HomeMy WebLinkAboutPR 15820: CONTRACT WITH CENTERLINE CONSTRUCTION FOR CITY HALL HVAC UPGRADES
PUBLIC WORKS DEPARTMENT
COUNCIL ACTION MEMO
TO Stephen B. Fitrgibbons, City Manager -
FROM Ross E. Blackketter, P.E., Directorof Public Works
SUBJECT P.R. #15820 -Approve Contract with Centerline Construction for City Hall
HVAC Upgrades
DATE March 30, 2010
RECOMMENDATION:
I recommend that the City Council approve Proposed Resolution No. 15820, approving a
contract with Centerline Construction Services, Inc. for City Hall and Annex HVAC
Upgrades in a total amount of $840,365. '
BACKGROUND:
The City of Port Arthur has been allocated a $541,300 Energy Efficiency and
Conservation Block Grant. In addition to this grant, the City is receiving a Supplemental
Environmental Project grant in the amount of $900,000. For the second phase of the
project, the Ciry advertised for bids for City Hall and Annex HVAC Upgrades. We
received three (3) bids, with the bid from Centerline determined to be the lowest and
most responsive.
BUDGETARY/FISCAL EFFECT:
Funding is available in ENG001, 135-1209-531.82-00.
EMPLOYEELAFF EFFE[:Te
-None.
SUMMARY
I recommend that the City Council approve Proposed Resolution No. 15820, approving a
contract with Centerline Construction Services, Inc. for City Hall and Annex HVAC
Upgrades in a total amount of $840,365.
L-, , ~~~
Ross E. Blackketter, P.E.
Director of Public Works
-REBEceb-- _ .... _ . _ ... _ . -- _ _ _ .
Z:\engineer\documents\CgMS\Centerline CH HVAC.Cont.doa
P.R. No. 15820
03/30/10 reb
RESOLUTION NO.
A RESOLUTION- AUTHORIZING THE. IXECUTION OF A CONTRACT
BETWEEN THE CITY OF PORT ARTHUR AND CENTERLINE
CONSTRUCTION SERVICES, INC OF BEAUMONT, TEXAS FOR-THE
CITY HALL AND ANNEX HVAC UPGRADES IN THE AMOUNT OF
$840,365. PRO]ECT ENG001,135-1209-531.82-00.
WHEREAS, the City advertised in the Port Arthur News on 28 February 201D
and on 07 March 2010 for the City Hall and Annex HVAC Upgrades; and,
WHEREAS, three (3) bids were received and opened on 24 March 2010 for the.
above referenced Contract and has been evaluated by Public Works and the design
engineer; now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:'
THAT the City Council of the City of Port Arthur hereby awards the bid for
construction of.the~itacJ-1a11_and-Annex kIVAC-Hpgrades-to-thelowest-res onsi e GidcTr
to wit: Centerline Construction Services, Inc. of Beaumont, Texas as shown on Exhibit
"A" attached hereto and made a part hereof; and, '
THAT the City Manager of the City of Port Arthur is hereby authorized and
directed to execute on behalf of the City, a Contract between the City of Port Arthur
and Centerline Construction Services, Inc.; and,
THAT the contract. is awarded- for the amount of $840,365, attached. hereto as
Exhibit °B"; and,
I ^ THAT, a copy of~the caption of this Resolution be spread upon the Minutes of
the. City Council.
P.R. No. 15820
Page 2 ~-
READ, ADOPTED AND APPROVED this the
2010 at a
vote: Ayes: Mayor:
Councilmem
day of A.D..
meeting of the City of Port Arthur, Texas by the following
Attest:
Mayor
City Secretary
APPROVED AS TO FORM:
~ ~
ity Attorney
APPROVED AS TO AVAILABILITY OF FUNDS:
Deborah Echols, CPA
Director of Fnance
P.R. No. 15820
Page 3
APPROVED FOR ADMINISTRATION:
Stephen B. Fitzgibbons
City Manager
~. ~~
Ross E. Blackketter, P.E.
Director of Public Works
,,~,~/~
Shawna Tubbs
Purchasing Manager
Z:\engineer\documents\Resoludons\PR15820.doc
EXHIBIT A
A/ECHES mar=
EN6/NEERS ~
,
.
~~.~~r~.s~~~ ,
.
.,
Mazch 30, 2010
Mr. Ross E. Blackketter, P_.E.
DrrectorofPublic Works
City of Port Arthur
PO Box 1089
Port Arthur TX 77641
Re.: City Hall and Annex
HVAC Upgrade
Neches Engineers Project.#09400
Deaz Mr. Blackketter:
Attached is a copy of the Bid Tabulafion and bid forms for the above referenced project.
Eleven companies attended the pre-bid conference and 3 bids were received.
After review of all proposals, Neches Engineers recommends that the project be awazded
to Centerline Construction Services Inc. in the amount of Eight Hundred and Forty
Thousand Three Hundred and Sixty Five Dollars ($840,365.00), this price includes
removal of chiller.
Please contact our office if we maybe of further assistance.
Sincerely,
J M. Noddi
oject Manager
ches Engineers '
+1 409 860 7168
BH) TABULATION
CITY OF PORT ARTHUR
CITY HALL & ANNEX
HVAC UPGRADE
MARCH 24, 2010 @ 3:00 PM
Neches Engineers' Project No. 09400
CONTRACTOR BOND ADDENDUM
RECEIVED BIDFORM
BASE BID SCHEDULE
Centerline Constrnctioo
Services Inc ~ Yes
- ~ Yes $833,901
+6,464(remove chiller) 150 days
C & I Mechanical Ltd. Yes No $1,220,0011 None
dSfC Mechanical Inc Yes Yes $881,183 245 days
<.
EXHIBIT B
^ ~~
CONTRACT
THIS AGREEMENT, made this 06~ day of Anril .2010 and between the City of Port
Arthur, Port Arthur, Texas herein called the "Owner" acting herein through its Chairman, and Centerline
Construction Services Inc. of Jefferson County and State of Texas ,hereinafter called "Contractor".
WITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned, to be
made and performed by the OWNER, the Contractor hereby agrees with the OWNER to commence and
complete the constructon described as follows:
CTfY OF PORT ARTHUR
City Hall and Aanea HVAC Upgrades
hereinafter called'the "Project", for the sum of Eight Hundred and Fortv Thousand Three Hundred and
Sixty Five Dollazs ($840,365.00), this price includes removal of chiller and all extra work in
connection therewith, under the tents as stated in the General and Special Conditions of the Contract; and
at his (its or their) own proper cost and expense, to furnish all the materials, supplies, machinery,
ec~uiprr~ent,So91s, superintendents,.labor,-insuranceand-ether accessories-and services-neeessaryto
complete the said project in accordance with the conditions and prices stated in the Proposal, the General
Conditions, and Special Conditions of the Contract, the Plans, which include all maps,. plans, prints, and
other drawings and printed or written explanatory matter thereof, and the Specifications and Contract
Documents therefore as prepared by Neches Engineers and as enumerated in the General Conditions, all of
which are made a part hereof and collectively evidence and constitute the contract. The Contractors hereby
agree to commence work trader this contract on or before a date to be specified in a written 'Nofice to
Proceed" by the OWNER and to fully complete the project within 150 consecutive calendar days
thereafter: The Contractor further agrees to pay, as liquidated damages, the sum of $210.00 for each
consecutive calendar day thereafter as hereinafter provided in the General Conditions of the contract. T'he
Neches Engineers
Port Arthur Ciry Hall HVAC Upgrade
Project #09400
Page 6
OWNER agrees to pay the. Contractor in current funds for the performance of the contract, subject to
additions and deductions, as provided in the General Conditions ofthe-Contract.
IN WITNESS WFIEREOF, the parts to these presence have executed this contract three (3) counterparts,
each of which shall be deemed in original, in'the year and day first above mentioned.
CITY OF PORT ARTHi TR
(Owner)
BY
and
r
Centerline Construction Services Inc..
PO Box 21265
Beaumont, TX 77720
BY
('T'itle)
NOTE: If Contractor is a corporation, Secretary should attest:
Neches Engineers
Port Arthur City Hall HVAC Upgrade
Project #09400
Page 7
"STATE OF TEXAS °
COUNTY OF
Before me,-the undersigned authority, personally appeazed that affiant and a8er having been duly sworn, did
depose and state that:.
My name is and I am `
(State position held in the firm)
in the firrn of
(State firm name and address)
and I have the authority to execute contracts in behalf of the aforesaid firm, and have the authority to execute
this contract pursuant to its terms and conditions.
(Signature)
Subscribed and sworn to before me this- day of __ __ _ _.__24 __.___ .
Notary Public in and
County, Texas"
NechesEngineers
PoR Arthur City Hail HVAC Upgrade
Project 809400
Page 8
BID PROPOSAL FORM
•
• ;CITY OF PORT ARTHUR
I ' • City Hall and Annex HVAC Upgrades
(Write price of each item in words and in numbers.)
A. BASE BID:
,. as
Section 1 HVAC Prepazationwork ..............................:......::$
- 6a
Section 2 HVAC Equipment Remove & Replace ..........:::....$
~, Section3 Control system upgrades ........................................$ ,~~ ~ • d~
Section 4 HVAC Equipment & Ducts .............°
Section 5 Demo & Removal ..................:...............................$ w~ 2. ~~
B. Unit Prices (For Adds & Deducts)
Ductwork (Material &Labor) ...........:............................$ g3 . ~ ~ LF.
pp £Irilled-Wat~r~rptng ..:_:.- ......... ....:.:.: _::..::~ ~~ ~b LF.
-1-
Hot Water Piping .................................:.......:.:...............$ ~. /C3 LF. ~-so2~
C. CALENDAR DAYS REQUIRED TO COMPLETE THE WORK (BASE BID). l ~ days.
D.. Biddenrs nshall acknowledge receipt of the following addenda:
NAME OF COMPANY ~~s ow ~tik ~~ ~l,nlisa>\ CX2i•t1t~~t.~,
ADDRESS ~- D. Qa-~212_CQS~~.~~-77720,
i PxoNE ~~ ' 8~ ~ - 3''~b~c~~~
t REPRESENTATIVE ~ ~ • It~~~~'~~ ~~
I (Name and Ti e) ~ •
f Neches Engineers
Port Arthur Ciiy Hatl and-Annex HVAC Upgrades
Project #09400
Page 5
- a
BID PROPOSAL FORM
CITY OF PORT ARTHUR
City Hall and Annex HVAC Upgrades
(Write price of each item in words and in numbers.}
A. BASE BID:
L`+
II~
Section 1 HVACPreparafionwork .......................................$ ~ /~~
- c
Section 2 HVAC Equipment Remove & Replace .................$ ~3~~ ~35 ~
... oa
Section 3 Control system upgrades ........................................$ ~ 7~ ~g~~
Section 4 HVAC Equipment &Ducts ...................................$ ~, 7> ~ . ba
Section 5 Demo &Removal .............:.................................$ 45'c. , ~ ~
TOTAL BAS PRICE .................. ..................... $ 3 b t . C
B. Unit Prices {For Adds 8c Deducts)
Ductwork (Material &Labor) ..:.....................................$ g~ ~ ~~
Chilled Water Piping .....:...............................................$ ~ ~~ 7 ~ _ LF.
Hat Water Piping .........................................................:.$ ~ . I b LF. ,
E C. CALENDAR DAYS REQUIRED TO COMPLETE THE WORK (BASE BID). ! rj ~ days..
D. ~ Bidders shall acknowledge receipt of the following addenda:
3- -2oca
n~
NAME OF COMPANY ~ o.Ycr~r~~.
r ADDRESS -Ds ~~I~aS. QA.Qttu~aaq~,f~_ 77'J2D
I PHONE _ ~ -'S(Q (~- ~ `rc/
REPRESENTATIVE ~ ~- f~ ,~~_ ~,c~¢~~i ~.
I ame and itle) ~
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 5
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we Centerline Construction Services. Inc. as principal, hereinafter
called the Principal, and SURETEC INSURANCE COMPANY, 5000 Plaza on the Lake, Suite 290, Austin, TX
78746, as Surety, hereinafter called the Surety, are held and firmly bcund unto City of Port Arthur as Obligee,
hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid (5% G.A.B .) for the payment
of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, eXecutors,
administrators, successors and. assigns, jointly and severally, frmly by these presents.
WHEREAS, the principal has submitted a bid for Port Arthur City Hall & Annex HVAC Upgrade.
NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as
specified in the bid, enter ihto a contract in writing or, in the event of the failure of the Principal to enter into such
Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the
amount specified in said bid and such larger amountfor which the Obligee mayin goad faith contract with another
party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full
force and effect.
PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee priorto execution
of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that
financing has been firmly committed to cover the entire cost of the project
SIGNED, sealed and dated this 24th day of Mardh, 2010
Centerline Construction Services. Inc.
