total number of items shown or specified shall be furnished. All equipment shall be manufactured in the USA. 1.3.3 All appurtenances and auxiliary equipment necessary to the function of any specified item of equipment shall be furnished with the item of equipment, whether specifically mentioned or not. Each item of equipment shall perform the function for which it is intended, and all work necessary to provide a complete functional system shall be provided. 1.3.4 This specification requires that all items of equipment be completely installed, finally connected, tested and placed in service. 1.3.5 It shall be the responsibility of the Contractor to verify all requirements of the equipment and the contract and certify with the submittal of the shop drawings that all requirements have been met, including: 1. Space requirements 2. Electrical requirements (voltage, phase, wires - no. and size) 3. Capacities 4. Clearance for maintenance 5. Quality 6. Quantity 15700-1 89060 MUNICIPAL SQUARE December 27, 1990 2. PRODUCTS 2.1 Motors: 2.1.1 Motors shall be furnished for all motor driven equipment. Motors with special operating conditions �- such as multiple speed or in hazardous locations shall be as specified under the equipment served. General service motors driving through flexible couplings or belts shall conform to the following requirements: 1. Less than 1/6 HP: Split phase, 40 degree C ambient, dripproof or enclosed as required by exposure, with �- a service factor of 1.0. 2. Fractional larger than 1/6 HP: Capacitor start, 40 degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.O or greater. 3. Integral Horsepower, Single Phase: Capacitor type, 40 degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.15. 4. Three Phase: High efficiency continuous duty squirrel cage type 40 degree C ambient, dripproof or totally enclosed fan cooled as required by exposure with a service factor of 1.15. Power factor shall be 85% or greater. Motors shall be equal to Gould E-Plus. 2.2 Starters: All starters including those furnished as an integral part of the equipment as specified herein, shall be furnished by this Contractor for installation under Division 16. Coordinate exact starter requirements and details. 2.3 Belt Guards: Belt guards shall be provided for all belt driven equipment installed under this contract. 'Guards shall be rigidly constructed of 18 gauge sheet metal on angle iron frame, with fronts of expanded metal or 1/2 inch mesh hardware cloth. Guards shall be sized to permit belt tightening to the full extent of the motor slide rails. They shall be securely installed in such fashion as to permit ready removal for servicing of the protected drive. Guards shall have tach holes. 15700-2 89060 MUNICIPAL SQUARE December 27, 1990 2.4 Centrifugal Water Chillers: (Furnished by Owner) 2 . 4 . 1 Scone: 1. This specification applies to TWO (2) identical York YTC3D3B2-CGF packaged centrifugal water chillers, each complete with controls and control connections, chilled water, condensing water and auxiliary water connections. It shall further include an electrical starter and disconnect switch and all electrical power connection required for the proper starting and operation of each unit. 2. The chillers are specified herein in the singular, and all requirements, unless otherwise stated, apply to both units. 3. The function of this equipment is to furnish, continuously and automatically, the quantity and temperature of chilled water scheduled. 4. The unit shall be a standard catalogued packaged water cooling unit, certified to operate normally within the limits indicated on the plans, or implied in the specifications. 2.4.2 Standards: The packaged water chiller and its installation shall be in compliance with the following standards: 1. ANSI/ASHRAE STANDARD 15-1978 - Safety Code for Mechanical Refrigeration 2. ANSI/ASHRAE STANDARD 90A - ENERGY CONSERVATION IN NEW BUILDING DESIGN 3. ANSI/ASME SECTION VIII - BOILER AND PRESSURE VESSEL CODE 4. ANSI/UL 465 - CENTRAL COOLING AIR CONDITIONERS 5. ARI STANDARD 550-88 - CENTRIFUGAL OR ROTARY WATER CHILLING PACKAGES 2.4.3 Submittals: 1. Submittal drawings (Owner furnished) indicating components, assembly, dimensions, weight and loadings, required clearances, and location and size of field connections. Indicate equipment, piping and connections, valves, strainers, and thermostatic valves required for complete system. 15700-3 89060 MUNICIPAL SQUARE December 27, 1990 4. The factory test instrumentation shall be per ARI Standard 550, and the calibration of all instrumentation shall be traceable to the National Institute of Standards and Technology (formerly NBS). 2.4.6 HCFC Compatibility: 2.4.6.1 Performance: 1. Centrifugal chiller manufacturer shall provide verifiable performance data based upon the methodology discussed in ARI Standard 550-88. Performance data must be derived using alternative refrigerant R-123. 2. The chiller configuration shall be the same as the current R-11 optimized base selection. Both capacity (tons) and efficiency (kw/ton) at design load (or maximum possible capacity if derated) shall be provided. 3. In addition, the chiller manufacturer shall submit performance for chiller optimized for R-123. This alternate shall include all necessary cost adds as described below. 4. All performance information shall be submitted and certified in writing and signed by an officer of the company. 2.4.6.2 Compatibility: The chiller shall ship completely compatible. 2.4.7 ound• 1. Sound Data: The manufacturer shall submit a certified test report of the Sound Pressure Level (SPL), in decibels (dB), with a reference pressure of 20 micropascals for the chiller. All ratings shall be in accordance with ARI Standard 575-87, "Method of Measuring Machinery Sound Within Equipment Rooms". No reduction of entering condenser water or raising of leaving chilled water P" temperatures will be allowed in the SPL's. Report shall include readings at 100%, 50%, and 25% load. 2. The Owner reserves the right to conduct a sound measurement test in accordance with ARI 575-87 to 15700-5 89060 MUNICIPAL SQUARE December 27, 1990: verify compliance to the submitted values. If the verification fails, any field modifications (sound attenuation) that are required in order to reduce sound levels to those submitted (and retesting) shall be paid for by the chiller manufacturer. 2.4.8 Regulatory Requirements: 1. Conform to ARI Standards.550-88 code for rating and testing of centrifugal and rotary chillers. 2. Conform to ANSI/UL 465 for construction of centrifugal chillers. 3. Conform to ANSI/ASME SECTION VIII Boiler and Pressure Vessel Code for construction and testing of centrifugal chillers. 4. Conform to ANSI/ASHRAE 15-1978 code for construction and operation of centrifugal chillers. 5. Unit shall bear the ARI Certification Label for Centrifugal/Rotary Water -Cooled Chillers as applicable. 2.4.9 Factory Assembly: 1. Chiller shall consist of motor, compressor, lube system, cooler, condenser, factory -assembled purge unit (for low pressure refrigerant), isolation and microprocessor control. Chiller shall be shipped factory assembled with all refrigerant piping and control wiring factory installed. 2. The unit shall include control wiring of unit mounted controls brought to the console terminal strip for interconnection to starter and system interlock control. Connections shall also be provided for oil heater and terminals for power connection to pumpout unit. 3. The refrigerant circuit shall be factory tested, dehydrated and shipped with a holding charge, or under vacuum (for low pressure refrigerant). 4. Approved manufacturers are Carrier, McQuay, Trane, or York. 15700-6 89060 MUNICIPAL SQUARE December 27, 1990 2.4.10 Compression and Motor: 1. The compressor shall be centrifugal, open drive. 2. Chiller should be able to unload to 10% of design tonnage with constant entering water temperature. Stable operation at minimum load shall be demonstrated during the factory performance test. The machine shall be modified to include hot gas bypass if 10% load cannot be demonstrated. 3. Manufacturers of single stage compressors shall indicate the percent load at which hot gas is required to flow into the evaporator while maintaining constant design water temperature. 4. Compressor assembly shall be run -tested at the factory. Vibration shall not exceed 1.0 mil peak to peak. 5. The impellers shall be made of a high strength aluminum alloy. Impellers shall be dynamically balanced and over -speed tested at 1.25 times impeller shaft speed. 6. The motor shall be open drive. 2.4.11 Motor -Open Drive: Compressor motor shall be of the open-D-flange, single -speed, non -reversing squirrel cage induction type and shall be suitable for voltage as -- shown on the equipment schedule. The design speed shall be 3550 rpm at 60 Hz. Motor shall be arranged for service or removal without complete compressor disassembly or breaking of main refrigerant piping connections. Full load operation of the motor shall not exceed nameplate rating. Low -voltage motors shall be built for connection to Star -Delta type reduced inrush starter. 2.4.12 Lubrication: Compressor shall be provided with a factory -installed lubrication system to deliver oil under pressure to bearings and gears. The lubrication assembly shall be a complete serviceable and replaceable package consisting of motor, pump, cooler, filter, pressure and temperature sensors, and magnetic plug. The balance of the lubrication system shall include heater, shut down switch, reservoir thermometer, oil level sight glass and oil sump pressure gauge. System shall include oil filter, oil cooler, piping, and 15700-7 89060 MUNICIPAL SQUARE December 27, 1990 provisions to provide oil to compressor bearings in event of a power failure. Lubrication system shall be activated to provide full oil pressure at bearings prior to compressor start-up and during spindown. 2.4.13 Evaporator and Condenser: 1. The evaporator and condenser shall be built in accordance with ANSI/ASHRAE 15-1978 Safety Code for Mechanical Refrigeration. Water boxes shall be designed for 150 psig maximum working pressure. 2. Condenser tubes shall be smooth to reduce the cost of tube cleaning. Evaporator tubes shall be internally enhanced to improve the chiller's energy efficiency. The nominal tube wall thickness shall be .028 inches. 3. Refrigerant liquid control shall be by either adjustable or float type refrigerant metering devices and thermal expansion valves or a fixed orifice system. 4. Units with multi -stage compressors shall incorporate an interstage flash vessel "economizer" in the refrigerant cycle. All units utilizing subcooling shall be provided with a thermometer well to monitor the amount of subcooling. 5. Supply and return head water boxes shall be designed for a working pressure of 150 psig and shall be subjected to a factory hydrostatic pressure test of 225 psig. The water piping connections shall be Victaulic. 2.4.14 Purge System - Low Pressure Refrigerant: 1. Chillers using low pressure refrigerant (R-11, R- 123) shall be provided with a separate purge system that operates independently of the unit and can be operated while the machine circulation water pump are shutdown. No external water cooling source is to be required. 2. If the purge unit cannot operate when the machine and pump are off, a positive pressure device (such as a belly heater) shall be provided on the evaporator to raise the pressure of the bundle above atmospheric pressure when the machine is off This 15700-8 89060 MUNICIPAL SQUARE December 27, 1990 will prevent non-condensables from entering the machine. The additional power draw of this device shall be included in the quoted machine efficiency. 3. Any excess purge requirement will enable a fault indication light at the purge and a contact closure shall be provided for remote annunciation. 4. The unit indication shall include: a. Lights indicating condenser running, fault indication and service operation. b. Elapsed time meter (monitor amount of leak rate)• 2.4.15 Controls: 1. The chiller(s) shall be controlled by a stand-alone Direct Digital Control (DDC) System. A dedicated chiller control panel is to be supplied with each chiller by the chiller manufacturer. The panel shall be microprocessor -based, with factory packaging and testing of all required control components for reliable equipment operation. 2. The chiller control panel shall provide control of chiller operation and monitoring of chiller sensors, actuators, relays and switches. The panel shall be a complete system for stand-alone chiller control and includes controls to safely and efficiently operate the chiller. 2.4.16 Safeties: 1. The chiller control panel shall monitor such safeties as motor starting and running, time between compressor/motor starts, low chilled water temperature, high condenser refrigerant pressure, low evaporator refrigerant temperature, evaporator and condenser water flows, low oil pressure, high oil temperature, and proper operation of unit controls and sensors. 2. To monitor bearing temperatures, all of the compressor motor bearings, (including high speed, low speed, and thrust bearings) shall have factory installed temperature sensors installed in the oil return lines of each motor bearing. If any oil temperature reaches or exceeds a set value, the 15700-9 89060 MUNICIPAL SQUARE December 27, 1990. chiller control panel shall shut down the chiller operator and display the diagnostic. (Required for units with bearing not readily accessible) 3. The chiller control panel shall incorporate advanced motor protection to protect the motor throughout the starting and running cycles from the adverse affects._ of: a. phase loss b. phase imbalance C. phase reversal d. phase loss/failure e. low voltage f. distribution fault protection with auto restart consisting of three-phase, current sensing devices that monitor the status of the current. g. surge 4. Alternately the advanced motor protection system can be furnished in the starter. 5. The chiller control panel is to be provided with the following dial type pressure gauges: a. Evaporator refrigerant pressure b. Condenser refrigerant pressure C. Low oil sump pressure d. High oil supply pressure 6. The chiller control panel is to be provided with a starts counter and running time meter. 7. The front of the chiller control panel shall be capable of displaying the following: a. Entering and leaving evaporator water temperature b. Entering and leaving condenser water temperature C. Chilled water setpoint d. Electrical current limit set point e. Chiller operating mode f. Chiller diagnostic codes 8. The chiller control panel shall provide evaporator freeze.protection and low limit control. This control shall be used to avoid low evaporator refrigerant temperature tripouts during critical periods of chiller operation. The control shall 15700-10 89060 MUNICIPAL SQUARE December 27, 1990 take progressively more aggressive load limiting action in response to the severity of the rate of ^y change and the actual value of the evaporator refrigerant temperature. A diagnostic code, reflecting the operating status, shall be automatically displayed at the front panel whenever this control is in effect. 9. The chiller control panel shall provide a relay output to start the condenser water pump and/or enable the cooling tower temperature controls. 10. The chiller control panel shall provide an alarm relay output that shall energize whenever a fault requiring manual reset is detected by the panel. - 11. The chiller control panel shall provide condenser limit control to include a pressure transducer and interconnecting piping and wiring. This control shall be used to avoid high condenser refrigerant pressure tripouts during critical periods of chiller operation. The control shall take progressively more aggressive load limiting action in response to the severity of the rate of change and actual value of the condenser refrigerant pressure. A diagnostic code, reflecting the operating status, shall be automatically displayed at the front panel whenever this control mode is in effect. 12. The chiller control panel shall provide leaving chilled water temperature reset based upon return water temperature, ambient temperature, or temperature reset based upon a 4-20ma or 0-10 VDC signal from a building automation system. 13. The chiller control panel shall provide Lead -Lag Control of chillers with the following capabilities: a'. Parallel operation with load optimization b. Series operation with common control point C. Single chiller operation d. Independent control of chillers either manually or automatically e. Reassignment of lead -lag hierarchy f. Automatic standby M. Provide all sensors and operators required for the described sequences. 