Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 3272 - Contract - Climate Control Company - Water Heating System Reno, Municipal Square - 12_14_1989
Resolution # 3272 BID #10428 December 14, 1989 Item #19 HW:js BE 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 directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Climate Control Company for Municipal Square heating water system renovation, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 14th day of December , 1989. Cl B. C. McMIN , MAYOR ATTEST: Randtte Boyd, City Secretar APPROV D AS TO LATENT: Ge a ads, Purchasing Manager APPROVED AS TO FORM: A _11A0 .1 V4 dA_,0 arold Willard, Assistant —City Attorney CHANGE ORDER NUMBER ONE BID NUMBER 10428 TO: Climate Control Company P.O. Box 16980 Lubbock, Texas 79490 Original Amount of Contract Amount Previous Change Orders Net Amount this Change Order Amended Amount of Contract Percentage Change of Contract Price is 2.6% Additional Time of Completion is 0 days The Date of Substantial Completion as of this Change Order is September 1, 1990. $69,877.00 -0- (1,833.00) $ 68,044.00 WHEREAS, it is desirable to make changes in the plans and specifications for this project. THIS AGREEMENT WITNESSED: The contractor to furnish all labor and material to convert the boilers to hot water -trim which would eliminate the heat exchangers and remove all items as per note 17-25 on sheet ME-1 of plans. IN WITNESS WHEREOF, the Owner and the Contractor have hereto set their hands this the day of & % 1990. CONTRACTOR: Climate Control Company TITLE © tx) nt L`>2 est: 5e retary - OWNER: City Of Lubbock BY: 9^' CAz PIF Deputy City Manager CHANGE ORDER NUMBER TWO BID NUMBER 10428 TO: Climate Control Co. P.O. Box 16980 Lubbock, Texas 79490 Original Amount of Contract Amount Previous Change Orders Net Amount this Change Order Amended Amount of Contract Percentage Change of Contract Price is 6.7% Additional Time of Completion is 0 days The Date of Substantial Completion as of this Change Order is September 1, 1990 $ 69,877.00 (1,833.00) 4,692.00 $ 72,736.00 WHEREAS, it is desirable to make changes in the plans and specifications for this project. THIS AGREEMENT WITNESSED: The contractor to furnish all labor and material to replace the supply water manifold as per attached drawings. IN WITNESS WHEREOF, the O and the Contractor have hereto set their hands this the �, ry day of August, 1990. CONTRACTOR: Climate Control Co. Bye'\ L'�' 9 " '., TITLE ( ) W 1-1 L' Q st: (-: Se etary OWNER: City Of Lubbock BY: Ci01 Deputy City Manager AP OVED A TO CONTENT r 0 Build ng Services EYts7;,ag Suppit.s �`�GRT� valve Fu Tu r d utL Yi9�vS z 3 y 6,od Corper Ball T c�rA,'0 CITY OF LUBBOCK SPECIFICATIONS FOR MUNICIPAL SQUARE HEATING WATER SYSTEM RENOVATION BID # 10428 CITY OF LUBBOCK Lubbock, Texas Zo of 3S r r r- MAILED TO VENDOR: 11-22-89 CLOSE: 12-1-89 BID # 10428 ADDENDUM # 1 Please modify or amend contract documents per the attached page. PLEASE RETURN ONE COPY WITH YOUR BID TH K ALUB i CITY OK PURCHASING OFFICE MUNICIPAL SQUARE HEATING WATER SYSTEM RENOVATION ;D0 14 a 1 21 Nov 89 1. DELETE SPECIFICATIONS: SECTION 01020 1.1-No allowance is to included with this project. 2. REVISE SPECIFICATIONS: SECTION 15000 2.1 On page 15000-2: Add the following paragraph: 1.9 Alternate #2: This alternate includes the demolition as described on drawings and as otherwise mentioned in specifications. 3.1 On page 15055-4: add the following paragraph: 5.3.4 Painted Identification Materials: Color code all heat exchangers, pumps, etc. to match pipe color coding. Coordinate with Engineer prior to any application. Color to be approved by Engineer. 4.1 On page 15250-2: add the following paragraphs: 4.5 Glass Cloth on Pipe: Provide glass cloth covering for all - pipe insulation to facilitate painting of pipe and/or equipment. 5.4 Glass Cloth on Equipment: Provide glass cloth covering for all equipment insulation to facilitate painting of pipe and/or equipment. 5.1 On page 45: Replace this paragraph with the following: Any work requiring interruption of the heating system shall begin now earlier than 1 May 1990 and shall be complete no later than 1 September 1990. Equipment may be ordered as soon as submittals are approved, but delivery shall be scheduled for 1 May 1990. Demolition which does not intefere with heating system operation may be begun as soon as Notice To Proceed is received; coordinate closely with Engineer and/or Owner. END OF ADDENDUM #1 CITY OF LUBBOCK SPECIFICATIONS for TITLE: MUNICIPAL SQUARE HEATING WATER SYSTEM RENOVATION ADDRESS: 916 TEXAS BID NUMBER: 10428 PROJECT NUMBER: 1491-552101-9013 CONTRACT PREPARED BY: Purchasing Department 10 (This page left blank intentionally) INDEX PAGE t 1. NOTICE TO BIDDERS..........................................................................................3 2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................4 3. BID PROPOSAL - BID FOR LUMP SUN CONTRACTS.................................................................10 r 4. PAYMENT BOND..............................................................................................13 5. PERFORMANCE BOND........................................................................................16 6. CERTIFICATE OF INSURANCE..................................................................................19 7. CONTRACT..................................................................................................21 8. GENERAL CONDITIONS OF THE AGREEMENT.......................................................................23 r 9. CURRENT WAGE DETERMINATIONS...............................................................................41 �.. 10. SPECIFICATIONS............................................................................................42 11. SPECIAL CONDITIONS .................................................. ...43 ................................... r12. 6 NOTICE OF ACCEPTANCE......................................................................................45 ' �S r r r .2- (This page left blank intentionally) r r . NOTICE TO BIDDERS i t k r k4 t i ^t 4 f 7 t 7 r -3- (This page left blank intentionally) NOTICE TO BIDDERS BID # 10428 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 I 2:00 o'clock a.m. on the 1st day of December. 1989, 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 HEATING WATER SYSTEM 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 Council will consider the bids on the 14th day of December, 1989, at Municipal Bldg., fir• Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or i all bids and waive any formalities. The successful bidder will be required to furnish a performance bond l 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 E25,000.00. 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 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 5159a, 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. 7 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 20th day of November, 1989, at 10:00 olclock a.m., Training Room #214, Municipal Square, 916 Texas Avenue. CITY OF LUBBOCK ':2_r�L zz�� BY: Gene Eads, C.P.M. Purchasing Manager ADVERTISEMENT FOR BIDS BID # 10428 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 a.m. on the 1st day of December, 1989, 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 HEATING WATER SYSTEM 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. r.. There will be a prebid conference on 20th day of November, 1989, at 10:00 o'clock a.m., Training Room 214, Municipal Square, 916 Texas Avenue. / BY: Gene Eads, C.P.M. PURCHASING MANAGER (This page left blank intentionally) Flo GENERAL INSTRUCTIONS TO BIDDERS (This page left blank intentionally) GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: Municipal Square heating water system renovation. The contractor shall furnish all labor, superintendence, machinery, equipment.and all materials necessary to complete this project in accordance with contract documents. 2. 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. 3. 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. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 120 (ONE HUNDRED TWENTY) 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. 5. PAYMENT �.. All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of + the contract documents. k 6. 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. 7. 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. 8. 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). 9. 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. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, toots, 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. 11. 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- T 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES r 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. Now - 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, 1 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 r in the General Conditions of the contract documents, from an underwriter authorized to do business in the I State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to 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 WORKTNG 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. is. 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- r 19. 20. 21. r i 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. 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. 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- tinctly 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) Bidder's 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. 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. (9) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) 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) 7 1 7 BID PROPOSAL (This page left blank intentionally) r BID PROPOSAL BID FOR LUMP SUM CONTRACTS I PLACE �1 DATE PROJECT NO. Proposal of l i Y`n rat Is l_oti _Tnol Co. (hereinafter cal led 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 lk_M L M toi C i S�-_ �� >a r. o � .Q ►4-Tr ,ti4 l�� ,r�'f� � S v s7..a m {Z � „� o v �T� a r✓ 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 r 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 t a part, is as follows: 1 1 1 BID:SiYT, eT1,o,,-,Arad L i 4�� �uvJdr`nd say-ero-kr (S6 Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shalt govern.) Bidder hereby agrees to commerce 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 120 (ONE HUNDRED TWENTY) 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 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. tjBidder 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 j, 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 yr. work on which he has bid; as provided in the contract documents. r■�-11- Ku�s c� Yw¢�T Rvo�s�with this proposal is a Cashiers Check or Certified Check for NtrJTy&;:5h7-noaS't'yd 0�/L1 DollaYs (S ) or a Proposal Bond in the sum of Dollars (S ) 121 .00 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. l i . y-vT-c f o N—(rnj CDC Contractor [ — BY (Seal if Bidder is a Corporation) po ) ATTEST: Secretary P I T 'L .$ 2 3) � 1,0.0 0 P I ?" # 9, br 4)c5z-7 0.06 -12- t ~' International Fidelity Insurance Company 24 COMMERCE STREET NEWARK, N. J. 07102 6 BBSU #841043-89-1 KNOW ALL HEN BY THESE PRESENTS: That we, the undersigned, {( Climate Control Coffpany of Lubbock, 1301 Jarvis, Lubbock, Texas 79490 as Principal, and THE INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation of the State of New Jersey, as Surety, are held and firmly bound unto City of Lubbock, Texas in the penal sum of 5% of amount of bid not to exceed Ninety Thousand and 00/100------- for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed, this 29th day of November 1989 The condition of the above obligation is such that whereas the Principal has submitted to City of Lubbock, Texas a certain bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for Equipment Replacement Municipal Building NOW, TEEREFORE, (a) If said bid shall be rejected, or in the alternate, (b)' If said bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto, properly completed in accordance with said bid, and shall furnish a bond for the faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid; THEN, THIS OBLIGATION SHALL BE VOID, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liabil- ity of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates -and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the said bid may be accepted; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereto set their hands and seals, and such of them as are corporations have caused their corporate seals, to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Signed, sealed and delivered in the presence of: Climate Control Cotrpany of Lubbock k ATTEST: z Bid Bond Principal , ' f, INTER/ ONAL 3DE INSURANCE CO. By: 1 Yt L)" Cheryl. Hurrphrey Attornt- n-Fart 4-aw jN 'RNAIIO A;J Or PC n-i- i 'AR W N -iXll a TOM owotpw grow N 4L IL JI W, -44 eo 6, 6. PAYMENT BOND (This page left blank intentionally) r•, IBM == IN FIVE ORIGDPL9 Arnc3 #846378-90 i -� PREMIUM BASED ON FINAL CONTRACT PRICE PREMIUM CHARGED ON ANNUAL BASIS STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 r OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 KNOW ALL MEN BY THESE PRESENTS, that awe 0Zr tr01 C E I13bb0Ck (hereinafter called the Principal(s), as Principal (s) , and 7rIb=Mtirnal FiCbl ity IrISLZErne OC17VrIY, '24 Onreic e St., Na nark, lea Jersay M02 (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Shy Nim SrLnand h� Ir&ed "�W bom &�rY ui money of the United States for the payment whereof, the said Principal and Surety bind themselves, -and their heirs, adminis- trators, 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 14ffi day of r„ DaombEr 19 89, to e4Aprent reo 8n3tM11iqpa1 SC4Me BjildiM r and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the .� same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shad pay all claimants supplying labor and material to him or a sub -contractor in the prosecution of the work provided for in said con- tract, 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 of the Revised Civil -Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. BOND CHECK _ BEST RATING r LICENSED IN TEXAS DATE r-/ice BY -1i- a 1N WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed 618',fnstrument,'thW ` 9ffi day of Ja¢zaty 19 90. DibE'.rmtimal Fidelity ITLS1ICd M OD. Surety Principal Mimte 03tzal of IUbmck By: rYl� *By: Mitt l.6uAtrl C'LX)NL:q (Title) By: (Title) By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des- ignates V. R. DMAE P Jr.an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. I twatkral F idaUty ?roTCWM lb. Surety By: ChaYl L- Hx#'LW, AttmW-Ir1-F (Title) Approved as to form: City of Lubbock By: City Attorney *Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of attorney for our files. ** 'I3w Liamsed Rmidsit kp t -15- No Text E ro 7 PERFORMANCE BOND 8 k 7 C Ip C 4 I. -16- (This page left blank intentionally) *BOND EXECUTED IN FPIE ORIGINALS Bond .846378-9r. r- k BOND PREMIUM BASED ON PREMIUM CHARGED FINAL CONTRACT PRICE ON ANNUAL BASIS STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS Of THE 56TH LEGISLATURE, REGULAR SESSION 1959 Imo' Q]ITEitie Omt of KNOW ALL MEN BY THESE PRESENTS, that CIE T1JJXd{ (hereinafter called the Principal(s), as Princi l(s), and 7ntermtia l Fidal ity hisaa m ompmv, 24 ommr a Street, DbWrk, NLa Jez-,:py M02 P— (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock � (hereinafter called the Obligee), in the amount of Sixty NiT1e'lYaot�ld �t ��o)OWAPt ,,y of the United States for the payment whereof, the said Principal and Surety bind themselves, S' t eir heirs, administra- tors, 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 14tlday of J . 19_, to E)ITEiTt rEID] MM31t-R�C PE11 94nm An 1Aim and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. ROW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully per- form 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 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. 1N WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 9th day of Jmuary , 19 90. Surety 13014D CHECK _ ' BEST RATING LICENSED IN TEXAS 7 DATE BY I I Principal [� Byn,c' (Title) *By: M ► y :- Lou d t ri ow m 6 2 (Title) By: (Title) -17- , _, The signed surety company represents that it is duly qualified to do business in Texas, and hereby designates Jr. an agent resident in Lubbock County to whom any requisite notices may be delivered and on _ whom service of process may be had in matters arising out of such suretyship. Irtermticmi Ficb1ity Instuanm OJ. Surety (Title) Ch2ryl L. HXrOMW, AttanmY--in r�1ct Approved as to Form City of Lubbock gy. City Attorney *Note: if signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws _ showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. ** Tems Liaxmd lasidait Ageit xrC •18- 1. i r r f F 4 �.� CERTIFICATE OF INSURANCE i t s f f r a e+ 9 fp F L I t -19- (This page left blank intentionally) CERTIFICATE OF INSURANCE his is to certify that ❑ STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois DICK PHILLIPS, AGENT ❑ STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois STATE FARM INSURANCE 6t7 STATE: FARM LLOYDS, Dallas, Texas 4430 S. LOOP 289 LUBBOCK, TEXAS 79414 006) 799-4651 has In force for Mike T.nitdPn DRA Cl llmat`a CnnYrnl f'.n_ Name of Policyholder p_ 01 Box 16980, Lubbock, Texas 79490 Address of Policyholder location of operations the following coverages for the periods and limits indicated below. POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD (effJexp.) LIMITS OF LIABILITY (at beginning of policy period) _ FLi Commercial BODILY INJURY AND 90 49 1762 9 General Liability 5-26-89 — 5-26-90 PROPERTY DAMAGE Each Occurrence $ nnn nnn The above insurance ❑ products —Completed Operations includes: (applicable if indicated by El Personal Personal Injury _ General Aggregate $ 100011 nnn ❑ Contractual Liability ❑ Advertising and Personal Injury Products —Completed . Operations Aggregate $i nnn nnn ❑ Underground Property Damage ❑ Explosion and Collapse Property Damage POLICY PERIOD LIMITS OF LIABILITY POLICY NUMBER TYPE OF INSURANCE (effJexp.) (at beginning of policy period) Workmen's[Workers' ❑ Compensation — Coverage A STATUTORY Coverage A Employer's Liability — Coverage B $ Coverage B _ PROFESSIONAL LIABILIT` ❑ Professional Each Claim $ Liability Aggregate $ Excess Liability BODILY INJURY AND ❑ Combined Single Limit for: PROPERTY DAMAGE ❑ Umbrella Each Occurrence $ ❑ Other Aggregate $ ❑ THE CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. Name and Address of Party to Whom Certificate Is Issued 7- a-7- . City of Lubbock Date , .,'� Signature thorized RepresTaive <<88 7 Y i e 6 l CONTRACT I i r r s r fi -z,- (This page left blank intentionally) PM CONTRACT STATE OF TEXAS It COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 14th day of December, 1989, 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 Climate Control Company of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol- lows: PM BID N 10428 - MUNICIPAL SQUARE HEATING WATER SYSTEM RENOVATION FOR THE AMOUNT OF $69,877.000 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. ;See=tary T: CITY OF LUBBOCK, TEXAS (OWNER) By: Xf C , _.MAYOR APPROVED AS TO CONTENT: APPROVED AS TO FORM: Climate Control Company CONTRACTOR OL I Byrn TITLE: l.J W t4(r 2 COMPLETE ADDRESS: r. ATTEST: P.O. Box 16980 Lubbock, TX 79490 Secretary No Text r r r r i t too k r t { GENERAL CONDITIONS OF THE AGREEMENT t r s, r 8 f E i i e -23- (This page left blank intentionally) 0 7 1t 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: Climate Control Company, 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 I The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, a 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. L _ S. 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 r.. 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 f due Subcontractor. t E -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- I r 13. LINES AND GRADES rAll 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, rhis Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa- tive at Contractor's expense. i 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's .. Representative 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 r"' contract. He shall determine all questions in relation to said work and the construction thereof, and f 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 r'+ 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 r 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 Coti•F` 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. r C -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 Owners Representative. r 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- i 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 shalt 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 r 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. t• 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 r -28- case the owner shall make such changes or alterations as shall make useless any work already done or mate - Hat 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- t.. rs i ` 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 toter 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 r" 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 taws 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- r"' 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. rThe safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as`° k 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,OOO 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- t 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 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. r . (7) The certificate or certificates shall 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 4 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 sun 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 laws, 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 $1OO.0O (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages -33- r f for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall 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. r 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 wilt 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 l prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shalt 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 i for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re{ E ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shalt 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 r -34- 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 himandfor 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- tective 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- r" k 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 shalt 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. 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 r^ 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 s. date of substantial completion. fects with reasonable promptness. The Owner or the Owner's Representative shall give notice of observed de- .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 Ownerts 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, Mess 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- .0 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. 49. 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. r•, 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 rrental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In 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 r 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 r 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 r„ 30 days after the date of certificate of completion. pot -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 shall 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. F, 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- r 53. LOSSES FROM NATURAL CAUSES r� 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 r• 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. y 55. CLEANING UP r 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. -40- (This page left blank intentionally) 4 1 4 i Flo 8 - 1 r _ r r. 4 K I 4 �., CURRENT WAGE DETERMINATIONS F r t k t - f 6 ` -41- (This page left blank intentionally) 0 • �; Resolution #2502 January 8, 1987 Agenda Item #18 DGV:da " RESOLUTION 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 r 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 -Y , 1987. . TTE :Ranettd,-Boyd, City Secretary v APPROVED T, ONTENT: Bi 1 P yne, Dilrector of Building Services Z. e. � zh� B.C. McMINN, MAYOR APPROVED AS TO FORM: Do�nld G. Vandiver First Assistant City Attorney r EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly 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 8.75r 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 P •• i, Asphalt Heaterman �., Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician r' Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader rHeavy Equipment Operator Light Equipment Operator Motor Grade Operator. Roller . Scraper Tractor �^ Truck Driver - f Light Heavy rr f r pA 4 , 1 G Q V. Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 w 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. r r r r E q� i a i . h r P , 4. SPECIFICATIONS c tr 4 r -42. (This page left blank intentionally) I ALSQOaREI.IUNICI-f HEA TIAT G A TER S YS TEY DENOVATION FOR THE CITY OF LUBDOCK LUBBOCK4 TEXAS (This page left blank intentionally) INDEX SECTION TITLE U1(_1;-M.I- Q1 01020 Allowamces 01030 Alternates 01040 Coordination 01060 Regulatory Requirements 01100 Special Conditions 01200 Project Meetings 01300 Submittals 01500 Construction Facilities 01600 Materials and Equipment 01700 Project Closeout 15000 Mechanical General 15055 Mechanical Identification 15060 Pipe, Tube and Fittings 15100 Val ves 15140 Pumps 15170 Meters and Gauges 15210 Vibration Isolation 15250 Insulation 15710 Hydronic Specialities 15715 Steam Specialities 15730 Heat Exchangers 15900 Pneumatic Temp Controls 15900A Alternate Pneumatic Temp Controls 16000 ELECTRICAL GENERAL 16110 Wiring 16170 Motor Starters 16180 Power Distribution SECTION 01020 - ALLOWANCES PART-J._M_G.E.N E..R A.L. 1.,.. OE.NERA..4; 1.1 The Contractor shall include in his bid the cash allowance stated hereinafter. It is intended that the work covered by these allowances will be done within this contract under the supervision of the Contractor and/or his subcontractors. 1.2 The additional work and the associated dollar amounts will be incorporated into the Contract by Change Order procedures. No _ mark-up for for the Contractor or subcontractors is be included in such Change Orders. In the event of overrun of allowance amounts, a total markup of 5% will be permitted on the difference between the _ stated allowance amount and the final price. In the event of underrun of allowance amount, the difference will be deducted from the Contract Price by Change Order. All project site storage, protection, handling shop and assembly drawings/submittals processing, overhead and profit connected with work covered by Allowance amounts shall be included in the Contract Price and not in the allowance Sums. 1.3 Procedure: Submit proposals for allowance work as directed, and In the manner specified for Change Orders. Indicate quantities, unit costs, total purchase amounts, delivery charges, and trade discounts, without any markup for profit and overhead, as stated above. Furnish detailed breakdown of quantity survey. 1.4 Coordinate all allowance work with related project work to ensure that allowance selections are completly integrated and interfaced with other project work. 1.5 Owner has the option to accept or reject the proposal. e....Sr_11..N.N...L.1 LLAN-C.E; 2.1 The Contractor shall include in his/her bid the amount of THREE THOUSAND AND NO/100 DOLLARS ($3000.00) as contingency for -- changed or extra work, if required. Expenditures from the contingency allowance must be made by Change Order issued by the Architect/Engineer and approved by the Owner. Any unused portion of the contingency allowance will be deducted from the final payment. END OF SECTION 01020 ALLOWANCES 01020-1 SECTION 01030 - ALTERNATES PART 1_�Sa.ENE_F3AJ,, L—ALIERNAS.E.S.A 1.1 The following contract requirements, method of construction and/or uses of materials and equipment will be considered and a determination of thier acceptance will be made upon a study of cost differences, which are indicated on the Contractor's Bid. Of necessity, the alternates are only briefly outlined, nevertheless, they shall be interpreted to include everything necessary and requisite to the revision of items noted as they affect other phases of construction. The Owner may accept or reject any alternate in such order as he may choose, regardless of thier sequence, in the Bidding Documents. 2._ALIE.@.NA.LE. N -U.M.0 R.A,, 2.1 Add to the Base Bid all costs associated with the installation of the control system as described in Section 15900A rather than the control system described in Section 15900. 3,. Al I.E_E.iNA-TE- NU. BE..R_,2. 3.1 Add to the Base Bid all costs associated with the removal of items identified as "Alternate #2 Demolition" on "Floor Plan - Demolition" drawing. END OF SECTION 01030 ALTERNATES 01030-1 SECTION 01040 - COORDINATION P A RILI--__GE.. ERA_L 1.1 The use of insufficient labor or equipment for construction purposes or inadequate scheduling of materials or equipment to be installed will not be allowed as cause for delay. Schedule labor, materials, and equipment to site in quantities required for uninterrupted progress of work and least obstruction of the premise. Extention of time or extra cost will not be allowed for failure to order on time and in sufficient quantities. — M EQ AN 2.1 The "General Requirements for Mechanical and Electrical Work", SECTION 15000 are to be considered as a part of DIVISION 1 to the same extent as if written out in full and included herein; and insofar as thier requirements are applicable to other sections of the specifications, such requirements shall be in effect. The Contractor's attention is particularly directed to these sections to insure -that proper coordination of work may be achieved. 3.1 Each Contractor and SubContractor requiring cutting and patching in the execution of his work shall leave all chases, holes or opening straight, true and of proper size as may be necessary for the proper installation of his own or other Contractor's or SubContractor's work, -consulting with the superintendent and Contractor's or SubContractors concerned regarding proper location and size. 3.2 No excessive cutting will be permitted nor shall any piers or other structural members be cut without written of the architect/Engineer. After such work has been installed, the Contractor shall carefully fit around, close up, repair, patch and point up to the satisfaction of the Owner's Representatives. 3.3 All this work shall be done with proper tools and by careful workmen of the particular trade to which such work belongs, and shall be done without extra charge to Owner. Each Contractor and SubContractor will be required to build into his own work, as directed any and all items furnished by others. Cutting and repairing of new work, in place, made necessary by negligence of another Contractor or SubContractor or anyone employed by him, shall be paid for by the party who is at fault but each Contractor or COORDINATION 01040-1 SubContractor shall cooperate with all other contractors or r, subcontractors so that all necessary preparations are made in each branch of the work, as required for all other branches, so far as possible. r 3.4 The work of each Specifications section includes all cutting, patching and digging for work in that trade section, unless otherwise specified, as required for proper accomodations of work of other 7 trades. Execute such work with competent workmen skilled in trade required for restoration. Each SubContractor shall arrange and pay for cutting and patching required for installation of his work. 3.5 The Contractor shall provide sleeves for all service lines covered in his Contract which pass through walls, roof and floors. .....MITE__ C?O-F. DI.NAUQN; 4.1 The work under this Contract will be performed while the building is being used for other activities. The Contractor shall confine his operations to the portions of the site assigned to him by Owner and shall exercise diligence to prevent interference with the activities in progress in other areas of the site. 3 u_PE..F .1RI EN-?-ENL• !' 5.1 The Contractor shall provide a competent Superintendent who is to be on the job any time work is being performed by any trade, from the beginning of work until Final Acceptance. Superintendent shall have the authority to act for the Contractor and shall coordinate the activities of the various trades, subcontractors, etc. involved to complete the Project in accord with the Contract Documents. Project Superintendent shall not be replaced without Owner acceptance of such change. S;._EI.N.15H.E.I __KQ_R_ K. 6.1 Cover and protect finished floors, steps, treads, walls, existing seating, theatrical lighting, etc. against damage by workmen or equipment. Cover seating as necessary to protect. 6.2 Note: The Contractor must inspect the facility, including seating, theatrical lighting, curtains, etc. as necessary to locate any existing damage. Contractor must list IN WRITING any existing damage and shall have list reviewed and initaled by the Architect/Engineer prior to beginning any work. The Owner is not aware of any damage at this time, therfore, if at the time of final inspection any unreported damage is discovered, it will be attributed to construction activities and the cost to repair the damage will be deducted from the Contractors final payment. L Sl E.A,.HOk. 7.1 Contractor shall be responsible for leaving all finished surfaces clean, polished where applicable and left in perfect condition. Broom 01040-2 COORDINATION clean all areas and remove rubbish from premises to completion of ech phase of work. Lot, sidewalks, and streets are to be kept free of rubbish and dirt. Contractor shall provide suitable refuse cans for use of the workmen. END OF SECTION 01040 COORDINATION 01040-3 SECTION 01060 - REGULATORY REQUIREMENTS 1.--QQM.P._LIAND-E.-JOILi._...OBDINAN.QE.$.._AN.Q...P-VB.LI AE IY: 1.1 Contractor shall secure and pay for all necessary permits and comply with all ordinances and regulations pertaining to the work. Contractor will be held liable for damage to property or persons. 2.1 The materials on this Project are Tax Exempt. Contractor will be Issued a Tax Exempt Certificate in accordance with Ruling 9 listed below: "Ruling 9 as promulgated by the Comptroller of Public Accounts effective April 3, 1963, outlines the procedure a contractor is to follow in regard to his contracts when performing such contracts for exempt organizations, institutions or agencies." END OF SECTION 01060 REGULATORY REQUIREMENTS 01060-1 C _-_ SECTION 01100 SPECIAL CONDITIONS PART 1 - GENERAL ---------------- 1. COMMON REFERENCE STANDARDS: ---------------------------- 1.1. Reference in the Specifications to known standards, such as codes, specifications, etc., promulgated by professional or technical Associations, Institutes and Societies, are intended to mean the latest edition of each such standard adopted and published as of the date of the invitation to bid on this project except where otherwise specifically indicated. Each such standard referred to shall be considered a part of the Specifications to the same extent as if reproduced therein in full. The following is a representative list of such Association, Institutes and Societies, together with the abbreviation by which each is identified: AAHSO AMERICAN ASSOCIATION OF STATE HIGHWAY OFFICIALS ACI AMERICAN CONCRETE INSTITUTE AIA AMERICAN INSTITUTE OF ARCHITECTS AIEE AMERICAN INSTITUTE OF ELECTRICAL ENGINEERS AISC AMERICAN INSTIIUTE•OF STEEL CONSTRUCTION API AMERICAN PETROLEUM INSTITUTE ASA AMERICAN STANDARDS ASSOCIATION ASME AMERICAN SOCIETY OF MECHANICAL ENGINEERS ASTM AMERICAN SOCIETY FOR TESTING AND MATERIALS AWSC AMERICAN WELDING SOCIETY CODE AWWA AMERICAN WATER WORKS ASSOCIATION CSI CONSTRUCTION SPECIFICATIONS INSTITUTE FIA FACTORY INSURANCE ASSOCIATION NEC NATIONAL ELECTRICAL CODE NFPA NATIONAL FIRE PROTECTION ASSOCIATION UL UNDERWRITER'S LABORATORIES, INC. USASI UNITED STATES OF AMERICAN STANDARDS INSTITUTE E. SUBSTITUTIONS E.1. Materials in the Specifications may be followed by the words "or as approved by the Engineer". In these cases, wherever the name or•brand of a manufacturer's article is specified, it is used as a measure of quality, and utility or a standard. If Contractor prefers to use any other brand or manufacturer of same quality, appearance and utility to that specified, he shall request substitution as provided below, within thirty (30) calendar days after date of the Agreement. Engineer will approve or disapprove the request for substitution and his decision shall be final. Unless substitutions are requested within the time C'pChT01 r~11hIr%TTTrr-1KIL rT4 4 r"Aif-. stated above and as provided below, no deviation from the specifications will be allowed. 2.2. Request for substitutions will only be considered if Contractor submits the following: 2.2.1. Complete technical data including drawings, complete performance specifications, test data, samples and perform test of the article proposed for substitution. Submit additional r� information if required by Architect. 2.2.2. Similar data to above as to Item to be deleted by proposed substitutions. 2.2.3. Complete breakdown of costs indicating the cost amount to be deducted from the Contract if the proposed substitution is accepted. 2.2.4. Statement by contractor that the proposed substitution is in full compliance with the Contract Documents and applicable codes. 2.2.5. List of other trades of any) which may be affected by the substitutions. 2.2.6. Contractor shall be responsible for any effect upon related work in the project of any substitution and shall pay any additional costs generated byany substitutions. r 3. TESTING_LABORATQRY 3.1. The Contractor shall retain and pay the expenses of a Testing Laboratory, acceptable to the Engineer, to perform their work called for in the Contract Documents. 3.2. Distribution of Reports: The Testing Laboratory shall distribute copies of all reports to the offices of the parties concerned as follows: 1 copy to the Engineer 1 copy to the Owner 1 copy to the Contractor 1 copy to the Supplier being tested 4. U_L__LABEL 4.1. Where applicable, all such materials, and equipment for which Underwriter's Laboratories, Inc., standards have been established, and their label service available, shall bear the r appropriate U.L. label. 5. AS -BUILT DRAWINGS 5.1. The Engineer will provide the Contractor with a set of reproducible drawings of the original bidding documents, as r. required and at Contractor's expense, as follows: �Or:'r' TLQI .-r1N!nTTT0NI4 r7�1 1 nrrT—:= 5.1.1. All deviations from the sized, locations and from all other features of all installations shown in the Contract Documents shall be recorded. 5.1.2. In -addition it shall be possible, using these drawings, to correctly and easily locate, identify and establish sizes of all piping, directions and the like, as well as all other features of work which will be concealed under_round and/or in the finished building. - Locations of underground work shall be established by dimensions to columnlines or walls, locating all turns, etc., and by properly referenced centering or invert elevations and rates of fall. For work concealed in the building, sufficient information shall be riven so it can be located with reasonable accuracy and ease. In some cases this may be by dimension. In others it may be sufficient to illustrate the work on the drawings in relation to the spaces in the building near which it was actually installed. Engineers decision in this matter shall be final. 6. TELEPHONE SERVICE 6.1. Contractor shall NOT utilize the existing city -operated system within the building except for emergencies. 7. WATER SERVICE 7.1. Water required in the performance of the contract shall be provided and paid for by the Owner. The Owner reserves the richt ` to discontinue this water supply if the Contractor is wasteful, in which event the Contractor shall be responsible for the supply of all water necessary for this contract. Any alternate method of water supply shall be submitted to the Owner for approval. S. UTILITY SERVICE 6.1. Electric power required in the performance of the contract shall be furnished and paid for by the Owner by allowing the Contractor to make use of the existing electrical within the building. The Owner reserves the right to discontinue this power supply in the event the Contractor is wasteful. Any alternate method of electric supply shall be submitted to.the Owner for approval. 9. TEMPORARY HEAT 9.1. When required for proper installation or protection of any portion of the work, the contractor shall furnish and install approved temporary heating units, operate, and maintain same, and remove them or relocate them as directed. 9.2. When heating and ventilation systems are installed and operable, the contractor shall arrange for temporary operation of Q0D r T01 i-n Nin rTT r"11c: In 4 17i11h—'.' r r rs the heating system, paying all costs in connection with such operation. 10. TEMPORARY CLOSURES 10.1. The contractor shall erect temporary closures over openings when weather conditions render such action necessary for -- proper installation of any portion of the work. 11. PROTECTION OF WORK _IN_PLACE 11.1. Work in Place that is subject to injury, because of operations being carried on adjacent thereto, shall be covered, boarded up, or substantially enclosed with adequate protection. Permanent openings used as thoroughfares for the introduction of work and materials to the structure shall have heads, jambs and sills well blocked and boarded. All forms of protection shall be constructed in a manner such that upon completion, the entire work will be delivered to the Owner in proper, whole, and unblemished condition. 12. TEMPORARY_ FIRE_ PROTECTION 12.1. The contractor shall provide and maintain fire extinguishers, fire hoses and other equipment as necessary for proper fire protection during construction. Such equipment is to !^ be used for fire protection only. - - 13. SCAFFOLDS AND RUNWAYS 13.1. The contractor shall furnish, erect, and maintain for duration of work as required, all scaffolds, runways, guard rails, platforms and similar temporary construction as may be necessary for the performance on the contract. Such facilities shall be of type and arrangement as required for their specified use; shall be substantially constructed throughout, strongly supported, and well secured, and shall comply with all applicable rules and regulations or applicable State and Local Codes. 14. PUMPING_ AND DRAINAGE 14.1. Surface or subsurface water or other fluids shall not be permitted to accumulate in or about the premises and vicinity thereof. Should such conditions be encountered or develop, the - water or other fluid shall be controlled and suitably disposed of F. by means of temporary pumps, piping drainage lines, troughs, ditches, dams, or other methods as approved by the Engineer. 15. LUNCH -ROOM FACILITIES: 15.1. Contractor's personnel may utilize the existing lunch -room facilities within the building which are located in the basement(these lunch-rrom facilities are adjacent the work r+ area). The Owner reserves the right to cancel this priviledge FOR ANY REASON. r 16. TOILET_ FACILITIES_ �'_OCt' TOO (-rVKIriTTTCINICZ eTi 4 7hth_A 16.1. Contractor's personnel make utilize the existing toilet ` facilities within the building which are located in the basement(these toilet facilities are adjacent the work area). The Owner reserves the right to cancel this priviledge FOR ANY REASON. If the Owner does cancel this priviledge, the Contractor shall provide temporary toilets as described below. 17. TEMPORARY BUILDINGS 17.1. All temporary buildings shall be weather and watertight, and maintained, in a neat, orderly appearance for the duration of the Work and shall be provided with raised screened windows for light and ventilation, and substantial wood doors with provision for locking. Coordinate location with Engineer prior to installing any temporary building. 17.2. Temporary chemical toilet structures with urinals shall be provided in numbers as required in adequately sized structures, located as approved, and maintained in a clean and sanitary condition acceptable to the Engineer and legally constituted authorities. 17.3. Should Government, State or Local Authorities require construction of temporary barricades or covered passageways they shall be constructed by the Contractor at no additional cost to /// Owner, shall be painted and maintained in an orderly, neat appearance at all times and be repainted when necessary and as directed by the Engineer. 18. REMOVAL_ OF TEMPORARY_ CONSTRUCTION 18.1. Temporary office facilites, toilets, storage sheds, and other construction of temporary nature shall be removed from the site as soon as, in the opinion of the Engineer, the progress of the Work will permit; and the portions of the site occupied by same shall be properly reconditioned and restored to a condition acceptable to the Engineer. 19. SIGNS 19.1. No signs will be permitted on this Project except those approved by the Engineer, and should any appear, the Contractor shall cause them to be removed immediately, and repair and F repaint all damage caused thereby without additional cost to the Owner. BO. PROJECT SIGN 20.1. No project sign is required. 21. INTERRUPTION _O_F_FACILITY _O_PERATIONSs 21.1. This building is vital to the City and must remain operational 24 hours a day, 365 days a year. Consequently, the Contractor shall exercise caution to ensure that NO interruption of normal building activities occurs. The Contractor shall CZEM'i TO! rrINiT)TTTfhb 117171—C:� ' coordinate with the Owner's staff prior to shutting off any electrical device. Any expense incurred by the Owner as a result 3 of this Contract shall be reimbursed by the Contractor. i 22. INTERRUPTION OF FACILITY HVAC OR PLUMBING SERVICES: 22.1. The Contractor shall perform all work without causing interruption of existing HVAC or plumbing services. In the event the interruption of some service may not be avoided, the Contractor shall coordinate this with the Engineer and the Owner well in advance of the requested interruption. Contractor should note that Owner's computer network relies on these systems and any unexpected break in services will be very costly to rectify. Any expense incurred by the Owner shall be reimbursed by the i Contractor. 23. PR©JECT_AREA: 23.1. The Contractor's personnel shall be restricted to the immediate work area, except as allowed under paragraphs "Toilet Facilities" and "Lunch -Room Facilities". azo=i T 01 nn^Ifl 7 T l nPNIc ja 4 4 fT47i_C.. SECTION 01200 - PROJECT MEETINGS 1.1 Before any construction work is started, Contractor shall meet with the Owner's representative and Architect/Engineer to discuss methods and procedures to be followed during the construction period. 2.1 Contractors and SubContractors shall meet at the building site or at some other designated meeting place at such interval as necessary to maintain an optimum degree of communication for the progress of the work. END OF SECTION 01200 PROJECT MEETINGS 01200-1 r s h -- SECTION 01300 - SUBMITTALS 1.1 All submittals shall be made directly to the Architect/Engineer by the Contractor. Adequate time shall be allowed in the submission schedule for transmittal time; in special circumstances, special handling procedures may be used. Exact number of copies of various r, submittals, etc., will be established at the Pre -Construction Conference between the Owner, the Architect/Engineer and the Contractor. r 1.2 Field Measurements: Before ordering any material or doing any work, the Contractor shall verify all measurements on the project and shall be responsible for same. No extra charge or compensation will be allowed due to differences between actual dimensions and the measurements indicated on the Drawings; any difference which may be found shall be submitted to the Architect/Engineer for consideration before proceeding with the work. 1.3 Contractor shall review, stamp with his approval, sign, and submit, with reasonable promptness all shop drawings, samples, and submittal data required by Contract Documents or subsequently by Architect/Engineer as covered by modifications. By approving and submitting shop drawings, samples, and submittal data, Contractor thereby represents that each submitted item meets all Contract requirements. Submittals without stamps and signatures indicating the above will be returned without action by the Architect/Engineer. 2._ R E Q ORU-5.UMMA L..B, 2.1 The Bidder shall, within one week after notification of the Owner's intent to proceed with award of the Contract, submit in duplicate: Two copies of the Performance and Payment Bonds. The Schedule of Values, on AIA Document G702 or acceptable format in accordance with the requirements of the General Conditions.. The list of major subcontractors on AIA Document G805. Certificate of Insurance, AIA Document G705, in accordance with the requirements of the General Conditions. 