(Principal)
TITLE: Randy Ozburn, President
SURETECINSU CE COMPANY
BYE ~ l~~~J
teve Berry, Attorney-in-Fact
POA #: 4221022 -Houston
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Xnow Alf dten by TTiese Presents, Tha[ SURETEC INSURANCE COMPANY (the "Company'., a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, doesby these presents
make, constitute and appoint
Steve Berry, Nancy T. Berry, Kimberly J. Smith, Morris D. Plagens Jr., Bazbara A. Burcham
its tore and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety, providing the bond penalty does not exceed -
Five Million Dollars and no/100($5,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and-confirming all that the said Attorney(s)-in-Fact may do in the
premises. Said appointment shall continue inforce until 12/31/12. and is made under and by authority-of the following
resolutions of the Boazd of Directors of the SureTec Insurance Company: ~ -
Be it Resolved, that dte President,,any Vice-President, any Assistant Vice-President, ary Secretary or any Assistant Secretary shat) be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attornry(s}in-Fact to represent and act for and on
behalf of the Company subject to the fotlowing provisions:
Attorney-tn-Fact may be given full power and authority for and in the name of and of behalf of theCompany,. to execute, acknowledge and
detn~a, any and all bonds, recognizances, tonRacts, agreements or indemnity and other conditional or obligatory underiakirtgs and any and ail
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so exewted by any such
Ahbmry-in--Fact shall be binding upon the Company as if signed by the President and seated and effected by the Corporate Secretary. ~-
Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of adomey or
any certificate relating thereto by facsimit0. and any powa of attomeyor certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted. at a meeting held on 2d° ojApril,
1999.)
Irr {VFLtess if'Jtereaf, SURETEC INSURANCE COMPANY has caused these presents to be signed by its Presiden ;and its corporate seal
to be hereto affixed this 28th day of October, A.D. 2008.
may; ..~ ~ SURETEC Il`i5 CE CO,tiIPANY
J;ra~.,-.- i ..
>:
, xL, g .
w ut ,,, B.J.Ki , esident
State of Texas ss: ~~ .~ 'z'
1
....._~ e
Couary of Hams ~ -
On this 28h day of OMC6a, 2008 beforeme personally came BJ. %iag, to me known, who, being by me duly sworn, did depose and say, that tie resides
in Houston, Tetias, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;
that ht knows the. ual of said Compatry; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of
Directors of said Company, and that ho signed his name thereto by like order.
Mlcftelle Denny
ftorry Pubao _
SYateotTeltes ~ ~Vi-iC,hP,tLL ~'vivuh--
~ea>~ar.ao,s
Michelle Denny, Notary P tic
- ~ My conarttission expires August 27, 2012
I, M. Brent Beaty, Assistant Secretary of SURE'CEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a 4-ue aid cornet copy
of a Power of Attorney, executed by said Company, which is sell in frill fame and effect: and furthetrnore,~the resolutions of the Bnaad of Directors, set
out in the Powa of Auomry are in full force and effect. ~ ~ - ~ -
Given under my hand and the seal of said Company at Houston, Texas dtis 24th day of March 20 1Q. , A.D.
n n_ ~~ :~ _ _ti'~.r
M. BrentBeaty, Assistant Secretary
Any instrument Issued in excess of the penalty stated above is totally void and without any validity.
For verification of the-authority of this power you may call (713) 8t2-0800 any business day between 8:00. am and 5:00 pm CST.
SureTec Insurance Company
THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION '
Statutory Complaint Notice
To obtain information or•make a complaint: You may call the Surety's toll free telephone number for information or to
make a complaint at: 1-866-732-0099. You may also write to the Surety at:
SureTec Insurance Company
9737 Great Hills Trail, Suite 320
:Austin, Tx 78759
You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints
at 1-800-252-3439. You may write the Texas Department of Insurance at:
• PO Box 149104
Austin, TX 78714-9104
Fax#:512-475-1771
Web: http://www.tdi.state.tx.us
Email: ConsumerProtection@tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should
contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance.
Terrorism Risks Exclusion
T~BonB t~i`ch fhis i er i`s a~acTie~lc ~-not provide boverageTor, an3tfie-sure y Mall nofbe liabr ~, tosses
caused by acts of terrorism, riot, civil insurrection, or acts of war. ,
Exclusion of Liability for
Mold, Mycotoxins, Fungi & Environmental Hazards
The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for,
molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or
parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or
cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded
obligations, of the occurrence, existence, or appearance thereof.
ADVERTISEMENT FOR BID
TO WHOM IT MAY CONCERN:
City of Port Arthur request sealed bids for the following item until the time and date shown:
OWNER: CITY OF PORT ARTHUR
P.O.Box 1089
Port Arthur, Texas 77641=1089
PROJECT: Port Arthur City Hall and' Annex HVAC Upgrade
ENGINEER: Neches Engineers
8865 College Street Suite 200
Beaumont, Texas 77707
MANDATORY PRE-BID
CONFERENCE: Mazch 11, 2010 10:00 AM 5`~ Floor 444- 4`~ Street, Port Arthur,. Texas 77640.
BID_DATE&.TIME: Marcel 24, 20-1-0 3r00~1v1-Bid due. -Open 3aTSMarsh 24, 201{I3~' Floor
at which time they will be opened and read in the Office of the City Secretary at 444- 4~' Street, Port Arthur, Texas
77640.
Plans can be obtained from the Director of Public Works at 444- 4a' Street,. Port Arthur, Texas or from the Engineers
Office located at 8865 College St. Suite 200, Beaumont, Texas. Mazk envelope containing bid: "Bid on Port
Arthur City hall and Annex HVAC Upgrades" A One Hundred Dollaz ($100.00) refundable deposit will be
required for each set of drawings. The City Council of the City of Port Arthur reserves the right to reject any or all
bids and to waive any formalities or irregularities and to make the awazd of the contract in the best interest of the
City.
Neches Engineers
Port Arthur CiTy Hall and Annex HVAC Upgrades
Project #09400
Page 1
INSTRUCTION TO BIDDERS
RECEIPT AND OPENING OF BIDS
The City of Port Arthur, port Arthur, Texas, (herein called the "OWNER") may consider informal
any bid not prepazed and submitted in accordance with the provisions hereof and may waive any
informalities. The O WNER reserves the right to reject any and all bids, and does not bind himself to
accept the lowest bid or any proposal for his work or any part thereof. CONTRACTOR shall furnish
proof that he has been in the general construction business for a period of five (5) yeazs under the
same company or operational name. CONTRACTOR shall submit a list of recent clients.
Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date specified for opening of bids shall
not be considered. No bidder may withdraw a bid within 30 days after the actual date of the bid
opening thereof.
2. PREPARATION OF BID
Each bid must be submitted on the prescribed cost proposal form. All blank spaces for bid prices
must be filled in, in ink or typewritten, in both word and figures. Each bid must be submitted in a
sealed envelope bearing on the outside the name of the bidder,. his address and the name of the
project for which the bid is submitted. If forwazded by mail, the sealed envelope containing the bid
must be enclosed in another envelope addressed as specified in the bid form.
Each bid shall be based on.the materials and manufacturers specified. Bidders may submit proposed
substitufions for any specified, together with a price to be added to or deducted from the proposal in
the event that the proposed substitution is accepted. All acceptances of substitutions will be before
the awazding of the contract.
QIJALIEIC$TION ±aF~3ID-DER
The OWNER may make such investigations as he deems necessary to determine the ability of the
bidder to perform the work, and the bidder shall furnish to the OWNER all such information and data
for this purpose as the O WNER may request. The OWNER reserves the right to reject any bid if the
evidence submitted by, or investigation of, such bidder fails to satisfy the OWNER that such bidder
is properly qualified. to carry out the obligations of the contract and to complete the work
contemplated therein.
4. BID SECURITY
Each bid must be accompanied by a cashier's check (on a solvent bank in the State of Texas), drawn
to the Order ofthe City of Port Arthur or a bid bond in the sum of not less than five (5) percent ofthe
total amount of the proposal price. No other forms of security will be accepted. Such checks or bid
bonds will be returned to all except the three (3) lowest bidders within three days after the opening of
bids, and the remaining checks, or bid bonds will be returned promptly after the OWNER and the
accepted bidder have executed the contract, or, if no awazd has been made within 30 days after the
date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not
been notified of the acceptance of his bid or agreed to an extension to the thirty (30) days.
Neches Engineers
Port Arthur City Hail and Annex HVAC Upgrades
Project#09400
Page 2
5. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds
required within 10 days after he has received notice of the acceptance of his bid, shall forfeit to the
OWNER, as liquidated damages for such failure or refusal, the security deposited with this bid.
6. TIME OF COMPLETION AND LIQUIDATED DAMAGES
Bidder must agree to commence work on or before a date to be specified in a written "Notice to
Proceed" of the OWNER, and to fully complete the p;oject within the time as specified in the
contract. Bidder must agree also to pay as liquidated damages, the sum as hereinafter provided in the
General Conditions. ,
7. CONDITIONS OF WORK
Each bidder must inform him-self fully of the conditions relating to the constrncfion of the project
and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his
obligation to furnish all material and labor necessary to carry out the provisions of his contract.
Insofaz as possible the CONTRACTOR, in carrying out his work; must employ such methods of
means as will not cause any interruption of or interference with the work of any other
CONTRACTOR.
8. ADDENDA AND INTERPRETATIONS
No interpretation of the meaning of the plans, specifications or other pre-proposal documents will be
made to any bidder orally.
Every request. for such interpretation should be in writing addressed to the ENGINEER, and to be
given consideration, must be received at least 72 hours to the date fixed for the opening of
.proposals. Any and aI-Duch ~nterprgtations--and-any supplemental-instrue~ions wild be infihe form of
written addenda to the specifications which, if issued, will be mailed by certified mail with return
receipt requested to all prospective bidder (at the respective addresses furnished for such purposes),
not later than three days prior to the date fixed for the opening of bid. Failure of any bidder to receive
any such addendum or interpretation shall not relieve such bidder from any obligation under his bond
as submitted. All addenda so issued become part of the contract documents.
9. SECURITY FOR FAITHFUL PERFORMANCE
Simultaneously with his delivery of the executed contract, the Contractor shall famish a surety bond
or bonds as security for faithful payment and' performance of this contract, as specified in the General
Conditions included herein. The surety on such bond or bonds shall be a duly authorized surety
company satisfactory to the OWNER. _
10. POWER OF ATTORNEY
Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and
effectively dated copy of their power of attorney.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project Jk09400
Page 3
1 L LAWS AND REGULATIONS
The bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and
the rules and regulations of all authorities having jurisdiction over construction of the project shall
apply to the contract throughout, and they will be deemed to be included in the contract the same as
though herein written out in full. '-
12. OBLIGATION OF BIDDER
At the time of the opening of bids, each bidder will have inspected the site and presumed to have
read and to be thoroughly familiaz with the plans and contract documents (including all addenda).
The failure or omission of any bidder to examine any form, instrument, or documentshall in no way
relieve any bidder from any obligation in respect of his bid.
13. SALES TAX EXEMPTION
The bidders shall not include in their proposals any costs for Sales Tax pursuant to the Limited Sales,
Excise and Use Tax Law ofthe State ofTexas. The OWNER, with exempt status, will supply a Tax
Exemption Certificate for the work covered by the Contract.
14. INTENT OF SPECIFICATIONS
The intent of these specifications is to establish a standard of quality flexible enough to allow all
qualified bidders to submit proposals. Manufacturer's names and model numbers aze indicated forthe
purpose of establishing an acceptable standazd. Any exceptions to the specifications must be
completely and accurately described by the bidder on an attachment to the proposal.
15. SCHEDULE OF WORK
The bidder will-indicate witl~his$roposal-that-I~e is preparedto start u+orkwithin 10days of-issuance
of a contract. It is the intent to issue a contract within 30 days of proposal opening.
Bidder will submit a schedule with his proposal indicating calendar days to complete the scope-of-
work and allowing for normal weatherconditions during the time of construction.
16. PRE-BID CONFERENCE AND SITE INSPECTION
The pre-bid conference and site inspection will be held on Mazch 1 I, 2010 10:00 AM that
day at Port Arthur City ha115`s Floor, 444- 4~' 'Street, Port Arthur, Texas. All bidders must
attend the conference and site inspection in order to qualify to bid. The pre-bid conference is
required. If a bidder does not attend, his bid will not be considered.
For question concerning the conference, contact John I: Shackelford Jr., P. E. or Gary Benedict
telephone (409) 860-7168.
~NechesEngineers
Port Arthur City Half and Annex HVAC Upgrades
Project #09400
Page 4
BID PROPOSAL FORM
CITY OF PORT ARTHUR
City Hall and Annex Window Glass Upgrades
(Write price of each item in words and in numbers.)