15700-11 89060 MUNICIPAL SQUARE 2.4.17 Starters (Low voltage): December 27, 1990 1. Motor starter shall have NEMA lA gasketed enclosure.. Enclosure shall be constructed of 12 gauge steel minimum with the exception of doors which shall be 14 gauge steel minimum. Gasketing shall be 2" width minimum. Each door or enclosure more than 48" high shall have 3 point vault type latches with padlockable handles. 2. Motor starter shall include incoming line provisions for the number and size cables shown on the drawings. Incoming line lugs shall be copper mechanical type. Connection directly to the contractors is not permissible. All components shall be mounted to a removable steel panel of 14 gauge minimum. 3. Contactors shall be sized properly to the chiller full load and locked rotor currents. Contactors shall have double break main contacts with weld resistant silver cadmium faces. Auxiliary interlocks that interface with the control panel shall be low resistance having palladium silver contacts. 4. Each motor starter shall include a 3 KVA control power transformer with fused primary and secondary. Current transformers of the proper size, ratio and burden capacity shall be provided to provide a signal to the control panel and optional devices. Control relays shall be provided within the motor starter to interface with the control panel. 5. Power wiring within the starter shall be type MTW copper stranded 90 degree C. Power wire bends shall show no evidence of nicking or insulation degradation. Control wire shall be type MTW copper stranded 90 degrees C. 14 gauge minimum. 6. Starter shall include a motor protection system incorporating electronic three phase overloads and current transformers. This electronic motor protection system shall monitor and protect against the following conditions: a. Three phase overload b. Overload protection C. Phase imbalance 15700-12 protection during start-up MUNICIPAL SQUARE December 27, 1990 d. Phase loss e. Phase reversal f. Low voltage g. Distribution fault protection with auto restart consisting of three-phase, current sensing devices that monitor the status of the current. Distribution faults of 1-1/2 electrical cycle durations shall be detected and the compressor motor shall be disconnected within six -- electrical cycles. h. Surges 7. Alternately the advanced motor protection system can be furnished in the chiller control panel. 8. The starter shall be able to operate in temperatures up to 120 degrees F. 9. All field supplied wires, bus bars and fittings shall be copper only. 10. The following starter options shall be provided: a. Circuit Breaker: Starter shall contain a circuit breaker capable of breaking currents up to its interruption capacity of 22,000 amperes. ®, operating handle and trip indicator shall be located in the door. This handle shall be capable of being padlocked. A non -fused disconnect switch may be provided for free standing starters only. b. Ammeters: Three ammeters shall be provided, one per phase. Ammeters shall be calibrated so the inrush current can be indicated. C. Voltmeters: Three voltmeters, or one voltmeter and switch for reading a phase to phase voltage. d. U.L. approval. 2.4.18 Insulation: �^ 1. Insulation shall be factory applied and factory finished. Insulation for all cold surfaces shall be 3/4 in. thick, fireproof, and have thermal conductivity not exceeding 0.28 Btuh/in./sq.ft. per degree F. Insulation shall be vapor barrier type. 2. The purge chamber and miscellaneous piping shall be factory insulated. Cooler and suction elbow insulation shall be factory applied. 15700-13 89060 MUNICIPAL SQUARE December 27, 1990 2.4.19 Finish: Entire unit including insulation shall be factory enameled. Ship with touch-up kit. 2.4.20 Structural Supports: Chiller manufacturer shall furnish soleplate and isolation pad assembly for mounting and leveling chiller on a concrete base. The manufacturer shall supply a template for accurately locating the base. 2.4.21 Flow Switches: Chiller manufacturer shall furnish differential pressure flow switches, to be installed by the contractor in chilled water and condenser water piping of each machine, which make contact when flow is established. The differential pressure switch shall be capable in the range from minimum flow up to maximum flow or 8 feet per second tube velocity. 2.4.22 work to be Done By the Installing Contractor: 1. The Contractor shall receive the chillers from the manufacturer's agent at the jobsite. He shall examine the equipment and verify their condition and accept them as a part of this contract. 2. The Contractor shall furnish all material and labor and be responsible for unloading the chillers and placing them in the building. 3. The Contractor shall follow the installation sequence detailed on the plans. It is essential that a continuous supply of chilled water is available for the building, except as agreed by the Owner. Obtain an agreement for chilled water shutdown at least one week prior to the time when such a shut down is required. 4. Piping shall be arranged in such manner that heads can be removed for inspection or cleaning of tubes without disturbing the main condensing or chilled water piping. 5. Flow Switches: Chiller manufacturer shall furnish differential pressure flow switches, to be installed by the contractor in chilled water and condenser water piping of each machine, which make contact when flow is established. Flow switches shall be mounted in horizontal run at least 5 diameters downstream from bend or tee. 15700-14 89060 MUNICIPAL SQUARE December 27, 1990 6. All power wiring shall be done by the Contractor. The contractor shall furnish and install all electrical lines; and he shall install the interlocks and power wiring to the starter in accordance with the wiring diagram furnished by the chiller manufacturer. 7. Provide piping from chiller rupture disc to outdoors. Size as recommended by manufacturer. 2.4.23 Manufacturer's Field Services: 1. Manufacturer shall furnish a factory trained service engineer without additional charge to start the unit(s). Representatives shall provide leak testing, evacuation, dehydration, and charging of the unit(s). Start-up services shall be provided for at least 2 days, and longer if required. 2. A start-up log shall be furnished by the manufacturer to document the chiller's start-up date and shall be signed by the owner or his authorized representative prior to commissioning the chillers. 3. Refrigerant and Oil: Initial charge of refrigerant and lubricating oil shall be furnished installed. -` 2.4.24 Operating Instructions: 1. Written operating instructions and operator training -- by factory Technical Advisory personnel shall be furnished. A minimum of 2 days instruction after start-up shall be furnished. 2. Manufacturer's operating and maintenance instruction manual and parts list (minimum of 6 sets for owner) shall be provided. 2.4.25 Warranty: 1. Workmanship and materials including parts, labor, and refrigerant shall be guaranteed against all failure for a period of one year after start-up. "- 2. Each manufacturer submitting proposals for this equipment shall furnish to the Engineer in writing a certification that an extended five year warranty will be made available to the Owner and outline the terms and cost of this warranty. 15700-15 89060 MUNICIPAL SQUARE December 27, 1990 2.5 Water Circulating Pumps; 2.5.1 Pumps shall be as indicated in the schedule on the drawings. Each shall be of the type, rotational speed, and have the flow rate and characteristics listed. The name and model number listed for each pump establishes a standard which the pump furnished must equal to exceed. 2.5.2 Acceptable makers of scheduled pumps are Allis-Chalmers, Buffalo, Weinman, Peerless, Aurora and Paco. 2.5.3 Pumps, casings and glands shall be suitable for operation under 150 psig static heads. 2.5.4 Rotational speeds shall not exceed those scheduled. Under no circumstances shall a pump be offered with an ,impeller radius greater than 90% of the distance from the shaft centerline to the cutoff in the casing, except in the case of in -line circulators. 2.5.5 The head capacities are listed for bidding purposes only. The Contractor shall carefully calculate the head of each pump, taking into consideration the pressure drops in all equipment, exact lengths of pipe, valves, fittings, etc. These calculations shall take into account actual routing of the piping and all other factors that would determine the actual pumping head of each system, and shall form the basis of final pump selection. 2.5.6 Motors shall be constant speed, drip proof motors, and shall be so sized with relation to the pump impeller that the required brake horsepower will not exceed the rated motor horsepower at any point on the pump curve. Copies of manufacturer's performance curve shall be submitted as shop drawings on each pump. Each curve shall be clearly marked to indicate the diameter of the impeller and the selection point. All pump motors shall have 1.15 service factor. 2.5.7 All pumps shall have gauge tappings. 2.5.8 Pumps baseplates shall be of cast iron or welded structural steel shapes, and shall have a raised lip and threaded drain connection. Each baseplate on a pump handling chilled water shall be of sufficient size to extend under and catch the drip from connecting flanges and the outboard bearing. 15700-16 89060 MUNICIPAL SQUARE 2.5.9 All pumps shall be factory enameled. December 27, 1990 2.5.10 Horizontal Split Case Pump: Pump construction shall consist of cast iron casing with double suction bronze impeller, horizontal split case with flanged inlet and outlet. The shaft shall be carbon steel with bronze sleeves. Ball bearings shall be 250,000 hour average life, grease lubricated with slinger. Wearing rings shall be bronze. Provide with mechanical seals. The coupling shall be Thomas or Woods with guard. Provide extended cast iron base with drain connection. 2.5.11 Close Coupled Pumps: Pump construction shall consist of cast iron casing and bronze impeller. The shaft shall be carbon steel with renewable bronze wear rings. Ball bearings shall be 100,000 hour average life and grease lubricated. Provide with mechanical seals. Motor shall be NEMA C-face standard per Hydraulic Institute. 2.6 Wall Mounted Propeller Fan: 2.6.1 Ventilator shall be belt driven axial type. Drive frame assembly shall be constructed of heavy gauge steel angle. Mounting members shall be slotted to allow adjustment and centering of propeller over spun venturi. 2.6.2 Propeller construction shall be six die formed blades welded to a steel hub with gussets welded to three quarters of the blade length. The hub bore shall be a machined steel insert welded to the hub. A standard square key with two set screws and two retaining rings shall lock the propeller to the shaft. 2.6.3 The ground and polished steel propeller shaft shall be mounted in sealed ball bearings. Fully machined cast iron pulleys shall be keyed to the propeller and motor shafts. All drives shall be adjustable and sized for a minimum of 165 percent of driven horsepower. 2.6.4 Refer to schedule on the drawings for size and capacities. 2.6.5 The fan shall be mounted as shown with sheet metal connector to the louver with a flexible duct connector. 2.6.6 Fan shall be Greenheck or equal. 15700-17 89060 MUNICIPAL SQUARE 2.7 Air Units, Low Pressure: December 27, 1990 2.7.1 Air units shall be of the sectionalized, factory assembled standard catalogued low pressure type as manufactured by Carrier, Trane, York, McQuay or Bohn. Refer to schedule on drawings. 2.7.2 The sections which constitute the completed air conditioning unit shall each be assembled at the factory. in a sheet metal housing appropriately finished, and shipped as a unit. They shall be assembled on the job into complete units having physical and performance characteristics as detailed and scheduled, suitable for application at the static pressure indicated in the schedule. NOTE: Most units must be assembled in their equipment, rooms. 2.7.3 Each air unit shall be complete with the following components: 2.7.4 Fan Casing: Fabricated of heavy gage steel sheets bolted to structural framing and reinforcing members. Panels and reinforcing shall be not less than the - following thickness. ITEM Discharge Panel End Panels Front Panel UNITS LARGER THAN 6500 CFM 16 gauge 12 gauge 12 gauge 2.7.5 Casings shall be gasketed air tight. UNITS SMALLER THAN 6500 CFM 20 gauge 16 gauge 14 gauge 2.7.6 Coil Casing: Fabricated of heavy gauge steel sheets bolted to structural framing and reinforcing members. Panels and reinforcing shall be not less than the following thickness: ITEM End Panels Top Panel Front Panel Drain Pan Reinforcing Support Channels UNITS LARGER THAN 6500 CFM 18 gauge 18 gauge 18 gauge 14 gauge 10 gauge 10 gauge 15700-18 89060 UNITS SMALLER THAN 6500 CFM 20 gauge 20 gauge 20 gauge 16 gauge 10 gauge 10 gauge MUNICIPAL SQUARE December 27; 1990• 2.7.7 Casing shall be gasketed air tight and water tight. 2.7.8 Units with welded tubular steel frames and bolted panels having equivalent strength will be considered. 2.7.9 Drain pans shall have foamed in place plastic insulation. 2.7.10 Fan: Forward curved class 1 AMCA rated, selected for maximum efficiency, delivery, static pressure, and BHP at the operating point. Submit calculations based on the 1970 ASHRAE method indicating the sound power generated at the midrange frequency of the audible octave bands. Sound power levels shall not exceed the following tabulation: (Refer: 10-12 watts). Frequency 125 250 500 1000 2000 4000 Sound Power 87 87 89 80 76 72 2.7.11 Fan curve shall indicate that operation is stable at 20 percent above and 20 percent below the selected RPM. Static efficiency at the selection point shall be 60 percent or more. 2.7.12 Fan shaft shall be selected to operate at a speed 30% or more below its first critical speed. The rotating assembly shall be statically and dynamically balanced. When the unit is running there shall be no visible deflection of any panel and no noise of metal to metal contact. If, in the judgement of the Engineer, objectionable noise or vibration is observed, the units shall be aligned and dynamically balanced on the job by a factory mechanic to industrial tolerances, at no additional cost. Balancing method and tolerances shall be approved by the Engineer. Any detective component shall be replaced. 2.7.13 Fan scrolls and wheels shall be designed as a unit with smooth belled inlet and adjustable cut-off. Fan wheel shall be keyed to the shaft and shall be removable. 2.7.14 Bearings shall be ball or roller type rated for 200,000 hour life. Bearing shall be bolted to structural bearing supports. Extend copper lube lines.to a common convenient point. Each fan shaft shall have two bearings only. 2.7.15 Motor and Drive: Motor shall be not less than the horsepower scheduled, 1750 RPM, dripproof. Drive shall 15700-19 89060 MUNICIPAL SQUARE December 27, 1990 be selected for 120% of the maximum motor horsepower. Provide an adjustable drive, selected for the RPM of the fan with 10% adjustment above and below the selected speed. 2.7.16 The motor shall be installed on adjustable rails or cradle to permit belt tensioning and alignment. Provide flexible conduit for wiring the motor. 2.7.17 Provide a heavy belt guard for the belt drive, securely bolted to the unit casing, with 1"xl"xl/4" angles. Field fabrication is acceptable for guard brackets if not available from the manufacturer. 2.7.18 Cooling Coils: ARI certified water tube type with 5/8" OD copper tubes and aluminum fins, mechanically bonded, pressure tested at 250 psig. Cooling coils shall have not less than 4 rows of tubes. Fin spacing may vary to produce the scheduled capacity, but may not have less than 6 fins per in. or more than 10 fins per inch. 2.7.19 Heating Coils: ARI certified, non -freeze, steam distributing type with copper tubes and aluminum fins, mechanically bonded. Tubes shall be 5/8" OD minimum. Coils shall be pressure tested at 250 psig. 2.7.20 Insulation: Casings shall be internally insulated with 1" thick 3/4 lb. neoprene coated fiberglass. Drain pans shall be insulated with 1/2" thick foamed in place plastic insulation. 2.7.21 Vibration Isolators: Spring type, with neoprene pad base, and stop. Static deflection shall be 2". 2.7.22 Drain: Provide full size drain line to nearest floor drain and turn down. Drain shall have 6" deep p-trap. 2.7.23 Filters: As specified under "FILTERS". 2.7.24 Dampers: Units where shown shall be equipped with factory installed low leakage, damper section with blades, ribs, bearings and interconnecting linkage. 2.8 Fan Coil Units: 2.8.1 Capacity: Unit capacities shall be certified under Industry Room Fan Coil Air Conditioner Certification Program in accordance with ARI Standard 441-66. 15700-20 89060 MUNICIPAL SQUARE December 27, 1990 2.8.2 Sound: Units shall be tested and rated in accordance with ARI Standard 443-66. 