2.2 The Bidder shall, within two weeks after notice to proceed, shall submit: SUBMITTALS 01300-1 Two copies of Progress Schedule, indicating the date of the beginning and the completion of each major operation and the estimated dollar value of each operation to be completed. 2.3 The Bidder shall submit the required shop drawings and samples at appropiate times in the construction period. Allow sufficient time for submittal review prior to mandatory order date. $., 5_QH..JEV.V1.E_Q E. YA.L,.V_3.: 3.1 A schedule of dollar values shall be submitted to the — Architect/Engineer and Owner. This breakdown shall follow the trade divisions and sections of the Specifications and each item therunder shall include its pro-rata part of overhead and profit so that the sum of the items will equal the contract price. The breakdown will correspond exactly to the items of work in the progress schedule, including the work of any subcontractors. Each item shall be assigned both labor and material values, the sub -total therof equaling the value of the work in place when completed. 4._.M.ARUEA_ 4.1 All shop drawings, samples, etc. shall be grouped together into three separate booklets. Provide booklets containing information from the following specification sections: Architectural Booklet: Specification section 02000 through section 14000. ` Mechanical Booklet: Specification section 15000 through 15910. Electrical Booklet: Specification section 16100 through 16510 4.2 Each booklet shall consist of a three -hole pressboard cover (Smead No. BR129 or equal) with Acco fasteners and compressors. 4.3 ,Booklets shall be labeled on the outside as "Architectural", "Mechanical" or "Electrical 4.4 Provide tabbed dividers for each specification section for which information is required. For example, provide dividers with "15250", "15661 ", etc. tabs. t 4.5 The first page in each divider shall be the Contractor's Submittal Ce rti f i cate. 4.6 Submit a minimum of five sets of each booklet. 5.1 Submit shop drawings and samples with transmittal letter. List any deviation from the requirements of the Contract Documents. 01300-2 SUBMITTALS 5.2 The following supplements the General Condition requirements: r 5.3 Before submitting shop drawings, make certain that work contiguous with and having bearing on the work indicated on shop �..,, drawings is acurately and distinctly illustrated and that the work M complies with the Contract Documents. 5.4 Shop drawing approval will be general. Such approval will not relieve the Contractor of the responsibility for proper fitting, for k construction of work, or for furnishing of materials or work required by Contract and not indicated on shop drawings. 5.5 The approval of shop drawings by the Architect/Engineer shall not be construed as a complete check, but will indicate only that the general methods of construction and detailing is satisfactory. Approval of such drawings will not relieve the Contractor of his responsibility for any error which may exist as the Contractor shall be responsible for the dimensions and design of adequate r" connections, details, and the satisfactory construction of the work. 0., _V.B5.T. T_V.TIQ.N.$....ANQ _ERQD_U_U _Q._T.14. ; 6.1 It is not the intent of Drawings and/or Specifications to limit products to any particular manufacturer nor to discriminate against an "approved equal" product made by another manufacturer. Proprietary products are mentioned to set a definite standard for acceptance and to serve as a reference in comparison with other products. When a manufacturer's name appears in these Specifications or on the Drawings, it is not to be construed that the manufacturer does not have to meet the full requirements of the Specifications or that his standard cataloged item will be acceptable. END OF SECTION 01300 SUBMITTALS 01300-3 CONSTRUCTION FACILITIES L._.4_7.E_I:i..F,..l A.L.; 1.1 Nothing in this Section is intended to limit types and amounts of temporary work required, and no ommission from this Section will be recognized as an indication by Architect that such temporary activity is not required for the successful completion of the work. ..-T.E.M.P_Q.RA,RX.__EIRF--PR4.I.E.CUQNi 2.1 Contractor shall make all provisions for and pay all costs associated with fire protection on this project. 2.2 Fire Extinguishers: Provide types, sizes, numbers and locations as would be reasonably effective in extinguishing fires during early — stages, by personnel at the project site. Provide type A extinguishers at locations of low -potential for either electrical or grease-oil-flamable liquid fires; provide type ABC dry chemical _ extinguishers at other locations; comply with recommendations of NFPA No. 10. Post warning and quick instructions at each extinguisher location, and instruct personnel at project site, at time of thier first arrival, on proper use of extinguishers and other available facilities at project site. �AEE9..im.l?INS.. 3.1 Except as otherwise specified, the Contractor shall furnish at his own cost and risk, ail tools, appartus, hoists, and SubContractors shall arrange with the Contractor for the use of same. 3.2 Temporary equipment shall be installed in such a manner that the finish work will not be damaged. Location and arrangement of temporary equipment shall be subject to the acceptance of the Owner. 3.3 Space is quite limited on the site, consequently, no temporary office building or shack will be allowed anywhere on the site. All storage shall be off the site, unless pre -arranged with the Owner. 3.4 Also the site shall not be considered a "secure" site, i.e. Contractor shall not leave tools or any other component or item unprotected at the site. The Contractor remains solely responsible for his tools as well as all the components of this project until such time that the Owner issues a Certificate of Completion. 4.1 The Contractor shall confine all activities to the work areas and in no way obstruct other parts of the facility. The project site is located in an area where public parking is scarce or non-existent. The Contractor may park company vehicles and equipment used in CONSTRUCTION FACILITIES 01500-1 r r r the course of the project within the area just north of the boiler r•. room, but this area shall NOT be used as general parking for Contractor's or SubContractor's employees. The Owner reserves the right to instruct the Contractor to remove all vehicles from this area If this requirement Is broken. The Contractor, Subcontractor any employees shall park along the street only in those areas designated as such. 4.2 Each Contractor shall properly and effectively protect all materials and equipment furnished by him during and after thier installation. 5.1 It shall be the responsibility of the Contractor to see that the debris and trash resulting from building operations are removed from the area and property from time to time as the job progresses. All scrap from lumber, crating, paper and similar types of trash are to be removed from the building site. Trash is not to be allowed to accumulate for periods of longer than one week; in other words, there must be thorough clean up of the surroundings every week. 5.2 Make legal disposal of trash and debris. Nothing may be burned on site as a method of disposal. 5.3 In the event that the Owner or its representative is fined for the illegal discharge of waste materials, the Owner shall withhold from the final payment to the Contractor an amount equal to treble the r- total of the fines assessed, if the Owner believes that the illegal discharge(s) was due to an action or lack of action by the Contractor. END OF SECTION 01500 r■ 1 .1W i 01500-2 CONSTRUCTION FACILITIES SECTION 01600 - MATERIAL AND EQUIPMENT .L_S.FN.E..RAL; 1.1 Materials and Workmanship: Unless otherwise specified, all — materials shall be new, of the best grade and kind specified. Workmanship shall be of the best recognized standards known to the various trades. 1.2 Transportation and Handling: Methods of crating, transportation, and handling of materials and equipment, on or off the site, shall be such as to assure thier ultimate installation is undamaged and in perfect working condition. 1.3 Storage and Protection: Protect work, materials, equipment and building openings from weather at all times. Provide absolute watertight protection. 1.4 Substitutions: Contractor's request for substitution will be received and considered when extensive revisions to Contract Documents are not required and proposed substitution is in keeping with general intent of the Contract. Documents; when timely, fully documented and submitted; and when o or more of the following conditions is satisfied, all as judged by the Architect/Engineer. Otherwise request will be returned without action except to record -- non-compliance with these requirements: 1.4.1 Where request is directly related to an "or equal" clause or other language of same effect in Contract Documents. 1.4.2 Where required product, material or method cannot be provided within Contract Time, if not as a result of Contractor's failure to pursue the work promply or to coordinate the various activities properly. END OF SECTION 01600 MATERIALS AND EQUIPMENT 01600-1 SECTION 01700 — PROJECT CLOSEOUT .1.--4M.P 4IUMM ACT; 1.1 The Contract will be considered fulfilled with the exception of any maintenance stipulations, bond, or by law, when all work is complete, final inspection has been made, final acceptance and final payment by the Owner. 2..0_E_.BEF.S?@�4MPL.ESI�?!Yi 2.1 Sections or portions of the work considered by the Owner to be in suitable condition may be put to use. Usage of any portion of the work will not be considered as acceptance of the Work by Owner. Contractor shall repair or remove any portion of the work that is defective due to materials or workmanship at his expense. 3._3M $_TA T1AL _QAMPJ-ETID-W 3.1 Contractor shall notify Architect/Engineer at least one week in advance of requested inspection date. Before requesting Architect/Engineer's inspection for certification of Substantial Completion for all or portions of the work, the Contractor shall accomplish the following: 3.1.1 Complete the start-up and testing of systems. 3.1.2 Complete the instruction of Owner's operating/maintenance personnel. 3.1.3 Discontinue and remove from site temporary facilities and services, construction tools, and similar elements. 3.1.4 Prepare (and submit with request for inspection) Progress Payment request showing 100% completion. 3.2 Inspection Procedures: Upon receipt of Contractor's request, f' Architect/Engineer will either proceed with Inspection or advise Contractor of prerequisites not fulfilled. Following initial inspection by Owner, Architect/Engineer, and Contractor, Architect/Engineer will ,... either prepare Certificate of Substantial Completion, or advise i Contractor of Work which must be completed before certificate can be issued. Repeat inspections shall be conducted when requested to verify that work has been substantially completed. Results of completed inspection will form initial "Deficiency List" for Final Inspection. PROJECT CLOSEOUT C61MMIem 4.1 Before requesting Architect/Engineer's final inspection for certification of Final Acceptance and Payment, as required by General Conditions, Contractor shall complete the following and list any know exceptions in request: 4.1.1 Submit Final Payment Requsest with final releases and supporting documentation not previously submitted and accepted. Include certificates of Insurance for products and completed operations where required. 4.1.2 Submit updated final statement, accounting for any changes to Contract Amount. 4.1.3 Submit copy of Architect/Engineer's final deficiency list of Itemized work to be completed or corrected, stating that each item has beer, completed or corrected for acceptance. 4.1.4 Submit warranties, workmanship/maintenance bonds, maintenance agreements, final certifications and other similar documents. 4.1.5 Submit record drawings, maintenance manuals, and similar final record information. 4.1.6 Revise and submit evidence of final, continuing Insurance coverage complying with insurance requirements. 5.1 Upon receipt of Contractor's notice that work has been completed including "deficiency list" items resulting from earlier inspections, Architect/Engineer and representatives of the Owner and Contractor will reinspect the work. Upon completion of reinspection, Architect/Engineer will either prepare certificate of final acceptance or advise Contractor of work not completed as required for final acceptance. Also at this time, the Owner may elect to advise the Contractor, in writing, that conditional acceptance has been made. Conditional acceptance shall relieve the Contractor of responsibility for maintenance, security and insurance on the work. Contractor will still be responsible for performing all the work of the Contract Including correction of all deficiencies noted at the time of conditional acceptance. The Owner shall be entitled to retain from the Contractor's payment an amount commensurate with the work remaining to be accomplished. 6.1 As work progresses, Contractor shall keep a complete accurate record of all changes or deviations from Contract Documents, including Drawings and Specifications indicating the work as actually installed. All such changes shall be neatly and correctly shown on blackline prints of the Contract Drawings or in specifications with appropiate supplemental notes. Record Drawings will be kept at the job site. 01700-2 PROJECT CLOSEOUT L—DAI.,A.—M.AN.UPAL. 7.1 After approval of equipment and materials, and before final acceptance, Contractor shall submit to the Architect a minimum of two (2) sets of data, manuals, parts lists, and instructions necessary for operation and maintenance of such items. Each set of this data shall be collected Into the following two volumes: Approved Submittals/Shop Drawings and Maintenance Manual. 7.2 Approved Submittals/Shop Drawings: Include all submittals and shop drawings as processed during the construction phase. 7.3 Maintenance Manual: Include manufacturer and vendor data, including: manufacturer's operating and maintenance manuals, operation instructions and parts lists. Technical adequacy of this data shall be subject to Architect/Engineer's approval. 7.4 Presentation of Data: Where possible data shall be presented on 8 1/2" x 11" sheets. Foldouts will normally be limited to 11"x17" sheets. Light sensitive production techniques are acceptable. 7.5 Spare parts lists shall be furnished and include repair parts recommended by the manufacturer to assure efficient operation for one year's normal operation following expiration of warranty period. $,. Q,U.APAN-T,EE5, -B,QNDS.-AND_A.FF- DAY_.LT.5a 8.1 Deliver to Architect/Engineer, in duplicate: written guarantees, reports, certificates of inspections, and bonds, as required in the Contract Documents. 8.2 Deliver to Architect, Contractor's Affidavit of Release of Leins and Payments of Debts and Claims, including all SubContractors, vendors, labor, materials and services, executed by an authorized officer and duly notarized. 8.3 Contractor shall and does warrent all work performed by him directly and for which guarantees are required in all sections of this Specification. 8.4 Contractor shall and does warrant and/or guarantee all work for a period of one year from date of completion as edidenced by Final R Acceptance of this work. This provision shall not be considered as conflicting with stated guarantees of longer periods. The guarantees imply and require that faulty materials, workmanship or errors be promptly corrected by Contractor without cost to the Owner. ,.N D..--QLCANING.-AD.Jl-$.TING,._AN.D—Q.P...E.PA_TIQN, 9.1 Refer to General Conditions, Supplementary Conditions, Special Conditions and individual Sections of Specifications for cleaning requirements related to individual trades and cleanup during the course of construction. r� PROJECT CLOSEOUT 01700-3 9.2 The Project shall be left free of debris, construction equipment, ` and surplus material, with all surfaces clean and ready for use by the Owner. 9.3 Contractor will be charged with the ultimate responsibility to see that- buildings, grounds, all piping and equipment are throughly cleaned before final acceptance of the project. Final cleanup includes, but is not limited to the following: 9.3.7 Cleaning of all exposed surfaces of insulation coverings, plumbing, mechanical and electrical fixtures and associated equipment by removing duct, dirt labels, and paint spots. 9.3.8 Lubrication of equipment as required; changing all air filters just before final inspection. 9.3.9 Removal of all dirt, surplus materials, etc. from work area, areas used to access site, and any other area where Contractor may have stored, used or otherwise effected. 9.3.10 Removal of all discolorations from exposed unpainted zinc - coated steel or iron work. 9.3.11 Removal of all litter, trash, debris, temporary fnces, ^ baricades, temporary construction facilities, and waste from the site, leaving the site and premises in an orderly and clean condition. 9.4 The project shall be turned over to the Owner free of concealed garbage, trash and rodent infestation. If any of these are revealed, or odors from them occur, they shall be removed by the Contractor at his expense. 9.5 Test out, adjust, and balance all mechanical and electrical systems for correct operation. 9.6 Accumulate, list, record, and deliver to Owner all specified spare parts and maintenance materials. 9.7 Deliver any keys to Owner with Keying Schedule, each key clearly Identified In relation to Schedule. �r 1 Q.x�T91A..T..I N.; 10.1 Restore areas provided for construction work purposes, including access drives, to thier original condition. Replace damaged curbs, sidewalks, and pavement. 10.2 Entire construction site and adjacent affected areas shall be restored to new, undamaged condition acceptable to the Owner. .1 t.-EI.NA.-EAXM-E.NL 01700-4 PROJECT CLOSEOUT f, .-4 f i 11.1 Submit final Application for Payment in accordance with the terms of the Agreement, indicating adjustment of accounts from original contract amount including: �... 11.1.1 Additions and deductions resulting from change orders. r 111.2 Adjustmnents to cash allowances, if any, with full supporting data. 11.1.3 Deductions for uncorrected work and for liquidated damages, if any. 11.1.4 Submit Consent of Surety to Final Payment, AIA Document G707. END OF SECTION 01700 7 ►w PROJECT CLOSEOUT 01700-5 SECTION 15000 - MECHANICAL GENERAL PART 1 - GENERAL ---------------- 1. GENERAL: 1.1. Every contractor shall be responsible for all his work fitting into place in a satisfactory and neat workmanlike manner in every particular to the approval of the Owner. 1.2. Confer with the General Contractor and other Contractors regarding the location and size of pipes, equipment, fixtures, conduit, ducts, openings, switches, outlets, etc., in order that - there be no interferences between the installation or progress of the work of any Contractor on the project. 1.3. The Mechanical and Electrical Drawings are diagrammatic and shall be followed as closely as actual construction of the building and the work of other trades will allow. All changes from Drawings necessary to make the work of each Contractor conform to the building construction and the work of other trades shall be done at the appropriate Contractor's expense. 1.4. Should any bidder consider that any requirement of these specifications and drawings will make the effective operation of any portion or the whole installation impossible, he must - describe in his bid changes he deems necessary. Failure to do so shall be considered as an agreement on the part of the bidder to guarantee the effective operation of the installation. 1.5. All equipment shall be installed complete with all necessary fittings, supports, accessories, etc., as necessary for a complete installation, providing the desired function. All equipment shall be installed in accordance with manufacturer's recommended procedure unless specifically stated otherwise. 1.6. Nothing in these specifications or drawings shall be construed as directing any contractor from deviating from any legally binding code or ordinance. 1.7. Fuse Bid: This project includes but is not limited the following: 1.7.1. Remove existing heating water system including: steam -to -hot water heat exchangers(3 ea) and associated steam traps, end -of -main traps, MECHANICAL GENERAL 15000-1 r F selected steam piping, heating water pumps, selected heating water piping, existing condensate return pump. 1.7.2. Remove existina(presently abandoned) domestic hot water system including: t water storage tank, domestic hot water circulating pumps, �,. makeup water piping to domestic hot water system, selected domestic hot water piping. 1.7.3. Relocate existing chilled water controls. 1.7.4. Provide new heating water controls. 1.7.5. Provide and install new heating water system including: new heat exchangers, new steam traps, new heating water pumps, new condensate return pump, new steam, condensate, and heating water piping, new controls, new valves. i.e. Alternate #1: This alternate includes but is not limited the following: 1.8.1. Remove existing heating water and chilled water control components and replace with digital control system. 2. SUBMITTALS 2.1. General: The Contractor is required to submit four copies of the following general types of informations r" t. Certificates. Shop drawings/component data. a Maintenace manual. Warrantees. r MECHANICAL GENERAL 15000-2 2.2. Certificates: The Contractor is required to submit to the Engineer five certificates. These items are as follows: A. Certificate of Approval: Contractor shall review all required components for use in this application to ascertain that all items will function as necessary and as designed. Contractor shall include with his equipment submittal a certification that this review has been accomplished. A sample certificate is included at the back of this section. B. Certificate of 1009 completion: This certificate is required so that all interested parties may be contacted to perform the final inspection. See paragraph 9 of this section for additional information. A sample certificate is included at the back of this section. C. Certificate of correction of Final Inspection items: This certificate is required to ensure that ALL Final Inspection items are corrected in a timely manner and to ensure that only one re -inspection is required(the facility is re -inspected after receipt of this certificate to confirm that all items are in fact corrected). In the event this certificate is submitted while some items remain uncorrected(which will require the Owner/Engineer to make additional inspections)., the Contractor shall reimburse the Owner/Engineer for the added expense associated with these unnecessary inspections. This reimbursement shall take the form of $100.00 per inspection after the submission of the "Certificate of correction of Final Inspection items". A sample certificate is included at the back of this section. D. Certificate of Owner instruction: This certificate is required prior to project closeout. This certificate shall be signed by the Owner. See paragraphs S and 10 this section for additional information on this certificate. A sample certificate is included at the back of this section. E. Certificate of Receipt of Loose Items: This certificate is required to ensure that Owner has received all required loose items. This certificate shall be signed by the Owner. A sample certificate is included at the back of this section. 2.3. Shop Drawings/Component. Data: Submittals shall follow the following format: 2.3.1. Submittals shall be assembled in plastic bound 3-ring binder. 2.3.2. Tabs shall be provided for each specification section whether submittals are required for that section or not. Sections which require no submittals shall have the single page inserted which reads NO SUBMITTALS REQUIRED. 2.3.3. Each tab shall display the appropriate specif ication section number. MECHANICAL GENERAL 15000-3 i G #^ 2.3.4. Submittal information shall be organized within each tabbed section in the same order as in spec section. " 2.4. Maintenance Manuals: Furnish for approval three complete Maintenance Manuals for all materials and equipment. Manuals shall follow the following format: 2.4.1. Each manual shall includes Approved shop drawings. Wiring diagrams. Operating instructions. Lubrication instructions. Maintenance instructions. Parts lists. Test reports. 2.4.2. Manuals shall be prepared and delivered to the Engineer's office prior to the date of final inspection. 2.4.3. Each manual shall be 8 1t2" x 11" and bound in a 3 ring binder. Provide tabbed dividers labeled with the above .-r divisions. ` 2.5. Warranties: See Division 1 for information on warranties. 