BASE BID:
Section 1 HVAC Prepazaflon work .......................................$
Section 2 HVAC Equipment Remove & Replace ................. $
Section 3 Control system upgrades .......................................$
Section 4 HVAC Equipment &Ducts ...................................$
Section 5 Demo &Removal ..................................................$
TOTAL BASE PRICE ...............:.............:.................... $
B. CALENDAR DAYS REQUIRED TO COMPLETE THE WORK (BASE BID). days.
C. Bidders shall acknowledge receipt of the following addenda:
NAME OF COMPANY ~`
ADDRESS
PHONE
REPRESENTATIVE
(Name and Title)
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 5
CONTRACT
THIS AGREEMENT, made this day of , 2009 and between the City of Port
Arthur, Port Arthur, Texas herein called the "Owner", acting herein through its Chairman, and
Of
County of
hereinafter called "Contractor". WITNESSETH
and State of ~'
That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by the OWNER; the Contractor hereby agrees with the
OWNER to commence and complete the construction described as follows:
CITY OF PORT ARTHUR
City Hall and Annex HVAC Upgrades
hereinafter called the "Project", for the sum of
and
all extra work in connecfion therewith, under the terms as stated in the General and Special Conditions of
the Contract; and at his (its or their) own proper cost and expense, to furnish all the materials, supplies,
machinery, equipment, tools, superintendents, labor, insurance, and other accessories and services
necessary to complete the said project in accordance with the conditions and prices stated in the Proposal,
the General Conditions, and Special Conditions of the Contract, the Plans, which include all maps, plans,
prints; and other drawings and printed or written explanatory matter thereof, and the Specifications and .
Contract Documents therefore as prepazed by Neches Engineers and as enumerated in the General
Conditions, all of which aze made a part hereof and collectively evidence and constitute the contract. The
Contractors hereby agree to commence work under this contract on or before a date to be specified in a
written "Notice to Proceed" by the OWNER and to fully complete the project within consecutive.
calendaz days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of $
for each consecutive calendaz day thereafter as hereinafter provided in the General Conditions of the
contract. The OWNER agrees to pay the Contractor in current funds-for the performance of the contract,
subject to additions and deductions, as provided in the General Conditions of the Contract.
Neches Engineers
Por[ Arthur City Hall and Annex HVAC Upgrades
- Project #09400
Page 6
IN WITNESS WHEREOF, the parts to these presence have executed this contract three (3) counterparts,
each of which shall be deemed in original, in the yeaz and day first above mentioned.
CITY OF PORT ARTHUR
(Owner)
(SEAL) By
ATTEST '
(Secretary)
(Contractor)
BY
(Title)
(Address)
NOTE: If Contractor is a corporation, Secretary should attest:
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 7
9
"STATE OF TEXAS
COUNTY OF
Before me, the undersigned authority, personally appeared that affiant and after having been
duly sworn, did depose and state that:
My name is
and I am
(State position held in the firm) '
in the firm of
(State firm name and address)
and I have the authority to execute contracts in behalf of the aforesaid firm, and have the
authority to execute this contract pursuant to its terms and conditions.
(Signature)
Subscribed and sworn to beforE me ibis day of
19
Notary Public in and for
_ County, Texas"
• ~ Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400 ~.
Page 8
CHANGE ORDER:
Distribution to: OWNER [ ] ENGIlVEER [ ] CONTRACTOR [ ] FIELD [ ] OTHER [ ]
PROJECT: CHANGE ORDER NUMBER:
(Name, Address) INITIATION DATE:
TOe (Contractor) ENGINEER'S PROJECT NO:
~ CONTRACT FOR: '
CONTRACT DATE:
You aze directed to make the following changes in this Contract:
Not valid until signed by both the Owner and Engineer. Signature of the Contractor indicates his
agreement herewith including any adjustments on the Contract Sum or Contract Time.
The original Contract Sum .............................................................................
Net change by previously authorized Change Orders ....................................
The Contract Sum prior to this Change Order was ........................................
The Contract Sum will be (increased)(decreased)
by this Change Order ..........................................................:........:...............
The new Contract Sum including this Change Order will be ........................
The Contract Time will be (changes)(unchanged) by ....................................
The Date of Substantial Completion as of the date of this
Change Order therefore is ............................................................................
Authorized- :
NECHES ENGINEERS CITY OF PORT ARTHUR
ENGINEER CONTRACTOR OWNER
8865 College P.O. Box 1089
Beaumont. Tx 77713 Port Arthur. Tx.77641
ADDRESS ADDRESS ADDRESS
BY BY BY
DATE DATE DATE
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 9
GENERAL CONDITIONS
1. Contract Documents
The Contract Documents consist of the Agreement, the Conditions of the Contract (General,
Supplementary, and other Conditions), the Drawing, the Specifications, all Addenda issued prior to
execution of the Contract, Contractor's Qualification Statement and all Modifications thereto..
2. Engineer
The term Engineer refers to Neches Engineers acting individually or through any of their
associates or representatives duly authorized to act for them.
3. Owner
The Owner is the City of Port Arthur, Port Arthur,Texas.
4. Contractor
The Contractor is the person or entity identified as such in the Owner-Contractor Agreement and is
referred to throughout the contract documents as if singulaz in number and masculine in gender.
The term Contractor means the contractor or his authorized representative. `
Unless otherwise provided in the Contract Documents, the Contractor shall secure and pay forthe
building pernut and for all other permits and governmental fees, licenses and inspections necessary
for the proper execution and. completion of the works which aze customarily secured after
execufion of the Contract and which aze legally required at the time the proposals aze received.
The Contractor shall give all notices and comply with all laws, ordinances, rules, regulations, and
lawful orders of any public authority .bearing on the performance of the work..
It is not the responsibility of the Contractor to make certain that the Contract Documents are in
accordance with applicable laws; statutes, building codes and regulations. If the Contractor
observes that any of the Contract Documents aze at variance therewith in any respect, he shall .
promptly notify the Engineer in writing, and any necessary changes shall be accomplished by
appropriate modification. ,
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and.
regulations, and without such notice to the Engineer, he shall assume full responsibility therefore
and shall beaz all costs attributable thereto.
- Contractor shall maintain a clean site and building rubbish shall be removed daily. No excessive
rubbish accumulation will be allowed. Clean site of construction debris at completion of project-
Dispose of debris off the Owner's property.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 10
4. Contractor (Continued)
NO FIRES FOR DISPOSAL OF ANYTHING ARE ALLOWED AT ANY TIME. NO OPEN
FIRES FOR HEATING PURPOSE WILL BE ALLOWED.
At completion of construction, all construction azeas shall be cleaned to the extent that the Owner
can occupy for its intended use without additional cleaning.
Before ordering any materials or doing any work, Contractor shall verify all measurements of the
work and shall be responsible for the correctness of same. No extra chazge or compensation will be
allowed on account of difference between actual dimensions and the measurements indicated on
the drawings. If there should be any discrepancy between scale and dimensions, figured
dimensions shall ovemde scale dimensions. Although plans aze drawn to scale, as indicated, and
dimensions are given, in the case of remodeling or re-construction work, or in fitting work to
existing conditions, the Contractor shall work to measurements ofexisting-construction, and field
dimensions shall be taken as necessary.
5. Miscellaneous Provisions
The Engineer is to observe the performance of all work, therefore, the Contractor will be required
to notify the Engineer of each day he intends fo work.
6. Time
The term day as used in the Contract Documents shall mean calendar day unless otherwise
specifically designated.
All time limits stated in the Contract Documents aze of the essence of the Contract.
If the Contractor is delayed at any time in_the progress of.work by any nct or neglect of the Owner
or the Engineer or by any employee of either, or by any sepazate contractor employed by the
Owner, or by changes ordered in the work, or by labor disputes, fire, unusual delay in
transportation, adverse weather conditions not reasonably anticipated, unavoidable casualties, or
any causes beyond the Contractor's control, or by delay authorized by the Owner pending
azbitrafion, or by any other cause which the Engineer determines may justify the delay, then the
Contract Time shall be extended by Change Order for such reasonable time as the Engineer may
determine,
Any claim. for extension of time shall be made in writing to the Engineer not more than ten (10)
days after the commencement of the delay; otherwise, it shall be waived. In the case of a -
continuing delay only one claim is necessary. The Contractor shall provide an estimate of the
probable effect of such delay on the progress of the work.
Neches Engineers
`Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 11
7. Payments and Comnletion
The Contract Sum is stated in the Owner-Contractor Agreement and including authorized
adjustments thereto, is the total amount payable by the Owner to the Contractor for the
performance of the work under the Contract Documents.
One lump sum payment shall be made to the Contractor upon completion of the work and
acceptance of it by the Owner. Monthly progress payments maybe arranged through the Engineer
All applications and fmal payment shall be made through the Engineer. ,
The making of fmal payment shall constitute a waiver of all claims by the Ownerexcept those
arising from:
a. Unsettled liens,
b. faulty or defective work appearing within two yeazs after fmal payment,
c. failure of the work to comply with the requirements of the Contract Documents, or
d. terms of any special warranties required by the Contract Documents.
The acceptance of fmal payments shall constitute a waiver of all claims by the Contractor except
those previously made in writing and identified by the Contractor as unsettled at the time of the
final Application for Payment.
The following shall be submitted with Contractor's Final Invoice:
1. Consent of Security Company to Final Payment
Contractor's Affidavit of Release of Liens
Labor and Material Warranties
8. Protection of Persons and Properiv
The Contractor-shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the work.
The Contractor shall take all reasonable precautions for the safety of, and shall provide all
reasonable protection to prevent damage, injury or loss to:
a. all employees on the work and all other persons who may be affected thereby,
b. all the work and all materials and equipment to be incorporated therein, whether in storage
on or off the site, under the caze, custody or control of the Contractor or any of his
Subcontractors.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
. Project#09400
Page 12
8. Protection of Persons and Property (Continued)
c. Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements,
roadways, structures and utilities not designated for removal, relocation or replacement in the
course of construction.
The Contractor shall give all notices and comply with all applicable laws, ordinances, rules,
regulations and lawful orders of any public authority beazing on the safety of persons or property
or their protection from damage, injury or loss.
The Contractor shall erect and maintain, a§ required by existing conditions and progress of the
work, all reasonable safeguazds for safety and protection, including posting danger signs and other
warnings against hazazds, promulgating safety regulations and notifying owners and users of
adjacent utilities.
The Contractor shall promptly remedy all damage or loss to any property referred to in Clauses 8.b
and 8.c caused in whole or in part by the Contractor.
9. Insurance
Insurance Required -The Contractor shall provide the following insurance certificate in the
amounts shown and under the conditions noted before any authorization will be given to
commence delivery or installation:
General
a. No work will be commenced until all requirements of this section have been approvedby
the City in writing. The City will be furnished a certificate of insurance acceptable, prior
to the commencement of any work.
b. The insurance shall contain a provision that at least sixty (60) days prior written notice
shall be given to the City in the event of cancellation, material change or non-renewal.
c. Insurance shall be underwritten by a company rated not less than B+VII in the Best's
latest published guide.
The Contractor shall purchase and maintain in force the following kinds of insurance and
-bonds for operations under construction contractsand as specified in each section..
The City shall be informed of the Contractor's deductible.
Casualty Insurance
a. Worker's Compensation as statutory provisions require.
Policy must be endorsed to include WAIVER OF SUBROGATION IN FAVOR OF
CITY OF PORT ARTHUR its officers, agents, & employes.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 13
Insurance (Continued)
a.. Commercial General Insurance (Occurrence basis only)
REQUIRED LIMITS
Bodily Injury and Property Damage Each Occurrence 2,000,000
General Aggregate 2,000,000
Products/Completed -
Operations Aggregate 2,000,000
Personal and Advertising .
Injury Occurrence 1,000,000
Fire Damage, Legal '
Liability Any One Fire 100,000
Medical expenses-any one Person
1. Policy must be endorsed to include WAIVER OF SUBROGATION IN FAVOR
CITY OF PORT ARTHUR its officers, agents, & employees.
2. Policy must be endorsed to include ADDITIONAL INSURED IN FAVOR OF
CITY OF PORT ARTHUR its officers, agents, & employees.
a. Business (Commercial) Automobile Liability Insurance coverage for all owned,
non-owned and lured vehicles:
Combined single limit of $500,000.00 Required.
Policy must be endorsed to include WAVER OF SUBROGATION IN FAVOR
CITY OF PORT ARTHUR.
2. Policy must be endorsed to include ADDITIONAL INSURED IN FAVOR OF
CITY OF PORT ARTHUR. `
10. Chances in the Work
A Change Order is a written order to the Contractor signed by the Owner and the Engineer,
issued after execution of the Contract, authorizing a change in the work or an adjustment in the
Contract Sum or the Contract Time. The Contract Sum and the Contract Time maybe changed
only by Change Order. A Change Order must be signed by the Contractor indicating his
agreement therewith, including the adjustment in the Contract Sum or the Contract Time.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 14
Chances in the Work (Continued)
The Owner, without invalidating the Contract, may order changes in the work within the general
scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum, and
the Contract Time being adjusted accordingly. All such changes in the work shall be authorized
by Change Order,. and shall be performed under the applicable conditions of the Contract
Documents. '
The cost or credit to the Owner resulting from a change in the work shall be determined in one or
more of the following ways:
a. by mutual acceptance of a lump sum properly itemized and supported by sufficient
substantiating data to permit evaluation;
b. by unit prices stated in the Contract Documents or subsequently agreed. upon;
c. by cost to be determined in a manner agreed upon by the parties and a mutually acceptable
fixed or percentage fee.