2.8.3 Safety Units shall comply with National Electric Code. 2.8.4 Construction: Basic unit shall include coil, sleeved coil end supports, main drain pan, fan board, fans, fan housings, motor and thermal insulation, auxiliary drain pan of molded high impact, self -extinguishing ABS thermoplastic or galvanized steel with polyurethane insulation on underside. Provide with lined fan plenum and filter rack, except where combination return air grille with filter is shown on the plans. 2.8.5 Cooling Coil: Shall have 5/8" OD seamless copper tubes mechanically bonded to configurated, aluminum fins with continuous fin collars and sleeved coil end supports. Maximum working pressure 300 psig. Coils to have female sweat connections to accept copper tubing. 2.8.6 Heating Coils: Auxiliary heating coils shall have 7/16" OD copper tubes mechanically bonded to configurated aluminum fins with fin collars and sleeved end supports. Maximum working pressure 200 psig. Coils to have copper tubing for sweat connections. Note: Heating coils and cooling coils may be a single coil with two separate circuits. 2.8.7 Drain Pans: Main drain pans shall be galvanized steel, insulated. Provide drain lines to dispose of condensate, extended to a floor drain or as directed. 2.8.8 Fans: Fan wheels shall be centrifugal forward curved double width. 2.8.9 Motors: All motors have integral thermal overload protection and start at 75 percent of rated voltage. Motors shall operate satisfactorily at 90 percent of rated voltage on all speed settings and at 10 percent overvoltage without undue magnetic noise. Motors shall be 120 volt single phase 3 speed permanent split capacitor type. 2.8.10 All motors shall be factory run tested in assembled unit prior to shipping. 2.8.11 Filters: Concealed from sight replaceable media of woven glass fiber with 1"'permanent frame. Units shall 15700-21 89060 MUNICIPAL SQUARE December 27, 1990 be arranged for easy filter removal. Refer to the drawings for filters installed in filter grilles. 2.8.12 Unit Capacity: Units shallconformto the schedule on the drawings. Units shall be rated to deliver the CFM stated at the scheduled static pressure external to the unit, including ductwork, return grille, supply diffuser and accessories. High external static pressure motors and special fan wheels shall be provided where necessary to meet this schedule. 2.8.13 Exposed Units: Where exposed units are required or shown on the drawings, they shall be furnished with furniture grade cabinets with integral return and supply grilles, factory enameled in color to be selected by the Engineer. 2.8.14 Controls: Each unit shall be furnished with a solid state variable speed switch with cover plate. The switch shall have an off position.• The switch shall be mounted with the thermostat. 2.8.15 Manufacturer: Fan coils shall be Trane, McQuay or International. 2.9 Plate Heat Exchanger: 2.9.1 Furnish and install a plate heat exchanger as shown and scheduled on the drawings. The heat exchanger shall be as manufactured by Alfa Laval, Inc. 2.9.2 Equipment shall be designed, manufactured and tested in accordance with the latest edition and addenda of ASME Boiler and Pressure Vessel Code Section VIII, Division I, or Section III, Class 3, for 150 psi. 2.9.3 The heat exchanger shall consist of a removable assembly of gasketed plates supported in a sturdy frame, fitted with inlet and outlet nozzles. The apparatus shall be furnished with guide rails or carrying bars to allow horizontal disassembly of unit for cleaning. Gaskets shall be nitrile; plates and nozzles shall be SA 240-304 stainless steel. 2.9.4 Provide one set of spare gaskets with the unit. 15700-22 89060 MUNICIPAL SQUARE December 27, 1990, 2.10 Filters: 2.10.1 Provide all filters specified herein and/or scheduled or shown on the drawings. All filters shall be erected in holding frames, tight fitting, with no bypass path. 2.10.2 All filters of every type shall be UL listed Class I or II. 2.10.3 Every air handling device which supplies air to any space shall have a filter bank. No., size, and type of filters, shall be as scheduled on the drawings. ® 2.10.4 All frames shall be fitted with new media at final acceptance. In addition provide 100% spare filters. �- 2.10.5 Filter Racks: Flat filters shall be installed in factory fabricated slide rails with access door. Provide closures as required. 2.10.6 Disposable Medium Efficiency Filters: Filters shall be medium efficiency (30-35% based on ASHRAE 52-68) at a velocity of 500 FPM. Media shall be pleated, non woven -- reinforced cotton fabric supported by a welded wire grid with 95% open area. Frame shall be heavy duty waterproof chipboard. Filter shall have not less than s 4.5 square feet of media per foot of face area. Filters shall be equal to Farr 30/30 series. 15700-23 89060 MUNICIPAL SQUARE December 27, 1990 15800 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS 1. GENERAL 1.1 No Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 Submittals: Submit manufacturer's data on all materials. 1.3 Scope of Work 1.3.1 The Testing, Adjusting, and Balancing (TAB) of the air conditioning systems will be performed by an impartial Technical Firm whose operations are limited only to the field of professional TAB. The TAB work shall be done under the direct supervision of a qualified engineer employed by the TAB firm. Refer to the attached TAB contract. 1.3.2 The Owner will execute the attached contract with a TAB firm at an early stage of the work on this project. The TAB services covered by the attached contract will be paid for by the Owner. 1.3.3 As a part of work under Division 15 the Contractor shall make any changes in the sheaves, belts, motors and dampers as required for correct balance as required by the TAB firm, at no additional cost to the Owner. 1.3.4 The Contractor shall provide and coordinate work under all sections of the specifications as required to correct, repair or replace any and all deficient items or conditions found during the testing, adjusting and balancing period. 1.3.5 In order that all systems may be properly tested, balanced and adjusted as required herein by these specifications, the Contractor shall operate said systems for the length of time necessary to properly verify their completion and readiness for TAB and during the TAB period. 1.3.6 Project contract completion schedules shall provide time frame allowance to permit the completion of TAB services prior to occupancy. Provide simulated design condition loads as necessary. 15800-1 89060 MUNICIPAL SQUARE December 27,-1990 1.3.7 Documents: The Contractor shall transmit one copy of the following records for review and comment by the TAB firm. 1. As -installed drawings 2. Approved fixture brochures, wiring diagrams and control diagrams. 3. Shop drawings 4. Instructions 5`. Valve charts 3. EXECUTION 3.1 Materials and Workmanship: The scope of the TAB work defined herein, identified as TAB contract, is included in order that this Contractor shall understand the coordination, adjustment, and system modification which is required under the project work in order to complete the requirements for final TAB. The TAB firm will not have a contractual relationship with this Contractor but will be responsible to the Owner for the satisfactory execution of the TAB work. The Contractor shall be responsible for all work which may be required in the TAB phases as defined and as may be necessary for the completion of the TAB as defined in the TAB contract. 3.2 Services of Contractor: 3.2.1 The Contractor shall have all systems complete and in operational readiness prior to notifying the Engineer that the project is ready for TAB services, and the Contractor shall so certify in writing that such a condition exists. ^ 3.2.2 Should the Engineer be so notified and the TAB work commenced and the systems found not to be in readiness, or should a dispute occur as to the readiness of the systems, the Contractor shall request an inspection by the Engineer. This inspection shall establish to the satisfaction of the Engineer whether or not the systems -- meet the basic requirements for TAB services. Should the inspection reveal the TAB services notification to have been premature, all costs of the inspection and work previously accomplished by the TAB firm shall be paid for by the Contractor. 3.2.3 Furthermore, items that are not ready for TAB services shall be completed, placed in operational readiness and TAB services shall again be requested. Complete 15800-2 89060 MUNICIPAL SQUARE December 27, 1990 operational readiness prior to commencement of TAB services shall include the following 1. Construction status of building shall permit the closing of doors, etc. to obtain projected operating conditions. 2. Air Distribution Systems: a. Verify installation for conformity to design. All supply, return and exhaust ducts terminated and pressure tested for leakage as required by specifications. b. All volume and fire dampers properly located and functional. Dampers shall provide tight closure and full opening, smooth and free operation. C. All supply, return and exhaust grilles, registers, and diffusers installed. d. Air handling systems, units and associated apparatus, such as heating and cooling coils, filter sections, access doors, etc. shall be blanked and/or sealed to eliminate excessive by-pass or leakage of air. e. All fans (supply, exhaust) are to be operating and verified for freedom from vibration, total air quantities. f. Drive belts shall be of proper size and tension. Heater elements shall be of proper size and rating. Provide record of motor amperage and voltage and verify that they do not exceed nameplate ratings. 3. Water Circulating Systems: a. Check and verify pump alignment and rotation. b. open all valves to full open position; close by-pass stop valves. Set mixing valves to full flow through system components. Remove and clean all strainers. Repeat operation until circulating water is clean. C. Record each pump motor amperage and voltage. These shall not exceed nameplate rating. 15800-3 89060 MUNICIPAL SQUARE December 27, 1990, d. Verify electrical heater elements to be of proper size and rating. e. All water circulating systems shall be cleaned, full and free of air, expansion tanks set for proper water level, all air vents installed at -- high points of systems and operating freely. f. Check and set operating temperatures of heat ^ exchangers to design requirements. 4. Automatic Controls: a. Check that all control components are installed in accordance with project requirements and are functional, including all electrical interlock damper sequences, air and water resets, freezestats, POC detectors. b. All controlling instruments calibrated and set for designed operating conditions with the exception of the room thermostats which shall be calibrated at the completion of test and balance. 5. The TAB will not instruct or direct the Contractor in any of the work, but will make necessary reports directly to the Engineer. The plans and specifications have indicated valves, dampers, and miscellaneous adjustment devices for the purpose of adjustment to obtain optimum operating conditions, and it will be the responsibility of the Contractor to install these devices in a manner that will leave them accessible and readily adjustable. Should any such device not be readily accessible, the Contractor shall provide access as requested by the Engineer. 6. Permanently mark all dampers, volume controls, and other settings after TAB. 15800-4 89060 MUNICIPAL SQUARE December 27, 1990`; NOT IN CONTRACT - INFORMATION ONLY - - - - -- - - TAB CONTRACT 1. General: This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in performing all operations in connection with the testing, balancing and adjusting of various systems and portions thereof to produce proper environmental conditions in the various spaces in the building, proper flows of air and water, correct setting of regulating devices and other end results as more fully described hereinafter. 2. Documents: Each bidder will be furnished a set of bid documents for the project, including plans and specifications. These documents constitute a part of the contract for the construction of the project. Where the term "Contractor" occurs in this specification, reference is made to the Contractor for the construction of the project. 3. Air. Water and Temperature Testing and Balancing: 3.1 The balancing, testing, and adjusting of the heating, ventilating, and air conditioning systems will be performed by an independent technical firm or balancing company with a minimum of five years specialized experience in the field of air and hydronic system balancing, and possessing calibrated instruments, qualified engineers, and skilled technicians to perform all required tests. The technical firm or balancing agency shall specialize and limit its business to testing and balancing of air conditioning systems. 3.2 The services that are to be performed are as follows: 1. Inspect the installation of heating and cooling piping systems, sheet metal work, temperature controls and other component parts of the heating, air conditioning, and ventilating systems. The inspection of the work shall cover that part relating to proper arrangement and adequate provisions for the testing and balancing. The inspections shall be performed periodically as the work progresses. 15800-5 89060 MUNICIPAL SQUARE December 27, 1990. 2. Upon completion of the installation and start-up of the mechanical equipment, to check, adjust, and balance systemic components to obtain optimum conditions in each conditioned space in the building. 3. Prepare and submit complete reports on the balance and operations of the system. 4. Make a total of three inspections within 90 days after occupancy of the building to insure that satisfactory conditions are being maintained throughout and to satisfy any unusual conditions. 5. Make inspections in the building during the opposite season from that in which the initial adjustments were made and at those times make any necessary modifications to the initial adjustments required to produce optimum operation of the systemic components, to produce the proper conditions in each conditioned space. 3.3 The TAB agency shall be responsible for inspecting, adjusting, balancing and logging the data on the performance of fans, all dampers in the duct systems, all air distribution devices, and the flows of steam or water through all coils. The Contractor will provide all necessary data on the design and proper application of the systemic components and shall furnish all labor and material required to eliminate any deficiencies or �- malperformance. 3.4 During the balancing the temperature regulation will be adjusted for proper relationship between controlling instruments and calibrated by the Contractor under "Temperature Regulation" using data submitted by the Balancing Agency. The correctness of the final setting shall be proved by taking hourly readings for a period of four successive eight hour days, in each separately controlled zone. The total variation shall not exceed two degrees from the preset median temperature during. the entire survey period. 3.5 In all fan systems, the air quantities shown on the plans may be varied as required to secure a maximum temperature variation of two degrees within each separately controlled zone, but the total air quantity �- indicated for each zone must be obtained. It shall be the obligation of the Contractor to furnish or revise 15800-6 89060 MUNICIPAL SQUARE December 21, 1990. fan drives and/or motors if necessary, without cost to the Owner to attain the specified air volumes. 3.6 The various water circulating systems shall be filled, purged of air and put into operation before hydronic balancing. 3.7 The flow of water in the various systems shall be adjusted, using the flow meters and system balancing valves indicated at the various points in the systems. 3.8 The flow of water through all water coils shall be adjusted, using the flow meters and system balancing valves indicated at the various points in the systems. 3.9 Before final acceptance is made, the balancing agency shall furnish the following data. AIR SYSTEM DATA: a. Equipment (fan or factory fabricated station air unit): 1. Installation Data (a) Manufacturer and Model (b) Size (c) Arrangement, Discharge and Class (d) Motor H.P., Voltage, Phase, Cycles, and Full Load Amps. (e) Location and local identification data. 2. Design Data (a) Data listed in schedules on drawings and specifications. 