3. MECHANICAL -ELECTRICAL _COORDINATION t 3.1. Unless otherwise specified the Electrical Contractor will r furnish and install`all conduit, wiring, disconnects, starters, P thermal overload heaters, holding coils, remote pushbutton stations.,Hand-Off-Auto and multi -speed switches, and pilot lights for all electrically operated mechanical equipment, including final connections leaving items ready for operation. 3.2. Where starters are an intergral part of the equipment the Electrical Contractor shall furnish and install all wiring and make all final connections to the line side of the starter or disconnect device. All wiring beyond this point shall be by the mechanical contractor furnishing the motor. 3.3. The Mechanical Contractor shall provide all control devices such as thermostats, pressure sensors, humidistats, etc. associated with the mechanical equipment, and shall install those items which due to their method of operation must be connected or integrated into the equipment. Items not attached to mechanical equipment, duct or piping shall be installed by the Electrical j Contractor. All wiring for mechanical control shall be provided and installed by the Electrical Contractor, irregardless of who �.- installed the device. Control diagrams shall be provided by the Mechanical Contractor. 3.4. Each contractor shall consult with the Electrical r Contractor before ordering or installing equipments to coordinate the motor, starter, holding coil, overload, interlocks, etc. and shall be equally responsible to insure that the equipment r MECHANICAL GENERAL 15000-4 C c X installed is of proper size and type. 3.5. After wiring is completed by the Electrical Contractor, each Mechanical Contractor shall inspect the appropriate wiring before motors are operated. If any discrepancies are discovered the Mechanical Contractor shall notify the Owner in writing. The Owner shall arrange to have the changes made as required. After any required chances are complete, the Mechanical Contractor who furnished -the motor shall assume complete responsibility for motor protection during the warranty period including initial startup of each motor. 4. ASBESTOS REMOVAL: 4.1. All asbestos insulation associated with any existing component shown to be removed and all asbestos insulation which will be affected by this project shall be removed. It is the Contractor's responsibility to inspect the site and determine the type and extent of work involved. Removal of asbestos shall be done in strict accordance with EPA, OSHA, and Texas Air Control Board Regulations: EPA - Fr Title 40 Part 61, subparts A and B; OSHA - FR Title 29 Part 1910. 5. CONCRETE_ WORK_ AND PADS 5.1. All concreting, reinforcing, and form work necessary in connection with the construction of pads and the concreting around ducts or raceways shall be provided by the mechanical or electrical contractor, as appropriate. 6. OWNER_ INSTRUCTION 6.1. Each contractor shall instruct the Owner's representative in the operation and maintenance of each system. Instruction periods shall include as a minimum 2 visits of 6 hours per visit. These visits shall be at the convenience of the Owner. Submit a letter signed by the Owner certifying satisfactory completion of instructional activities. 7. FINAL_ INSPECTION 7.1. Final inspection will be made only after the Contractor certifies in writing that the work is 100% complete. 7.2. A representative from each Contractor and sub -Contractor shall be present and shall be prepared to assist the Owner/Engineer in performing the inspection. This shall include the operation of all equipment items, the removal of inspection panels/doors(as requested), etc. 10 7.3. An inspection report describing incomplete/or unacceptable work will be prepared. This will be reviewed with the Contractor at the project site. 7.4. After the incomplete or unacceptable work is 100% corrected the Contractor shall so certify in writing to the Owner. MECHANICAL GENERAL 15000-5 rc B. PROJECT_ CLOSEOUT 8.1. The following requirements must be fully completed before the final application for payment will be accepted or approved. 8.1.1. Final inspection performed and all corrections made. 8.1.2. Submittal of: Maintenance manual. Owner instruction certification letter. Equipment warrantees. Written receipt for all loose items. MECHANICAL GENERAL 1500sZ+-6 CERTIFICATE OF CONTRACTOW S APPROVAL OF SUBMITTED ITEMS I,----------------------`-----------, authorized representative of ----------------------------------(company), has reviewed these submittals and find them to be acceptable for the application intended and approve them for this project. signed: ------------------------------------- title date: --------------------------------------- MECHANICAL GENERAL 15000-7 P- iW CERTIFICATE OF 100% COMPLETION I,________________ ___________9 authorized representative of (company), have inspected the project, and find it to be 100X complete and ready for final inspection. I recognize that certifying the project to be complete prematurely will cause additional expense to the Owner/Engineer and agree to reimburse the Owner/Engineer for this added expense. signed: ..................................... title: date: --------------------------------------- MECHANICAL GENERAL 15000-a CERTIFICATE OF CORRECTION OF FINAL INSPECTION ITEMS I,_____________ ________, authorized representative of ---------------------------------- (company), have inspected the project, and find that all Final Inspection items have been corrected. I recognize that certifying that corrections are complete prematurely will cause additional expense to the Owner/Engineer and agree to reimburse the Owner/Engineer for this added expense. signed: ............................. --------- title: --------------------------------------- date'--------------------------------------- MECHANICAL GENERAL 15000-9 CERTIFICATE OF OWNER INSTRUCTION I, ---------------------------------- _______, authorized representative of _____________________________(Owner), have received hours of instruction concernina the project. signed: ..................................... (Owner) title: --------------------------------------- (Owner) company: ------------------------------------ (Owner) signed: ..................................... (Contractor) title: _________(Contractor) ----------------------------- company:________________ (Contractor) date: --------------------------------------- MECHANICAL GENERAL 15000-10 CERTIFICATE OF RECEIPT OF LOOSE ITEMS I, ______________________ , authorized representative of ___________________(Owner), have received all required loose items associated with the ________________________ project. ` signed:..................................... (Owner) title: --- (Owner) ----------------------------------- company:_________ (Owner) signed: ..................................... (Contractor) - ----------------------------- title: (Contractor) - -------------------------------------- company: .................................... (Contractor) date'---- -------------------------------- END OF SECTION 15000 MECHANICAL GENERAW 15000-1 1 r. u SECTION 15055 - MECHANICAL IDENTIFICATION PART i - GENERAL 1. DESCRIPTION OF WORK: 1.1. Type of identification materials/devices specified in this section include the following: Identification Paint. Plastic Pipe Markers. Engraved Plastic -Laminate Signs: d R. QUALITY ASSURANCE: 2.1. ANSI Standards: Comply with ANSI A13.1 for lettering size, colors, and viewing angles of identification devices. 3. SUBMITTALS_ 3.1. Product Data: Submit product specifications and r" installation instructions for each identification material and d device required. + 3.2. Samples: Submit samples of each color, lettering style and other graphic representation required for each identification material or system. 3.3. Maintenance Material: Furnish minimum of each plastic pipe +5 marker for each piping system. r EeRT_2___PRODUCTS 1 1 4. MECHANICAL_ IDENTIFICATION MATERIALS: 4.1. General: Provide manufacturer's standard products of categories and types required for each application. 4.2. Identification Paint: 4.2.la Identification Paint: Standard identification enamel of �* colors indicated or, if not otherwise indicated for pining systems, comply with ANSI A13.1 for colors. Coordinate colors with Engineer prior to ordering any material. 4.3. Plastic Pipe Markers: G. 4.3.1. General: Provide manufacturer's standard pre-printed, MECHANICAL IDENTIFICATION 15055-1 C c flexible or semi -rigid, permanent, color -coded, plastic -sheet pipe markers, complying with ANSI A13.1. Provide Seton "SetMark" pipe markers type SNA or type STR, or approved equal. 4.3.2. Small Pipes: For external diameters less than 6" (including insulation if any), provide full -band pipe markers, extending 360 dea. around pipe at each location, fastened by one of the followina methods: Laminated or bonded application of pipe marker to pipe (or insulation). 4.3.3. Large Pipes: For external diameters of 6" and larger (including insulation if any), provide either full -band or strip -type pipe markers, but not narrower than 3 times letter height (and of required lenath), fastened by one of the following methods: Laminated or bonded application of pipe marker to pipe (or insulation). Strapped -to -pipe (or insulation) application of semi -rigid type, with manufacturer's standard stainless steel bands. 4.3.4. Lettering: Manufacturer's standard pre-printed nomenclature which best describes piping system in each instance, as selected by Engineer in cases of variance with names as shown or specified. Coordinate exact nomenclature with Engineer prior to ordering any material. Nomenclature shall include: "HWS", "HWR", ".10PSI STEAM", "LO-PRESS. CONDENSATE", "COLD WATER", etc. 4.3.5. Arrows: Print each pipe marker with arrows indicating -- direction of flow, either integrally with piping system service lettering (to accommodate both directions), or as separate unit of plastic. 4.4. Enaraved Plastic -Laminate Signs: 4.4.1. General: Provide enaravina_ stock melamine plastic laminate, complying with FS^L-P-367, in the sizes and thicknesses indicated, engraved with engraver's standard letter style of the sizes and wording indicated, black with white core (letter color) - except as otherwise indicated, punched for mechanical fastening except where adhesive mounting is necessary because of substrate. Thickness: 1/8". Fasteners: Self -taping stainless steel screws, except -' contact -type permanent adhesive where screws cannot or should not penetrate the substrate. 4.4.2. Lettering: Provide nomenclature of equipment items as listed on the drawings including: "HWP-111, "HE-1", 81HWP-216, "HE-21*, "HWP-38', "HE-3", "CP-1", etc. ;MECHANICAL IDENTIFICATION 15055'-2 3 a r rc PART 3 - EXECUTION 5. APPLICATION_ AND INSTALLATION: 5.1. General Installation Requirements: 5.1.1. Coordination: Where identification is to be applied to surfaces -which require insulation, painting or other covering or finish, install identification after completion of covering and painting. 5.2. Piping System Identification: 5.2.1. General: Install pipe color coding and markers on each system, and include arrows to show normal direction of flow: Color Coding: Color code each indicated piping system which is affected by this project. Plastic pipe markers: Provide for each piping system which is affected by this project. 5.2.2. Extent of Color Coding and Pipe Markers: Within the mechanical room: all piping of the steam, steam condensate, domestic cold water, and heating water(supply and return) piping systems, including that piping not modified by this work is also to receive new color coding and new pipe markers. Outside the mechanical room: no color coding or pipe markers are required for existing piping outside the mechanical room. Contractor shall inspect site to determine the scope of work associated with applying color coding and pipe markers to existing piping. 5.2.3. Locate pipe markers as follows: Near each valve and control device. Near each branch; mark each pipe at branch, where there could be question of flow pattern. Near major equipment items and other points of origination and termination. Spaced intermediately at maximum spacing of 251 along each piping run. 5.3. Mechanical Equipment Identification: 5.3.1. General: Install engraved plastic laminate sign on or near each major item of mechanical equipment and each operational device, as specified herein. Provide sicns for the following fo MECHANICAL IDENTIFICATION 15055-3 general categories of equipment and operational devices: Pumps. Heat exchangers. 5.3.2. Lettering Size: Minimum 1/4" high lettering for name of unit where viewing distance is less than 2' -0", i.e. pumps, 1/2" -- high for distances up to 69-0", i.e, heat exchangers. Provide secondary lettering of 2/3 to 3/4 the size of principal _ lettering. 5.3.3. Text of Signs: Name of identified unit, coordinate with Engineer prior to performing this work. _ END OF SECTION 15055 MECHANICAL IDENTIFICATION 15055-4 f SECTION 15060 - PIPE, TUBE, AND FITTINGS PART 1 - GENERAL 1. DESCRIPTION OF WORK: -------------------- 1.1. Components specified in this section include the following: Piping Materials. Pipe/Tube Fittings. Miscellaneous Piping Materials/Products. Piping Specialities. Supports, Anchors and Seals. r 1.2. Piping systems specified here include the followinn: Domestic Water Piping. Steam and Condensate Piping. Heating Water Piping. Miscellaneous drain piping. I, 2. QUALITY_ ASSURANCE: �.. 2.1. Code Compliance: Comply with Standard Plumbing Code pertaining to product materials and installation of supports, anchors, and seals. 2.2. MSS Standard Compliance: Provide pipe hangers and supports of which materials, design, and manufacture comply with ANSI/MSS SP-58. Select and apply pipe hangers and supports, complying with MSS SP-69. Fabricate and install pipe hangers and supports, complying with MSS SP-89. Terminology used in this section is defined in MSS SP-90. 2.3. ANSI Compliance: Comply with applicable ANSI standards pertaining to products and installation of steam, condensate and heating water supply and return piping systems. 3. SUBMITTALS- 3.1. Product Data: Submit catalog cuts, specifications, installation instructions, and dimensioned drawings for each type of pipe, tube, and fitting. 3.2. Product Data: Submit catalog cuts, specifications., ecifications , installation instructions, and dimensioned drawings for each type of support, anchor, and seal. r PIPE, TUBE AND ►=ITTINGS 15060-1 3.3. As -Built Drawinas: Provide as -built drawina_s for each piping system specified. PART 2 - PRODUCTS ----------------- 4. PIPING MATERIALS: 4.1. General: Provide piping materials and factory -fabricated piping products of sizes, types, pressure ratings, temperature ratings, and capacities as indicated. Provide sizes and types matching piping and equipment connections; provide fittings of materials which match pipe materials. Piping components shall be as follows: 4.1.1. Black Steel Pipe: ANSI/ASTM A 53, A 106 or A 120. 4.1.2. Copper Tube: ANSI/ASTM B 88; hard -drawn temper, except as otherwise indicated. 4.1.3. Polyvinyl Chloride Pipe (PVC): ANSI/ASTM D 1785. 5. PIPE/TUBE FITTINGS: 5.1. General: Provide factory -fabricated fittings of type indicated for each service and pipe size. Provide sizes and types matching pipe connection in each case. Fittings shall be as follows: 5.1.1. Steel Pipe: Malleable Iron Threaded Fittings: ANSI B16.3; plain or nalvanized as indicated. Flanges/Fittings: ANSI B16.5; Butt weldina(weld-neck); Raised -face. Wrouaht steel butt -welding. Pipe Nipples: Fabricated from same pipe as used for connected pipe; except do not use less than Schedule 60 pipe where lenath remaining unthreaded is less than 1-1/2", and where pipe size is less than 1-1/2",..and do not thread nipples full length (no close -nipples). 5.1.2. Copper Tube: Wrought -Copper Solder -Joint Fittings: ANSI B16.22. Copper -Tube Unions: Provide standard products recommended by manufacturer for use in service indicated. 5.1.3. Plastic Pipe: PVC/CPVC Pipe Fittings: ANSI/ASTM D 2464 for Schedule 80 threaded fittings; ANSI/ASTM D 2466 for Schedule 40 socket -type; ANSI/ASTM D 2467 for Schedule 80 socket type; PIPE, TUBE AND FITTINGS 15060-2 7 ANSI/ASTM D 2564 far solvent cement; ANSI/ASTM D 2665 for " drain, waste, and vent. f 6. MISCELLANEOUS PIPING MATERIALS/PRODUCTS_• t 6.1. Soldering Materials: Except as otherwise indicated, provide soldering materials as determined by Installer to comply with installation requirements. - Tin -Antimony Solder: ANSI/ASTM B 32, Grade 95TA. Silver Solder: ANSI/ASTM B 32, Grade 96.5TS. r` 6.2. Gaskets for Flanged Joints: ANSI B16.21; full-faced for cast-iron flanges; raised -face for steel flanges, unless otherwise indicated. f 7. PIPING SPECIALITIES: 7.1. Dielectric Unions: Provide standard products recommended by '~" manufacturer for use in service indicated which effectively isolate ferrous from non-ferrous piping (electrical conductance), prevent galvanic action, and stop corrosion. rM f e. PIPING_ HANGERS_ AND SUPPORTS: r„8.1. General: Provide factory -fabricated hangers and supports of the following MSS types listed. Use only one type by one 4 manufacturer for each piping service. Select size of hangers and supports to exactly fit pipe size for bare piping, and to exactly fit around piping insulation with saddle or shield for insulated Piping. Provide copper -plated hangers and supports for copper -piping systems. Select size of vertical piping clamps to r.., exactly fit pipe size of bare pipe. 8.2. Hangers/accessories shall be equal to the following: Adjustable Steel Clevises: MSS Type 1, Fee and Mason figure 239. Steel Turnbuckles: MSS Type 13, Fee and Mason figure 2382. Hanp_er Rod: Fee and Mason figure 267 or 263. Rod Attachment Concrete Plate: B-Line figure B3085. Concrete Anchors: Rawl "Multi -Calk" 8.3. Protection Saddles: MSS Type 39; fill interior voids with segments of insulation matching adjoining insulation. 8.4. Protection Shields: MSS Type 40; of lenoth recommended by manufacturer to prevent crushing of insulation. 6.5. For multiple -parallel pipe lines use manufactured trapeze -type hanger equal to "Uni-strut". Provide pipe clamps and resilient bushinns for all trapeze -supported piping. r 9. PIPING SYSTEM MATERIAL REQUIREMENTS: ------------------------------------ r PIPE, TUBE AND FITTINGS iS060-3 9.1. Provide the followin_a materials for each indicated piping system: 9.1.1. Steam and Condensate Piping Systems: Sizes 2" and Smaller: Schedule 40 black steel pipe with malleable iron threaded fittings. Sizes 2-1/2" and Larger: Schedule 4e black steel pipe with wrouaht-steel buttweldina fittings. ^ 9.1.2. Heating Water Piping Systems: - Sizes 2" and Smaller: Schedule 40 black steel pipe with malleable iron threaded fittinas. Sizes 2-1/2" and Larger: Schedule 40 black steel pipe with wrouaht-steel buttweldina fittings. 9.1.3. Makeup Water Piping System: Type L, hard -drawn copper tube with wrought -copper, solder joint fittings. 9.1.4. Drain Piping System: Standard weight polyvinyl chloride pipe (PVC) with solvent weld fittings. PART _3EXECUTION le. PIPE INSTALLATION: 10.1. Install pipe, tube and fittings in accordance with recognized industry practices which will achieve permanently -leakproof piping systems, capable of performing each indicated service without piping failure. Install each run with minimum joints and couplings, but with adequate and accessible unions for disassembly and maintenance/replacement of valves and equipment. Reduce sizes (where indicated) by use of reducing fittings. Alien piping accurately at connections, within 1/16" misalignment tolerance. 10.2. Locate piping runs, except as otherwise indicated, vertically and horizontally (pitched to drain) and avoid diagonal f' runs wherever possible. Orient horizontal runs parallel with walls and column lines. Locate runs as shown on described _ diagrams, details and notations or, if not otherwise indicated, run piping in shortest route which does not obstruct useable space -or block access for servicing building and its equipment. Hold piping close to walls, overhead construction, columns and other structural and permanent -enclosure elements of building. 10.3. PiDinp System Joints: Provide joints of type indicated in each piping system. 10.3.1. Welded Joints: Weld pipe joints in accordance with PIPE, TUBE AND FITTINGS 15060-4 t recognized industry practice and as follows: 10.3.1.1. Bevel pipe ends at 37.5 deg angle where possible, ` smooth rough cuts, and clean to remove slag, metal particles and dirt. r.. 10.3.1.2. Install welding rings for buttwelded joints. 10.3.1.3. Use pipe clamps or tack weld joints with 1 inch long welds; 4 welds for pipe sizes to 10 inch, 8 welds for pipe sizes 12 inch to 20 inch. 10.3.1.4. Build up welds with stringer bead pass, followed by hot pass, followed by cover or filler pass. Eliminate valleys at center and edges of each weld. Weld by procedures which will ensure elimination of unsound or unfused metal, cracks, oxidation, blow -holes and non-metalic inclusions. 10.3.1.5. Do not weld -out piping system imperfections by tack -welding procedures; refabricate to comply with requirements. 10.3.2. Threaded Joints: Thread pipe in accordance with ANSI B2.1; cut threads full and clean using sharp dies. Ream threaded r ends to remove butts and restore full inside diameter. Apply pipe joint compound, or pipe joint tape (Teflon) where recommended by pipe/fitting manufacturer, on male threads at each joint and tighten joint to leave not more than 3 threads r- exposed. 10.3.3. Solder copper tube -and -fitting joints where indicated, r' in accordance with reconnized industry practice. Cut tube ends squarely, ream to full inside diameter, and clean outside of areas of both tubes and fittings. Insert tube full depth into r, fitting, and solder in manner which will draw solder full depth and circumference of joint. Wipe excess solder from joint before. it hardens. 10.3.4. Flanged Joints: Match flances within piping system, and at connections with valves and equipment. Clean flange faces and install gaskets. Tighten bolts to provide uniform compression of gaskets. 10.3.5. Plastic Pipe/Tube Joints: Complywith manufacturer's instructions and recommendations, and with applicable industry standards: Solvent -Cemented Joints: ANSI/ASTM D 2235, and ANSI/ASTM F 402. r- 11. INSTALLATION_ OF PIPING_ SPECIALTIES_ i 11.1. Dielectric Unions: Install at each piping joint between ferrous and non-ferrous piping. Comply with manufacturer's rk- installation instructions. 12. INSTALLATION OF PIPE HANGERS: ----------------------------- r- PIPE, TUBE AND FITTINGS 15060-5 12.1. Install building attachments at required locations within concrete or on structural steel for proper piping support. Space attachments within maximum piping span length indicated in MSS SP-69. Install additional building attachments where support is required for additional concentrated loads, including valves, flanges, guides, strainers, expansion joints, and at chances in direction of piping. 12.2. Install hangers, supports, clamps and attachments to support piping properly from building structure, comply with MSS SP-69. Arrange for grouping of parallel runs of horizontal piping to be supported together on trapeze type hangers where possible. Install supports with maximum spacings complying with MSS SP-69. Where piping of various sizes is to be supported together by trapeze hangers, space hangers for smallest pipe size or install intermediate supports for smaller diameter pipe size. Provide pipe straps for all trapeze -supported pipe. Do not use wire or perforated metal to support piping, and do not support piping from other piping. 12.3. Install hangers and supports complete with necessary inserts, bolts,, rods, nuts, washers and other accessories. Install hangers and supports of same type and style as installed for adjacent similar piping. 12.4. Load Distribution: Install hangers and supports so that piping live and dead loading and stresses from movement will not be transmitted to connected equipment. 12.5. Insulated Piping: Comply with the following installation requirements. 12.5.1. Shields: Where low -compressive -strength insulation or vapor barriers are indicated on cold or chilled water piping, install coated protective shields. For pipe 8" and over, install insulation saddles. 13. INSTALLATION_ OF STEAM_ SUPPLY_ AND RETURN_ DISTRIBUTION_ PIPING: 13.1. Steam Piping: 13.1.1. Where possible, install piping with 1" min. drop in 20' pipe run in direction of steam flow. Otherwise install with 1" min. drop in 40' pipe run. 13.1.2. Install branch -piping and riser -offsets with 1" min. drop in 109 pipe run in direction of condensate return. 