If the Contractor wishes to make a claim for an increase in the Contract Sum, he shall give the
Engineer written notice immediately after the occurrence of the event, giving rise to such claim.
This notice shall be given by the Contractor.
The Engineer will have authority to order minor changes in the work not involving an adjustment
in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of
the Contract Documents. Such changes shall be effected by written order, and shall be binding on
the Owner and the Contractor. The Contractor shall carry out such written orders promptly.
11. Uncovering and Correction of Work
If any portion of the work should be covered contrary to the request of the Engineer or to
requirements specifically expressed in the Contract Documents, it must, if required in writing by
the Engineer, be uncovered for his observation and shall be replaced. at the Contractor's expense.
If any other portion of the work has been covered which the Engineer has not specifically
requested to observe prior to being covered, the Engineer may request to see such work and it
shall be uncovered by the Contractor. If such work be found riot in accordance with the Contract
Documents; the Contractor shall pay such costs unless it be found that this condition was caused
by the Owner or a separate contractor, in which event the Owner shall be responsible for the
payment of such costs.
The Contractor shall promptly correct all work rejected by the Engineer as defective or as failing
to conform to the Contract Documents whether observed before or after completion and whether
or not installed or completed. The Contractor shall bear all costs of correcting such rejected
work, including compensation for the Engineer's additional services made necessary thereby.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project#09400
Page 15
Uncovering and Correction of Work (Continued)
If, within two yeazs after the Date of Completion of the work, any of the work is found to be
defective or not in accordance with the Contract Documents, the Contractor shall correct it
promptly after receipt of a written notice from the Owner to do so unless the Owner has
previously given the Contractor a written acceptance of such condition. This obligation shall
survive termination of the Contract. The Owner shall give such notice promptly after discovery
of the condition.
The Contractor shall remove from the site all portions of the work which aze defective or non-
conforming unless removal is waived by the Owner:
If the Owner prefers to accept defective or non-confomung work, he may do so instead of
requiring its removal and correction: in which case, a Change Order will be issued to reflect a
reduction in the Contract Sum where appropriate and equitable. Such adjustment shall be
effected whether or not final payment has been made.
12. Termination of the- Contract
If the work is stopped for a period of thirty (30) days under an order of any court or other public
authority having jurisdiction, or as a result of an act of government, such as a declazation of a
national emergency making materials unavailable, through no act or fault of the Contractor or a
Subcontractor or their agents or employees or any other persons perfomung any of the work
under a contract with the Contractor, then the Contractor may, upon seven additional days'
written notice to the Owner~and the Engineer, terminate the Contract and recover from the Owner
payment for all work executed and for any proven loss sustained upon any materials, equipment,
tools, construction equipment and machinery; including reasonable profit and damages.
If the Contractor is adjudged a bankrupt, or if he makes a general assignment for the benefit of
his creditors, or if a receiver is appointed on-account efhis-insolvency er if-he persistently or
repeatedly refuses or fails, except in cases for which extension of time is provided, to supply
enough properly skilled workmen or proper materials, or if materials or labor, or persistently
disregazds laws, ordinances, rules, regulations or offers of any public authority having
jurisdiction, or otherwise is guilty or a substantial violation of a provision of the Contract
Documents, then the cause exists to justify such action, may, without prejudice to any right or
remedy and after giving the Contractor and his surety, if any, seven days written notice, terminate
the employment of the Contractor and take possession of the site and of all materials, equipment,
tools, construction equipment and machinery thereon owned by the Contractor and may finish the
work by whatever method he may deem expedient. In such case, the Contractor shall not be
entitled to receive any payment until the work is finished.
If the unpaid balance of the Contract Sum exceeds the cost of finishing the work, including
compensation for the Engineer, additional services made necessary thereby, such excess shall be
paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the
difference to the Owner. The amount to be paid to the Contractor or to the Owner, as the case
may be, shall be certified by the Engineer, upon applicatiori, and this obligation for payment shall
survive the termination of the Contract.
Neches Engineers
Port Arthur City Hall and Annex HUAC Upgrades
Project #49400 `,
Page 16
13
Contract Completion Time
Failure to complete the work on time: The test set forth in the Contract for the completion of the
work is an essential element of the Contract: A breach of contract as to completion time will
cause damage to the Owner; therefore, for each and every calendaz day the work; or any portion
thereof shall remain incomplete after the expiration of the time limit set by the Contract, the
amount per calendaz day given in the following schedule, unless otherwise specified•in the
Supplementary Conditions, will be deducted from the money due or to become due to the
Contractor, not as a penalty, but as agreed liquidated damages and added expense including
administrative and inspection cost.
Contract Amount
From More Than
$ -0-
$ 25,000.00
$ 50,000.00
$ 100,000.00
$ 500,000.00
14.
Subcontractors
Contract Amount
To and Includine
$ 25,000.00
$ 50,000.00
$ 100,000.00
$ 500,000.00
$1,000,000.00
$ 42.00
$ 70.00
$ 105.00
$ 140.00
$ 210.00
The Contractors shall not substantially subcontract the work. The Contractor will indicate with
his proposals any subcontractors to be used. All subsequent subcontractors must be submitted to
the Owner for approval. Final payment will not be made until releases aze obtained from all
subcontractors indicating they have been paid.
15. Performance and P~vm~nf Bow: If the contract exceeds Fifty Thousand Dollazs ($50,000.00) a
payment bond is required. If the contract exceeds One Hundred Thousand Dollazs ($100,000.00) a
performance bond is required. Payment and Performance Bonds shall be famished in the amount of one
hundred percent (100%) of the contract price with corporate surety duly authorized to do business in the
State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date
copy of their Power of Attorney.
15.1 Performance Bond in the amount of the total Contract Price conditioned upon the faithful
performance of the Contract. Said Bond shall be solely for the protection of the Owner.
-15.2 Payment Bond in the amount of the total Contract Price, solely for the protection of those
supplying labor and materials in the prosecution of the Contract.
15.3 Each Bond shall be executed by a corporate surety or corporate sureties duty authorized to do
business in the State of Texas, acceptable to the Owner, and on forms approved by the Attorney
General of Texas. If any surety upon any bond furnished in connection with the Contract
becomes insolvent, or otherwise not authorized to do business in this State, the Contractor shall
promptly furnish equivalent security to protect the interests of the Owner and of persons supplying labor
or materials in the prosecution of the work contemplated by the Contract.
calendaz Day
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 17
PREVAILING WAGE SCHEDULE
GENERAL DECISION: TX20080014 10/09/2009 TX 14
Date: October 9, 2009
General Decision Number: TX20080014 10/09/2009
Superseded General Decision Number: TX20070014
State: Texas
Construction Type: Building
Counties: Hardin, Jefferson and Orange Counfies in Texas.
BUII,DING CONSTRUCTION PROJECTS (does not include residential
construction consisting of single family homes and apartments
up to and including 4 stories)
Modification Number Publication Date
0 02/08/2008
1 04/25/2008
2 06/27/2008
3 08/15/2008
4 11/21/2008
5 12/26/2008
6 01/23/2009
7 04/10/2009
g 09/04/2009
q 09/25/2009
10 10/09/2009
* ASBE0022-001 06/01/2009
Insulator/asbestos worker
(includes application of all insulating materials, protective coverings, coatings
and finishing to all types of mechanical systems)....... Rates: $20.63
Fringes: 8.30
--m-- --a----•---~-- - -~----a---A- --+--®- --®- --a---e--
BRTX000I-009 06/01/2009
BRICKLAYER.......
Rates: $ 23.42 Fringes: 7.95
ELEC0479-001 09/01/2008
ELECTRICIAN (Including pulling or installing low or no voltage cable
a
through conduit but only to junction box or plate where wire is loosely
attached or coiled for fire alarrris, phones, heating, etc.)............
Rates: $ 25.67 Fringes: 11.32
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
- Project #09400 `
Page 18
PLUM0068-002 10/01 /2008
PLUMBER (Excluding HVAC Pipe Work) Rates: $ 27.04 Fringes:
8.73
-p-s..®..s_g-ss-p-~ mn®assn®-_~_®__ s_g-_~-g~~e..9_ ~_-guess-E_.
SHEE0054-011 07/01/2009
SHEET METAL WORKER.... Rates: $ 25.74 Fringes:
10.17
__®__ -_p_---e__ __A_.. _g___ _~_--_®_- -_o____y__._p_. __p_--_p-_
SUTX2000-001 02/ 16/2000
Rates
Carpenters:
ACOUSTICAL $ 14.00
DRYWALL AND METAL STUDS $ 14.00
FORM BUILDER AND SETTER $ 14.52
ALL OTHER WORK $ 15.68
CEMENT MASON/CONCRETE FINISHER....Rate: $ 13.50
Fire Alarm Installer (Installation Of Fire Alarm Appazatus Only, Excludes
Pulling Or Installing Of Low Or No Voltage Wiring) Rate:
$14.00 Fringe: 1.48 ,
GLAZIER
Insulator, Batt & Blown
1.00
Laborers:
Brick Tender .............
Common/Unskilled ..
Plaster Tender ..........
Painters: 2
Brush ...........................
Drywall Taping and
Finishing ...................:..
Roller ...........................
Spray ............:...............
Rate: $ 11.50
Rate: $ 11.21 Fringe:
Rates
................... $ 8.84
................... $ 8.39
................... $ 8.00
.... ~......... $15.00
................. $15.00
................. $12.00
................. $15.00
PIPEFITTER (HVAC Pipe Only) ............. $ 15.27
PLASTERER .........................'... $ 15.07
Power equipment operators
Backhoe .......................... $ 14.28
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 19
f
ROOFER, Including Built Up,
Composition and Single Ply
Roofs (Including Metal Roofs) .......... $ 10.50
--®---~---a----~- -~---~----®- --~--®-- --~- --s---a--
WELDERS -Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standazds contract clauses
(29CFRS.S (a) (1) (ii)).
__e____o____a____m__-_a_--_®_--~__-_g____e_--_i_--_®____q__
In the listing above, the "su" designation means that rates
listed under the identifier do not reflect collectively
bazgained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
__®____m__-_A_--~_--_m____®____o_-__o---_e____~_--_®_-__p__
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
an existing published wage determination
a survey underlying a wage determination
a Wage and Hour Division letter setting forth a position on
a wage determination matter
a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests for
summaries of surveys, should be with the Wage and Hour Regtonal
Office for the area in which the survey was conducted because those
Regional Offices have responsibility for the Davis-Bacon survey
program. If the response from this initial contact is not safisfactory,
then the process described in 2.) and 3.) should be followed.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 20
With regazd to any other matter not yet ripe for the formal process
described here, initial contact should be with the Branch of
Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes,'then an interested party
(those affected by the action) can request review and ieconsiderafion
from the Wage-and Hour Administrator (See 29 CFR Part 1.8 and 29
CFR Part 7). Write to:
Wage and Hour
Administrator
U.S. Department of Labor
200 Constitution Avenue,
N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any mfonnation (wage payment
data, project descnption, azea practice material, etc.) that the
requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an interested
party may appeal directly to the Administrative Review Board
(formerly the Wage Appeals Boazd). Write to:
Administrative Review Boazd
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Boazd aze final.
_~ _p _0____B____0____A____0____®____~____
_ e____e_-_~__
Reporting shall be per the Davis-Bacon Act. ,
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 21
SPECIAL CONDITIONS
1. Dimensions shown on drawings are approximate, and it is the Contractor's responsibility to
verify all dimension and azea calculations.
2. The Contractor's schedule starts ten (10) calendaz days after issuance of contract orfifteen (15)
' calendaz days after notification of awazd by the Owner's Engineer whichever comes last.
Penalties forfailure to complete the job on time by the Contract will be based on calendar days
counted from such date.
3. A11 material shall be dry. All material stored onsite shall be protected from the weather and
moisture penetration.
4. The grounds will be policed of all trash daily.
5. Two (2) fire extinguishers must be kept neaz any open flame or ground level and/or on roof. Fire
extinguisher shall also be on hand for burning and welding work. The size of fire extinguisher
shall be l O lb. ACB dry chemical extinguisher or approved equivalent. The extinguisher shall be
fully charged.
6. All work azeas, lay-down areas and scaffolding azeas must be barricaded for the entire duration
of the job. A 2 inch wide barricade tape securely positioned approximately three (3) feet above
the ground will be satisfactory in most cases.