3. Fan Recorded (Test) Data (a) C.F.M. (b) Operating G.P.M. (From pump curves if metering is not provided) (c) No -Load Amps (Where possible) (d) Fuld -Flow Amps (Where possible) (e) No -Flow Amps 15800-7 89060 0 MUNICIPAL SQUARE December 27, 1990- b. Air Heating and Cooling Equipment 1. Design Data (a) Load (B.t.u.h. or MBH) (b) G.P.M. or steam pressure (c) Entering and leaving temperature (d) Entering and Leaving air conditions (D.B. and W.B.) ea. zone. (e) C.F.M. (f) Water Pressure Drop 2. Recorded Data (a) Type of equipment and identification (location or number designation) (b) Entering and leaving air conditions (D.B. and W.B.) ea. zone (c) Entering and Leaving Water Temperatures (d) G.P.M. or steam pressure (e) Temperature rise or drop C. Duct Systems: 1. Duct Quantities (Maximum and Minimum) - Main, Submains, Branches, Outdoor (Outside) Air, Total Air, and Exhaust. (a) Duct size(s) (b) Number of Pitot tube (Pressure) Measurements (c) Sum of Velocity Measurements (Note: Do not add Pressure Measurements) (d) Average Velocity (e) Recorded (Test) C.F.M. (f) Design C.F.M. WATER SYSTEM DATA: a. Pumps 1. Installation Data (a) Manufacturer and Model (b) Size (c) Type Drive (d) Motor H.P., Voltage, Phase, and Full Load Amps. 15800-8 89060 MUNICIPAL SQUARE December 27, 1990. 2. Design Data (a) G.P.M. - (b) Head (c) R.P.M. (d) B.H.P. and Amps 3. Recorded Data (a) Discharge Pressures (Full -Flow and No -Flow) (b) Suction Pressures (Full -Flow and No -Flow) (c) Operating Head TEMPERATURE CONTROL DATA: 1. Design Data (a) Inside design temperature (DB & WB) (b) Inside Relative Humidity (c) Outside Design Temperature (DB & WB) 2. Recorded Data (a) Hourly temperature readings (DB & WB) in each room (b) Corresponding Outdoor Temperature Readings (DB & WB) (c) Relative humidity 3.10 The above data shall be neatly entered on appropriate forms together with any typed supplements required to completely document all results. Written explanations of any,abnormal conditions are required. Submit 4 copies of the -report. 4. Final Acceptance: 4.1 At the time of final inspection, the TAB agency shall recheck, in the presence of the Owner's Representative, specific and random selections of data (water and air quantities and air motion) recorded in the Certified Report. 4.2 Points and areas for recheck shall be selected by the Owner's Representative. 4.3 Measurement and test procedures shall be the same as approved for work forming basis of Certified Report. 15800-9 89060 MUNICIPAL SQUARE December 27, 1990 4.4 Selections for recheck (specific plus random) in general, will not exceed 25 percent of the total number tabulated in the report, except that special air systems may require a complete recheck for safety reasons. 4.5 If random tests elicit a measured flow deviation of ten percent or more from that recorded in the Certified Report listings, by ten percent or more of the selected recheck stations, the report shall be automatically rejected. In the event the report is rejected, all systems shall be readjusted and tested, new data recorded, new Certified Reports submitted, and new inspection tests made, all at no additional cost to the Owner. 4.6 Following final acceptance of Certified Reports by the Owner, the settings of all valves, splitters, dampers, and other adjustment devices shall be permanently marked by the Contractor, so that adjustment can be restored if disturbed at any time. Devices shall not be marked until after final adjustment. 15800-10 89060 MUNICIPAL SQUARE 15900 TEMPERATURE REGULATION 1. GENERAL January 9, 1991 1.1 Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements and Supplemental Conditions. 1.2 Submittals: Submit manufacturer's data on all materials and equipment. Include system schematics indicating all devices, pneumatic piping, electrical wiring and sequence of operation. Sequence of operation shall reference each component device by designation used on schematics. 1.3 Scope: 1.3.1 The existing temperature regulation system is pneumatic in operation. The original system was Johnson. Recently, thermostats have been replaced with Honeywell devices and the system has been rehabilitated, with the following exceptions: 1. Air compressor pumping oil. 2. Defective load analyzers: AHU ZONES AHU ZONES AHU ZONES 1 4 2 6 3 5 4 6 5 5 6 6 7 4 8 7 9 11 10 8 Both hot and chilled water valves are blocked open, because the zone load analyzers are not working. 3. Hot water valves are leaking on AHU 3, 7, 10 & 12. 4. Chilled water valves are leaking on AHU 10 & 12. 1.3.2 Under the Base Bid, replace the defective devices and add new thermostats to match the existing Honeywell devices. The existing pneumatic main control panel shall remain. 1.3.3 Under Alternate No. 1, replace the existing main control panel with a new building automatic panel and revise the primary control system to electronic sensing with pneumatic actuating. 1.3.4 It is intended that the system be pneumatic in its operation except for certain sensing functions, remote starting and stopping provisions, resetting arrangements, and alarm indications which can best be 15900-1 89060 MUNICIPAL SQUARE December 27, 1990 performed by electronic instruments. It shall include all master and submaster thermostats, valves, dampers, and operators, amplifiers, air receivers, switches, piping, air regulator, relays, multiplexers, cabinets, etc. required to make it complete in full accordance with the intent of the plans and the following description. 1.3.5 The wiring for all the remote indicating, motor control, control set point and adjustment and alarm devices shall originate in a terminal board and extend to and connect to all multiplexers, relays, thermocouples, and similar devices. The wiring shall be performed by the Contractor under Division 16 in accordance with diagrams on the plans, as specified herein and as indicated on the drawings which this contractor shall provide. The cost of this wiring shall be included in this work. 1.3.6 The temperature regulation equipment shall be installed and adjusted to secure the sequences described hereinafter. The materials and equipment described herein shall be sufficient to any of the remote devices of reference elsewhere herein, but shall be arranged as required to operate in conjunction with those remote devices. 1.3.7 The Contractor shall furnish and install all automatic dampers, and all automatic valves. The Contractor shall furnish, install, and adjust all damper and valve operators and all other switches, relays, etc. comprising the temperature regulation system. Temperature regulation specified herein is based on Johnson Controls, Honeywell, or Powers. 1.4 Compressed Air Supply: 1.4.1 Furnish complete, a duplex high pressure quiet reciprocating air compressor in the Mechanical Equipment Room with sufficient capacity to handle entire system with not more than 1/3 operation. 1.4.2 Furnish with the compressor an ASME Code Construction high pressure storage tank including drain connection. Provide with pressure controls, starters, PRV assembly and all accessories, including drain connection. 1.4.3 Provide a refrigerated moisture condenser with mounting bracket for dew point control of compressed air. 15900-2 89060 MUNICIPAL SQUARE December 27, 1990 1.4.4 Provide a timed automatic drain for both the air compressor and moisture condenser which shall drain for one minute each hour. 2. PRODUCTS 2.1 Control Valves, Water: 2.1.1 Under the Base Bid, the existing water control valves shall be reused, leaks repaired, and the bypass port shall be capped so that the valve will operate as a two way (throttling) valve. Their control will be by their pneumatic load analyzer. Under Alternate No. 1, the existing three way valves will be replaced with two way valves and they will be controlled by P/E relays, hot and cold deck sensor and a DDC controller to optimize the temperature settings of the hot and cold decks of the 3 decks multizone units. 2.1.2 All modulating straight -through water valves shall be provided with equal -percentage contoured throttling plugs. All two-way valves shall be provided with linear throttling plugs such that the total flow through the valve shall modulate linearly with the position of the valve. 2.1.3 Valves 3" and smaller shall be screwed type, valves 4" and larger shall be flanged. Valves shall be factory -rated to withstand the pressures encountered. Valves shall have stainless -steel stems and spring -loaded teflon packing. 2.1.4 Water valves shall be sized for a pressure drop equal to the coil they serve but not to exceed 5 psi. Valves shall have replaceable seats and discs. 3. EXECUTION 3.1 Electrical Interlocks: 3.1.1 All electrical interlocks shall be provided as specified. 3.1.2 All electrical interlocks shall be made by means of motor starters or shall be accomplished by separate relays. No motor power lead shall be utilized in an interlock circuit. All interlocked starters with disconnect switches shall be provided with auxiliary contacts on the disconnect switch so that interlocking 15900-3 89060 MUNICIPAL SQUARE December 27, 1990 circuits are interrupted when the disconnect switch in thrown to the OFF position. 3.1.3 This contractor shall submit wiring diagrams for his equipment which when approved will become installation drawings. These diagrams shall show all interlock circuits and shall relate such diagrams of internal wiring of equipment items as are furnished by the manufacturers of that equipment of the system as a whole. 3.2 Sequence of Operation: 3.2.1 This Contractor shall design and install the temperature regulation system using components as hereinbefore described to effect the performance functions described hereinafter. Considerable latitude is permitted in the arrangement and selection of components. However, the sequences described must be achieved automatically, within the tolerance specified, without manual manipulation, and any modification to the submitted design required to achieve this result shall be done at no change in the contract price. 3.2.2 The control sequence shall be such that when a condensing water pump is energized, the motor operated valve in its respective condenser inlet shall be opened before starting. Similarly when any chiller is energized its inlet chilled water valve shall be opened and a condenser water pump and the chilled water pump shall be in operation and the cooling tower fan enabled, prior to starting. When any combination of chillers are energized their outlet chilled water valves for any flow �. condition as selected will be obtained by automatic valve operation. 3.2.3 The minimum flow through the chiller and primary pump shall be assured by a differential pressure sensor in the chilled water lines that shall shut down the chiller. 3.2.4 The minimum flow through each condenser shall be assured by a differential pressure sensor in the condensing water line to shut down the chiller. 15900-4 89060 MUNICIPAL SQUARE January 9, 1991 3.2.5 The flow through the plate heat exchanger shall be such that when the plate heat exchanger is energized its condensing water pump shall be started with its valves opened and a chilled water pump shall be started and its valve opened. The required bypass valves shall be opened. 3.3 Air Handling Units - Multizone 3.3.1 These units are low pressure blow thru units. 3.3.2 The chilled water supply to the cooling coil will be supplied with a modulating 2-way control valve. Provide a load analyzer to sense the temperature requirement in each zone. The load analyzer shall position the 2-way valve to match the cooling requirement of the zone requiring the coldest air. 3.3.3 The hot deck is supplied with a hot water heating coil. Provide a modulating 2-way valve on the heating coil. .The load analyzer specified above shall position the valve to match the heating requirement of the zone requiring the warmest air. 3.3.4 A fresh air damper shall be provided with an automatic operator. The damper shall be open to the minimum position when the unit is running, and closed when the unit is off. 3.3.5 Smoke Detector: Refer to Division 16. 3.3.6 Provide a limit thermostat in the fan discharge to stop the fan when the temperature is 36 degrees or below, or 125 degrees or above. 3.3.7 There shall be a thermostat and hot return and cold mixing dampers for each zone. The thermostat shall operate the dampers, mixing hot and cold air to satisfy the setting of the thermostat. 3.4 Fan Coil Units: 3.4.1 Provide a heating/cooling thermostat and a three speed switch located on the fan cabinet. The switch and thermostat shall be located on a common base. 3.4.2 Fan coil unit shall be provided by their manufacturer with a heating/cooling coil. Hot and chilled water piping will be brought to these units. This Contractor 15900-5 89060 MUNICIPAL SQUARE December 27, 1990 shall provide a modulating valve on the inlet to the coil and a two position diverting valve on the outlet of the coil. 3.4.3 On a call for cooling at the thermostat, the modulating cooling valve will begin to open to the cooling water supply, allowing chilled water to flow through the coil in proportion to the load. On a call for heating the valve shall admit hot water to the coil in proportion to the load. The outlet valve shall track the inlet valve. ® When the thermostat calls for neither heating or cooling, there shall be no flow through the unit. This "dead spot" shall be approximately 1 degree in range. 3.5 Chiller CH-1 and CH-2 Control: 3.5.1 Each Chiller shall be provided with its own RPU for control of all pumps and valves associated with its chiller loop. Central system control valves and Heat Exchanger HE-1 control shall be attached to CH-1 RPU. 3.5.2 Chiller CH-1 and CH-2 will be provided with a factory electronic control package which shall have a 4-20ma T. reset port available for remote reset from its RPU for total system wide chilled water control. A C/T shall be installed on one leg of its power supply to transmit the exact amps being drawn by the chiller motor for °- determination of chiller efficiency. 3.5.3 Each chiller shall be provided with temperature sensors -= for the inlet and outlets of the evaporator and condenser. Each chiller shall be controlled by the chilled water supply or (return) temperature. The chilled water supply sensor shall also act as a low r- limit control to prevent freeze up. On a sensor failure the RPU shall automatically alarm the operator and then shut down the chiller if it is the controlling sensor �- that fails. 3.5.4 The RPU for chiller CH-1 and its discharge control valve V-1 shall be capable of modulating the flow rate through the evaporator for maximum operating efficiency. Each RPU shall have a software program installed in the RPU that can eventually perform this chiller control concept. This program shall be written to take in to account the chiller motor amps, flow rate and differential temperature of the evaporator. CH-2 shall �» be similarly controlled. 15900-6 89060 MUNICIPAL SQUARE December 27, 1990; 3.5.5 Chiller shut-off valves V-1 and V-4 shall be opened as soon as the RPU commands Chiller Ch-1 to be activated. Chilled water supply pump CHP-1 shall be started and condenser water pump CWP-1 shall then be started. After flow has been established in both pumps by flow switches, for thirty (30) seconds, the chiller shall be allowed to start. Chiller CH-1 shall be controlled by its factory installed control equipment with the RPU resetting the setpoint by an external 4-20ma input signal to the factory controller. Chiller CH-2 with valves V3 and V6 shall be controlled similarly to maintain the desired chilled water supply (return) temperature. 3.5.6 Both chillers are designed to be operated in conjunction with any other chiller pump combination. Software shall be reinstalled in the RPU to provide an emergency manual override program that shall allow the operator to switch in any other pump combination but still providing all necessary safeties to prevent freeze up on an emergency manual pump operation. 3.6 Cooling Tower Control: Each cooling tower fan shall be controlled by cycling the fan to maintain the desired minimum discharge temperature. The discharge fans shall be interlocked in software to prevent operation until one of the chiller condenser water pumps have been activated. 3.7 Heat Exchanger Control: 3.7.1 The heat exchanger shall be switched into operation if the program determines that the OSA temperature is low enough to allow it to operate. Control valves V-2 and V-5 will be switched to allow flow to Beat Exchanger EH- 1. The temperature of the chilled water supply shall be controlled by cycling the cooling tower fan(s) to obtain 40 degrees chilled water minimum. 3.7.2 Heat exchanger shut-off control valves will be opened as needed to allow flow to chilled water pumps that are needed to provide the system with chilled water. Sensors in the chilled water return and the active cooling tower shall be compared so that the heat exchanger loop can be automatically shut down if the desired differential temperature is exceeded. 3.7.3 The heat exchanger loop is designed so that the heat exchanger can act as a precooler on the return water, or 15900-7 89060 MUNICIPAL SQUARE December 27, 1990. in conjunction with any of the chillers at the same time' by switching the proper control valves. The plant operator shall select which mode of operation he desires from the Central Host Computer screen that shall have a menu to facilitate this selection process. 