13.1.3. Install branch -piping at top of main, either in vertical direction or at 45 degrees from vertical and perpendicular to main. 13.1.4. Install eccentric reducer where pipe is reduced in size, with bottoms of both pipe and reducer flush. Locate reducers 18" min. distance from branch connections. PIPE, TUBE AND F17 INGS 15060-6 r 13.1.5. Install low pressure drip Peas as required. 13.2. Condensate Piping: 13.2.1. Install condensate piping to return steam condensate collection. Comply with applicable steam -piping installation requirements except install piping with 1" min. drop in 40' pipe run in direction of flow. 13.3. Fabrication and Installation of Steam Pining Components: 13.3.1. Bypass Piping: Except as otherwise indicated, fabricate and install bypass piping using same materials and in same plane as connected piping, but use one size smaller. Include valve in bypass piping. 13.3.2. Drip Least Except as otherwise indicated, fabricate drip -legs from 2" pipe. Install to direct steam vertically downward; include Tee -fitting in vertical pipe;'and install dirt -leg pipe at 160 deg. outlet of Tee -fitting. At 90 deg. outlet of Tee -fitting connect valve, strainer, trap, and second valve. Provide trap with continuous flow capacity of 1.5 lbs. per hr. of condensate per sq. ft. of surface of drained -pipe. Install bypass piping around strainer and trap. Install drip -legs at end of steam header, at low points and at vertical offsets in piping runs where low points do not drain by natural flow, and elsewhere as indicated. Close dirt -leg pipe with cap or coupling and plug. 13.4. Steam and Condensate Equipment Connections: 13.4.1. Install control and bypass valves one size smaller than piping to equipment. 13.4.2. Install check valves where check valves are indicated as vacuum breakers. 13.4.3. Where traps are indicated, install outlet piping of same size as trap. 13.4.4. Connect assemblies with nipples wherever possible. 13.4.5. Provide 3/4" strainer blow -off piping. 14. INSTALLTION_OF_HOT _WATER _DISTRIBUTION _PIPING: 14.1. General: 14.1.1. Install eccentric reducers where pipe is reduced in size in direction of flow, with tops of both pipes and reducer flush. 14.1.2. Install piping level with no pitch. 14.1.3. Locate groups of pipes parallel to each other, spaced to permit applying full insulation and servicing of valves. 14.2. Equipment Connections: Connect hot water piping system to elm i PIPE, .CUBE AND FIT'1INGS 15060-7 mechanical equipment as indicated, and comply with equipment namufacturer's instructions where not otherwise indicated. Install shutoff valve and union on supply and return, drain valve on drain connection. 14.3. Heating Water Branch Connection to Mechanical Room Air Unit: Connect the new heating water branch piping at the air — units existing isolation valves. The existing isolation valves, control valve, guages, etc. are to remain. 15. INSTALLATION OF MAKEUP WATER PIPING: 15.1. Backflow Prevention., Provide indicated backflow prevention as specified. Install in accordance with manufacturer's - recommendations. 15.2. Piping Connection: Connect cold water piping system to mechanical equipment as indicated, and comply with equipment manufacturer's installation instructions. Provide shutoff and bypass valves, pressure regulator, and union as shown. 15.3. Connection to Existing Header: Provide new makeup water piping from existing supply header as shown on the drawings. Provide new isolation gate valve at the header. 16. INSTALLATION OF DRAIN PIPING: 16.1. Install piping as indicated with openings at locations shown. Install piping on mechanical room floor and attach with clamp. 17. CLEANING,_FLUSHING,_INSPECTING: 17.1. General: Flush out piping systems with clean water before proceeding with required test. Inspect each run of each system for completion of joints, supports and accessory items. 18. PIPING TESTS: 18.1. Steam, Condensate, Heating and Makeup Water Piping Test: Provide temporary equipment for testing, including puma and gages. Remove control devices before testing. Test each natural section of each piping system independently but do not use piping system valves to isolate sections where test pressure exceeds valve pressure rating. Fill each section with water and pressurize for indicated pressure and time. 18.1.1. Required test period is 2 hours. 18.1.2. Test each piping system at 100 psi. 18.1.3. Observe each test section for leakage at end of test period. 18.1.4. Test fails if leakage is observed or if pressure drop_ occurs. If there is any pressure drop and no leakage is detected, soap test each joint to determine the source of the PIPE, TUBE AND FITTINGS 150E0-8 r-, r pressure drop. 18.2. Repair piping sections which do fail required piping test, by disassembly and re -installation, using new materials to extent required to overcome leakage. Do not use chemicals, stop -leak compounds, mastics, or other temporary repair methods. 16.3. Drain test water from piping systems after testing and repair work has been completed. END OF SECTION 15060 PIPE, TUBE AND F I T T I NGS 15060-9 C SECTION 15100 - VALVES PART 1 - GENERAL 1. DESCRIPTION OF WORK: 1.1. Types of valves specified in this section include the following: Gate Valves. Globe Valves. Butterfly Valves. Swing Check. 2. QUALITY ASSURANCE: 2.1. Marking of Valves: Comply with MSS SP-25. 2.2. Valve Dimensions: For face-to-face and end -to -end dimensions of flanged or welding -end valve bodies, comply with ANSI B16. 10. 2.3. Valves Installed in Boiler Rooms: Comply with ASME Boiler and Pressure Vessel Code. 2.4. Valve Type: Provide valves of same type by same manufacturer. 3. SUBMITTALS: 3.1. Product Data: Submit catalog cuts, specifications and installation instructions, and dimensioned drawings for each type of valve. Include pressure drop curve or chart for each type and size of valve. Submit valve schedule showing Manufacturer's figure number, size, location, and valve features for each required valve. 3.2. Maintenance Data: Submit maintenance data and spare parts lists for each type of valve. Include this data in Maintenance Manual. PART-2 - PRODUCTS: ------------------ 4. VALVES: 4.1. -General: Provide factory -fabricated valves recommended by manufacturer for use in service indicated. Provide valves of types and pressure ratings indicated, with sizes as indicated, VALVES 15100-1 r and connections which properly mate with p p y pipe, tube, and equipment connections. r' 5. GATE VALVES: 5.1. Packing: Select valves designed for repacking under pressure when fully opened, equipped with packing suitable for intended service. Select valves designed so back seating protects" -packing and stem threads from fluid when valve is fully opened, and equipped with gland follower. 5.2. Comply with the following standards: Bronze Valves: MSS SP-80. Cast -Iron Valves: MSS SP-70. 5.3. For Domestic Water Service: Threaded Ends 2" and Smaller: Class 125, bronze body, screw -in bonnet, rising stem, solid wedge. Provide Nibco S-111 or approved equal. 5.4. For Low Pressure Steam, Steam Condensate, and Heating Water Services: Threaded Ends 1 1/2" and Smaller: Class 150, bronze body, union bonnet, rising stem, solid wedge. Provide Nibco T-134 or approved equal. r^ ` Flanged Ends 2" and Larger: Class 125, iron body bronze mounted, bolted bonnet, rising stem, OS&Y, solid wedge. Provide Nibco F-617-0 or approved equal. 6. GLOBE VALVES_ 6.1. Packing: Select valves designed for repacking under pressure when fully opened, equipped with packing suitable for intended service. Select valves designed so back seating protects packing and stem threads from fluid when valve is fully open, and equipped with gland follower. 6.2. Composition Discs: Where required, provide suitable material for intended service. For stem throttling service, fit composition disc valve with throttling nut. For metal seated globe valves, provide hardened stainless steel disc and seat ring. PIM j 6.3. Comply with the following standards: Cast -Iron Valves: MSS SP-85. .-C Bronze Valves: MSS-80. 6.4. For Domestic Water Service: VALVES 15100-2 C Threaded Ends 2" and Smaller: Class 150, bronze body, union bonnect, rising stem, composition disc. Provide Nibco S-235 or approved equal. 6.5. For Low Pressure Steam Service: Threaded Ends 1 1/2" and Smaller: Class 150, bronze body, union bonnet, rising stem, composition disc. Provide Nibco T-235. Flanged Ends 2" and Larger: Class_ 125, iron body, union bonnet, rising stem, solid wedge. Provide Nibco F-178-B. 7. BUTTERFLY VALVES: ----------------- 7.1. General: Comply with MSS SP-67. 7.2. For HVAC Hot Water Service: Lug Type 2" and Larger: Class 150, cast iron body, lever operated, all -bronze disc, Type 416 stainless steel stem, EPDm rubber seat with metal reinforcing_. Provide Nibco LD-200E-4D-3. S. SWING CHECK VALVES: 8.1. General: Construct pressure containing parts of valves as follows: Bronze Valves, 125 or 150 psi: ANSI/ASTM B 62. Metallic Seated Bronze Valves, 200 or 300 psi: ANSI/ASTM B 61. Iron Body Valves: ANSI/ASTM A 126, Grade B. Comply with MSS SP-71 for design, workmanship, material and testing. 8.2. Construct valves of pressure castings free of any impregnating materials. 8.3. Construct valves of bronze, rearinding, with seating angle 40 deu. to 45 deg., unless composition disc is specified. 8.4. Provide stop plug as renewable stop for disc hancser. 8.5. Construct disc and hanger as separate parts, with disc free to rotate. S.G. Support hanger pins on both ends by removable side plugs. 6.7. For Make -Up Water Service: Soldered Ends 2" and Smaller: Class 125, bronze body, VALVES 15100-3 7 screwed cap, horizontal swine, bronze disc. Provide Nibco S-413-W or approved equal. r` 9. TWIN DISC CHECK VALVE: 9.1. General: Comply with ANSI B16.1 and B16.5. f 9.2. For HVAC Hot Water Service: Flanged Ends 2" and Larger: Class 125; iron body vertical or horizontal swine; stainless steel spring, disc hinge pin, disc stop pin, disc thrust bearing; aluminum bronze disc; bona-n seat. Provide Nibco W-920-W. 10. VALVE FEATURES: 10.1. General: Provide valves with features indicated and, where not otherwise indicated, provide proper valve features as determined by Installer for installation requirements. Comply with ANSI B31.1. 10.2. Flanged: Valve flanges complying with ANSI B16.1 (cast iron), ANSI B16.5, (steel), or ANSI B16.24 (bronze). 10.3. Threaded: Valve ends complying with ANSI B2.1. 10.4. Solder -Joint: Valve ends complying with ANSI B16.16. fin" 10.5. Trim: Fabricate pressure -containing components of valve, including stems (shafts) and seats from brass or bronze ?- materials, of standard alloy recognized in valve manufacturing industry: 10.6. Extended Stem: Increase stem length by 2" minimum, to accommodate insulation applied over valve. 10.7. Tight Shutoff: Butterfly valve designed for flow regulation, and manufacturer to be tight in closed position. PART 3 - EXECUTION ------------------ 11. INSTALLATION: 11.1. General: Except as otherwise indicated, comply with the following requirements: Install valves where required for proper operation of piping r" and equipment including valves in branch lines where necessary to isolate sections of piping. Locate valves so as to be accessible and so that separate support can be �.. provided when necessary. Install valves with stems pointed up, in vertical position where possible, but in no case with stems pointed downward 7 for horizontal plane unless unavoidable. Install valve i drains with hose -end adapter for each valve that must be installed with stem below horizontal plane. r- VALVES 15100-4 Insulation: Where insulation is indicated, install extended -stem valves, arranged in proper manner to receive insulation. _ 11.2. Applications Subject to Corrosion: Do not install bronze valves and valve components in direct contact with steel, unless bronze and steel are separated by dielectric insulator. Install — bronze valves in steam and condensate service and in other services -where corrosion is indicated or can be expected to occur. 11.3. Non -Metallic Disc: Limit selection and installation of valves with non-metallic discs to locations indicated and where foreign material in piping system can be expected to prevent tight shutoff of metal seated valves. 11.4. Renewable Seats: Select and install valves with renewable seats, except where otherwise indicated. 11.5. Fluid Control: Except as otherwise indicated, install gate, ball, and butterfly valves to comply with ANSI $31.1. 11.6. Installation of Swing Check Valves: Install in horizontal position with hinge pin horizontally perpendicular to center line of pipe. Install for proper direction of flow. 11.7. Installation of Twin Disc Check Valve: Install valves in horizontal piping so that the disc hinge pin is in the vertical position. END OF SECTION 15100 VALVES 15100-5 r k I r SECTION 15140 - PUMPS PART 1 - GENERAL g 1. DESCRIPTION OF WORK: -------------------- 1.1. Types of pumps specified in this section include the following: Condensate Return Pump. Frame -Mounted End Suction. 2. QUALITY ASSURANCE_ 2.1. UL and NEMA Compliance; Provide electric motors and products which have been listed and labeled by Underwriters Laboratories and comply with NEMA standards. 2.2. Certification, Pump Performance: Provide pumps whose performances, under specified operating conditions, are certified by manufacturer. r 3. SUBMITTALS_ r. 3.1. Product Data: Submit manufacturer's pump specifications, installation and start-up instructions, and current accurate pump characteristic performance curves with selection points clearly indicated. 3.2. Maintenance Data: Submit maintenance data and spare parts lists for each type of pump. Include this data in maintenance manual. PART 2 - PRODUCTS ----------------- 4. CONDENSATE_ RETURN_ PUMP: 4.1. General: Provide duplex condensate return pump of size and design specified, designed for intended use. 4.2. Casing: Cast iron with top pull-out feature permittimg servicing pump without disturbing pipe connections. Casing shall allow the lowest possible location of impeller to insure against air or vapor binding. 4.3. Shaft: Stainless steel. PUMPS 15140-1 4.4. Seal: Mechanical, with carbon seal ring and ceramic seat. 4.5. Motor: Open, drip -proof, regreasable ball bearings. Provide high efficiency motor. 4.6. Impeller: One-piece bronze casting, hydraulically and dynamically balanced, keyed to shaft and secured with self-locking screw. 4.7. Receiver: Cast iron with low return inlet. 4.8. Seal Piping: Provide between receiver and seat cavity to insure continuous venting. 4.9. Controls: Provide with factory -supplied mechanical alternater for alternating the pumps and to start the second pump if the first should fail or if the flow rate exceeds the capacity of the first pump. 4.10. Accessories: Provide with water nuace. 5. FRAME -MOUNTED END SUCTION PUMPS: -------------------------------- 5.1. General: Provide frame -mounted end suction pumps where indicated, and of capacities and having characteristics as scheduled. 5.2. Type: Horizontal mount, single stage, vertical split case,,_ flexible coupling, base mounted, designed for 175 psi working pressure. 5.3. Casing: Cast iron, 125 psi ANSI flances, tappings for game and drain connections. Provide with bronze replaceable case wear rings. 5.4. Shaft: Steel with replaceable bronze shaft sleeve. 5.5. Bearings: Regreasable ball bearings. 5.6. Seal: Mechanical, with carbon seal ring and ceramic seat. 5.7. Motor: Open, drip -proof, regreasable ball bearings. Provide high efficiency motor. 5.8. Impeller: Enclosed type bronze, hydraulically and dynamically balanced, keyed to shaft and secured with locking screw. 5.9. •Baseplate: Structural steel with welded cross members, and open grouting area. 5.10. Coupling: Flexible, capable of absorbing torsional vibration, equipped with coupling guard. PART _3___EXECUTION PUMPS 15140-2 l� 7 6. INSTALLATION_ OF PUMPS_ 6.1. Install pumps where indicated, in accordance with manufacturer's published installation instructions, with recommended clearances provided for service and maintenance. 6.2. Install base -mounted pumas on minimum of 4" high concrete base equal or greater than 3 times total weight of pump and motor, with anchor bolts poured in place. Set and level pump, grout under pump base with non -shrink grout. 6.3. Provide piping; accessories; hangers, supports and anchors; valves; meters and gages; vibration isolation; and equipment supports; as indicated for complete installation. 6.4. Check alignment, and where necessary, realign shafts of motors and pumps within recommended tolerances by manufacturer, and in presence of manufacturer's service representative. 6.5. Lubricate pumps before start-up. Start-up in accordance with manufacturer's instructions. 6.6. Ensure that pump units are wired properly, with rotation in correct direction, and that pump and motor grounding have been provided. END OF SECTION 15140 PUMPS 15140-3 c SECTION 15170 - METERS AND GAUGES PART 1 - GENERAL 1. DESCRIPTION OF WORK: -------------------- 1.1. Types of meters and oauoes specified in this section include the following: Temperature aaoes. Venturis. Pressure Gages. 2. QUALITY ASSURANCE: 2.1. UL Compliance: Comply with applicable UL standards pertaining to meters and canes. s 2.2. Certification: Provide meters and gaoes whose accuracies, under specified operating conditions, are certified by manufacturer. 3. SUBMITTALS: 3.1. Product Data: Submit catalog cuts, specifications, — installation instructions, and dimensioned drawings for each type venturi and gage. Include scale range, ratings, and certified and calibrated performance curves. 3.2. Maintenance Data: Submit maintenance data and spare parts lists for each type of meter and gage. Include this data in Maintenance Manual. PART 2 - PRODUCTS 4. TEMPERATURE GAUGES: 4.1. Temperature guages are components of the control system and will be replaced under that section of the specifications. 5. VENTURI• 5.1. Provide steel venturi designed to measure flow in heating water systems. Provide Gerand or approved eoual. Provide certification for manufacturer that performance charts are accurate to 1% of flow. Provide with cuage cocks, and metal METERS AND GAUGES 15170-1 PRO identification tag. Provide a portable 6" differential meter of proper range to measure all flows. GAUGES_ r 6. PRESSURE - 6.1. General: Provide pressure gauges of materials, capacities, and ranges indicated, designed and constructed for use in the service indicated. 6.2. Type: General use, 2 1/2% accuracy, ANSI B 40.1 grade A, phosper bronze bourdon type, bottom connection. Provide Ernst Gage Co. figure 23 or approved equal." 6.3. Case: Drawn steel or brass, glass lens, 4 1/2" diameter. 6.4. Connector: Brass with 1/4" male NPT. Provide protective syphon when used for steam service. 6.5. Scale: White coated aluminum, with permanently etched markings. 6.6. Range: Water: O - 60 psi. Steam: a - 30 psi. r" 6.7. Pressure Gauge Cocks; Provide pressure gauge cocks between pressure gauges and gauge tees on piping systems. Construct gauge cock of brass with 1/4" female NPT on each end, and "T" r" handle brass plug. Provide Ernst Gage Co. figure 6 or approved equal. r, PART _3_-_EXECUTION 7. INSTALLATION OF VENTURIS: 7.1. General: Install venturis with sufficient pine between adjacent fittings that accuracy of the device are affected. The minimum distance between venturi and nearest fittinn_ shall be as follows: Entering side: 5 pipe diameters. Departing side: 2 pipe diameters. Venturis installed with less than required clearances will be removed and reinstalled. 7.2. -Locations: Install in the following location, and elsewhere 7 as indicated: 7(- In each heating water piping system. S. INSTALLATION OF PRESSURE GAUGES: r METERS AND GAUGES 15170-2 8.1. General: Install pressure gauges in piping tee with pressure gauge cock, located on pipe at most readable position. Alternate position: Install pressure guages on flanges which have been tapped for this purpose. 8.2. Locations: Install in the following locations, and elsewhere as indicated: At the suction and discharge of each hydronic pump. At the steam inlet of the heat exchanger. END OF SECTION 15170 METERS AND GAUGES 15170 t SECTION 15210 - VIBRATION ISOLATION PART 1 - GENERAL 1. DESCRIPTION OF WORK: 1.1. Types of vibration isolation Products specified in this section include the following: Rubber Flexible Pipe Connectors. 2. SUBMITTALS: 2.1. Product Data: Submit manufacturer's specifications, detailed drawings, performance characteristics data and installation instructions for each type of unit required. 2.2. Shoo Drawings: Submit shoo drawings showing structural r design and details of inertia bases, steel beam bases and other custom -fabricated work not covered by manufacturer's submitted data. PART _2_-_PRODUCTS 3. RUBBER_ FLEXIBLE_ PIPE_ CONNECTORS_ 3.1. Rubber Flexible Pine Connectors: Provide of rubber and butyl construction with integral full-faced duck and butyl flanges, internally steel wire reinforced, and furnished complete with retaining steel rings. Select with temperature and pressure ratings to suit the intended service. Provide "Spanflex" series r- 980 as manufactured by Holz Rubber Co. Inc. PART 3 - EXECUTION 4. APPLICATIONS: 4.1. Rubber Flexible Pipe Connectors: Install in piping systems at the inlet and outlet of each heating water pump. 5. INSTALLATION: r 5.1. General: Except as otherwise indicated, comply with manufacturer's instructions for installation and load application r. to vibration isolation materials and units. E 5.2. Rubber Flexible Pipe Connectors: Install on pump flanges to isolate pump from rest of system. Install piping and valves so r VIBRATION ISOLATION 15210-1 that no weicht is transmitted to flexible pipe connectors and connectors are not compressed. END OF SECTION 15210 VIBRATION ISOLATION 15210-2 i SECTION 15250 - MECHANICAL INSULATION PART 1 - GENERAL 1. DESCRIPTION OF WORK: 1.1. Types of mechanical insulation specified in this section include the following: Piping System Insulation: Domestic Water Piping Systems. Heating Water Piping Systems. Steam and Condensate Piping System. Equipment Insulation: Heat Exchanger. Heating Water Expansion Tanks. 2, QUALITY ASSURANCE: C 2.1. Flame/Smoke Ratings: Provide composite mechanical insulation (insulation, jackets, coverings, sealers, mastics and adhesives) with flame -spread rating of 25 or less, and smoke -developed rating of 50 or less, as tested by ANSI/ASTM E 94 (NFPA 255) method. 3. SUBMITTALS= 3.1. Product Data: Submit manufacturer9s specifications and installation instructions for each type of mechanical insulation. Submit schedule showing manufacturers product number, thickness, and furnished accessories for each mechanical r■ system requiring insulation. 3.2. Maintenance Data: Submit maintenance data and replacement material lists for each type of mechanical insulation. Include this data in maintenance manual. PART 2 - PRODUCTS ----------------- 4. PIPE INSULATION MATERIALS: 4.1. Fiberglass Pipe Insulation: FS HH-I-558, Form D, Type III, Class as indicated. Provide Certainteed "Snap-On ASJ-SSL" molded one-piece fiberglass insulation with K value of 0.23 at 75 deg F. Provide with all service jacket with self -seal lap. 4.1.1. Provide Class 12 for piping where highest temperature does not exceed 450 deg. F (232 deg C). MECHANICAL INSULATION 15250-1 C 4.2. Fiberglass Pipe Fitting Insulation: FS HH-I-558, Form E, Class as indicated. Provide Certainteed "Snap -Form" insulation and premolded fitting covers, or approved equal. 4.2.1. Provide Class 16 for use with Class 12 fiberglass pipe insulation, where temperature does not exceed 450 Deg F (232 deg C). 4.3. Staples, Bands, Wires, and Cement: As recommended by insulation manufacturer for applications indicated. 4.4. Fiberglass Insulation Adhesives, Sealers, and Protective Finishes: As recommended by insulation manufacturer for - applications indicated. 5. EQUIPMENT INSULATION MATERIALS: _ 5.1. Rigid Fiberglass Equipment Insulation: FS HH-I-558, Form A, Class as indicated. Provide two layers of 1" thick "Rigid Wrap" as manufacturered by E.O. Woods of Ft. Worth, Texas. 5.1.1. Provide Class 1(non-load bearing) for temperatures up to and including 400 deg F and where insulation is not subjected to - compressive loading. 5.2. Jacketing Material for Equipment Insulation: Provide pre -sized glass cloth ,jacketing materials, not less than 7.8 ounces per square yard, except as otherwise noted. 5.3. Equipment insulation Compounds: Provide adhesives, cements, sealers, mastics and protective finishes as recommended by insulation manufacturer for applications indicated. PART 3 - EXECUTION 6. PLUMBING_ PIPING_ SYSTEM_ INSULATION_ 6.1. Cold Piping: 6.1.1. Application Requirements: Insulate the following cold plumbing piping systems: Domestic cold water piping. `- 6.2. Insulate each piping system specified above with: Insulation: Fiberglass; 1" thickness. 