7. All ladders positioned from ground to the fast level must be tied down at the top. These ladders
must be taken down each night and locked up to prevent access to the roof by unauthorized
persons. ,
8. Only vehicles essential to the job will be permitted in the construction azea. Any ruts caused by
the Contractor's vehicles will be filled and compacted with 60/40 sand clay mix.
9. Profanity will not be tolerated.
10.. All personnel involved in the work will be required to be fully clothed with the appropriate dress
at all times; this includes shirts and full length trousers.
11. Sanitary facilities, drinking water containers, and first aid supplies will be furnished by the
Contractor.
12. The. rest room facilities shall not be used by the Contractor's.personnel.
13. All sites aze tobacco free zone.
15. Contractor shall be responsible for damaged electrical conduits etc... and plumbing pipes etc... caused by
their neglect.
NechesEngineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 22
SCOPE-OF-WORK -GENERAL
The Contractor shall famish all necessary labor, materials, and supervision to
upgrade the existing HVAC at the Port Arthur City Hall and Annex. The attached
drawings indicate the plans and details of the azeas to be reworked. The
Contractor shall provide a job superintendent who will remain on the job at all
times that work is in progress. The job superintendent shall be approved_by Owner
and Engineer.
DETAIL SCOPE OF WORK:
SECTION 1. HVAC: Preparation work.
Duct inspections:
Inspect and clean all ducts throughout each floor in City Hall and"Annex to include
mechanical. equipment rooms for mold, dirt, leaks etc. take pictures -Take
necessary samples for future analysis and follow-up.
Check integrity of ducts in general and condition of internal insulation. Replace/repair
insulation as needed.
Verify/confirm duct size per drawings and red line drawings as inspections and
cleaning is completed.
Pressure test (water) -All Hot water supply and return piping from boiler in the 6`sfloor .
mechanical room to and from each mechanical equipment room and Annex. Repair and.
replace piping as needed to correct leaks. Pressure up to 125 psi and hold for 24 hours.
Max pressure to be 150% of operating pressure.
Pressure test (water) -All Chill water supply and.retum piping from chiller. nn 6`" floor roof to
and from each mechanical equipment room and Annex. Pressure up to 125 psi and hold
for 24 hours. Max pressure to be 150% of operating pressure.
SECTION 2. HVAC equipment to be removed and replaced:
Demo and remove all existing (17) Air handler units - 5 each in the Annex and 12 in
City Hall. Replace with Carrier AHU's or equivalent per AHU Equipment
schedule.
Demo and remove the existing Air-Cooled Chiller on the 6a' floor roof. Replace with
a Carrier AquaSnap Air-Cooled Scroll Chiller -Model number 30RB130,
125.7 ton cooling capacity or equivalent..
Remove existing chill water pump and motor: Replace with a Gould's 3656 close
coupled pump size 3X4-10 with 6 7/8" impeller. Couple with dMM4108T- 30
HP, 3510 RPM, 3 ph, 60 HZ 286JM, 0954, TEFC, F motor.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 23
Demo and remove existing Hot water Boiler from the Mechanical equipment room on
the 6th floor. Replace with Thermal Solutions EVA -1500 Boiler. Natural gas
with input at 1,500,000 BTU/hr: Boiler -39.4H.P. Weight =1163 Ibs
Remove existing Boiler vent system and replace with 6" AL29-4C double wall
stainless steel vent through existing location through roof above 6a' floor
mechanical equipment room.
Remove existing hot water pump and motor. Replace with Armstrong series 4030;
3X2X10 Centerline Disc. End suction base mounted pump with a 7.5 HP,
1800 RPM, 213T frame 60/3/460 (see Willibanks & Associates Inc submittal #
012110-1: Phone 713- 640- 2710.
Demo and remove Old non operable cooling tower on 6`" floor roof to.provide
location for new Munters Drycool Dehumidification system. Will need crane or
equivalent to lift equipment to roof and demo/remove cooling tower from
roof.
SECTION 3. Control systems upgrades
See HVAC Controls SpecificatiosDocuments
Section 15950 Energy management and Control System
Section 15951 Sequence of Operations
Approved Control System contractors and.Manufacturers include Delta Controls
installed by Travis Brothers Building Automation (409.842.2858)
Note: Control Contractor to provide new 3-way valves with electronic actuators for
installation-by the-Prime Contractor.
SECTION 4. New HVAC equipment and ducts:
City Hall
Provide cooling and humidity control of outside make up air to Mechanical
equipment rooms on the 15t floor, 2"d floor, 3`d floor and 4s'.floors in City Hall.
Conditioned make up air to be directly connected to the 3 AHU plenums on the 6`"
floor which provides cooling for the 5~' floor Council Chamber and adjacent
rooms and offices. The basement currently has its own make up air from the
outside and will remain. ' `
Provide and install new air. ducts per drawings from the Munters unitto the top of
the 6a' floor mechanical equipment room and then saw cut cement per drawings to
add new ducts from the 6~' floor down through the 5`s floor then to the 4"' floor
overhead space (2 saw cut openings) then run horizontally to the mechanical
equipment room on the 4a' floor connecting to existing duct which presently
supplies unconditioned air up from the ground floor up to the 4~ floor.
Neches Engineers t
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 24
Install Munters Drycool Dehumidification System, Model HCUc8040AAD-
AOBG40M-BNOSOOAAO or equivalent on the curbs on the 6°i floor that currently
support an existing unused cooling tower (John Zackary @ 409.833.7120)
Annex
Provide cooling and humidity control of makeup air to mechanical equipment
rooms in the 15` and 2nd floors of the Annex
Install Munters Drycool Dehumidification System, ModeIHCUc3412AAD-
BOBSiSM-BNOSOOAAAO on Annex roof per drawings. (John Zackary @
409.833.7120)
Provide ducts from Munters unit to connect to the existing make up air duct from
Annex roof down through the 2nd floor into`the ls` floor mechanical equipment
rooms
Add new roof curbs on annex roof to locate Munters unit
Add roof Hutch; Model #SH-1 (by Hatch Rail) or equivalent in the 2°d floor
mechanical equipment room to the annex roof to service Munters unit. Make
saw cut of cement roof.
SECTION 5. Other demo and removals - (non essential)
Demo and remove from the 6"' floor mechanical equipment room the lazge water
chiller in comer, associated water piping, Pump and motor and valves.
1.1 Reference Drawines
Project: CITY OF PORT ARTHUR City Hall and Annex HVAC Upgrades
Existing 1~` Floor HVAC Demo Plan 09400-MO1
Existing 2nd, 3`d & 4th Floor HVAC Demo Plan 09400-M02
Existing Sn', 6`h Floor & Basement HVAC Demo Plan 09400-M03
Existing 2°d Floor Annex FIVAC Demo Plan 09400-M04
Existing 15` Floor HVAC Upgrade Plan 09400-MOS
Existing 2°d, 3'd & 4d' Floor HVAC Upgrade 09400-M06
Existing 5th, 6`h Floor HVAC Upgrade 09400-M07
Existing 2°d. Floor & Roof Annex & Basement (Tower) 09400-M08
Building Section Tower FIVAC Upgrade 09400-M09
Equipment Schedule & Detail 09400-M10
Details 09400-M11
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgades
Project #09400
Page 25
SPECIFICATIONS
Selective Demolition
Joint Sealants
t
Domestic Water Piping
Common Work Result for HVAC
General -Duty Values for HVAC Piping
Testing, Adjusting, and balancing for HVAC
HVAC insulation
Instrumentation and Control for HVAC
HVAC ducts and casings
HVAC control specifications
- - Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 26
SECTION -SELECTIVE STRUCTURE DEMOLITION
PART1-GENERAL
1.1 SECTION REQUIREMENTS
A. ,Items indicated to be removed and salvaged remain Owner's property. Remove, clean, and deliver to
Owner's designated storage azea.
B. Comply with EPA regulations and hauling and disposal regulations of authorities having
jurisdiction.
C. It is not expected that hazardous materials will be encountered in the Work. If materials suspected of
containing hazardous materials aze encountered, do not disturb; immediately notify Engineer and
Owner. Owner will remove hazardous materials under a sepazate contract.
PART 2 -PRODUCTS (Not Applicable)
PART3-EXECUTION
3.1 DEMOLITION
A. Maintain services/systems indicated to remain and protect them against damage during selective
demolition operations. Before_proceeding with demolition, Qrovide to ~orary s_e_rvices/~stems that
bypass azea of selective demolifion and that maintain continuity ofservices/systems to other parts of
the building.
B. Locate, identify, shut off, disconnect, and cap off utility services and mechanicallelectrical systems
serving aeeas to be selectively demolished.
C. Ptovide temporary barricades and other protection required to prevent injury to people and damage
to adjacent buildings and facilities to remain.
D. Provide and maintain shoring, bracing, and structural supports as required to preserve stability and
prevent movement, settlement, or collapse of construction and fmishes to remain or construction
being demolished..
E. Provide temporary weather protection to prevent water leakage and damage to structure and interior
areas.
F. Protect walls, ceilings, floors, and other existing fmish work that are to remain. Erect and maintain
dustproof partitions. Cover and protect furniture, furnishings, and equipment that have not been
removed.
G. Neatly cut openings and holes plumb, squaze, and true to dimensions required. Use cutting methods
least likely to damage construction to remain or adjoining construction.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #49400
Page 27
H. Promptly remove demolished materials from Owner's property and legally dispose ofthem. Do not
bum demolished materials.
.END OF SECTION
Neches Engineers
Por[ ArthurCity Hall and Annex HVAC Upgrades
Project #09400
Page 28
SECTION -JOINT SEALANTS
PART4-GENERAL
4.1 SECTION REQUIItEMENTS
A. Submittals: Product Data and color Samples.
B. Environmental Limitafions: Do not proceed with installation of joint sealants when ambientand
substrate temperature conditions are outside limits permitted by joint sealant manufacturer or aze
below 40 deg F (4.4 deg C).
PARTS-PRODUCTS
5.1 JOINT SEALANTS
A. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible
with one another and with joint substrates under service and application conditions.
B. Sealant for Use in Building Expansion Joints:
Single-component; neutral-curing silicone sealant, ASTM C 920, Type S; Grade NS;
C1ass25; Uses T, M, and O, with•the addifional capability to withstand 100 percent
movement in extension and 50 percent movement in compression for a total of 150 percent
movement.
C. Sealant for General Exterior Ilse Where Another Type IS Not Specified, One of the Following:
1. Single-component, nonsag polysulfide sealant, ASTM C 920, Type S; Grade NS; Class 12-
1/2; Uses NT, M, G, A, and O.
2. Single-component, neutral-curing silicone sealant, ASTM C 920, Type S; Grade NS;
Class 25; Uses T, NT, M, G, A, and O.
3. Single-component, nonsag urethane sealant, ASTM C 920, Type S; Grade NS; Class 25; and
Uses NT, M, A, and O.
D. Sealant for Exterior Traffic-Bearing Joints, Where Slope Precludes Use of Pourable Sealant:
Single-component, nonsag urethane sealant,.ASTM C 920, Type S; Grade NS; Class.25;
Uses T, NT, M, G, A, and O.
E. Sealant for Exterior Traffic-Beazing Joints, Where Slope Allows Use of Pourable Sealant:
Single-component, pourable urethane sealant, ASTM C 920, Type. S; Grade P; Class 25;
Uses T, M, G, A, and O.
F. Sealant for Use in Interior Joints in Ceramic Tile and Other Hard Surfaces in Kitchens and Toilet
Rooms and Around Plumbing Fixtures:
1. Single-component, mildew-resistant silicone sealant, ASTM C 920, Type S; Grade NS;
Class 25; UsesNT, G, A, and O; formulated with fungicide.
G. Sealant for Interior Use at Perimeters of Door and Window Frames:
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 29
I. Latex sealant, single-component, nonsag, mildew-resistant, paintable, acrylic-emulsion sealant
complying with ASTM C 834.
H. Acoustical Sealantfor Exposed Interior Joints:
Nonsag, paintable, nonstaining, latex sealant complying with ASTM C 834.
Acoustical Sealant for Concealed Joints:
Nondrying, nonhazdening, nonskinning, nonstaining; gunnable, synthetic-rubber sealant
recommended for sealing interior concealed joints to reduce transmission of airborne sound.
5.2 JOINT-SEALANT BACKING
A. General: Provide sealant backings,of material and type that aze nonstaining; gaze compatible with
joint substrates, sealants, primers, and other joint fillers; and aze approved for applications indicated
by sealant manufacturer.
B. Cylindrical Sealant Backings: ASTM C 1330, of size and density to control sealant depth and
otherwise contribute to producing optimum sealant performance.
C. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer
for preventing sealant from adhering to rigid, inflexible joint-filler materials or joint surfaces at back
of joint.