3.8 Automation & Energy Management System: (Alternate No. 1) Part I - General Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. Submittals: Submit manufacturer's data on all materials. Submittals: Submittal data shall be provided for but not limited to the following information: 1. Trunk cable schematic showing added Data Panel (DP) locations in each equipment room, and all trunk data additions and intercom conductors. 2. List of connected data points, including Data Gathering Panels (DGP's) to which they are connected, and input device (sensor, etc.). 3. Technical specifications data sheets of each system component and device. 4. Descriptive data and sequence of operation of all operating, user and application sorftare changes including complete Operator's Manual and Programmer's Manuals tailored to this addition. Scope of Work• The system shall be equal to Honeywell, Inc., XL Plus AEMS monitoring and controlling HVAC and other energy using functions. Certain functions of this building including the central plant revisions shall be controlled by this system. This specification shall include the connection of the control functions as hereinafter specified to the Automation and Energy Management System (AEMS). 15900-8 89060 MUNICIPAL SQUARE December 27, 1990 The system shall be modular, permitting expansion by adding hardware and software without changes in communication or processing equipment. Data shall be processed and transmitted using a binary word format at speeds compatible with the processor capability. All input/output devices associated with the addition to the AEMS shall be American Standard Code for Information Interchange (hereinafter referred to as "ASCII" coded with standard Electronic Industries Association (hereinafter referred to as "EIA") interface hardware. Installation: All installation work relating to this addition of the AEMS, including all required electrical wiring and all other materials and labor as required for a complete and operating system, shall be provided by the AEMS contractor. The system shall include all remote hardware, software, all interconnecting wiring and conduit as required for a fully operational system as specified, and be in accordance with all local, state and national codes. It shall be the responsibility of the AEMS contractor to make a job site survey, prior to bid date, to ascertain job conditions. Installation of all conduit, wire, sleeves, outlet boxes, insulating bushing, system cabinets, terminal boxes, pull boxes, junction boxes, inserts, anchors, system devices, etc., shall be in accordance with applicable sections of the current edition of the applicable codes for signalling systems. In the event of any conflict among referenced codes, current edition of the applicable state and local codes shall take precedence for interpretation of "Signal System" installation requirements. Installation of all wiring in finished areas shall be concealed. All wiring in unfinished areas shall be in EMT conduit and shall be run parallel and perpendicular to the lines of the building. All wiring underground shall be in PVC conduit. 15900-9 89060 MUNICIPAL SQUARE December 27, 1990 Wiring shown on the plans is shown for a typical system layout. Any deviation from that shown required of the particular equipment furnished shall be the responsibility of this Contractor and all additional or different wiring required for this particular equipment shall be provided by this Contractor at no additional cost to the Owner. Operator Instruction: The AEMS contractor shall conduct operator training on the system provided at acceptance time. Training shall be to instruct the owner's personnel in the operation of the additional prints and software. Documentation: The AEMS contractor shall provide complete system documentation at acceptance time, as specified herein. Documentation shall be provided in four sets, unless specified otherwise elsewhere in this specification. Documentation shall include the following: 1. All data specified in the "submittals" section of this specification in its final as -built approved -- form. 2. As -built interconnection wiring diagrams, or wire list, of the complete field installed addition with complete, properly identified, ordering number of each system component and device. Acceptance Procedure - Automation and Energy Management stem• �.. Submittal data relevant to point index, limits, sequences, interlocks, power fail -restart, logs, software routines and associated parameters, and other pertinent information for the operating system and data base for his addition shall be forwarded from the AEMS contractor to the Engineer. Approved software package(s) updates shall be entered into the central �- computer and debugged. Prior to full operation of the addition a complete demonstration and readout of the computer real time responsibilities of the addition of surveillance and command shall be performed in the presence of the Engineer and Owner. This demonstration, having satisfactorily met the requirements of these specifications, shall allow commissioning of the additional point on the computer for on-line operation. 15900-10 89060 MUNICIPAL SQUARE December 27,.1990. Upon receipt of a detailed punch list for this project from the Engineer, an installation inspection report shall be prepared by the AEMS contractor showing, by system, each outstanding item on the punch list. After all items appearing on the installation inspection report are completed, a second request for system addition approval shall be made to the Engineer. As each or all items are approved, an appropriate notation shall be made at the time of joint inspection on the system report. A copy of this report shall be made for the Engineer and Owner. Where it is required for the AEMS contractor to modify, alter, add or remove hardware or software programs of the building automation system, or related accessories for the purpose of eliminating punch list items, off-line operation and testing to implement them shall be done as required by the AEMS contractor until such time as acceptable performance of this addition has been established. Problems which occur on this installation within approved hardware, or software, shall be corrected in appropriate fashion under guarantee. Any such occurrence shall not void previous approval; however, the AEMS contractor shall be responsible to attend to, and remedy, such items within a reasonable amount of time. Appropriate logs, schedules and reports shall be maintained to reflect these items and their redress. Bidder Oualifications: The AEMS contractor shall have had an in -place service facility within 200 miles of the project site for at least five years with technical staff, complete spare parts inventory and all necessary test and diagnostic equipment to keep system in perfect operating condition. The future expansion of this system shall in no way impair or reduce the operation of the system being installed, but shall result in a completed system consistent in both design and function with system. These systems shall be furnished and installed by their manufacturer, under a Subcontract to the Mechanical Contractor. All electrical wiring shall be furnished and installed by the system manufacturer, in accordance with Division 16. 15900-11 89060 MUNICIPAL SQUARE December 27, 1990 The setting of valves, dampers and temperature sensing wells, and the fabrication of all pipe and pressure vessel pressure taps shall be provided by the Mechanical Contractor at no expense to these subcontractors. The remote processing units (RPU's) shall monitor and control all functions relating to building automation as specified on the point list. There shall be a minimum of one RPU per equipment room. Part II - Products Sensors and Controls: Temperature sensing devices shall be identical in function and design to sensors now installed as part of the existing AEMS. Differential pressure sensors shall be used for start/stop verification at each air handling unit noted on the point summary. Water flow for each pump listed on the point summary shall be detected by means of a water flow switch of the differential pressure type. Start/stop relay modules shall provide momentary switching action for the motor being controlled. Data Gathering Panels: The AEMS contractor shall provide DGP's as required to collect the information points noted on the point summary. The DGP's shall be identical in function and design to DGP's installed as part of the existing 'AEMS. Software Programs: System Software: 1. General: Provide software to support the command functions and application programs specified herein. The system's software shall include a multi -tasking, and multi-user system as defined herein. a. Multi -tasking Software: Multi -tasking means that more than one program may be core resident 15900-12 „- 89060 MUNICIPAL SQUARE December 27, 1990 and executed concurrently within the machine under the management of the real time operating system. b. Multi-user Structure: The term "multi-user" shall mean that multiple operations from multiple input/output devices (i.e., Operators' Terminals and DCT) shall be able to concurrently issue commands to the running ECC system. Also operating personnel shall be able to add and modify data files on line without requiring interruption of the primary monitoring and control programs. 2. Scanning: The system shall be of the continuous scanning type to constantly monitor external events such as temperature changes, power failures, energy and demand program requirements and operator requests, program schedules and other tasks all based on priority assignments. The system shall annunciate alarms (COS) in a maximum of 3 seconds. Operator commands shall be initiated immediately upon execution of command. 3. Bootstrap Program: Provide a bootstrap and loader adequate to initiate ECC system operation. 4. A software initialization routine shall establish base sector in memory and a process table of base parameters. It first determines which application software modules are resident, and then shall establish activity vectors and process table modifiers unique to the particular system. Memory shall be automatically allocated for field modifiable data file. 5. Real Time Clock: The system shall be supplied with a system clock which is synchronized with the 60 hertz power at a 16.67 millisecond interrupt frequency. The clock shall have year, month, day, hour and minute as a minimum. 6. patchdog Timer and Scan Monitor: The system shall have a watchdog timer that annunciates system malfunction. The system shall automatically trigger software reinitialization and shall provide a printed record of reoccurring malfunctions. A scan monitor capability shall be supplied to insure all 15900-13 89060 MUNICIPAL SQUARE December 27, 1990 remote points are not continuously or periodically overlooked by the system. 7. File Manager: The system shall be supplied with a file manager that is designed to be transparent to the system operator. The file manager shall handle p- all data file entry, application program assignments, point assignments, data point addition and deletion and alarm parameters assignments. The software shall contain an automatic dynamic file allocation program to allow the on-line expansion or deletion of files, peripherals and application programs. 8. System Access -Secure: The system shall have the capability to retain ten (10) individual access codes. Each code shall be a three digit code that is not displayed or printed. Each operator/manager shall be assigned his own access code so that a record of the operator's initials is recorded on the printer. Depressing of the system secure button will put the system into the secure mode. To re-enter the system the access code procedure must .w be executed. Translator Software: 1. General: The system shall contain a program "translator software package," whereby the supervisory level management can easily develop w- custom energy or operational application routines, custom calculations, etc., which can use on-line system data, generate custom data displays, and custom printout programs or routines. The translator software package shall provide a means to convert the operator's programs into machine language for queued execution into the normal on-line operating system in the on-line mode. The translator software shall contain a real time control, on-line, language for programming custom _ calculations, and control sequences by writing control algorithms directly into memory. 2. Program Entry: The control algorithms shall have the capability of being entered through all of the system's operator terminals in an English language format. Binary or hexadecimal, or other machine language input forms are not acceptable. 15900-14 89060 MUNICIPAL SQUARE December 27, 1990 3. Operation: The control language shall use any of the connected I/O points, such as temperature, pressure, humidity, starts -stops, digital status, and alarm points, as real time inputs to any control algorithm. Also, programmed inputs should include real time, day of week, month, year, constants, and results of other calculations. The control language shall contain operators to perform Boolean algebraic functions and shall have, as a minimum, the following: a. And b. Or C. Exclusive Or 4. Mathematical operators of add, subtract, multiply, divide, summation and square root shall be included. The control language shall be capable of performing system changes, such as increase/decrease of setpoint, on and off commands by using logical decisions, such as greater than, less than, or equal -to algorithmic operators. The results of calculation shall be addressable from any operator's terminal, allowing readout of calculated results similar to the display of normal system I/O inputs. The following is a list of custom programs that shall be possible to field program via the translator software package: a. Differential Temperature b. Liquid Volume/Mass Flow Rate C. Rate of Heat Transfer -Fluids (Instantaneous Btu rate) d. Totalized Heat or Energy Transfer (Time Integrated Btu Usage) e. Average Temperature f. Degree Days, Heating & Cooling g. Equipment Run Time h. Sliding Alarm Limits (Slide with Set Point) i. Enthalpy Control (Btu/Lb) 5. The above is not intended to be a complete list but is intended to describe the types of custom programs and functionality that is required for the translator software system. 15900-15 0 MUNICIPAL SQUARE December 27, 1990 6. Translator Design: The translator software package and associated documentation shall be designed so that custom operational and custom report logs can be generated by the facilities chief engineer, or beginning programmer. Systems that require experienced programmers shall not be submitted and will not be accepted. The translator software documentation shall be complete, and shall guide the operator through the writing, installation and execution steps of implementing new programs. Application Software: 1. Time Program Control: The system shall provide for a minimum of forty (40) eight -day (seven-day week, plus special holiday program) start -stop time programs. These programs shall allow any number of system loads to be assigned to any time program. Loads shall be capable of being started and stopped up to eight times daily. This program shall also be suitable for timed lighting, and warm-up/cool-down damper control. To prevent rapid loading of electrical equipment, an adjustable software controlled, time delay shall be provided between successive starts and stops. For recirculating AC system, operate outside air dampers for maximum energy conservation during warm-up/cool-down period. 2. Priority Control: The software shall be designed so that time based or energy management programs shall not start or stop equipment that has been stopped or started by a higher priority function such as a fire signal. P-, 3. Optimum start -stop program (OSSP): a. Inputs to the OSSP program shall be space and outside air dry bulb temperatures, outside air dew point temperatures, or relative humidity, and a time based start -stop program. b. Outputs from this program are start -stop commands to air handling, heating, or cooling systems, and morning warm-up and cool -down damper control. For recirculating AC systems, operate outside air dampers for maximum energy conservation during warm-up/cool-down period. 