7. HVAC_PIPING _SYSTEM _INSULATION: 7.1. Insulation Omitted: Omit insulation on steam condensate piping between steam trap and heat exchanger and on unions, flanges, strainers, and flexible connections. MECH'AN l CAL _7 NSULAT: G'�" 7.2. Hot Low Pressure Piping: t 7.2.1. Application Requirements: Insulate the following hot low i pressure HVAC piping systems: �., HVAC heating water supply and return pining. Low pressure steam and condensate piping. Insulate each piping system specified above with: Insulation: Fiberalass; 1 1/2" thick. B. EQUIPMENT INSULATION: 6.1. Application Recuirements:,Insulate the following hot equipment: Heat exchangers. Hot Water Expansion Tanks. Insulate each item of equipment specified above with: Fiberglass; 2" thick for hot surfaces, except 3" thick for heat exchangers. l 9. INSTALLATION _OF_PIPING _INSULATION: 9.1. General: Install insulation products in accordance with manufacturer's written instructions, and in accordance with recognized industry practices to ensure that insulation serves its intended purpose. 9.2. Install insulation on pipe systems subsequent to testina and acceptance of tests. 9.3. Install insulation materials with smooth and even surfaces. Insulate each continuous run of piping_ with full-length units of insulation, with single cut piece to complete run. Do not use cut pieces or scraps abutting each other. 9.4. Clean and dry pipe surfaces prior to insulation. Butt insulation ,joints firmly together to ensure complete and tight fit over surfaces to covered. 9.5. -Maintain integrity of vapor -barrier ,jackets on pipe insulation, and protect to prevent puncture or other damage. } 9.6. Cover valves, fittings and similar items in each piping system with equivalent thickness and composition of insulation as applied to adjoining pipe run. Install factory molded, precut units. G MECHANICAL INSULATION' t C-,c,� .. JG..1L� 3 9.7. Install protective metal shields and insulated inserts at all pipe hangers. 9.8. Pipe Hanger Insulation Inserts: Butt pipe insulation against pipe hanger insulation inserts. For hot pipes, apply 3 inch wide vapor barrier tape or band over the butt joints. For cold piping apply wet coat of vapor barrier lap cement on butt -- ,joints and seal joints with 3 inch wide vapor barrier tape or band. 10. SPECIAL REQUIREMENTS FOR FIBERGLASS INSULATION: 10.1. Cold Piping: Close self -seal lap in accordance with manufacturer9s recommendations. Seal ends of pipe insulation with vapor barrier at all valves, fittings, and at all butt joints. Provide fittings with molded fiber glass covers and secure with 20 gage corosion resistant wire and apply a smoothing coat of insulating cement. Vapor seal with premolded fitting cover. Cover shall overlap the adjoining insualtion and ,jackets shall be sealed at the edges with vapor barrier adhesive. The end of all covers shall be secured with pressure sensitive vinyl tape. Tape shall overlap jacket and the cover one inch. 10.2. Hot Piping: Close self -seal lap in accordance with manufacturers recommendations. Provide fittings with molded fiber glass and secure with 20 gage corrosion resistant wire and apply a smoothing coat of insulating cement. Provide insulating fitting cover for all _ fittings, overlapping adjoining insulation and ,jackets. Mechanically secure covers with serrated -shaft stainless steel tacks pushed into overlapping throat joint. 11. INSTALLATION_ OF EQUIPMENT_ INSULATION_ 11.1. General: Install equipment insulation products in accordance with manufacturers written instructions, and in compliance with recognized industry practices to ensure that insulation serves intended purpose. 11.2. Install insulation materials with smooth and even surfaces and on clean and dry surfaces. Redo poorly fitted ,joints. Do not use mastic or joint sealer as filler for gapping Joints and excessive voids resulting from poor workmanship. 11.3. Do not apply insulation to hot equipment. 11.4. Apply insulation using the staggered joint method for both single and double layer construction, where feasible. Apply each MECHANICAL INGULA771ON 15`50-4 layer of insulation separatly. 11.5. Cover insulated surfaces with glass cloth jacketing neatly fitted and firmly secured. Lap seams at least two inches. 11.6. Do not insulate handholes, cleanouts, ASME stamp, and manufacturer's nameplate. Provide neatly beveled edues at interruptions of insulation. 12. PROTECTION AND REPLACEMENT: --------------------------- 12.1. Replace damaged insulation which cannot be repaired satisfactorily, including units with vapor barrier damage and moisture saturated units. 12.2. Protection: Insulation Installer shall advise Contractor of required protection for insulation work during remainder of construction period, to avoid damage and deterioration. END OF SECTION 15250 r MECHANICAL INSULATION 15250-5 SECTION 15710 - HYDRONIC SPECIALTIES PART 1 - GENERAL 1. DESCRIPTION OF WORK: 1.1. Types of hydronic specialties specified in this section include the following: Pressure Reducing Valve. Automatic Vent Valves. Shot Feeders. Pressure Relief Valves. Flow -measuring Venturi. 2. SUBMITTALS• 2.1. Product Data: Submit catalog cuts, specifications, installation instructions, and dimensioned drawings for each type of manufactured hydronic specialty. 2.2. Shop Drawings: Submit for fabricated specialties, indicating details of fabrication, materials, and method of support. 2.3. Maintenance Data: Submit maintenance data and spare parts lists for each type of manufactured hydronic specialty. Include this data in Maintenance Manual. 2.4. Hydronic Specialty Types: Provide hydronic specialties of same type by same manufacturer. PART 2 - PRODUCTS 3. MANUFACTURED HYDRONIC SPECIALTIES: 3.1. General: Provide factory -fabricated hydronic specialties recommended by manufacturer for use in service indicated. Provide hydronic specialties of types and pressure ratings indicated for each service, or if not indicated, provide proper selection as determined by Installer to comply with installation requirements. Provide sizes as indicated, and connections, which properly mate with pipe, tube, and equipment connections. 3.2. Pressure Reducing Valve: Provide bronze -body low-pressure reducing valve designed to maintain proper water pressure in closed hot water heating system. Provide with cleanable monel strainer, removable cartridge seat assembly, brass working parts HYDRONIC SPECIALTIES 15710-1 heat resistant seat and diaphram and with built-in check valve. Valve shall be preset at factory for 12 psi delivery pressure for an incoming pressure of 45 psi. Provide with adjusting screw allowing field adjustment of from 2 psi to 25 psi. Provide Amtrol automatic "Fast -Fill" valves or approved equal. .. 3.3. Automatic Vent Valves: Provide automatic vent valves designed to vent automatically with float principle, stainless steel float and mechanisms, semi -steel body, pressure rated for 125 psi, 3/4" N. P.T. inlet and 1/2" outlet connections. Provide r Metraflex MV-15 or approved equal. r . 3.4. Shot Feeders: Provide shot feeders of 6 gal. constructed of cast iron or steel, for introducing chemicals in hydronic system. Provide opening on too with screw -on cover for loading, drain valve in bottom, and recirculating valves on side. Provide unions at all valves. Construct for pressure rating of 125 psi. Provide Claypool Pump & Machinery, Inc. #1016 or approved equal. 3.5. Pressure Relief Valves: ASME-approved, iron body angle -type relief valve, designed for intended application. Provide pressure relief at 125 psi. Provide Amtrol or approved equal. 3.6. Flow -Measuring Venturi: Provide screwed brass body(pipe sizes 2" and under) or butt weld zinc -plated steel body(pipe sizes 2 1/2" and up) 1% accuracy venturis at locations indicated. Provide with chained metal tag showing size, location, GPM, and meter reading for specified GPM. Also provide chart showing pressure drop for other flow rates; include this information in maintenance manual. Provide with portable_6" differential meter of proper range to measure flow of intended item. Provide Gerand style "VS" or style "VW-B", or approved equal. PART _3___EXECUTION 4. INSTALLATION OF MANUFACTURED HYDRONIC SPECIALTIES: 4.1. Automatic Vent Valves: Install automatic vent valves at too of each hydronic riser and elsewhere as indicated. Install shutoff valve between riser and vent valve, pipe outlet to suitable plumbing drain, or as indicated. 4.2. Shot Feeders: Install shot feeders on each hydronic system at pump discharge as indicated. Install in upright position with top of funnel not more than 48" above floor. 4.3. Water Relief Valves: Install on water -side of heat exchancers. Pipe discharge to floor. Comply with ASME Boiler and Pressure Vessel Code. 4.4. Venturis: Install venturis no closer than 5 pipe diameters from any fitting or valve. Install in accordance with manufacturer's recommendations. END OF SECTION 15710 HYDRONIC SPECIALTIES 15710-2 SECTION 15715 - STEAM SPECIALTIES PART 1 - GENERAL ---------------- 1. DESCRIPTION OF WORK: -------------------- 1.1. Types of steam specialties specified in this section include the following: Float and Thermostatic Traps. Inverted Bucket Traps 2. QUALITY ASSURANCE: ------------------ 2.1. Steam Specialty Types: Provide steam specialties of same type by same manufacturer. 3. SUBMITTALS• 3.1. Product Data: Submit catalog cuts, specifications, installation instructions, and dimensioned drawings for each type of steam specialty.` Submit schedule showing manufacturers figure number, size, location, rated capacities, and features for each required steam specialty. 3.2. Maintenance Data: Submit maintenance data and scare parts lists for each type of steam specialty. Include this data in maintenance manual. PART 2-- PRODUCTS ----------------- 4. STEAM SPECIALTIES: 4.1. General: Provide factory -fabricated steam specialties recommended by manufacturer for use in service indicated. Provide steam specialties of types, capacities, and pressure ratings indicated for each service, or if not indicated, provide proper selection as determined by Installer to comply with installation requirements. Provide sizes as indicated, and connections, which properly mate with pipe, tube, and equipment connections. 5. FLOAT AND THERMOSTATIC TRAPS: 5.1. General: Provide float and thermostatic traps as indicated, with body and cover constructed of ASTM-A278 class 30 cast iron, desioned so all internal parts are accessible without disturbing piping. Provide thermostatic element of diaphram or bellows type STEAM SPECIALTIES 25715-: i, with stainless steel valve cone and valve seat. Provide stainless steel float mechanisms, with positive snap -action valve mechanism, stainless steel valve and renewable seat. Provide ^ with integral vacuum breaker. Design trap for discharging condensate, air, and other non -condensable gases without loss of steam within the following pressure ranees: 5.2. Low Pressure Traps: -25 Ho to 15 psi. 5.3. Size traps based on capacities at 2 psi differential in accordance with FCI 65-3. 5.4. Provide Armstrong Machine Works "B" series, or approved equal, float and thermostatic traps. 6. INVERTED_ BUCKET_ TRAPS: 6.1. General: Provide inverted bucket trans as indicated, with body and cover constructed of ASTM A-278 class 30 cast iron, pressure rated for 250 psi, designed so all internal parts are accessible without disturbing piping. Construct bucket of stainless steel, and lever mechanism of heat treated stainless steel, operating on knife edges for friction -free performance. Construct removable seats and plungers of heat treated stainless steel. 6.2. Check Valve: Provide integral check valve installed in trap inlet. T y 6.3. Air Vent: Provide integral be -metal auxiliary air vent in top of inverted bucket. .6.4. Size traps based on inlet pressure in accordance with FCI .. 65-3. 6.5. Provide Armstrong Machine Works "General Service" nos. 600-814, or approved equal. PART 3 - EXECUTION 7. INSTALLATION_ OF STEAM SPECIALTIES: 7.1. General: Install steam specialties as indicated, and in accessible locations to permit service. Install in neat and workmanlike manner. Use only wrenches having square flat ,laws, or non-metallic strap wrenches on brass specialties; wrench marks will not be permitted. 7.2. Float and Thermostatic Traps: Install on outlet of each heat exchanger, and elsewhere as indicated. Install strainer r• ahead of trap if not integral with trap, union and gate valve on inlet and outlet. 7.3. Inverted Bucket Traps: Install on outlet of each steam drip as indicated. Install strainer ahead of trap if not integral with trap, union and gate valve on inlet and outlet. r STEAM SPECIALTIES 25715-2 END OF SECTION 15715 C c STEAM SPECIALTIES SECTION 15730 - HEAT EXCHANGERS PART 1 - GENERAL 1. DESCRIPTION OF WORK: 1.1. Types of heat exchangers required for project include the following: Steam -to -water U-tube heat exchangers. 2. QUALITY ASSURANCE: ------------------ 2.1. ASME Code Compliance: Construct heat exchangers in accordance with ASME Boiler and Pressure Vessel Code, Section VIII "Pressure Vessels", Division 1. 2.2. TEMA Standards Compliance: Construct and install heat exchangers in accordance with "Standards of the Tubular Exchanger Manufacturers Association". 3. SUBMITTALS: 3.1. Product Data: Submit manufacturer's specifications for heat exchangers including performance data, materials, dimensions, weights, required clearances, and installation data. Submit Manufacturers' Data Report for Pressure Vessels, Form U-1, as required by provisions of ASME code rules. 3.2. Maintenance Data: Submit maintenance data and parts list for each type of heat exchanger. Include this data in maintenance manual. 3.3. Data Report: A manufacturer's data .report for pressure vessels, form No. U-1 as required by the provisions of the ASME Code Rules, is to be furnished to the Engineer for the Owner. This form must be signed by an authorized inspector, holding a National Board Commission, certifying that construction conforms to the latest ASME Code for pressure vessels for 125 psi design pressure at 375 deg F on the shell side and for 100 psi design pressure at 200 deg F on the tube side. PART _2_-_PRODUCTS 4. STEAM-TO-WATER_U=TUBE_ HEAT_ EXCHANGERS_ 4.1. General: Provide steam -to -water U-tube heat exchangers as indicated, of capacity as scheduled, and as specified herein. HEAT EXCHANGERS 15730-1 /// 4.2. Type: Shell and tube, U-bend removable tube bundle, steam in shell, water in tubes, equipped with mounting leas. 4.3. Materials: Shell: Steel. Tubes: 3/4" 0. D. copper. Heads: Cast iron or steel. Tube Sheets: Steel. Tube Supports: Steel. 4.4. Construction: ASME construction for 125 psi design pressure at 375 deg F (190 deg C). 4.5. Maximum tube velocity: 7.5 ft per sec. 4.6. Provide Bell and Gossett type "SU" or approved equal. PART -3 ---- EXECUTION: _ --------------- 5. STEAM -TO -WATER U-TUBE HEAT EXCHANGERS: 5.1. General: Install steam -to -water U-tube heat exchangers as indicated, and as specified herein. 5.2. Mounting: Mount heat exchangers on existing_ steel racks. Modify existing brackets as necessary to facilitate new heat exchangers. Ensure location allows required clearance for tube bundle removal. 5.3. Steam Piping: Provide piping as indicated, including control valve with 3-valve bypass, strainer, and pressure gage on — inlet; condensate dirt leg, steam trap with 3-valve bypass, strainer and check valve on outlet; air vent or vacuum breaker on shell. _ 5.4. Water Piping: Provide piping as indicated, including union, shutoff valve, and thermometer on inlet; union, shutoff valve, relief valve, and thermometer on outlet. Pipe relief valve outlet to floor drain. 6. SPARE PARTS: 6.1. General: Furnish to Owner, with receipt, one spare gasket for each flanged connection for each heat exchanger. END OF SECTION 15730 HEAT EXCHANGERS 15730-2 .-6 } l SECTION 1590e - PNEUMATIC TEMPERATURE CONTROL SYSTEMS QART_1_a_GENERAL 1. DESCRIPTION OF WORK: 1.1. Heating water systems In this the project the entire heating water control system is to be replaced. 1.2. Chilled water system: In this project the existing chilled water temperature controller and associated components are to be relocated as shown on the drawincns. 2. QUALITY_ ASSURANCE_ �^ 2.1. Electrical Standards: Provide electrical products which have been tested, listed and labeled by UL and comply with NEMA standards. 2.2. Required Manufacturers The existing control system is composed of components designed by Johnson Control Inc. To ensure compatability and ease of maintenance, all new components shall be as manufacturered by Johnson Controls Inc. i 3. SUBMITTALS: 3.1. Product Data: Submit manufacturer's specifications for each control device and compressed air station furnished, including installation instructions and start-up instructions. Submit wiring diagram for each electrical control device. 3.2. Maintenance Data: Submit maintenance data and snare Darts lists for each type of control device, and compressed air stations. Include this data in maintenance manual. 4. DELIVERY,._STQRAGE1,_AND_HANDLING: 4.1. Provide factory shipping cartons for each piece of equipment and control device. Provide factory applied plastic end caps on each length of pipe and tube. Maintain cartons and end caps through shipping, storage and handling as required to prevent equipment and pipe -end damage, and to eliminate dirt and �- moisture from equipment and inside of pipe and tube. Store equipment and materials inside and protected from weather. PART_2___PRODUCTS i 5. MATERIALS AND EQUIPMENT: ------------------------ PNEUk�ATIC TEMP CONTROL SYSTEMS 15900-1 5.1. General: Provide pneumatic temperature control products, conforming to manufacturer's standard materials and componenets as published in their product information; designed and constructed as recommended by manufacturer, and as required for application indicated. Note that the components listed below are suggestions only, the Contractor is responsible for the successful operation of the control system and shall seleect components as necesary to accomplish the desired control sequences. Contractor shall submit for approval data on all control components. 5.2. Air Piping: Seamless copper tubing, Type K or L, ANSI/ASTM B 68; with cast -bronze solder ,joint fittings, ANSI B16.18: or wrought -copper solder -,joint fittings, ANSI B16.22; except brass compression -type fittings at connections to equipment. 5.3. Control Valves: Provide factory fabricated pneumatic -- control valves of type, body material and pressure class indicated. Where type or body material is not indicated, provide selection as determined by manufacturer for installation requirements and pressure class, based on maximum pressure and temperature in piping system. Except as otherwise indicated, provide valve size same as connecting pipe size. Equip control valves with heavy-duty pneumatic actuators, with proper shutoff rating for each individual application. 5.3.1. Linear characteristics with rangeability of 30 to 1, 5.3.2. Single Seated Valves: Provide with stainless steel stem, brass plug and brass seat. Seat shall be replaceable -type. 5.3.3. Packing: Synthetic elastomer U-cups. 5.3.4. Pneumatic Operators: Size pneumatic actuators to operate their appropriate dampers or valves with sufficient reserve power to provide smooth modulating action. Diaphram shall be molded synthetic rubber. 5.3.5. Design valve for 5 psi pressure drop in steam pressure, 35 max steam pressure. 5.3.6. Provide Johnson Controls Inc. valve number V-5252, or approved equal. 5.4. Indicating Controllers: Provide temperature controllers of high capacity receiver controller type, fully adjustable, direct or reverse acting, 2-pipe non -bleed design, capable of accepting 1 or 2 transmitter inputs with separate third input port for local or remote control point readjustment, and adjustable proportional band. Provide direct reading replacement scales to match range on input devices or separate adjustment switches with calibrated dials. 5.4.1. Provide, at each sensing input on controller, 2-1/2" diameter dial indicator with scales to match input range (in deg. F., for convenience in calibration and adjustment. PNEUMATIC TEMP CONTROL SYSTEMS 15900-2 5.4.2. Equip control output air line (branch pressure) with permanently installed 1-1/2" diameter pressure gape. 5.4.3. Provide controllers for equipment room use which have l been designed and constructed to not be affected by high ambient temperatures and humidities; to operate on force balance r•. principle, and to be corrosion resistant for high humidity service. 5.4.4. Provide Johnson Control Inc. T-9002 or T-9006, or approved equal. 5.5. Temperature Sensors: Provide water pipe mounted sensing elements of rod -and tube type for linear output, furnished complete with separable protecting wells filled with heat conductive compound, factory calibrated and tamper -proof. Provide Johnson Control Inc. #T-5210, or approved equal. 5.6. Graphics: Provide frame -mounted control diagram to schematically show system being controlled. Provide protective unbreakable glass cover on glass frame. 5.7. Replacement Materials: Equip pneumatic damper motors, valve f-motors, controllers, thermostats and positioning relays with R replaceable diaphragms and relay mechanisms. 5.8. Electrical Requirements: Provide electric -pneumatic or pneumatic -electric switches, electrical devices and relays that are UL-listed and of type meeting current and voltage characteristics of project. PART 3 - EXECUTION saw 6. CONTROL_ DIAGRAM_ 6.1. Existing Control Diagrams: Control diagrams of the original control system are included at the end of this section for the Contractor's reference. Note that the inclusion of these control diagrams here in no wayimpliesany guarantee that this is the current control scheme. The Contractor shall inspect the site to determine the accuracy of these diagrams. The Contractor shall install new equipment so as to operate with the current control scheme and to interface with existing equipment/controls which are to remain. 7. SITE INSPECTION: ----------------- ', 7.1. Contractor shall make such site inspection as necessary to familiarize himself with the existing control system. These plans -and specifications are schematic only and cannot fully r' describe all features of the existing system. I S. INSTA_L_L_A_T_IO_N_: r" 8.1. -General: Install system and materials in accordance with manufacturer's instructions, roughing -in drawings and details on drawings. Position new controls in an arrangement similar to r PNEUMATIC TEMP CONTROL SYSTEMS 15900-3 C C existing and mount on new control panels as shown on the drawings. Control Air Piping: Provide copper tubing with maximum unsupported length of 3'-0". 8.2. Connect new devices to existina control air tubing_ wherever existing components are to remain. 6.3. Pressure Test control air piping at 30 psi for 24 hours. Test fails if more than 5 psi loss occurs. 8.4. Number -code or color -code tubina. 8.5. Control Wirina: Install in accordance with ANSI/NFPA 70, "National Electric Code 8.6. Install circuits over 25-volt with color -coded No. 12 wire in electric metallic tubing. 6.7. Install circuits under 25-volt with color -coded No. 18 wire with 0.031" high temperature (105 den F (41 C)) plastic insulation on each conductor and plastic sheath over all. B.S. Final Adjustment of Equipment: After completion of installation, adjust thermostats, control va 1 ves, motors and similar equipment provided as work of this section. 8.9. Final adjustment shall be performedby specially trained personnel in direct employ of manufacturer of primary temperature control system. 9. RELOCATION _OF_ EXISTING _ CHILLED_ WATER_ CONTROLLER: 9.1. Relocate the existina chilled water controller to the location shown on the drawinas. Exercise caution to avoid damaa_e to this and any other existing component to remain. Reconnect the controller so that control function similar to existina shall Tema i n. 10. EXISTING COMPONENTS TO REMAIN: 10.1. Interconnect the new control components with the components which are to remain. 11. Not Used. PNEUMATIC TEMP CONTROL SYSTEMS 15900-4 12. DIAGRAMS OF ORIGINAL CONTROL SYSTEMS: 12.1. Control diacrams of the original control system are included for the Contractors reference. Note that the inclusion of these control diagrams here in no way implies any guarantee that this is the current control scheme. The Contractor shall inspect the site to determine the accuracy of these diagrams. The Contractor shall install new equipment so as to operate with the current control scheme. The followinc diactrams are included: Description of Operation of Hot Water Pumps and Converters. Description of Pneumatic Control System of Centravac Compressors. Description of Operation of Multizone Units. This control information is included to show the relationship of the PE switches at each air unit which control the heating and chilled water pumps. Description of control panel. PNEUMATIC TEMP CONTROL SYSTEMS 159021-5 DESCRIPTION OF OPERATI0N OF HOT WATER PUMPS AND CONVERTORS When all valves supplied by the respective hot water pump are in the by-pass position, the pump will be shut off and the convertor valve will be closed. The T-901 thermostat in the zone supply, controlling the convertor steam valve, will be reset by the T-1220 masterstat in the outside so that on a falling outside air temperature the T-901 will be reset to a higher control point. .r C^�d 'RCr SYS^ "S p H T W.