PART6-EXECUTION
6.1 INSTALLATION
A. Comply with ASTM C 1193:
B. Comply with ASTM C 919 far use of joint sealants in acoustical applications.
END OF SECTION
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
" Project #09400 ,
Page 30
DOMESTIC WATER PIPING
PART7-GENERAL
7.1 SECTION REQUIREMENTS
A. Performance Requirements: Provide components and installation capable of producing domestic
water piping systems with 80 psig (550 kPa) unless otherwise indicated.
B. Comply with NSF 14, "Plastics Piping System Components and Related Materials,"'for plastic
piping and components. Include mazking 'NSF-pw" on piping.
C. ,Comply with NSF 61, "Drinking Water System Components -Health Effects; Sections 1 through 9."
PART8-PRODUCTS
8.1 PIPE AND FITTINGS
A. Steel ,Piping:- ASTM A 53/A 53M, Schedule 40, galvanized-steel pipe,-with ASME B16.4,
Class 125, galvanized, standazd pattern gray-iron, threaded fittings.
B. Soft Copper. Tubing: ASTM B 88, Types K and L (ASTM B 88M, Types A and B), water tube,
annealed temper with copper pressure fittings, cast-copper-alloy or wrought-copper, solder joint
fittings. Furnish wrought-copper fittings if indicated.
1. Joining Materials: Use ASTM B 813, water-flushable, lead-free flux; ASTM B 32, lead-free-
alloy solder.
C. Hard Copper Tubing: ASTM B 88, Types L and M (ASTM B 88M, Types B and C), water tube,
drawn temper with wrought:cagger, solder: joint fittings. Famish wrought-copper fittings if
indicated.
1. Copper Unions: Cast-copper-alloy, hexagonal-stock body, with ball-and-socket, metal-to-
metal seating surfaces and solder joint or threaded ends.
2. Joining Materials: Use ASTM B 813, water-flushable, lead-free flux; ASTM B 32, lead-free-
alloy solder.
D. CPVC Piping: ASTM F 441/F 441M, Schedule 40 pipe with ASTM F 438, CPVC Schedule 40
socket-type fittings.
E. PEX Piping: ASTM F 877, SDR 9 PEX tube and ASTM F 1807, metal insert-type fittings with
copper crimp rings.
1. Manifold: ASTM F 877, with a valve for each outlet.
F. PVC Schedule 40 Pipe: ASTM D 1785.
1. PVC Schedule 40 Fittings: ASTM D 2466, socket type.
G. Special-Duty Valves:
Neches Engineers
Port Arthur City Ha(1 and Annex HVAC Upgrades
Project#09400
Page 31
1. Comply with requirements in Division 22 Section "Common Work Results for Plumbing" for
bronze and cast-iron general-duty valves.
2. Comply with requirements in Division 22 Section "Domestic Water Piping Specialties" for
vacuum breakers, thermostatic mixing valves,. hose bibs, wall hydrants. Water hammer
arresters and strainers.
3. CPVC and PVC Union Ball Valves: MSS SP-122, with full-port ball, socket or threaded
detachable end connectors,.and pressure rating not less than 150 psig (1035 kPa) at 73 deg F
(23 deg C).
4_ CPVC and PVC Non-Union Ball Valves: MSS SP-122, with full- or reduced-port ball,
socket or threaded ends, and pressure rating not less than 150 psig (1035 kPa) at 73 deg F (23 '
deg C).
5. CPVC and PVC Butterfly Valves: With lever handle and pressure rating not less than 150
psig (1035 kPa) at 73 deg F (23 deg C).
6. CPVC and PVC Check Valves: Swing orball-check design and pressure rating not less than
150 psig (1035 kPa) at 73 deg F (23 deg C).
PART 9 -EXECUTION
9.1 INSTALLATIONS '
A. Comply with requirements in Division 22 Section "Common Work Results for Plumbing" for basic
piping installation requirements. ~_
B. Instal[ wall penetration system at each service pipe penetration through foundation wall. Make
installation watertight. Comply with requirements in Division 22 Section "Common Work Results
for Plumbing" for wall penetration systems.
C. Install shutoffvalve, hose-end drain valve, strainer, pressure gage, and test tee with valve, inside the
building at each domestic water service entrance. Comply with requirements in Division 22 Section
"Common Work Results for Plumbing" for drain valves, strainers, and pressure gages.
D. InsTaTl domestic wafer piping with-0.25 percent slope dawttwazd towazd drain for hurizontat piping
and plumb for vertical piping.
E. Rough-in domestic. water :piping for water-meter installation according to utility company's
requirements.
F. Comply with requirements in Division.22 Section "Common Work Results for Plumbing" for basic
piping jointconstruction.
Soldered Joints: Comply with procedures in ASTM B 828 unless otherwise indicated.
G. Comply with requirements in Division 22 Section "Common Work Results for Plumbing" for pipe
hanger and support devices.
H. Support vertical piping at each floor:
9.2 INSPECTING AND CLEANING
A. Inspect and test piping systems as follows:
Fill domestic water piping.. Check components to determine that they aze not air bound and
that piping is full of water.
Neches Engineers
,Port Arthur City Hall and Annex HVAC Upgrades
- Projear#09400
Page 32
2. Test for leaks and defects in new piping and parts of existing piping that have been altered,
extended, or repaired.
B. Clean and disinfectwater distribution piping by filling system with water/chlorine solution with at
least 50 ppm (50 mg/L) of chlorine. Isolate with valves and allow to stand for 24 hours: Flush
system with clean, potable water until no chlorine is in water coming from system after the standing
time. '
9.3 PIPING SCHEDULE
A. Underground, Service Entrance Piping: Soft copper tubing.
B. Aboveground Distribution Piping: Steel piping Type L (Type B) hazd copper tubing.
9.4 VALVE SCHEDULE
A. Drawings indicate valve types to be used. Where specific-valve types aze not indicated, the
following requirements apply:
1. Shutoff Duty: Use bronze ball or gate valves for piping NPS 2 (DN 50) and smaller. Use
cast-iron butterfly or gate valves with flanged ends for piping NPS 2-1/2 (DN 65) and larger.
2. Throttling Duty: Use bronze ball or globe valves for piping NPS 2 (DN 50) and smaller. Use
cast-iron butterfly valves with flanged ends for piping NPS 2-1/2 (DN 65) and lazger:
3. Hot-Water-Piping, Balancing Duty: Calibrated balancing valves.
4. Drain Duty: Hose-end drain valves.
B. Install gate valves close to main on each branch and riser serving two or more plumbing fixtures or
equipment connections and where indicated.
C. Install gate or~ball valves on inlet to each plumbing equipment item, on each supply to each
plumbing fixture not having stops on supplies, and elsewhere as indicated.
D. CPVC and PVC ball, butterfly, and check valves maybe used in matching piping materials.
E. Install drain valve at base of each riser, at loco points of horizontal runs, and where required to drain
water distribution piping system.
F. Install swing check valve on dischazge side of each pump and elsewhere. as indicated.
G. Install ball valves in each hot-water circulating loop and dischazge side of each pump.
END OF SECTION
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 33
COMMON WORK RESULTS FOR HVAC
PART10-GENERAL
10.1 SECTION REQUIltEMENTS
A. Summary: General requirements for motors, hangers and supports, vibration isolation and seismic
restraints, and meters and gages.
B. Submittals: Product Data for materials and equipment specified in this Section.
PART 11 -PRODUCTS
I1.1 MOTORS
A. Motor Chazacteristics:
1. Motors 3/4 HP and Larger:.Three phase.
2. Motors smaller than 3/4 HP: Single phase.
3. Frequency Rating: 60 Hz. . ,
4. Voltage Rating: NEMA standazd voltage selected to operate on nominal cvcuit voltage to
which motor is connected.
5. Service Factor: I.15 for open drip proof motors; 1.0 for totally enclosed motors.
6. Duty: Continuous duty at ambient temperature of 105 deg F (40 deg C) and at altitude of
3300 feet (1005 m) above sea level.
7. Capacity and Torque Chazacteristics: Sufficient to start, accelerate, and operate connected
loads at designated speeds, at installed altitude and environment, with indicated operating
sequence, and without exceeding nameplate ratings or considering service factor.
8. Enclosure: Uhless otherwise indicated, open drip proof.
9. Motors-Used w+th Variable-Freguency Cen#ellerss Ratings; characteristics, and features
coordinated with and approved by controller manufacturer.
11.2 HANGERS AND SUPPORTS
A. Hanger and Pipe Attachments: Factory fabricated with galvanized coatings; nonmetallic coated for
hangers in duect contact with copper tubing.
B. Building Attachments: Powder-actuated-type, drive-pin attachments with pullout and sheaz
capacities appropriate for supported loads and building materials.
C. Mechanical-Expansion Anchors: Insert wedge-type attachments with pullout and shear capacities
appropriate for supported loads and building materials. -
11.3 VIBRATION ISOLATION. AND SEISMIC CONTROL DEVICES
A. Vibration Supports:
Pads: Arranged in single or multiple layers of oil- and water-resistant robber of sufficient
stiffriess for uniform loading over pad azea, molded with a nonslip pattern and galvanized-
steel base plates, and factory cut to sizes that match requirements of supported equipment.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 34
2. Restrained Mounts: Double-deflection type, with molded, oil-resistant fiberglass, rubber or
neoprene isolator elements with factory-drilled, encapsulated top plate for bolting to
equipment and base plate for bolting to structure. Provide isolator with minimum 0.5-inch
(13-mm) static deflection.
3. Spring Isolators: Freestanding, laterally stable, open-spring isolators. Provide isolator with
minimum 1-inch (25-mm) static deflection.
B. Vibration Hangers:
Elastomeric Hangers Insert drawing designation: Double-deflection type, with molded, oil-
resistant rubber or neoprene isolator elements bonded to steel housings with threaded
connections for hanger rods. Provide isolator with minimum 0:5-inch (13-mm) static
deflection.
2. Spring Hangers: Combination coil-spring and elastomeric-insert hanger with spring and
insert in compression. Provide isolator with minimum Insert dimension static deflection.
C. Seismic Restraints:
1. Resilient Isolation Washers and Bushings: One-piece, molded, oil-.and water-resistant
neoprene, with a flat washer face.
2. Channel Support System: MFMA-3, shop- or field-fabricated support assembly made of
slotted steel channels with accessories for attachment to braced component at one end and to
building structure at the other end and other matching components and with corrosion-
resistant coating; and rated in tension, compression, and torsion forces.
3. Restraining Cables: Stainless-steel cables with end connections made of steel assemblies that
swivel to final installation angle and utilize two clamping bolts for cable engagement.
4. Mechanical Anchor Bolts: Seismic-rated, drill-in, and stud-wedge or female-wedge type.
Provide anchor bolts and hazdwaze with zinc-coated steel for interior applications and
stainless steel for exterior applications. Select anchor bolts with strength required for anchor
and as tested according to ASTM E 488.
5. Adhesive Anchor Bolts: Drilled-in and capsule anchor system containing polyvinyl or
urethane methacrylate-based resin and accelerator, or injected polymer or hybrid mortaz
adhesive. Provide anchor bolts and hazdwaze with zinc-coated steel for interior applications
__ _..
and stainless steel for exterior applications. Select anchor bolts with strength required for
anchor and' as tested according to ASTM E 488.
11.4 PRESSURE GAGES AND TEST PLUGS
A. Pressure Gages: Duect-mounting, indicating-dial type complyingwith ASME B40.100. Dry metal
case, minimum 2-1/2-inch (63-mm) diameter with red pointer on white face, and plastic window.
Minimum accuracy 3 percent of middle half of range. Range two times operating pressure.
B. Test Plug: Corrosion-resistant brass orstainless-steel body with two self-sealing rubber core inserts
and gasketed and threaded cap, with extended stem for units to be installed in insulated piping:
Minimum pressure and temperature rating 500 psig at 200 deg F (3450 kPa at 93 deg C).
PART 12 -EXECUTION
12.1 MOTOR INSTALLATION
A. Anchor motor assembly to base, adjustable rails, or other support, arranged and sized according to
manufacturer's written instructions.
Neches Engineer
Port Arthur City Hall and' Annex HVAC Upgrades
Project X09400
Page 35
12.2 GENERAL PIPING INSTALLATIONS
A. Install piping free of sags and bends.
B. Install fittings for changes in direction and branch connections.
C. Install sleeves for pipes passing through concrete and masonry walls, gypsumboazd partitions, and
concrete floor and roof slabs.
D. Exterior Wall, Pipe Penetrations: Mechanical sleeve seals installed in steel or cast-iron pipes for
wall sleeves.
E. Comply with requirements in Division 07 Section "Penetration Fire stopping" for sealing pipe
penetrations in fire-rated construction.
F. Install unions at final connection to each piece of equipment.
G. Install dielectric unions and flanges to connect piping materials of dissimilaz metals in gas piping.
H. Install dielectriccoupling and nipple fittings to connectpiping materials of dissimilar metals in water
piping.
12.3 GENERAL EQUIPMENT INSTALLATIONS
A. ~ Install equipment to allow maximum possible headroom unless specific mounting heights are not
indicated.