15900-16 89060 MUNICIPAL SQUARE December 27, 1990 C. The OSSP program shall continuously monitor the space temperature of each system specified to be under optimized start -stop control. The control algorithm shall start the system up at the latest possible moment as necessary to warm the space up to 68 degrees F., for example, (or in summer to cool the space down to 78 degrees F) prior to scheduled occupancy. Range is to be field programmable from the operator's terminal. This program shall shut the system down up to a maximum of one hour early, if the space temperature and outside air temperature indicate that the building fly -wheel effect will maintain the space temperature within the 68-78 degree F. acceptable limits until the scheduled unoccupied period. d. The initial setup of this program shall be based on the ECC contractor's empirical or theoretical calculation considering the building construction orientation and mass. The program shall be structured so the job site tuning may be done by simple keyboard entry of one multiplier to the empirical formula results. Printout of space and O.A. temperature shall be provided at optimized startup time and at programmed occupancy time. 4. Event Initiated Programs (EIP): a. The system shall provide for a minimum of 200 event initiated programs. Event initiators may be any digital data point in the system, real time values, or any analog alarm limit. The EIP's shall be structured so that one initiator may set and reset the EIP as it goes from normal to off -normal and back to normal, or one initiator may set the program, or reset may be manual via the console keyboard. Setting an EIP shall cause a series of start or stop commands to assigned loads to be executed to programmed EIP points. EIP's shall have priority assignments to allow them to override other programs in the set mode when desired. The operator's terminal shall have full read-write capability for initiator, load and priority assignment. 15900-17 89060 ,r. MUNICIPAL SQUARE December 27, 1990 b. Smoke control program (a special EIP): The program shall accomplish the action shown on the Smoke Control Schedule drawing. The objective of smoke control is to provide a pressure (air flow) differential between the fire area (exhaust only) and adjacent areas (supply air only). Receipt of a zone sprinkler water flow signal shall alarm at the ECC and the program shall initiate smoke control automatically for the signal zone. C. Equipment that is off on "unoccupied" cycle demand limiting or other program, shall start automatically when required for smoke control. Supply air fans shall not be stopped by freezestat during smoke control operation. d. As zones adjacent to the original fire zones become fire zones themselves the supply air function to zones already in fire mode shall not be activated. e. The ECC operator shall have override control -� capability to initiate smoke control in a particular area without a signal from the smoke alarm system, or to return the HVAC systems to normal operation, disregarding a smoke control alarm signal. Smoke zone designation shall correspond to the fire alarm designations. Activation/deactivation shall be programmed for minimum and simple manual input by an operator. f. Print changes in status of zone alarms and smoke control modes. Indicate whether mode changes were by automatic or manual operation. Provide alarm and printout log, at ten minute intervals, of all points in smoke control mode showing time and method of initiation. Manual override and other features of the fireman's smoke control terminal, when provided, shall be included in the program. 5. Analog processing: a. Analog Processing and Limit Comparison: Each analog data point shall have an appropriate engineering unit assigned, and shall be capable of having multipliers, offset values, and decimal conversions applied for proper and 15900-18 89060 MUNICIPAL SQUARE December 27, 1990 accurate display. Engineering units are to be those of the measured value, i.e., (psi, gpm). Each analog point shall have adjustable high and low value alarm limits. Each time analog values are scanned, their current values shall be compared to their respective assigned limits for existing alarm conditions. Alarm limit differentials shall be provided for all analog points assigned to limits. Maximum allowable differential setting shall not exceed one percent of the sensor range. Analog measuring circuit stabilization techniques, high accuracy sensor and transducers shall be provided to assure input stability necessary to meet the one percent maximum differential requirements. b. Analog Lockout: The system shall be designed to automatically lockout analog alarm limit comparison if the associated mechanical equipment is not running. Alarm lockout shall be assignable, by point, by the system operator. c. Assignment of Limits: Assignment of high and/or low analog alarm limits by the properly authorized system operator shall be a simple operator terminal keyboard entry. The operator shall be able to simply enter the high and low alarm limits, in their decimal value form and should also be able to simply enter engineering units, point sensor range and lockout parameters. d. Automatic Restart Programming: Motors in "start" mode shall not restart instantaneously when power is restored after failure. Restarting shall be sequenced by the ECC restart program. e. Automatic Restart ofPreassianed Field Evui�omen Upon Resumption of Commercial Power: Provide a computer software program that will restart field devices in preassigned sequence upon restoration of commercial power. The program shall execute the appropriate sequential commands to restore the building to a minimal, satisfactory operating condition. The operator shall be able to assign equipment to be started, on-line, through the keyboard. Indication of commercial power failure and power return as 15900-19 89060 MUNICIPAL SQUARE December 27, 1990' well as program initiation shall be displayed and recorded at the printer. f. Automatic Restart of Preassigned Field Equipment Upon Application of Emergency Power: Provide a computer software program that will restart field devices in preassigned sequence upon application of emergency and commercial power resumption, and shall execute the appropriate sequential commands to restore the building to a minimal, satisfactory operating condition under emergency power conditions. The operator shall be able to assign equipment to be started, on-line, through the keyboard. g. Indication of commercial power failure and emergency power as well as program availability initiation shall be displayed and recorded at the printer. All field cabinet power failures shall be printed. A status message shall be printed whenever emergency or commercial power is restored. A hold interval shall be provided before program channel initiation to allow operator intervention. Utility Software: 1. General: Provide the following system diagnostic and system software verification packages as part of this contract. These routines may be supplied as follows: a. On disk and be callable by the system operator r.. to perform the desired function. b. On floppy disk or magnetic cassettes, compatible with support hardware supplied on the job. If floppy disks or cassettes are used each utility program shall be supplied on a separate, labeled, flexible disk or cassette. 2. Binary Command Origin Trace: a. General: This program, entry, shall enable the (or any combination) of initiators to be traced operator assigned system 15900-20 by simple keyboard operator to select any the following command via printouts on any printer: 89060 MUNICIPAL SQUARE December 27, 1990 1) Manual commands (defines time, command, address of point receiving the command, and from which CPU device the command was issued). 2) Event initiated, time control, and optimum start -stop program commands (defines time, command point address, command, and which program issued the command). 3) Special automatic commands (defines time, command, commanded point address, and which special control algorithm issued the command). b. When combined printouts are requested, each command recorded shall identify which of the above 5 programs initiated the command. Provide complete documentation with step-by-step instruction as to how the above package can be utilized. 2. Data File Loa: a. General: A utility software data file log package shall be provided that analyzes and formats, into English language, a hard copy printout of all hardware and software configurations of the system. This package shall be designed to allow the operator to select individual data file logs listed below, or a complete log of all system data files and hardware configurations. This software package shall be executable via the CCU to allow job site hard copy documentation of current data file caused by system modifications and schedule changes. The following data file logs shall be provided, as a minimum. 1) System Configuration Logs 2) Individual Point Parameter Logs 3) System Program Logs 4) Energy Management Logs 15900-21 89060 MUNICIPAL SQUARE December 27, 1990. 4. System Configuration Loa: System configuration data file logs shall document basic system parameters, individual channel configuration with listing of type of hardware used, its system address, listing or peripheral device (printer and operator terminals) and address with its associated segregation as to function. 5. Individual Point Parameter Loa: This software package shall provide a complete detailed listing of all system points with the following information: a. Digital Points: Point address, assigned engineering units, a type of point, relay number assigned, listing of which programs or modules the point is used in the system, such as demand program, patrol tour, initiates other programmed action, or is assigned to peripheral modules, such as an annunciator. b. Analog Points: Point address, engineering units, assigned scale factor, offset, decimal position of value, and a listing of which programs or modules the point is used in the system, such as duty cycle program number, optimum start -stop program number. C. A separate log listing individual analog points with assigned high and low limits and its associated engineering units. 6. system Program Data File Log: A software program provided to document details on individual application programs as listed below: a. Time program log of all programs, or selected programs, listing program number and on and off times assigned for each individual day of the week. b. A listing of all points grouped by initiating devices causing a change in condition. For example, a listing of all points scheduled on by a fixed time schedule. c. Printout of patrol tour program points with start and stop times, tour station intervals, and each tour station address. 15900-22 89060 MUNICIPAL SQUARE December 27, 1990 d. Printout listing individual calculation address with its assigned operators and parameters. Also, a listing of other calculation points using its results. 7. Energy Management Data File Log: A software package to provide hard copy documentation of individual software programs as they reside in memory. They shall include, as a minimum, documentation of the following: a. Optimum start-up and shutdown data file log, listing keyboard assignable parameters per program, such as space temperature address, space comfort range, O.A. dry bulb address, summer and winter design temperature, and the programs associated with daily occupancy schedule per week. The above software packages shall be provided with complete User Manuals, describing in detail the step-by-step procedure for implementing. 8. Memory Diagnostics: A utility software package shall be provided as a software routine, executable on the CCU provided to be used to detect hardware faults in the CCU random access memory. This program shall identify the memory address at fault. The memory diagnostics program shall have multiple patterned test schemes to write, verify and re -verify memory locations and contents. The location of faulty memory bits or sections shall be printed on the system printer. The program shall include complete documentation on operating instructions, program loading, and system test and start-up. 9. Data File Save: Provide a software utility package that allows the system operator to save on cassette tape, or floppy disk, the operating system and data files. This program also shall provide a means to reload these programs into the CCU in the unlikely event of a system failure. Complete documentation manual shall be provided for operating instructions and procedure to implement these software routines. ,operations Software: 1. Data File Modification: It shall be possible to modify the data file from the operator's console, or 15900-23 89060 MUNICIPAL SQUARE December 21, 1990 keyboard printer, while the system is on-line. It shall be possible to enter and/or modify alarm limits and program assignments directly through the CRT or printer keyboards, all data file modifications, and other program modifications, shall be explained in a simple step-by-step approach in the supplied system documentation. New monitoring and control points shall be added to the existing software per the point summary. The existing software functions shall be utilized as required to achieve the monitoring and control noted on �'- the point summary. The AEMS Contractor shall provide additional software functions and programming as required to achieve the monitoring and control noted on the point summary if the existing software is inadequate in its scope. New Addition Point Summary: Points shown on the point summary are minimum acceptable for this project. If any other data points are required for any of the software programs, they must be provided by the AEMS Contractor at no additional cost. Final Test and Adiustment Upon completion of the installation, the control manufacturer shall make all final adjustments to the systems as may be required by actual operation conditions. Throttling range adjustments shall be set as narrow as possible without causing hunting. Setpoints and set-up amounts shall be such as to provide satisfactory operation under all load conditions. The operating personnel shall be instructed in the preventive maintenance procedures and in the operation of the control system. The control manufacturer shall submit a letter stating that the control system has been installed under the control manufacturer's supervision and has been adjusted, tested under operating conditions, and is operating satisfactorily in accordance with the desired sequence. Upon completion of the installation, the control manufacturer shall mount, in the Equipment Room where directed (framed and under glass) a complete "As Built" control and interlocking diagram and sequence of operation of the entire heating, ventilating and air 15900-24 89060 MUNICIPAL SQUARE December 27, 1990 conditioning system as called for under "TEMPERATURE AND INTERLOCKING CONTROL DIAGRAM" section of the specifications. All start -stop pushbutton switches _ shall be of the maintaining contact type. A qualified controls engineer shall be present during the final inspection of the heating, ventilating and air conditioning system. Equipment presently being controlled includes the following: 1. All HVAC fans 2. All HVAC pumps 3. All HVAC compressors 4. Hot decks 5. Cold decks 6. Heating water converter resets 7. Chilled water resets 8. Air handler restricted filter sensing 9. Intercom system in each DGP 10. Instrument.air pressure 11. Steam boiler pressure 15900-25 89060 MUNICIPAL SQUARE 16000 ELECTRICAL December 27, 1990 1. GENERAL 1.1 Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 submittals: Submit manufacturer's data on all materials. 1.3 Scope: The work shall include furnishing and installing all electrical work, including final connections to all devices and placing them in service. 1.4 Systems of Wiring: 1.4.1 Electrical Service: Combined 208Y/120 volts, 3 phase, 4 wire, 60 Hz. service for lighting and power. 1.4.2 Power Feeders: 208 volts, 3 phase, 3 or 4 wire as noted. 1.4.3 Branch Circuits: 2, 3, or 4 wire as is most convenient for the contractor or as required to properly serve the load. 1.5 Conduits: 1.5.1 Rigid Steel Conduit: Rigid, threaded, thick -wall; galvanized inside and outside or galvanized outside with a protective coating inside; UL listed and labeled according to Standard UL6; conforming to ANSI Standard C80.1; Pittsburg, Republic Steel, Robroy or Allied. 1.5.2 Electrical Metallic Tubing (EMT): Steel tubing, galvanized outside and provided with a slick corrosion resistant interior coating; UL listed and labeled according to Standard 797; conforming to ANSI Standard C80.3; Pittsburg, Republic Steel, Robroy or Allied. 1.5.3 Liquidtight Flexible Metal Conduit: Spirally wound, galvanized steel strips, as for flexible metal conduit; with polyvinyl chloride cover extruded over the exterior to make conduit liquidtight; UL listed; Electri-flex type "LA" or equivalent. 