&ffl� KIM ti as -152- j4O, 5W ITCHe5 aj i ,- 4c ® 4 ® O FIB 1 I r { i izris�� X� Ma'i"aR S� — sTAl CA Z4-3 V2os�Y I C I �01' kVAc� sr,�A. VI�+LY� .4- # s iu4 3�z���� 23 � , SOG KIT r' i HkPIA M P' S 2+3 SI M I LAB H.V,/. T ,U M t 55 siz)zi w a COt'�AM MAA.NYr- A.G, -.3, AC.-9J � X.C,-13 3" AC.-&, AC-; AG-8, r (This page left blank intentionally) DESCRIPTION OF PNEUMATIC CONTROL SYSTEM OF CENTRAVAC COMPRESSORS TC 1 is_a direct acting temperature controller which raises .its branch pressure on rising temperature. It is supplied with 20 lb air and has its outlet connected to the pilot pressure connections at the bottom of two proportional pressure regulators PR 1 and PR 2. These regulators are gradual, direct acting which means that their output control pressure will vary over the full range in direct proportion to the air fed into them from TC 1. The ratio of the controlled output pressure to the input pressure is set at R to 1. In other words, for each pound of air supplied to the pilot pressure connection at the bottom of either regulator, 2 lb pressure is delivered from the controlled outlet to the CenTraVac in question. This enables each of the CentraVacs to operate over its full capacity range with only one-half the range of the controlled pressure from the temperature controller, thus permitting the two machines to be controlled in sequence. PM This is accomplished by setting one of these regulators to supply from 0-20 lb of control pressure to the first CenTraVac, with a variation of 1-10 lb pilot pressure from the temperature controller, and setting the other regulator so as to supply from 0-20 lb control pressure to the second CenTraVac with a variation of 11-20 lb pilot pressure form the temperature controller. l Since the CenTraVac regulated by PR1 at 1-10 lb would normally be in operation for such longer periods than the one regulated by PR 2, some means of changing the sequence of operation is desired to even up the running time of the two machines. This is accomplished by interchanging the two lines between the regulators and the pilot positioners.of the two CenTraVacs. A manually operated sequence switch with Positions 1-2 and 2-1, as shown in Figure 2, page 3, will select the desired sequence of operation for the two CenTraVacs. It should be noted at this point that although the foregoing pressure settings will apply in most instances, there will be installations where it will be advisable to overlap the settings of the regulators PS 1 and PR 2. This overlapping is usually necessary where the load on the system is such that the second machine repeatedly cuts in and out. r� D:�' 7VI.ITIC i '4P Cr" RCL SYS' �' 'S 1 :;900-0 DESCRIPTION OF INTERLOCK WIRING With the chilled water pump switch in the "auto" position, -� the chilled water pump will run only if at least one of the chilled water valves is calling for cooling. When all chilled water valves are in the by-pass position, the pump will be off. When the chilled water pump is on, it will energize the control circuit to the condenser water pump, cooling tower fan, and centravac compressors. The float switches in the cooling tower basins, will stop the condenser water pumps, cooling tower fan, and compressors if there is no water in either basin. The pressure differential switches across the convertor, and condenser will also shut down the condenser water pumps cooling tower fan, and centravac compressors, if an excessive pressure differential is sensed across either the condenser or the chiller. If the tower basins have sufficient water and the pressure differentials are correct, then the condenser water pump will run continuously or it can be cycled with the ._ compressor thru the condenser water pump switch on the control board. Once either condenser water pump is running, the cooling tower fan will by cycle by the T-751 thermostat _ in the condenser water. The condenser water pump also energizes the control circuit for the centravac which in turn will be controlled as prescribed and directed by controls furnished by the "Trane Co." -- p.r�-r,�� TTr 7777._ `7ROL SvS _ rc I r�Qnn_Q p rAYL:OP- 1 t•JD1ckTM uWiTs 10-Zo Ps l 1 l 15-232 G-152 BUY ® PE. SH/{c.F� wrr& 1-10 Psi I N I-G t75/ - I - -9 SAY Fi , $ � Low V � 1 I F-:j � I I fi- � bi�oRro� I - —1 t'(�� 1. r b-2115 SS F S i?I�1yp�R Pf l�oT- rlorotz {'osrfi o Posrtia�rz 13UL6 i iJ L 4v 1 u cl-- !�-2b� — 15ut4b W-14-Aftic CHI LLet; �►,16_ f?A� GNI�I.�l�' �/K ot.1-oL A! lz (This page left blank intentionally) DESCRIPTION OF OPERATION OF MULTIZOtiE UNITS The outside air damper will open when the unit is started. The room thermostat will on a rising temperature gradually close the hot air damper as the cold air damper gradually opens. The chilled water valve and the hot water valve, thru the multipoint pressure selector, will be controlled from the one with the greatest demand. At any time all zones are exactly on control point both the hot water valve and the chilled water valve will be in the by-pass position. When the valves are in the by-pass position, the respective contact on the G-152 switch will be broken. P`?=J4nTIC TE',?P CC.NT-_L SYST7_-1S 159CC-11 (This page left blank intentionally) aL-rIzoKI F utiirs N5H MrfoLl --rHf T T T �—�N'r�L -zo pst CcijMoL- Ai K I &„ I i i ! • • ! � RNMIMMIUMOMM2MIE MEW to 36 0 0 r� ;Q 0 0 ZZ. I i j 29 �0 0.10 0 0 alam�d® 0 0 0 0: 0 0 0 Q (S) ® EEI M ED i MUNICIPAL BUILDING LUBBOCK, TEXAS LEGEND 1. Temperature - Outside Air 2. Temperature Indoor Cooling Tower Basin 3. Temperature Entering Chiller 01 4. Temperature Leaving Chiller #1 5. Temperature Entering Condenser #1 6. Temperature Leaving Condenser #1 7. Temperature Entering Chiller #2 8. Temperature Leaving Chiller #2 9. Temperature Entering Condenser #2 10. Temperature Leaving Condenser #2 11. Temperature Entering Convertor #1 12. Temperature Leaving Convertor #1 13. Temperature Entering Convertor #2 14. Temperature Leaving Convertor #2 15. Temperature Entering Convertor #3 16. Temperature Leaving Convertor #3 17. H-O-A Condensor Water Pump #1 18. H-O-A Condensor Water Pump #2 19. H-O-A Cooling Tower Fan (Comp. #1) 20. H-O-A Cooling Towr Fan (Comp. #1) 21. H-O-A Cooling Tower F,an (Comp. #2) 22. H-O-A Cooling Tower Fan (Comp. -12) 23. H-O-A Chilled Water Pump 24. H-O-A Hot Water Pump #1 25. H-O-A Hot Water Pump #2 26. H-O-A Hot Water Pump #3 27. A.C. Unit ;I 28. A.C. Unit #2 29. A.C. Unit #3 30. A.C. Unit q4 31. A.C. Unit #5 32. A.C. Unit i6 33. A.C. Unit #7 34. A.C. Unit #8 35. A.C. Unit #9 36. A.C. Unit =10 37. A.C. Unit #11 38. A.C. Unit #12 39. ;k.C. Unit =13 40. High Speed H & V Unit P.L. 41. Low Speed H & V Unit P.L. 42. Boiler #1 43. Boiler #2 44. Summer -Off -Winter Switch Fl & V Unit 45. Control Pressure 46. CentraVac Sequence Switch .,,--• } ' T , "."� T'ATIC CC.: JCL SvS , . :S END OF SECTION PNEUMPTIC TEMP COMTPOt .1 cz cn "Ach i SECTION 15900A - ALTERNATE PNEUMATIC TEMPERATURE CONTROL SYSTEMS PART 1 - GENERAL 1. DESCRIPTION OF WORK: 1.1. Provide field programable digital control system to control the heating water and chilled water control functions. 2. QUALITY ASSURANCE: 2.1. Electrical Standards: Provide electrical products which have been tested, listed and labeled by UL and comply with NEMA standards. 2.2. Warranty: Contractor shall Guarantee the complete operation of the control system for a period of 12 months from the time of acceptance by the Owner. This warranty shall include hardware and software. 2.3. Required Manufacturer: All components shall be as manufacturered by the same control manufacturer. 3. SUBMITTALS_ �- 3.1. Product Data: Submit manufacturer9s specifications for each control device and compressed air station furnished, including installation instructions and start-up instructions. Submit wiring diagram for each electrical control device. i 3.2. Maintenance Data: Submit maintenance data and spare parts lists for each type of control device, and compressed air r" stations. Include this data in maintenance manual. 4. DELIVERY,-_STORAGE,_AND_HANDLING_ 4.1. Provide factory shipping cartons for each piece of I equipment and control device. Provide factory applied plastic end caps on each length of pipe and tube. Maintain cartons and end caps through shipping, storage and handling as required to prevent equipment and pipe -end damage, and to eliminate dirt and moisture from equipment and inside of pipe and tube. Store r^ equipment and materials inside and protected from weather. r _P_AR_T2_- PRODUCTS _ _ 5. GENERAL MATERIALS AND EQUIPMENT: 5.1. General: Provide complete digital control system complete ALTERNATE PNEUMATIC 7EMP CONTROL SYSTEMS 1590OA-1 with electronic and pneumatic temperature control products, conforming to manufacturer's standard materials and componenets as published in their product information; designed and constructed as recommended by manufacturer, and as required for application indicated. 5.2. Air Piping: Seamless copper tubing, Type K or L. ANSI/ASTM B 88; with cast -bronze solder ,joint fittings, ANSI b16.18; or wrought -copper solder -,joint fittings, ANSI B16.22; except brass compression -type fittings at connections to equipment. 5.3. Control Valves: Provide factory fabricated pneumatic control valves of type, body material and pressure class indicated. Where type or body material is not indicated, provide selection as determined by manufacturer for installation requirements and pressure class, based on maximum pressure and temperature in piping system. Except as otherwise indicated, provide valve size same as connecting pipe size. Equip control valves with heavy-duty pneumatic actuators, with proper shutoff rating for each individual application. 5.3.1. Linear characteristics with rangeability of 30 to 1. 5.3.2. Single Seated Valves: Provide with stainless steel stem, brass plug and brass seat. Seat shall be replaceable -type. 5.3.3. Packing: Synthetic elastomer U-cups. 5.3.4. Pneumatic Operators: Size pneumatic actuators to operate their appropriate dampers or valves with sufficient reserve power to provide smooth modulating action. Diaphram shall be molded synthetic rubber. 5.3.5. Design valve for 5 psi pressure drop in steam pressure, 35 max steam pressure. 5.3.6. Provide Johnson Controls Inc. valve number V-5252, or approved equal. 5.4. Sensors: Provide water pipe mounted sensing elements furnished complete with separable protecting wells filled with heat conductive compound, factory calibrated and tamper -proof. Provide outside air sensing elements on supporting brackets factory calibrated and tamper -proof. 5.5. Graphics: Provide frame -mounted control diagram to schematically show system being controlled. Provide protective unbreakable glass cover on olass frame. 5.6, -Replacement Materials: Equip pneumatic damper motors, valve motors, controllers, thermostats and positioning relays with replaceable diaphragms and relay mechanisms. 5.7. Electrical Requirements: Provide electric -pneumatic or pneumatic -electric switches, electrical devices and relays that are UL-listed and of type meeting current and voltage characteristics of project. ALTERNATE PNEUMAT C TE:YiP CONTROL SYSTEMS 15900A-2 d. r 6. DIGITAL CONTROLLER: 6.1. General: Provide control system consisting of previously mentioned general components and field programable digital system controller. Controller shall be micrpprocessor based having r., necessary built-in energy management functions, with built-in display and adjustment panel. 6.2. Networking Capability: The control system shall have at the time of bid the capability of being incorporated into a central network. This network shall consist of a central control station, and remote digital controllers. The central station shall utilize an IBM PC -AT or IBM PC-XT microcomputer(or compatable) and telephone modem for communicating with the remote controllers by normal(non-dedicated) phone lines. The control manufacturer shall have available the necessary software to enable the central control station to interrogate the remote devices and to enable the central controller to reset control points of the remote devices. 6.3. Built -In Control Functions: The digital controller shall have built-in all closed loop control function and the following_ energy management functions: Economizer control, Supply air reset, Supply water reset, Adaptive optimal reset, c Chiller optimimization, Duty cycling., ,r. Calculation of boiler and chiller efficiency, Dead band control, Development of trending of variables, Storage of historical data, Holiday programing. 6.4. Required Control Activities: The control system shall be r-- capable of providing the following control functions: i 6.4.1. Heating Water: Control of steam valves at each heat „ exchanger from input of immersion temperature sensors located in the heating water supply piping. The control system shall allow the reset of supply water temperature based on outside air conditions. 6.4.2. Chilled Water: Control of chiller load controller from input -of immersion temperature sensors located in the chilled �.- water supply piping. The control system shall allow alternating the operation of the two chillers. 6.4.3. Cooling Tower Control: Control of condensing water bypass valves and fans to maintain optimal chiller operation. 6.5. Required Inputs: The control system shall have(as a r ALTERNA"A c PNE-LIMA-i IC f Ens? CONTROL SYSTEMS 1590OA-3 minimum) the followina inputs: 6.5.1 Heating water sensors: Provide HWS and HWR sensors for each eating water loop(6 total analog points). 6.5.2. Chilled water sensors: Provide CHS and CHR sensors at each chiller(4 total analog points). 6.5.3. Condensina water sensors: Provide CS and CR sensors in the piping at each chiller(4 total analog points). 6.5.4. Outside air sensor: Provide sensor to measure the outdoor dry bulb temperature(1 analog point).. 6.5.5. Outside wetbulb sensor: Provide sensor to measure the outdoor wetbulb temperature(1 analog point). 6.5.6. Motor "run" contacts: Provide auxillary contacts to reflect that the starters of the following devices have closed: Heating water pumps(3 total digital inputs). Chilled water pump(1 digital input). Condensing water pumps(2 total digital inputs). Chillers(2 total points). Coolina towers(2 total points). 6.5.7. Auxillary inputs: The control system shall include any additional inputs necessary to achieve the desired control sequence. 6.6. Required Outputs: The control system shall have(as a minimum) the followina outputs: 6.6.1. Pump control: Start/stop of all pumps(6 total maintained Outputs). 6.6.2. Chiller control: Auto/stop of chillers(2 total maintained Outputs). 6.6.3. Cooling tower control: Auto/stop of cooling tower fans(2 total maintained outputs). 6.6.4. Heating water control valve control: Modulation of heating water control valves(3 total momentary outputs). 6.6.5. Chiller load control: Modulation of chiller controllers(2 total momentary outputs). 6.6.6. Condenser water control valve: Modulation of condenser water control.valve(1 momentary output). 6.6.7. Auxillary outputs: The control system shall include any additional outputs necessary to achieve the desired control sequence. 6.7. Control Panel Characteristics: The digital controller shall ALTERNATE PNEUMATIC TEMP CONTROL SYSTEMS 1590OA-4 I have the followina: C 6.7.1. Built-in six character digital display, visible through window. 6.7.2. Capability to display control variables, analog r.. variables, binary conditions from normal operation scans. 6.7.3. Visible LED's for indication of operational mode, for indication of alarms, and for indication of auxillary function keys. 6.7.4. Keyboard containing numerical keys for calling up points and variables, special dedicated keys(for such functions as manual -auto, test, etc.) and two unique, owner programable keys for special software functions. 6.7.5. Capability of adjusting proportional gain, integral rate, velocity and acceleration constants(associated with incremental control). 6.7.6. Capability to reset on/off values of two -position control. 6.8. Information in ROM(Read Only Memory): The digital control system shall have the following information built into the its ROM: 6.8.1. All necessary mathematic, logic and utility functions. 6.8.2. All standard energy calculations and control functions. 6.9. Information in RAM(Random Access Memory): Field programs shall be stored in battery -backed up RAM. 6.10. Point Capacity: The digital control system shall have 8 binary and 15 analog inputs and 8 momentary and 16 maintained outputs. The system shall have the capability of being expanded by adding additional field interface units which shall operate through the systems processor. 6.11. Calibration Compensation: To maintain Iona -term analoe accuracy in the controller sensing circuits, the control system shall sense the voltage being supplied to the resistance sensing element and shall compensate for power supply chances due to lone -term drift and due to ambient temperature drift. 6.12. Battery -Backup: The digital control system shall be supplied with a minimum of 30 hours of battery backup. r-• 6.13. Default Operating Procedure: The dicital control system shall have the capability of identifying the reliability or unreliability of all variables. The system shall flash the variable whenever one is identified as unreliable and shall use FC default values until the variable is corrected. 6.14. Diagnostics: The digital control system shall built-in F ALTER,NiA T _ PI�;J�'A'i =� "_=Y;? t: CNTROL SYSTEMS _ �'?Z'�'A-5 non-destructive self -test procedure for checking indicator lights, digital displays, and memory. The system shall display advisories for maintenance, performance and/or software problems. 6.15. Serviceability: All electronics shall be plug-in type locally -stocked modular boards. All boards shall be replaceable without disconnecting field wiring or tubing. 6.16. Housing: The digital control system components shall be assembled within a 16 gauu_e cold rolled steel cabinet with corrosion resistant finish. Plastic cabinets and enclosures are unacceptable. 6.17. Program Avalibility: All ROM programs shall be furnished unlocked. PART 3 - EXECUTION 7. CONTROL DIAGRAM: ---------------- 7.1. Control diagrams of the original control system are included at the end of section 15900. Note that the inclusion of these control diagrams there in no way implies any guarantee that this is the current control scheme. The Contractor shall inspect the site to determine the accuracy of these diagrams. The Contractor shall install new ecuipment so as to overate with the current control scheme and to interface with existing equipment/controls which are to remain. S. SITE INSPECTION: 8.1. Contractor shall make such site inspection as necessary to familiarize himself with the existing control system. These plans and specifications are schematic only and cannot fully describe all features of the existing system. 9. EXISTING_ COMPONENTS TO REMAIN: 9.1. The control system shall interconnect with the existinc chillers and their load controlers. 10. INSTALLATION: 10.1. General: Install system and materials in accordance with manufacturer's instructions, roughing -in drawings and details on drawings. 10.5. Location of Digital Control Panel: The digital control panel and any auxillary panels required(for additional point ,,capacity) shall be located in existing control room adjacent to the mechanical room. Coordinate location of panels with Engineer and Owner prior to installing any equipment. Wall space is.limited within the control roam and depending on the configuration and size, the control panel may have to be located in the mechanical room. If this occurs locate ALTCRNA7E P,N U,`YJA7.X -;-_=v;P CGi\'TRDL SYSTEMS 15` 0OA-6 the panel on the mounting board shown on the drawings or as i directed by the Owner or Engineer. Coordinate installation prior to beginning work. r 10.3. Installation of Digital Control Panel: Contractor shall install the digital control equipment in accordance with �.. manufacturer's written instructions, providing any and all components, including but not limited to new Dower sources U—solated grounded circuits), surge supressors, mounting devices, etc. necessary for complete operation. Contractor shall provide a fully programed system capable of providing the desired control functions. Contractor shall closely coordinate this item with Engineer and Owner prior to performing any i programing so that reprograming shall not be necessary. a 10.4.. Existing Control Panel: Existing panel -mounted dial �,. indicators which become surplus as a result of this work(i.e. devices whose existing temperature probes are being removed and replaced with sensors) shall be abandoned in the panel and an indicating tape provided over the face of the euage which reads #� "See Digital Panel". Existing panel -mounted control switches shall remain with wiring as existina(i.e. pumps might be started from existing control panel or from new digital panel). 10.5. Control Air Piping: Provide copper tubing with maximum unsupported length of 3'-01'. 10.6. Pressure Test control air piping at 30 psi for 24 hours. Test fails if more than 5 psi loss occurs. 10.7. Number -code or color -code tubing. 10.8. Control Wiring: Install in accordance with ANSI/NFPA 70, ,.. "National Electric Code". 10.9. Install circuits over 25-volt with color -coded No. 12 wire in electric metallic tubing. - i 10.10. Install circuits under 25-volt with color -coded No. 18 wire with 0.031" high temperature (105 deg F (41 C)) plastic r-insulation on each conductor and plastic sheath over all. 10.11. Manufacturer -Written Programs: A.representative of the digital control system manufacturer shall write all necessary programs to enable the digital control system to operate in accordance with the prescribed sequence of control. These programs shall be supplied to the Owner in the form of typed copies of the input. 10.12. Owner -Instruction: The Contractor shall allow for 16 r- hours of Owner instruction on the Digital Control System in addition to the instruction period required in section 15000. This instruction shall be provided by an authorized manufacturer's representative and shall be accomplished in no less than four separate training sessions. f 10.13. Operating Manuals Three copies of the manufacturer's Y' ALTERNATE PlN�EUYA'i _IC 7-EXP CONTROL SYSTEMS 159ZZ0A-7 operations manual for the Digital Control System shall be provided to the Owner. 10.14. Final Adjustment of Equipment: After completion of installation, adjust thermostats, control valves, motors and similar equipment provided as work of this section. 10.15. Final adjustment shall be performed by specially trained personnel in direct employ of manufacturer of primary temperature control system. END OF SECTION 15900A AL T ERNA7` PNEUMATIC TE'M;P CONTROL SYSTEMS 59Z0,A-6 s SECTION 16000 - GENERAL ELECTRICAL REQUIREMENTS 1 PART 1_-_GENERAL 1. GENERAL 1.1. Every Contractor shall be responsible for all his work fitting into place in a satisfactory and neat workman -like manner in every particular to the approval of the Owner. 1.2. Confer with the General Contractor and all other Contractors regarding the location and sizes of pipes, equipment, r" fixtures, conduit, ducts, openings, switches, outlets, etc., in order that there may be no interferences between the installation or the progress of the work of any Contractor on the project. r-- The Architectural Drawings shall take precedence over the Mechanical and Electrical Drawings. 1.3, The Mechanical and Electrical Drawings are diagrammatic and shall be followed as closely as actual construction of the building and the work of other trades will permit. All changes from the Drawings necessary to allow for the work of other trades '- shall be done at the appropriate Contractor's expense. 1.4. Should any bidder consider that any requirements of the �,. Specifications and/or Drawings will make the effective operation of any portion or the whole installation impossible, he must embody in his proposal, stipulation for any changes which he deems necessary. The failure to do so shall be considered as an agreement on the part of the Bidder to guarantee the effective operation of said installation. 