B. Install equipment level and plumb, pazallel and perpendiculaz to other building systems and
components, unless otherwise indicated.
C. Install mechanical equipment to facilitate service, maintenance, and repair or replacement of
components. Connect equipment for ease of disconnecting,-with minimum interference to other
installations. Extend grease fittings m_accessible locations.
D. Install equipment to allow right of way for piping installed at required slope.
12.4 CONCRETE BASES
A. Anchor equipment to concrete base according to equipment manufacturer's written instructions and
according to seismic codes at Project.
B. Constmct concrete bases of dimensions indicated, but not less than 4 inches (100 mm) lazger in both
directions than supported unit. -
C. Install dowel rods on 18-inch (450-mm) centers azound the full perimeter of the base to connect
concrete base to concrete floor.
D. Install epoxy-coated anchor bolts for supported equipment that extend through concrete base, and.
anchor into structural concrete floor.
E. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings,
templates, diagrams, instructions, and directions furnished with items to be embedded.
F. Install anchor bolts to elevations required for proper attachment to supported equipment.
Neches Engineers
Port Arthur CiTy Hall and Annex HVAC Upgrades
Project #09400 '
Page 36
G. Use 3000-psi (20.7-MI'a), 28-day compressive-strength concrete and reinforcement as specified in
Division 03 Section "Cast-in-Place Concrete."
12.5 HANGERS AND SUPPORTS
A. Comply with MSS SP-69 and MSS SP-89. Install building attachments within concrete or to
structural steel.
B. Install hangers and supports to allow controlled thermal and seismic movement of piping systems.
C. Install powder-actuated drive-pin fasteners in concrete after concrete is cured.. Do not use in
lightweight concrete or in slabs less than 4 inches (100 mm) thick.
D. Install mechanical-expansion anchors in concrete after concrete is cured. Do not use in lightweight
concrete or in slabs less than 4 inches (100 mm) thick.
E. Comply with requirements in Division 07 Secfion "Penetration Firestopping" for sealing pipe
penetrations in fue-rated construction.
F. Load Distribution: Install hangers and supports so piping live and dead loading and stresses from
movement will not be transmitted to connected equipment.
G. Horizontal-Piping Hangers and Supports: Unless otherwise indicated and. except as specified in
piping system Specification Sections, install the following types:
1. Adjustable Steel Clevis Hangers (MSS Type 1): For suspension of noninsulated or insulated
stationary pipes, NPS 1/2 to NPS 30 (DN 15 to DN 750). '
2. Pipe Hangers (MSS Type 5): For suspension of pipes, NPS 1/2 to NPS 4 (DN 15 to
DN 100), to allow off-center closure for hanger installation before pipe erection.
3. Adjustable Steel Band Hangers (MSS Type 7): For suspension of noninsulated stationary
pipes, NPS 1/2 to NPS 8 (DN 15 to DN 200).
4. Adjustable Band Hangers (MSS Type 9): For suspension of noninsulated stationary pipes,
NPS 112 to A}PS-B (DN } 5 toT3N 2fl0).
5. Adjustable Swivel-Ring Band Hangers (MSS Type 10): For suspension of noninsulated
stationary pipes, NPS 1/2 to NPS 2 (DN 15 to DN 50).
H. Vertical-Piping Clamps: Unless otherwise indicated and except as specified in piping system
Specification Sections, install the following types: ,
1. Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers, NPS 3/4 to
NPS 20 (DN 20 to DN 500).
2. Cazbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers, NPS 3/4 to
NPS 20 (DN 20 to DN 500), if longer ends aze required for riser clamps.
12.6 VIBRATION ISOLATION AND SEISMIC CONTROL DEVICE INSTALLATION
A. Adjust vibration isolators to allow free movement of equipment limited by restraints.
B. Install resilient bolt isolation washers and bushings on equipment anchor bolts.
C. Install cables so they do not bend across sharp edges of adjacent equipment or building structure.
END OF SECTION
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project#09400 ,
Page 37
GENERAL-DUTY VALVES FOR HVAC PIPING
PART 13 -GENERAL (Not Applicable)
PART14-PRODUCTS
14.1 GENERAL-DUTY VALVES
A. End Connections: Threads shall comply with ANSI B 1.20.1. Flanges shall comply with
ANSI B 16.1 for cast-iron valves and with ANSI B 16.24 for b_ ronze valves. Solder joint connections
shall comply with ANSI B 16.18.
B. One-Piece, Copper-Alloy Ball Valves: Brass or bronze body with chrome-plated bronze ball, PTFE
or TFE seats, and 400-prig (2760-kPa) minimum CWP rating.
C. Two-Piece, Copper-Alloy Ball Valves: .Brass or bronze body with regulaz-port, chrome-plated
bronze ball; PTFE or TFE seats; and 600-psig (4140-kPa) minimum CWP rating and blowout-proof
stem. -
D. Bronze, Swing Check Valves: Class 125, bronze body with bronze nonmetallic disc and seat.
E. Bronze Gate Valves: Class 125, bronze body with rising stem and bronze solid wedge and union-
ring bonnet.
F. All-Iron, Cast-Iron Gate Valves: Class 125, OS&Y cast-iron body and solid-wedge disc.
G. Bronze Globe Valves: Class 125, bronze body with bronze nonmetallic disc andunion-ring bonnet.
PART 15 -EXECUTION ' -
15.1 INSTALLATION
a
A. Use gate and ball valves for shutoff duty; globe and ball for throttling duty.
B. Locate valves for easy access and provide sepazate support where necessary.
C. Install valves for each Fixture and item of equipment.
D. Install three-valve bypass around each pressure-reducing valve using throttling-type valves.
E. Install valves in horizontal piping with stem at or above center of pipe.
F. Install valves in a position to allow full stem movement.
G. Install check valves for proper direcfion of flow in horizontal position with hinge pin level.
END OF SECTION 230523
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 38
TESTING, ADJUSTING, AND BALANCING FOR HVAC
PART16-GENERAL
16.1 SECTION REQUIREMENTS
A. This Section includes testing and balancing to produce design objectives for air and hydronic
systems.
B. 'Certified Reports: Submit two copies of reports prepared; as specified in this Section, on approved
forms certified by test and balance fum.
C. TAB Firm Qualifications: Engage a TAB firm certified by either AABC or NEBB.
D. TAB Report Forms: Use standazd forms from AABC's "National Standazds for Testing and
Balancing Heating, Ventilating, and Air Conditioning Systems." SMACNA's "HVAC Systems -
Testing, Adjusting, and Balancing."
PART 17 -PRODUCTS (Not Applicable)
PART 18 -EXECUTION
18.1 EXAMINATION
A. Examine the Contract Documents to become familiaz with Froject requirements and to discover
conditions in systems' designs that may preclude propertest and balance of systems and equipment.
B. Examine approved submittal data of HVAC systems and equipment.
C. Examine system and equipment installations to verify that they aze complete and that testing,
cleaning, adjusting, and commissioning specified in individual Sections have been performed.
D. Examine HVAC system and equipment installations to verify that indicated balancing devices, such
as test ports, gage cocks, thermometer wells, flow-control devices, balancing valves and fittings, and
manual volume dampers, aze properly installed, and that their locations aze accessible and
appropriate for effective balancing and for efficient system and equipment operation.
E. Examine systems for functional deficiencies that cannot be corrected by adjusting and balancing
F. Examine HVAC equipment to ensure that clean filters have been installed, belts aze aligned and
tight, and equipment with functioning controls is ready for operation.
G. Examine terminal units, such as air terminals, to verify that they aze accessible and their controls aze
connected and functioning.
H. Examine automafic temperature system components to verify the following:
1. Dampers, valves, and other controlled devices aze operated by the intended controller.
2. Dampers and valves aze in the position indicated by the controller.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 39 ~ -
3. Integrity of dampers and valves for free and full operation and for tightness of fully closed
and fully open positions. This includes dampers in multizone units, mixing boxes, and
variable-air-volume terminals.
4. Automatic modulating and shutoff valves, including two-way valves and three-way mixing
and diverting valves, are properly connected:
5. Thermostats and humidistats aze located to avoid adverse effects of sunlight, drafts, and cold
walls.
6. Sensors aze located to sense only the intended conditions.
7. Sequence of operation for control modes is according to the Contract Documents.
8: Controller set points are set at indicated values. `
9. Interlocked systems aze operating.
10. Changeover from heating to cooling mode occurs according to indicated values.,.
I. Report deficiencies discovered before and during performance of test and balance procedures.
18.2 GENERAL PROCEDURES FOR TESTING AND BALANCING
A. Perform testing and balancing procedures on each system according to the procedures contained in
SMACNA's "HVAC Systems -Testing, Adjusting, and Balancing" and this Section.
B. Cut insulation, ducts, pipes; and equipment cabinets for installation of test probes to the minimum
extent necessary to allow adequate performance of procedures. After testing and balancing, close
probe holes and patch insulation with new materials identical to those removed. Restore vapor
barrier and finish according to insulation Specifications for this Project.
C. Mazk equipment and balancing device settings with paint or other suitable, permanent identification
material, including damper-control positions, valve position indicators, fan-speed-control levers, and
similaz controls and devices, to show fmal settings. "
D. Take and report testing and balancing measurements in inch-pound (IP) units.
18.3 GENERAL PROCEDURES FOR SAT;ANtiING A~ SYSTEIvl3
A. Prepare schematic diagrams of systems' "as-built" duct layouts.
B. For vaziable-air-volume systems, develop a plan to simulate diversiTy.
C. Determine the best locations in main and branch ducts for accurate duct airflow measurements.
D. Verify that motor starters aze equipped with properly sized thermal protection.
E. Check for airflow blockages.
F. Check wndensate drains for proper connections and functioning.
G. Check for proper sealing ofair-handling unit components.
H. Check for proper sealing of air duct system.
18.4 - GENERAL PROCEDURES FOR HYDRONIC SYSTEMS
A. Prepaze test reports with. pertinent. design data; number in sequence starting at pump to end of
system. Check the sum ofbranch-circuit flows against approved pump flow rate.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 40
B. Prepaze schematic diagrams of systems' "as-built" piping layouts.
C. Prepaze hydronic systems for testing and balancing according to the following, in addition to the
general prepazation procedures specified above:
1. Open all manual valves for maximum flow. `
2. Check expansion tank liquid level.
3. Check makeup-water-station pressure gage for adequate pressure for highest vent.
4. Set system controls so automatic valves aze wide open to heat exchangers.
5. Check pump-motor load. If motor is overloaded, throttle main flow-balancing device so
motor nameplate rating is not exceeded.
18.5 TOLERANCES
A. Set HVAC system airflow and water flow rates within the following tolerances:
1. Supply, Retum, and Exhaust Fans and Equipment with Fans: Plus 5 to plus 10 percent.
2. Air Outlets and Inlets: 0 to minus 10 percent.
3. Heating-Water Flow Rate: 0 to minus 10 percent.
4. Cooling-Water Flow Rate: 0 to minus 5 percent.
END OF SECTION
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #D9400
' Page 41
SECTION 230700 - HVAC INSULATION
PART19-GENERAL
19.1 SECTION REQUIREMENTS
A. Submittals: Product Data for each type of HVAC insulation material.
B. Quality Assurance: Labeled with maximum flame-spread index of 25 and maximum smoke-
developed index of 50 according to ASTM E 84.
PART 20 -PRODUCTS
20.1 INSULATION MATERIALS
A. Flexible Elastomeric: Closed-cell, sponge- or expanded-rubber materials. Comply with
ASTM C 534, Type I for tubulaz materials and Type II for sheet materials.
B. Mineral-Fiber Blanket Insulation: Comply with ASTM C 553, Type II and ASTM C 1290, Type I
C. Mineral-Fiber Boazd Insulafion: Comply with ASTM C 612, Type IA or Type IB. For equipment
applications, provide insulation with factory-applied ASJ.
D. Mineral-Fiber, Preformed Pipe Insulation: Comply with ASTM C 547, Type I, Grade A, with
factory-applied ASJ.
E. Mineral-Fiber, Pipe and Tank Insulation: Complying with ASTM C 1393, Type II or Type IIIA
Category 2, or with properties similaz to ASTM C 612, Type IB; and having factory-applied FSK
jacket. '
1. Nominal Density: 2.5 16/cu. ft. (40 kg/cu. m) or more.
2... Thermal Conductivity (k-value) at 100 Deg F ((55 Deg C):) 0.29 Btu x in./h x sq. ft. x deg F
(0.042 W/m x K) or less.
F. Polyolefm Insulation: Unicellulaz, polyethylene thermal plastic insulation. Comply with
ASTM C 534 or ASTM C 1427, Type I, Grade 1 far tubulaz materials and Type II, Grade 1 for sheet
materials.