16000-1 89060 MUNICIPAL SQUARE December 27, 1990 1.6 Conduit, Fittings: 1.6.1 Couplings and Terminations for Rigid Steel Conduit: Factory made steel threaded couplings; bushing at all boxes and cabinets, with locknuts inside and outside box or cabinet. 1.6.2 Couplings and Terminations for Electrical Metallic Tubing: Join lengths of EMT with steel compression type couplings and connectors where exposed to the weather or in wet locations. Otherwise use steel, set -screw couplings and connectors. The connectors shall have insulated throats or a smooth interior so as not to damage the insulation during wire pulling operations. 1.6.3 Couplings and Terminations_ for Liauidtight_Flexible Metal Conduit: T & B 5271 Series adapters at connections between flexible and rigid conduit; T & B 5231 Series nylon insulated throat, steel connectors at box or cabinet terminations. 1.7 Wireways• 1.7.1 Interior Use: UL listed; enamel finished; sizes shown or required; screw covers; complete with all fittings, couplings, hangers and accessories; Square D, General Electric, or equivalent. 1.7.2 Exterior Use: UL listed; enamel finished; sizes shown or required; removable front cover which is gasketed; weatherproof rainhood. 1.8 Outlet Boxes: 1.8.1 UL listed of sizes and types specified. 1.8.2 Sheet Steel Boxes: Sheet steel not lighter than No. 14 gauge, galvanized after fabrication; Raco, Steel City or Appleton. 1.8.3 Cast Metal Boxes: Cast iron or cast alloy with threaded hubs; Crouse -Hinds, Appleton or Pyle National. 1.9 Pull Boxes and Junction Boxes: 1.9.1 Sheet steel, galvanized inside and outside, with galvanized covers. 16000-2 89060 MUNICIPAL SQUARE December 27, 1990 1.9.2 Small Boxes: For boxes where the volume required is not over 100 cubic inches, use standard outlet boxes. 1.9.3 Larger Boxes: For boxes where the volume required is over 100 cubic inches, use cabinets as specified for panelboard cabinets with covers of same gauge as boxes, secured with corrosion resistant bolts or screws. 1.10 Conductors (600 volts and under): 1.10.1 Tyne: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections; Okonite, Triangle, Anaconda or Simplex. No. 8 and larger shall be stranded; No. 10 and smaller shall be solid. 1.10.2 Insulation: Branch circuits shall have type TW, THW, or THWN insulation unless the type is specifically designated or specified. Service feeders shall be type THW. Feeder circuits shall be Type THW. 1.10.3 Circuits Subjected to High Temperatures: Type RHH -- conductors for wiring in proximity to boilers, and for motors and devices subject to high temperature because of high ambient temperature or convection or radiant heat. 1.10.4 Lighting_ Fixture Conductors: Type and size approved by the NEC for the purpose. 1.11 Joints and Splices: --. 1.11.1 Stranded Copper Conductors: UL approved solderless bolted pressure connectors or Thomas and Betts Series 54000 compression connectors. All connectors shall be of proper sizes to match conductor sizes. All compression connectors shall be applied with properly sized dies and tools. Split -bolt connectors are not acceptable. 1.11.2 Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL approved electrical spring connectors of "Scotchlok", Ideal or T & B "Piggy" make. All connectors shall be of proper sizes to match conductor sizes. Split bolt connectors are not acceptable. 1.12 Color Coding: Colored tape is acceptable for coding conductors larger than no. 4 AWG; all other conductors 16000-3 89060 MUNICIPAL SQUARE December 27,'*1990:_ shall bear colored insulation. Phase conductors.shall be black, red and blue for phases, A, B, and C respectively in the 208 volt system. The neutral conductor shall be white and the grounding conductor shall be green. 1.13 Wiring Devices: 1.13.1 Acceptable Manufacturers: The catalog numbers listed herein are generally of Hubbell manufacture. Equivalent devices of Arrow -Hart, Pass and Seymour, Leviton or General Electric are also acceptable. 1.13.2 Classification: All wiring devices shall be "Specification Grade", and shall be UL listed. 1.13.3 Colors: All devices shall have an ivory finish where mounted in walls finished in light colors and a brown finish where mounted in walls finished in dark colors. 1.14 Wall Switches: 1.14.1 For loads not exceeding 1500 watts at 120 volts or 3000 watts at 277 volts: DEVICE HUBBELL CATALOG NO a. Single pole wall switch 1201 or 1201-I b. Three-way wall switch 1203 or 1203-I 1.14.2 For loads exceeding above listing: DEVICE HUBBELL CATALOG NO. a. Single pole wall switch 1221 or 1221-I b. Three-way wall switch 1223 or 1223-I 1.15 Receptacles: 1.15.1 Receptacle, 15 Ampere. 125 Volt, 2 Pole, 3 Wire Grounding Duplex: Hubbell No. 5262 or 5262-I (NEMA 5-15R). 1.16 Coverplates: 1.16.1 Provide coverplates for all wiring devices, telephone, signal outlets and other kindred devices. 16000-4 89060 MUNICIPAL SQUARE December 27, 1990. 1.16.2 For Flush Mounted Devices: Sierra Electric Corporation "S-Line" 0.040" stamped satin stainless steel except in unfinished or machinery spaces, where plates shall be Sierra "P-Line" smooth plastic to match devices. 1.17 Panelboards: 1.17.1 Panelboard Cabinets: Furnish and install cabinets to serve the various panelboards, of sizes as required to house the panelboards. 1.18 Cabinet Construction: 1.18.1 Rigidly constructed of sheet steel of gauges conforming to Underwriters' Laboratories Inc: requirements; corners overlapped or welded; edges turned over to receive trim. 1.18.2 Cabinet Fronts: Cut from single sheet of not less than No. 12 gauge cold rolled sheet steel; fastened in place by adjustable trim clamps which will allow plumbing; same size as the cabinet box if surface mounted; size to overlap ,the box a minimum of 3/4" on all sides if flush mounted. Provide each door with a substantial flush, cylinder tumbler lock and catch. On doors more than 48" high provide a combination three point catch and lock with T-handle. Provide each lock with two keys, with all locks keyed alike. 1.18.3 Finish: All back boxes galvanized; all exposed metal, including fronts, primed and finished in gray lacquer. 1.19 Panelboards, Generally: 1.19.1 Mount all panelboards in cabinets as specified hereinbefore, arranged for flush or surface mounting as indicated on drawings. 1.19.2 Where a circuit protective device is scheduled as a "spare", provide the device complete for operation. Where such a device is scheduled as a "space" or "space only", provide proper space and all necessary connectors for future installation of the size of device scheduled. Where a breaker or switch is scheduled to serve a "future" load, provide the device complete for operation. 1.19.3 All circuit breakers shall be quick make, quick break, trip free, thermal magnetic, indicating type unless noted otherwise. Provide all multiple pole breakers 16000-5 89060 MUNICIPAL SQUARE December 27, 19W with common trip and single operating handle; handle ties between breakers are unacceptable. Branch circuit breakers shall be fully interchangeable without_ disturbing adjacent units. 1.19.4 Connect all circuit interrupting devices with sequence phasing. 1.19.5 Where a feeder serves more than one panel; first entering one panel and then proceeding thru a side gutter to other panels, install the feeder full size in a continuous piece without joint or splice through the side gutter of the panels to serve the succeeding panels. Make the gutters on that side and on the top at least 4" greater than normal (more if necessary) to accommodate the wiring and make the tap from the feeder to the panels with suitable bolted pressure T-cable tap connectors. Under no circumstances use feed -through lugs on a panel bus with the current drawn by a panel being carried through the buses of the preceding panel. 1.19.6 Provide each panelboard with a neatly typewritten directory of circuits mounted in a cardholder on the inside of the panelboard cabinet. Cover directory with transparent sheet plastic. 1.19.7 All panelboards shall be listed by Underwriters, Laboratories Inc. and the building main panel shall be listed as suitable for "Service Entrance Equipment." 1.19.8 Submit shop drawings of each panelboard for review before commencing fabrication; drawings shall indicate number, size, interrupting rating and type of circuit protective devices; dimensions, gauges and type of construction of cabinets, size and material of main bus and lugs, and any other pertinent information necessary to determine compliance with the drawings and specifications. 1.19.9 Provide each panelboard with a factory engraved nameplate which shall identify the panelboard name. 1.20 Lighting and Appliance Panelboards: 1.20.1 Panelboards shall have the number and size of bolted -in circuit breakers as scheduled. Panels shall be of General Electric, Square D, Westinghouse or ITE manufacture, equivalent to the General Electric panels listed below. 16000-6 89060 MUNICIPAL SQUARE December 27, 1990 1.20.2 Where a lighting and appliance panelboard contains more than 42 branch overcurrent devices, the assembly shall consist of two or more separate boxes bolted together and covered by a common multiple door front; each box containing not more than 42 branch overcurrent devices. ~" 1.20.3 Panelboards for 208 or 240 volt Service: General Electric Type NLAB, with type THQB circuit breakers. 1.21 Fusible Switch Distribution Panelboards: 1.21.1 Panelboards shall have the number and sizes of fused switches scheduled on the drawings, with main switch or lugs only on the mains as noted. 1.21.2 Panelboards shall be of General Electric, Square D, Westinghouse or ITE manufacture, equivalent to General Electric Type QMR panelboards with positive, quick make, quick break fusible switches. 1.22 Disconnect Switches: 1.22.1 Unless otherwise noted or required, all disconnect switches shall be UL listed and shall meet NEMA Standard KS1-1969 for Type HD heavy duty switches. Switches shall be unfused unless noted otherwise; quick make, quick ,^ break; in NEMA 3R enclosures if exposed to the weather; elsewhere in NEMA 1 general purpose enclosures unless special enclosures are required. All motor circuit switches shall be horsepower rated. 1.22.2 Switches shall be of General Electric, Square D, Westinghouse or ITE manufacture, equivalent to General Electric Type TH quick make, quick break switches. 1.22.3 Where space does not permit use of the above specified switches, such as within weatherproof fan housings, etc., use suitable horsepower rated tumbler switches as unfused disconnects; General Electric Type RB or equivalent. 1.22.4 Where disconnect switches are used to disconnect starters, provide auxiliary poles in switches as required to disconnect all auxiliary control circuits in starters. 16000-7 89060 MUNICIPAL SQUARE December 27, 1990 1.23 Fuses: 1.23.1 Furnish and install all fuses necessary for leaving the installation complete and in working order, including a complete set of fuses in each spare switch. 1.23.2 Upon completion of the work provide a standard carton (but not less than 3 fuses where a carton does not contain as many as 3) of each size of each type of fuse used. These spare fuses are in addition to fuses in spare switches and replacement fuses blown during construction and testing. 1.23.3 Place a fuse identification label, showing type and size of the required fuses, inside the door of each enclosure requiring fuses. 1.23.4 Fuses shall conform to the latest NEMA Standards, and shall be UL listed and labeled (except as noted otherwise) They shall conform to the UL classes listed hereinafter. Voltage ratings shall be suitable for the systems to which the fuses are applied. 1.23.5 Fuses shall be shipped to the job in boxes, and shall not be installed in any equipment until the installation is complete, and final tests have been made prior to energizing the equipment. 1.23.6 where the spacing of fuse clips in equipment is greater than required by the proper size of fuse, use suitable fuse reducers to fit the fuses. 1.23.7 Fuses shall be of the classes and types listed below, the type designations referring to those indicated on the plans. 1.23.8 Type KRP-C: Class L;.Bussman Type KRP-C "Hi -Cap", current limiting with time delay, interrupting rating of 200,000 RMS symmetrical amperes, current rating 601-4000 amperes. 1.23.9 Tvye LP: Class RK-1; Bussman Type LPN or LPS "Low Peak Fuses shall be available in ratings 0-600 amperes, shall be current limiting dual element with tie delay, and shall have interrupting rating of 200,00 RMS symmetrical amperes. Fuses shall be equipped with slotted blades, and switch fuse clips shall be provided with matching NEC fuse rejection feature. 16000-8 89060 MUNICIPAL SQUARE December 27, 1990 r- 1.23.10 Type FR: Class K5 or K9; Bussman Type FRN or FRS "Fusetrons". Fuses shall be available in rating 0-600 amperes, shall be dual element time delay type, and shall have interrupting rating of 100,000 or 200,000 RMS symmetrical amperes. -- 1.24 Interior Lighting Fixtures: 1.24.1 Provide and install a lighting fixture on each and every lighting outlet shown. Furnish fixtures in accordance with the designations on the drawings and as specified herein. Should any designations be omitted on the drawings, furnish fixtures of the same type as used in rooms of similar usage. All features specified or scheduled for fixtures shall be provided, even if the catalog number given in the specifications or schedule lacks the required numerals, prefixes or suffixes corresponding to the features called for. 1.24.2 Fixtures: All lighting fixtures shall bear the label of Underwriters' Laboratories, Inc. Furnish scale drawings, catalog data, samples of finish, distribution curves, and any other data required by the Engineer for every type fixture. 1.24.3 Energy Saving Ballasts: All 2 lamp, 40 watt, rapid start ballasts installed in an interior space where the ambient temperature is 60 degrees F or higher shall be Valmont Electric "Val -Miser" energy saving ballast. The ballast shall be high power factor, UL labeled, Class P with automatic reset features and "A" sound rating. 1.24.4 Lenses: Wherever acrylic lenses are specified or noted, the material used shall be virgin acrylic with a minimum thickness of 0.125 inches. 1.24.5 Lamps:Fully equip each fixture with a full set of new lamps at the completion and acceptance of the work; lamps shall be of the best grade, and of the sizes and types specified; General Electric, Westinghouse or Sylvania. 1.24.6 Incandescent Lamps: Inside frosted unless specified or recommended otherwise by the fixture manufacturer. 1.24.7 Fluorescent Lamps: Reduced wattage type General Electric Watt -Miser II, Cool -White. 16000-9 89060 MUNICIPAL SQUARE December 27, 1990 1.24.8 Reused Fixtures: Where existing lighting fixtures are to be relocated, carefully remove and store the fixture. When it is ready to be hung, thoroughly wash all dirt and dust from the fixture and lens, hang the fixture and install new lamps. Should any such fixtures be damaged in this process replace them with matching new ones at no cost to the owner. 1.25 Motors: All motors will, unless otherwise noted, be furnished under other Divisions of the specifications, or will be furnished by the Owner. Where motors are mounted integrally with items of equipment, they will be erected in place with such equipment ready for electrical connection; such erection is not a part of the work under this Division. Where motors are to be installed as separate items, their foundations, anchor bolts and other provisions necessary to their erection will be provided as a part of the work of the Division under which they are furnished; their erection and final setting are a part of the work of this Division, and shall be done by specially skilled millwrights or similar craftsmen. 1.26 Motor Starters: 1.26.1 All motor starters (controllers) will, unless otherwise noted, be furnished under other divisions of the specifications, or will be furnished by the Owner. 1.26.2 Install under this Division, including supporting structures, all motor starters and control equipment which are not shipped integrally mounted with the controlled equipment. Provide and install all wiring of every character, for both power and control, except that which is factory installed and shipped as an integral part of assembled equipment. 1.27 Installation of Building Raceways: 1.27.1 All wiring of every description shall be run in conduit or electrical metallic tubing unless noted or specified otherwise. Conduits may be run exposed in machinery and electrical rooms and unfinished areas. All other conduits shall be run concealed unless otherwise noted. All exposed runs shall be installed parallel to the surface of the building in a neat and orderly manner. 1.27.2 Types: All conduits installed in wet or damp locations, or on roofs shall be rigid galvanized steel conduits. 16000-10 89060 MUNICIPAL SQUARE December 27, 1990 Above grade interior conduits shall be rigid galvanized steel conduit, intermediate metal conduits or electrical metallic tubing. Conduits installed below grade in slabs or buried in earth shall be PVC or rigid galvanized steel. 