1.5. All equipment shall be installed complete with all necessary fittings, supports, accessories, etc., as necessary for a complete installation, providing the desired function. All equipment shall be installed in accordance with Manufacturers' recommended procedures unless specifically stated otherwise. :=s 1.6. Nothing in these Specifications and/or Drawings shall be construed as directing any Contractor from deviating from any legally binding code or ordinance. �-- 1.7. Base Bid: This project includes but is not limited the following: 77C 1.7.1. Remove existing heating water system including: steam -to -hat water heat exchanners(3 ea) and associated steam traps, r` ELECTRICAL GENERAL -I600ei end -of -main traps, selected steam piping, - heating water pumps, selected heating water piping, existing condensate return puma. 1.7.2. Remove existing(presently abandoned) domestic hot water system including: water storage tank, domestic hot water circulating pumps, _ makeup water piping to domestic hot water system, selected domestic hot-water piping. 1.7.3. Relocate existing chilled water controls. 1.7.4. Provide new heat ina water controls. 1.7.5. Provide and install new heating water system including: new heat exchangers, new steam traps, new heating water pumps, new condensate return pump, new steam, condensate, and heating water piping, new controls, new valves. 1.8. Alternate #1: This alternate includes but is not limited the following: 1.6.1. Remove existing heating water and chilled water control components and replace with digital control system. 2. SUBMITTALS 2.1. General: The Contractor is required to submit four copies of the following general types of information: Certificates. Shop drawings/component data. Maintenace manual. rLECTR T C L GENJERAL 16000-2 CERTIFICATE OF CONTRACTOR'S APPROVAL OF SUBMITTED ITEMS I,______________________N__________, authorized representative of _________-________________________(company), has reviewed these submittals and find them to tie acceptable for the application intended and approve them for this project. signed: ..................................... title: date: --------------------------------------- ELECTRICAL GENERAL 16000-7 CERTIFICATE OF 100% COMPLETION I,----------------------------------, authorized representative of -------------(company), have inspected the project, and find it to be 100% complete and ready for final inspection. I recognize that certifying the project to be complete prematurely will cause additional expense to the Owner/Engineer and agree to reimburse the Owner/Engineer for this added expense. _ signed: - title: date: ELEC ; R I CAL GENERAL CERTIFICATE OF CORRECTION OF FINAL INSPECTION ITEMS I,_____ __________,;._________________, authorized representative of _____________________________ _____(company), have inspected the project, and find that all Final Inspection items have been corrected. I recognize that certifying that corrections are complete prematurely will cause additional expense to the Owner/Engineer and agree to reimburse the Owner/Engineer for this added expense. signed: - ------------------------------------- title- '-------------------------------------- date: --------------------------------------- ELECTRICA` GENERAL i 6000-9 c CERTIFICATE OF OWNER INSTRUCTION I,__________________________________1 authorized representative of _ ________ _ _______________________(Owner), have received ________ hours of instruction concerning the - ............................. project. signed:..................................... (Owner) title: ---------------------------------=----(Owner) company: ................................ ----(Owner) signed: ..................................... (Contractor) title: (Contractor) -- company: ------------------------------------ (Contractor) date:--------------------------------------- — ELECTRICAL GENERAL 16000-1.0 C i f C CERTIFICATE OF RECEIPT OF LOOSE ITEMS d i _— Ie---------------------------------- , authorized representative of R ' ------------------------------ ____(Owner), have received all required loose items associated with the ________________________ �- project. signed: ------------------------------------- (Owner) r title: (Owner) company:____________ ----------------------- _(Owner) E signed: ______________________________(Contractor) title: (Contractor) company:____________________ _____(Contractor) `l`` date:---------- END OF SECTION 16000 r i ELECTRICAL GENERA 1 6Q100-1 1 C SECTION 16110 - WIRING PART 1 - GENERAL 1. DESCRIPTION OF WORK: 1.1. Types of wiring componemts specificied in this section include the followina: Raceways. Conductors. Boxes and Fittings. 2. Scope: The scope of this project includes, but is not limited to the followina: Provide new wiring, conduit, supports, etc. to serve the new heating water pumps, the condenstae return pump and the necessary control items. This new wiring shall entend from the motor starter location to the new pump(i.e. the existing feeder piping from the panelboard to the motor starter shall be reused). Provide new wiring, conduit, supports etc. as necessary to support the temperature control system. 3. QUALITY ASSURANCE: 3.1. NEMA Compliance: Comply with applicable requirements of NEMA standards pertaining to raceways. 3.2. UL Compliance and Labeling: Comply with provisions of UL safety standards pertaining to electrical raceway systems; and provide products and components which have been UL-listed and labeled. 3.3. NEC Compliance: Comply with requirements as applicable to construction and installation of raceway systems. 3.4. NEC Compliance: Comply with NEC as applicable to construction and installation of electrical wire, cable and connectors. 3.5. UL Compliance: Comply with UL standards pertaining to wire, cable and connectors. 3.6. UL Labels: Provide electrical wires, cables, and connectors which have been UL-listed and labeled. WIRING 16110-1 3.7. NEC Compliance: Comply with NEC as applicable to construction and installation of electrical wirina boxes and fittings. f t 3.8. UL Compliance: Provide electrical boxes and fittings which r.. have been UL-listed and labeled. t f t 4. SUBMITTALS: 4.1. Product Data: Submit manufacturer's data includin_a specifications, installation instructions and General recommendations, for each type of raceway required. 4.2. Product Data: Submit manufacturer9s data on electrical wire, cable and connectors. PART 2 - PRODUCTS ----------------- 5. METAL CONDUIT AND TUBING: ------------------------- 5.1. General: Provide metal conduit for.each service indicated. r► 5.2. Raceway components shall be as follows: 5.2.1. Rigid Steel Conduit: FS WW-C-0581 and ANSI C80. 1 5.2.2. Rigid Metal Conduit Fittings: FS W-F-408. 3 5.2.3. Electrical Metallic Tubing(EMT): FS WW-C-56� and ANSI r- C60. 3. 5.2.4. EMT Fittings: FS W-F-408. 5.2.5. Liquid -Tight Flexible Metal Conduit: Provide liquid -tight t flexible metal conduit; construct of single strip, flexible, continuous, interlocked, and double -wrapped steel; galvanize inside and outside; coat with liquid -tight jacket of flexible polyvinyl chloride (PVC). 5.2.6. Liquid -Tight Flexible Metal Conduit Fittings: FS W-F-4061 Type 1, Class 3, Style G. 6. WIREz_CABLE_AND CONNECTORS 6.1. General: Provide wire, cable and connectors of manufacturers standard materials, as indicated by published product information; designed and constructed as recommended by manufacturer, and as required for the installation. r► 6.2. Wire: Provide factory -fabricated wire of sizes, ratings, materials and types indicated for each service. UL Type: THHN. UL Type: THW. Material: Copper. WIRING 16110-2 C c 11 C Conductors: Solid (AWG 20 to AWG 8 Conductors: Concentric -lay -stranded Outer Covering: Thermoplastic. 7. FABRICATED BOXES: ----------------- only). (standard flexibility). 7.1. Junction and Pull Boxes: Provide Galvanized code-aace sheet steel junction and pull boxes, with screw -on covers; of types, shapes and sizes, to suit each respective location and installation; with welded seams and equipped with stainless steel nuts, bolts, screws and washers. 7.2. Conduit Bodies: Provide Galvanized cast -metal conduit bodies, of types, shapes and sizes, to suit respective locations and installation, construct with threaded -conduit -entrance ends, removable covers, and corrosion -resistant screws. 7.3. Bushings, Knockout Closures, and Locknuts: Provide corrosion -resistant punched -steel box knockout closures, conduit locknuts and malleable iron conduit bushings, offset connector, of types and sizes to suit respective uses and installation. PART 3 - EXECUTION ------------------ 8. INSTALLATION OF ELECTRICAL RACEWAYS: 8.1. Provide new conduit from the motor starter location to the new pumps. Contractor shall investigate the site to determine the level of difficulty of installing new conduit to the existing motor starter enclosure. 8.2. Install electrical raceways where indicated; in accordance with manufacturer's written instructions, applicable requirements of NEC and NECA "Standard of Installation", and complying with recognized industry practices. 8.3. Complete installation of electrical raceways before starting installation of cables/wires within raceways. 8.4. Install liquid -tight flexible conduit for motor connections, and for other electrical equipment connections where subject to movement and vibration. S. INSTALLATION OF WIRE AND CABLE: ------------------------------- -9.1. General: Install electrical cables, wires and connectors as indicated, in compliance with manufacturer's written instructions, applicable requirements of NEC and NECA's "Standard of Installation", and in accordance with recognized industry practices. 9.2. Coordinate cable and wire installation work with electrical raceway and equipment installation work, as necessary for proper interface. `vJiRING h 6 1 1 0-.3 n 6 . 9.3. Pull conductors together where more than one is being installed in a raceway. 9.4. Use pulling compound or lubricant, where necessary; compound must not deteriorate conductor or insulation. 9.5. Use pulling means, including fish tape, cable or rope which cannot damage raceway. 9.6. Keen conductor splices to minimum. 9.7. Install splices and tapes which have mechanical strength and insulation rating equivalent -or -better than conductor. 9.8. Use splice and tap connectors which are compatible with conductor material. 9.9. Color Coding: Provide conductors with colored insulation complying with the following schedule: Phase A: Red. Phase H: blue. i" Phase C: Black. Neutral: White. Ground: Green. Control Wiring: yellow All service, feeder and branch conductors are to be so coded. 10. ADJUSTING AND CLEANING: 10.1. Upon completion of installation of raceways, inspect interiors of raceways; remove burrs, dirt and construction debris. 11. FIELD QUALITY CONTROL: 11.1. Prior to energization, test cable and wire for continuity of circuitry, and also for short circuits. Correct malfunctions when detected. 11.2. Subsequent to wire and cable hook-ups, energize circuitry and demonstrate functioning in accordance with requirements. 12. APPLICATION: 12. 1. Conduit: 12.1.1. Rigid Steel: Provide for all power wiring and/or where abuse might be expected. I 12.1.2. EMT: Provide for all control wiring. r 12.2. Conductors: 12.2.1. THW: Provide for all power circuits and otherwise as r WIRING 16a 10--4 required by NEC due to site conditions. 12.2.2. THHN: Provide for all control wiring circuitry, except _ where restricted by NEC. END OF SECTION 16110 WIRING 2E1 �iZ►-S t PART 1 - GENERAL 1. 2. SECTION 16170 - MOTOR STARTERS DESCRIPTION OF WORK: -------------------- Replace the existing motor starters. QUALITY ASSURANCE: 2.1. UL Compliance and Labeling: Provide motor starter units which have been UL-listed and labeled. 3. SUBMITTALS_ },,.. 3.1. Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations, for each motor starter. !� PART _2___PRODUCTS 4. MOTOR STARTERS: 4.1. General: Provide motor starters and ancillary components; which comply with manufacturer's standard materials, design and construction in accordance with published product information, and as required for complete installation. 4.2. Provide full -voltage magnetic starters of types, sizes r' ratings, and NEMA sizes indicated. Eauip starters with block type manual reset overload relays. Mount starters in existing NEMA type 1 enclosure. PART 3 - EXECUTION ------------------ 5. INSTALLATION OF MOTOR STARTERS: ------------------------------- r' 5.1. Install new motor starters in existing enclosures and connect to existing feeder wiring, in accordance with manufacturer's written instructions, applicable requirements of 7" NEC, NEMA standards, and NECA's "Standard of Installation", and in compliance with recognized industry practices to ensure that products fulfill requirements. r ` 5.22. Coordinate with other work including motor and elec rxcal wiring/ cabeling work, as necessary to interface installation of motor starters with other work. Y:O SR STARTERS 161700-1 C c END OF SECTION! 16170 MOTOR STARTERS i SECTION 16180 - POWER DISTRIBUTION: PART 1 - GENERAL 1. DESCRIPTION OF WORK: -------------------- 1.1. Connect feeders for new pumps to existing branch circuits. 1.2. Provide new fuses for existing pump safety switches. 2. QUALITY ASSURANCE: 2.1. UL Compliance: Comply with applicable UL safety standards pertaining to all power distribution devices and accessories, and provide components which have been UL-listed and labeled. 2.2. NEC Compliance: Comply with NEC as applicable to installation of ppwer distribution components. 3. SUBMITTALS: 3.1. Product Data: Submit manufacturer's data including_ specifications, installation instructions and general recommendations, for each power distribution component. PART 2 - PRODUCTS 4. OVERCURRENT PROTECTIVE DEVICES: r" 4.1. General: Except as otherwise indicated, provide fuses of types, sizes, ratings, and average time/current and peak let -through current characteristics indicated, which comply with manufacturer's standard design, material, and contruction in accordance with published product information, and with industry standards and configurations. 4.2. Class RK1 and Class J Current -Limiting Fuses: Provide UL Class R1 and Class J current -limiting fuses rated 250 V, 60 Hz, 200 amperes, with 200,000 RMS symmetrical interrupting current rating for protecting circuit breakers. 5. GROUNDING_ SYSTEMS_ 5.1. General: Ground new equipment throughly inaccordance with NEC. PART _3___EXECUTION e S. INSTALLATION OF OVERCURRENT PROTECTIVE DEVICES: ,POWER DISTR Bu" IGN -E:i60 6.1. install overcurrent protective devices as indicated, in accordance with the manufacturer's written instructions and with _ recognized industry practices to ensure that protective devices comply with requirements. Comply with NEC and NEMA standards for installation of overcurrent protective devices. 6.E. Coordinate with other work,- including electrical wiring -- work, as necessary to interface installation of overcurrent protective devices with other work. 7. GROUNDING SYSTEM INSTALLATION: 7.1. Install electrical arounding systems in accordance with - manufacturer's written instructions and with recognized.industry practices. Comply with requirements of NEC, NECA and NEMA standards for installation of aroundina and around -fault - protection systems and devices. END OF SECTION 16180 SPECIAL CONDITIONS 9 r r -43- (This page left blank intentionally) r Warrantees. 2.2. Certificates: The Contractor is required to submit to the Engineer five certificates. These items are as follows: A. Certificate of Approval: Contractor shall review all required components for use in this application to ascertain that all items will function as necessary and as designed. Contractor shall include with his equipment submittal a certification that this review has been accomplished. A P- sample certificate is included at the back of this section. B. Certificate of 100% completion: This certificate is r- required so that all interested parties may be contacted to perform the final inspection. See paragraph 9 of this section for additional information. A sample certificate is _ included at the back of this section. C. Certificate of correction of Final Inspection items: This certificate is required to ensure that ALL_ Final Inspection items are corrected in a timely manner and to ensure that only one re -inspection is required(the facility is re -inspected after receipt of this certificate to confirm r.. that all items are in fact corrected). In the event this certificate is submitted while some items remain uncorrected(which will require the Owner/Engineer to make additional inspections), the Contractor shall reimburse the Owner/Engineer for the added expense associated with these unnecessary inspections. This reimbursement shall take the_ form of $100.00 per inspection after the submission of the r "Certificate of correction of Final Inspection items". A sample certificate is included at the back of this section. D. Certificate of Owner instruction: This certificate is required prior to project closeout. This certificate shall be signed by the Owner. See paragraphs 8 and 10 this section for additional information on this certificate. A sample certificate is included at the back of this section. E. Certificate of Receipt of Loose Items: This certificate is required to ensure that Owner has received all required loose items. This certificate shall be signed by the Owner. A sample certificate is included at°the back of this section. 2.3. Shop Drawings/Component Data: Submittals shall follow the following format: 2.3.1. Submittals shall be assembled in plastic bound 3-ring_ binder. 2.3.2. Tabs shall be provided for each specification -section whether submittals are required for that section or not. Sections which require no submittals shall have the single page P" inserted which reads NO SUBMITTALS REQUIRED. 2.3.3. Each tab shall display the appropriate specification f"` ELECTRICAL GENERAL 60100-3 section number. 2.3.4. Submittal information shall be organized within each tabbed section in the same order as in spec section. 2.4. Maintenance Manuals: Furnish for approval three complete Maintenance Manuals for all materials and equipment. Manuals -- shall follow the following format: 2.4.1. Each manual shall include: Approved shop drawings. Wiring diagrams. Operatina instructions.. Lubrication instructions. Maintenance instructions. — Parts lists. Test reports. 2.4.2. Manuals shall be prepared and delivered to the Engineer's office prior to the date of final inspection. 2.4.3. Each manual shall be 8 1/2" x 11" and bound in a 3 rin_a binder. Provide tabbed dividers labeled with the above divisions. 2.5. Warranties: See Division 1 for information on warranties. 3. MECHANICAL -ELECTRICAL COORDINATION 3.1. Unless otherwise specified, the Electrical Contractor will furnish and install all conduit, wiring, disconnects, starters, thermal overload heaters, holding coils, remote pushbutton stations, Hand -Off -Auto and multi -speed switches, and pilot liahts for all electrically operated mechanical equipment, including final connections leaving items ready for operation. 3.2. Where starters are an intergral part of the equipment the Electrical Contractor shall furnish and install all wiring and make all final connections to the line side of the starter or disconnect device. All wiring beyond this point shall be by -the Mechanical Contractor furnishing the motor. 3.3. The Mechanical Contractor shall provide all control devices such as thermostats, pressure sensors, humidistats, etc., associated with the mechanical equipment, and shall install those items which due to their method of operation must be connected or integrated into the equipment. Items not attached to mechanical equipment, duct or piping shall be installed by the Electrical Contractor. All wiring for mechanical control shall be provided and installed by the Electrical Contractor, irregardless of who installed the device. Control diagrams shall be provided by the Mechanical Contractor. 3.4. Each Contractor shall consult with the Electrical Contractor before ordering or installing equipment, to coordinate ELECTRICAL GENERAL 16000-4 r f r- the motor, starter, holding coil, overload, interlocks, etc. and shall be equally responsible to insure that the equipment installed is of proper size and type. 3.5. After wiring is completed by the Electrical Contractor, each Mechanical Contractor shall inspect the appropriate wiring before motors are operated. If any discrepancies are discovered, the Mechanical Contractor shall notify the Owner in writing. The Owner shall arrange to have the chances made as reauired. After any required changes are complete, the Mechanical Contractor who furnished the motor shall assume complete responsibility for motor protection during the warranty period including initial startup of each motor. 4. ASBESTOS REMOVAL: ----------------- 4.1. All asbestos insulation associated with any existing component shown to be removed and all asbestos insulation which will be affected by this project shall be removed. It is the Contractor's responsibility to inspect the site and determine the type and extent of work involved. Removal of asbestos shall be done in strict accordance with EPA, OSHA, and Texas Air Control Board Regulations: EPA - Fr Title 4e Part 61, subparts A and B; OSHA - FR Title 29 Part 1910. 5. TESTING 5.1. It shall be the responsibility of this Contractor to furnish all testing equipment and labor necessary to perform any_ tests required to ensure a proper and correct installation. 5.2. All wires, wiring devices, electrical apparatus, or lighting fixtures furnished under this contract, if grounded or shorted, shall be removed and the trouble corrected. 6. DEMONSTRATION OF COMPLETED ELECTRICAL SYSTEMS 6.1. Demonstrate the essential features of the following electrical systems to the Owner: Electrical systems controls 8 equipment. Electrical power equipment. Motor control devices. Relays. Starting devices. 6.2. Each system shall be demonstrated once only., after completion of testing and acceptance.` 6.3. The demonstrations shall be held upon completion and acceptance of all systems at a date to be agreed upon in writing by the Owner or his Representative. 6.4. The demonstrations shall be held by this Contractor in the presence of the Owner, and/or his Representative and the ELECTRICAL GENERAL i 6000-v C C Manufacturer's Representatives. 6.5. Demonstrate the functions and locations (in the structure) of each system, and indicate its relationship to the Riser Dianrams and Drawings. 6.6. Demonstrate by "start -stop operation how to work the controls, how to reset protective devices, haw to replace fuses, and what -to do in case of emergency. 6.7. Submit a certificate of completed demonstration, countersigned by the Owner. 7. CONCRETE_ WORK_ AND PADS 7.1. All concreting, reinforcing, and form work necessary in connection with the construction of pads and the concreting around ducts or raceways shall be provided by the mechanical or electrical contractor, as appropriate. B. OWNER_ INSTRUCTION 8.1. Each contractor shall instruct the Owner's representative in the operation and maintenance of each system. Instruction periods shall include as a minimum 2 visits of 8 hours per visit. These visits shall be at the convenience of the Owner. Submit a letter signed by the Owner certifying satisfactory completion of instructional activities. 9. FINAL_ INSPECTION 9.1. Final inspection will be made only after the Contractor certifies in writing that the work is 100% complete. 9.2. An inspection report describing incomplete or unacceptable work will be prepared. This will be reviewed with the Contractor at the project site. 9.3. After the incomplete or unacceptable work is 100% corrected the Contractor shall so certify in writing to the Owner. 10. PROJECT_ CLOSEOUT 10.1. The following requirements must be fully completed before the final application for payment will be accepted or approved. Final inspection performed and all corrections made. Submittal of: Maintenance manual. Owner instruction certification letter. Equipment warranties. Written receipt for all loose items. ELECTRICAL GENERAL !6000-6 TO: NOTICE OF ACCEPTANCE The City of Lubbock, having considered the proposals submitted and opened on the _day of 198_, for work to be done and materials to be furnished in and for: 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 day of 198 at the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer- tificates of insurance, and all other documents specified and required to be executed and furnished under the con- tract 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 re- tained by the City of Lubbock. CITY OF LUBBOCK Owner's Representative -44- (This page left blank intentionally) f k The actual work schedule for this contract is between May 1, r` 1990 and September 1, 1990. All work must be completed between this period. (This page left blank intentionally)