1.27.3Sizes: Size and install raceways so that conductors may be drawn in without injury or excessive strain. Make field bends with approved bending devices. Do not install bends or offsets in which conduit is crushed, deformed or otherwise injured. 1.27.4 Connections: Use lengths of flexible metal conduit, not less than 12" long at final connections to all motors, generators, controls and other devices subject to movement because of vibration or mechanical adjustment. Use flexible metal conduit also at connections to recessed lighting fixtures, and elsewhere as required. In damp or wet locations, and where installed outdoors, use liquidtight flexible metal conduit. 1.27.5 Around Heat Producing Equipment: Do not install raceways within 3" of steam and hot water pipes, -- breeching and flues, except where crossings are unavoidable, and then keep raceways at least 1" from insulation on the pipe, breeching or flue crossed. Wherever possible, avoid installing raceways directly above or in close proximity to boilers and other like objects operating at high temperatures. 1.27.6 Damp or Wet Locations: In damp or wet locations make every effort to avoid installing raceways in a manner which will create moisture traps. Where they must be so installed, seal both ends of raceways with an approved sealing compound to prevent "breathing" and moisture condensation within the raceways. 1.27.7 Joining Rigid Conduits: Join with threaded couplings. Ream out all conduit ends after threading. Secure rigid conduits at panel boxes, junction boxes, pull boxes, switchboards, support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside, with insulating bushing inside. Unthreaded set screw type couplings or connectors are not acceptable in rigid conduit systems. No running threads shall be used anywhere in conduit systems. 16000-11 89060 MUNICIPAL SQUARE December 27, 1990: 1.27.8 Protection of Raceways: Seal ends of all raceways with blank discs ("pennies"), push pennies or other approved closers during construction. Do not pull any conductors into raceways until all plastering in the vicinity is completed. Swab out all raceways before pulling in conductors. 1.27.9 Penetrations: Wherever raceways pass through floors, walls partitions, etc., carefully fill any space between the outside of the raceway and the building material to prevent passage of air, water, smoke and fumes. Filling material shall be fire resistive and, in general, similar to the basic building materials through which the raceway passes. 1.28 Conduit Supports: 1.28.1 Support Spacing: Use minimum spacing as directed by National Electrical Code, but space hangers more closely where required by conditions. 1.28.2 Vertical Conduit Risers: Support vertical conduits at each floor by means of riser clamps or U-bolts, clamping them to a steel channel bridging the opening in the floor. 1.28.3 Individual Conduits: Support conduits running vertically or horizontally with galvanized malleable iron one hole clamps. Carry individually supported horizontal conduits 1-1/4" and larger on Kindorf No. 150 or Steel City No. C-149 hangers. Use no perforated strap iron as hanger material. Where conduits smaller than 1-1/4" are installed above metal lath and plaster ceilings or mechanically suspended dry ceilings of the non -removable type, they may be supported on ceiling runner channels. Where conduits smaller than 1-1/4" are installed above removable ceilings, attach them to the structure or bar joists (where present) or support them on threaded hanger rods with clips. Do not use any wire to support conduits or to attach conduits to supporting members. Locate conduits a sufficient distance above the ceiling to permit removal of the ceiling panels. Locate them so as not to hinder access to mechanical and electrical equipment through the ceiling panels. 1.28.4 Multiple Conduits: Where multiple raceways are run horizontally at the same elevations, they may be supported on trapezes formed of sections of Unistrut angle iron or channels suspended on rods or pipes. Size 16000-12 89060 MUNICIPAL SQUARE December 27, 1990. trapeze members including the suspension rods for the number size and loaded weight of the conduits they are to support. Space them as required for the smallest conduit supported. 1.29 Installation of Outlet Boxes: 1.29.1 sage: Provide at each outlet or device of whatever character a metal outlet box in which conduits shall terminate. 1.29.2 Boxes recessed in construction: Sheet steel boxes. 1.29.3 For Lighting Fixture_ Outlets: 4" octagonal by 1-1/2" minimum depth with 3/8" fixture stud for incandescent lights which are surface mounted, wall mounted or suspended. 1.29.4 For Wall Switches, Receptacles and Communications Use: Use 411x4" size with proper square cornered the wall cover, plaster cover, or finishing plate, except where construction will not permit or the device requires a larger box. 1.29.5 Boxes for Exposed Work: Cast metal boxes. 1.29.6 Boxes for Outdoors: Cast metal boxes with gasketed covers. 1.30 Installation of Pull and Junction Boxes: 1.30.1 Sizing: Size all pull and junction boxes in accordance with NEC, using larger sizes than required by code where job conditions so indicate. 1.30.2 Mounting: Fasten all boxes securely to the building construction, independent of conduit systems. On '- concealed conduit systems where boxes are not otherwise accessible, set box covers flush with finished surfaces for access. 1.31 Wire Pulling: 1.31.1 Wire Pulling: Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. All conductors to 16000-13 89060 MUNICIPAL SQUARE December 27, 1990_ be installed in a single conduit shall be pulled in together. Pull no conductors into conduits until all work of a nature which may cause injury to conductors is completed. Use an Underwriters' listed cable pulling compound where necessary. 1.31.2 Cable Lubricants: All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. 1.31.3 Pulling Devices in Empty Raceways: Provide in every empty raceway, not containing conductors to be installed by this Contractor, a suitable pull line to facilitate future installation of wiring. Lines shall be free from splices and shall have ample exposed length at each end. Identify each end of each line with a linen tag bearing complete information as to the purpose of the raceway and the location of its other end. All lines shall be nylon or polyethylene cord with a tensile strength not less than 200 pounds. 1.32 Installation of Building wire (600 volts and under): 1.32.1 Feeders: Run all feeders their entire length in continuous pieces without joints or splices, insofar as practicable. Make joints in branch circuits only where circuits divide as shown on drawings. Such joints shall consist of one through circuit to which shall be spliced the tap circuit. 1.32.2 Branch Circuits: Not more than one power or lighting circuit shall be installed in a single conduit, except that one 3-wire circuit or one 4-wire circuit consisting of 2 different phase wires and a common neutral or 3 different phase wires and a common neutral may be installed in a single conduit. This provision shall not prohibit the installation in a single conduit of all conductors of a circuit with three- and four-way switching. 1.32.3 Sizes: No wire shall be smaller than No. 12 except for signal or control circuits, and except for individual lighting fixture taps as permitted by the National Electrical Code. 1.32.4 Receptacle and Motor Branch Circuits: unless noted or scheduled otherwise. 16000-14 89060 No. 12 conductors MUNICIPAL SQUARE December 27, 1990 1.32.5 Home runs on 120 volt. 20 ampere Lighting Branch Circuits: Where length of run from panelboard to first lighting outlet exceeds 75 feet use No. 10 conductors; otherwise use No. 12 conductors. 1.32.6 Joints and Splices: Make joints and splices only where necessary and only at outlet boxes and pull boxes. All joints shall be mechanically and electrically secure. After a joint or splice is complete, insulate it with Okonite rubber tape, and Manson friction tape to make the insulation of the joint or splice equal to that of the conductor. In lieu of this, 3M Company's "Scotch" No. 33 vinyl plastic tape may be used if applied in at least four layers (half lapped in two directions), with all larger splices, terminals, sharp corners and voids being first protected by application of "Scotchfil" insulating putty. 1.32.7 Conductor splices in wet locations shall be made in accordance with the conductor manufacturer's recommendations. 1.32.8 Identifying Tags: Non-ferrous; stamped to clearly �- identify each circuit. Securely fasten tags to all cables, feeders and power circuits in pull boxes, lighting, power and distribution panelboards, etc. 1.32.9 Bundling Conductors: Bundle all conductors in panelboards, cabinets and the like, using marlin twine lacing or nylon straps made for the purpose. Bundle conductors larger than No. 10 in individual circuits. Bundle smaller conductors in larger groups. 1.33 Mounting Heights: 1.33.1 Where mounting heights are indicated on the drawings, the device shall be installed with the centerline of the device at the indicated height. 1.33.2 In general, devices which are shown to be installed at counters or other millwork shall be installed above the counter or millwork, unless noted. Wall switches shall be installed on the strike side of the door as finally hung. 16000-15 89060 MUNICIPAL SQUARE December 27, 1990 1.33.3 Unless otherwise noted on the drawings, or directed by the Engineer, install devices at the following heights. DEVICE Wall Switch Receptacle MOUNTING HEIGHT 4'6" 12" 1.34 Load Balancing: The contractor shall carefully re -balance electrical loads for the main switchboard and existing panels at the data processing area between the various phases. When the facilities are under use at their heaviest loading periods, tests shall be run on the "hot" conductors in each feeder to a panel and any unbalances shall be corrected to a point that no conductor load shall be more than 5% high or low (maximum unbalance of 10%) in amperes. 1.35 Service and Equipment Grounding: 1.35.1 Provide adequate and permanent service neutral and equipment grounding in accordance with the National Electrical Code, and subject to the following additional requirements. 1.35.2 Connect the service ground and equipment ground to a common point within the metallic enclosure containing the main service disconnecting means at main switchboard and main panel at data processing. From the common point of connection of the service ground and equipment ground, run in conduit a combined service and equipment grounding conductor without joint or splice to the main water service pipe and connect it thereto with an approved bolted pressure clamp. Clean all contact surfaces thoroughly before connection, to assure good metal to metal contact. Where a dielectric fitting occurs on water main, connect the grounding conductor to the street side of the fitting. Bond the conduit to the grounding conductor at each end. Provide and install with ground clamps a No. 3/0 copper jumper conductor around the water meter. Supplement the water pipe ground with an additional electrode which shall be 10, long by 3/4 inch diameter copperclad steel ground rod. Attach the electrode to the water pipe and to the service/equipment grounding conductor. 1.35.3 Size grounding conductors in accordance with National Electrical Code Tables 250-94 and 250-95. 16000-16 89060 MUNICIPAL SQUARE December 27, 1990 1.36 Grounding: 1.36.1 Assure the electrical continuity of all metallic raceway systems, pulling up all conduits and/or locknuts wrench tight. Where expansion joints or telescoping joints occur, provide bonding jumpers. Where flexible metallic °- conduit is employed, provide a green -insulated grounding jumper installed in the flexible conduit. Install a separate green -insulated conductor in each non-metallic conduit. 1.36.2 Provide grounding bushings on all service and feeder raceways terminating within switchboards, motor control centers, panelboards, cabinets, and all other enclosures. Provide grounding conductors from such bushings to the frame of the enclosure and to the ground -- bus or equipment grounding strap. Size grounding conductors in accordance with NEC Table 250-95. 1.37 Equipment Grounding Conductors: Provide a separate, green -insulated copper grounding conductor, with insulation of the same rating as phase conductors, for each feeder and for each branch circuit indicated. -- Install the grounding conductor in the same raceway with the related phase and neutral conductors, and connect the grounding conductor to pull boxes or outlet boxes at intervals of 100 feet or less. Where paralleled conductors in separate raceways occur, provide a grounding conductor in each raceway. Connect all grounding conductors to bare grounding bars in panelboards, and to ground buses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of a ground fault back to the point of connection of the equipment ground and system neutral. Size all of these grounding conductors per NEC Table 250-95. 1.38 Installation of Interior Fixtures: 1.38.1 Outlet box locations shown for fluorescent fixtures are �- diagrammatic. Locate boxes to coincide with stem hangers where such occur. Fixtures shall be level, square with the general construction and securely attached. 1.38.2 Lay -in Type Fixtures: Refer to the ceiling installer's layout for exact location. Center the fixtures in ceiling grids. Wire the fixtures using concealed outlet boxes accessible through ceiling panels. Install 16000-17 89060 MUNICIPAL SQUARE December 27, 1990 conductors in flexible metallic conduit from box to fixture. 1.38.3 Fixtures in Plaster Ceilings: Provide a suitable plaster ring or frame for each fixture recessed in a plaster ceiling. 1.38.4 Surface Mounted Fixtures: Fixtures shall be installed flush with the ceilings. Where fixtures are mounted to an exposed grid ceiling, the fixtures may be clipped to the ceiling grid provided the attachment holds the fixture flush, level, and secure. Where they cannot be centered on a grid, install a structural member to span two tees and attach the fixture to the structural members. 1.38.5 Where fixtures are installed in a continuous row, the row shall be straight and plumb. Lens shall be aligned in all planes and no part of the lamp shall be visible. 1.39 Equipment Wiring: 1.39.1 Connect complete for operation all items of heating, air conditioning, and plumbing equipment, and all other electrical devices furnished by the Owner of under other Divisions of the specifications. Outlets of various types have been indicated at equipment locations, but no indications of exact location or scope of the work are shown on the drawings. Refer to the Owner and to the various Contractors for the work under the other Divisions for the scope of connections to equipment furnished by them and for the exact locations of all items. Request of the Owner and the aforementioned suppliers and contractors all rough -in drawings required for proper installation of the electrical work, in ample time to permit preparation of the drawings and thus avoid delays on the job. 1.39.2 Where disconnect switches or circuit breakers are not provided integral with control equipment for motors and other electrical appurtenances, provide and install all disconnect switches required by the National Electrical Code and/or indicated. 16000-18 89060 T MUNICIPAL SQUARE December 27; 1990 1.40 Temperature Controls: Completely connect for operation all items for temperature controls which require electrical connections, furnishing all wiring, conduit and labor. Coordinate with temperature regulation subcontractor who will prepare the wiring diagrams and pay for this temperature control wiring. 16000-19 89060 (THIS PAGE LEFT BLANK INTENTIONALLY) t SPECIAL CONDITIONS -43- (THIS PAGE LEFT BLANK INTENTIONALLY) City of Lubbock P.O. Box 2000 Lubbock. Texas 79457 BOB-767-2167 March 18, 1991 Bruce Thornton Air Cond., Inc. 128 Slaton Road Attn: Bruce Thornton Lubbock, TX 79404-5306 Office of Purchasing SUBJECT: HVAC RENOVATION AT MUNICIPAL SQUARE The City of Lubbock, having considered the proposals submitted and opened on the 4th day of March, 1991, for work to be done and materials to be furnished in and for: City of Lubbock Bid # 11164 HVAC RENOVATION AT MUNICIPAL SQUARE as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the March 14, 1991, at the bid price contained therein, subject to the execution of and furnishing of all other documents specified and required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice. The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock. CITY O LUBBOCK_ Gene Eads, C.P.M. Purchasing Manager (THIS PAGE LEFT BLANK INTENTIONALLY)