G. Flexible Elastomeric and Polyolefin Adhesive: Comply with MIL-A-24179A, Type II, Class I.
H. Mineral-Fiber Adhesive: Comply with MIL-A-3316C, Class 2, Grade A.
I. Vapor-Barrier Mastic: Water based; suitable for indoor and outdoor use on below ambient services.
Factory-Applied Jackets: When factory-applied jackets aze indicated, comply with the following:
1. ASJ: White, kraft-paper, fiberglass-reinforced scrim with aluminum-foil backing; complying
with ASTM C 1136, Type I.
2. FSK Jacket: Aluminum-foil, fiberglass-reinforced scrim with kraft-paper backing; complying
with ASTM C 1136, Type II.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 42
K. ASJ Tape: White vapor-retazdet tape matching factory-applied jacket with acrylic adhesive,
complying with ASTM G1136.
L. FSK Tape: Foil-face, vapor-retarder tape matching factory-applied jacket with acrylic adhesive;
complying with ASTM C 1136. '
PART 21 -EXECUTION
21.1 INSULATION INSTALLATION
A. Comply with requirements of the Midwest Insulation Contractors Association's "National
Commercial & Industrial Insulation Standards" for insulafion installation on pipes and equipment.
B. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): Install
insulation continuously through walls and partitions.
C. Insulation Installation at Fire-Rated Wall, Partition, and Floor Penetrations: Install insulation
continuously through penetrations. Seal penetrations. Comply with requirements in Division 07
Section "Penetration Fuestopping."
D. Flexible Elastomeric Insulation Installation:
1. Seal longitudinal seams and end joints with adhesive to eliminate openings in insulation that
allow passage of air to surface being insulated.
2. Insulation Installation on Pipe Fittings and Elbows: Install mitered sections of pipe
insulation. Secure insulation materials and seal seams with adhesive to eliminate openings in
insulation that allow passage of air to surface being insulated.
E. Mineral-Fiber Insulafion Installation ,
1. Insulation Installation on Straight Pipes and Tubes: Where vapor barriers are indicated, seal
lnn pifi~rlinal.seams,.end jnints,.and Trotrusions withvapor-bauier mastic and joint. sealant.
2. ,For insulation with factory-applied jackets on above ambient surfaces, secure laps with
outwazd clinched staples at 6 inches (150 mm) o.c.
3. For insulation with factory-applied.. jackets on below ambient surfaces, do not staple
longitudinal tabs but secure tabs with additional adhesive as recommended by insulation
material manufacturer and seal with vapor-barrier mastic and flashing sealant.
4. Blanket and Boazd Insulation Installation on Ducts and Plenums: Secure with adhesive and
insulation pins.
5. For ducts and plenums with surface temperatures below ambient, install a continuous
unbroken vapor barrier.
F. Polyolefm Insulation Installation:
1. Seal split-tube longitudinal seams and end joints with adhesive to eliminate openings in
insulation that allow passage of air to surface being insulated.
2. Insulation Installation on Pipe Fittings and Elbows: Install mitered secfions ofpolyolefin pipe
insulation. Secure insulation materials and seal seams with adhesive to eliminate openings in
insulation that. allow passage of air to surface being insulated.
G. Plenums and Ducts Requiring Insulation:
1. Concealed and exposed supply and outdoor air. ,
2. Concealed and exposed return air located in nonconditioned space.
Neches Engineers
Port Arthur City Halland Annex HVAC Upgrades
Project#09400 '
Page 43 , .
3. Concealed and exposed exhaust between isolation damper and penetration of building
exterior.
H. Plenums and Ducts Not Insulated:
1. Metal ducts with duct liner.
2. Factory-insulated plenums and casings.
3. Flexible connectors.
4. Vibration-control devices.
5: Factory-insulated access panels and doors:
I. Piping Not Insulated: Unless otherwise indicated, do not install insulation on the following:
1. Drainage piping located in crawlspaces. -
2. Underground piping.
3. Chrome-plated pipes and fittings unless there is a potenfial for personnel injury.
21.2 DUCT AND PLENUM INSULATION SCHEDULE
A. Concealed duct insulation. shall be the following:
1. Flexible Elastomeric: 1 ihch (25 mm) thick.
2. Mineral-Fiber Blanket: 1-1/2 inches (38 mm) thick and 1.5-Ib/cu. ft. (24-kg/cu. m) nominal
density..
3. Mineral-Fiber Board: 1-1/2 inches (38 mm) thick and 2-Ib/cu. ft. (32-kg/cu. m) nominal
density.
4. Polyolefm: 1 inch (25 mm) thick.
B. Exposed duct insulation shall be one one of the following:
1. Flexible Elastomeric: 1 inch (25 mm) thick:
2. Mineral-FiberBlanket: 1-1/2 inches (38 mm) thick and nominal density.
3. Mineral Fiber Board: 1-1/2 inches (38 rmrt) thick and 2-lb/cu. ft. (32-kg/cu: m) nominal
density:
4. Polyolefm: 1 inch (25 mm) thick.
21.3 HVAC PIPING INSULATION SCHEDULE
A. Chilled Water: Insulation shall be one of the following:
L Flexible Elastomeric: 1 inch (25 mm) thick:
2.. Mineral-Fiber, Preformed Pipe, Type I: 1-1/2 inches (38 mm) thick.
3., Polyolefm: I inch (25 mm) thick.
B. Heating-Hot-Water Supply and Retum, 200 Deg F (93 Deg C) and below: Insulation shall be one of
the following:
1. Cellulaz Glass: 1-1/2 inches (38 mm) thick.
2. Mineral-Fiber, Preformed Pipe, Type I: 2 inches (50 mm) thick.
C. Refrigerant Suction and Hot-Gas Piping: Insulafion shall be the following:
1. Flexible Elastomeric: 1 inch (25 mm) thick:
2. Mineral-Fiber, Preformed Pipe Insulation, Type I: 1 inch (25 mm) thick.
- Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
" , Project#09400
Page 44
3. Polyolefm: 1 inch (25 mm) thick.
D. Refrigerant Suction and Hot-Gas Flexible Tubing: Insulation shall be one of the following:
1. Flexible Elastomeric: 1 inch (25 mm) thick.
2. Polyolefm: 1 inch (25 mm) thick.
E. Dual-Service Heating and Cooling: Mineral-Fiber, Preformed Pipe, Type I: 1-t/2 inches (38 mm)
thick.
END OF SECTION
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
' Project #09400
Page 45
INSTRUMENTATION AND CONTROL FOR HVAC
PART22-GENERAL
22.1 SECTION REQUIREMENTS
A. Summary: Electric/electronic controls sequences for I-NAC systems and equipment.
B. Submittals: Shop Drawings detailing operating control sequences of each item ofHVAC equipment
and system and Product Data for controllers, sensors, operators, control panels, thermostats,
humidistats, actuators, and control valves and dampers.
C. System Description:
D. Operation Sequence: Insert detailed description of control sequences for equipment and systems.
PART 23 -PRODUCTS (Not Applicable)
PART 24 -EXECUTION
24.1 INSTALLATION
A. Install control wiring concealed, except in mechanical rooms, and according to requirements
specified in Division 26 Sections.
END OF SECTION
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgades
Project #09400 -
Page 46
HVAC DUCTS AND CASINGS
PART2S-GENERAL
25.1 SECTION REQUIItEMENTS - '
A. Summary: Metal and nonmetal ducts and accessories in pressure classes 2-inch wg (S00 Pa) or less
and a maximum velocity of 2400 fpm (12 m/s).
B. Submittals: Product Data for fire and smoke dampers and Shop Drawings detailing duct layout and
including locafions and types of duct accessories, duct sizes, transitions, radius and vaned elbows,
special supports details, and inlets and outlet types and locations.
C: Comply with NFPA 90A for systems serving spaces more than 25,000 cu. R. (708 cu. m) in volume
or building Types .II, N, and V construction more than 3 stories in height..
D. Comply with NFPA 90B for systems serving spaces in 1- or 2-family dwellings or serving spaces
less than 25,000 cu. ft. (708 cu. m).
E. Comply with NFPA 96, "Ventilation Control and Fire Protection of Commercial Cooking
Operations," Chapter 3, "Duct System," forrange hood ducts; except single-familyresidential usage,
unless otherwise indicated.
F. Comply with UL 181 and UL 181 A for ducts and closures.
PART 26-PRODUCTS
26.1 DUCTS
A. Galvanized Steel Sheet: Forming steel with minimum G60 hot-diT galvanized coating.
B. Cazbon-Steel Sheets: ASTM A 366/A 366M, cold-rolled sheets; commercial quality; with oiled,
matte finish for exposed ducts.
C. Stainless Steel: ASTM A 480/A 480M, Type 316, and having a No. 2D fmish for concealed ducts
and No. 4 for exposed ducts.
D. Fibrous-Glass Duct Board: Comply with UL 181, Class 1, I-inch- (2S-mm-) thick, fibrous glass
with fire-resistant, reinforced foil-scrim-kraft barrier, and having the air-side surface treated to
prevent erosion.
E. Duct Liner: ASTM C 1071, Type II, 1 inch (25 mm) thick; with an airstream surface coated with a
high-temperature-resistant coating.
1. Adhesive: ASTM C 916, Type I.
2. Mechanical Fasteners: Galvanized steel pin, length required to penetrate liner plus a
maximum 1/8-inch (3-mm) projection into the airstream.
F. joint and Seam Tape,. and Sealant Comply with. UL:181A.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 47
G. Rectangulaz Metal Duct Fabrication: Comply with SMACNA's "FiVAC Duct Construction
Standard" for metal thickness, reinforcing types and intervals, tie-rod applications, and joint Types
and intervals:
H. Fibrous-Glass DuctnFabrication: Comply with SMACNA's ,"Fibrous Glass Duct Construction
Standard."
Fibrous-Glass Liner: Comply with NFPA 90A or NFPA 90B and with NAIMA AH124.
1. Thickness: 1 inch (25 mm).
2. Liner Adhesive: Comply with NFPA 90A or NFPA 90B and with ASTM C 916.
3. Mechanical Fasteners: Galvanized steel suitable for adhesive attachment, .mechanical
attachment, or welding attachment. '
26.2 ACCESSORIES
A. Volume-Control Dampers: Factory-fabricated volume-control dampers, complete with required
hazdwaze and accessories. Single blade and multiple opposed blade, standard leakage rating, and
suitable for horizontal or vertical applications.
B. Fire Dampers: Factory-fabricated fire dampers, complete with required hazdwaze and accessories.
UL labeled according to UL 555, "Fire Dampers."
C. Ceiling Fire Dampers: ,Factory-fabricated fire dampers, complete with required hazdwaze and
accessories. UL listed and labeled; comply with the construction details for the tested floor/roof-
ceiling assemblies as indicated in UL's "Fire Resistance Directory.
D. Smoke Dampers: Factory-fabricated smoke and fire dampers, complete with requited hazdwaze and
accessories. UL labeled accordmg to UL SSSS, "Leakage Rated Dampers for Use in Smoke Control
Systems."Combination fire and smoke dampers shall also be UL labeled for 1-I/2-hour rating
according to UL 555, "Fire Dampers."
E. Flexible£onneetors: Flame=retardedornoneambustibkfabri~s,eoatings~andadhesivessomplyirag
with UL 181, Class 1.
F. Flexible Ducts: Factory-fabricated, insulated, round duct, with an outer jacket enclosing 1-inch- (25-
'mm-) thick, glass-fiber insulation azound a continuous inner ]incr.
PART 27 -EXECUTION
27.1 INSTALLATION
A. Duct System Pressure Class: Construct and install each duct system for the specific duct pressure
classification indicated.
B. Conceal ducts from view in finished and occupied spaces.
C. Avoid passing through electrical equipment spaces and enclosures.
D. Dishwasher Exhaust Duct htstallation: Comply with SMACNA's "IIVAC Duct Construction
Standazd."
E. Support and connect metal ducts according to SMACNA's "HVAC Duct Construction Standazd."
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 48
F. Support and connect fibrous-glass ducts according to SMACNA's "Fibrous Glass Duct Construction
I Standard."
G. Install duct accessories according to details of construction as shown in SMACNA standazds.
H. Install volume-control dampers in lined duct with methods to-avoid damage to liner and to avoid
erosion of duct liner.
I. Install fue and smoke dampers according to manufactures s UL-approved written instructions.
J. Install fusible links in fire dampers.
27.2 TESTING, ADNSTING, AND BALANCING
A. Balance airflow within distribution systems, including submains, branches, and terminals to
indicated quantities.
END OF SECTION
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgades
Project #09400
Page 49
H~TAC Controls Specification
Energy Management and Control System and Sequence of Operations
Part 1: General
1.0 SECTION INCLUDES
1. Related Sections
2. Description '
3. Approved Control System Contractors and. Manufacturers
4. Quality Assurance ,
5. Codes and Standazds
6. System Performance
7. Warranty
1.1 RELATED SECTIONS '
A. The General Conditions. of the Contract; Supplementary Conditions, and General
Requirements aze a part of this specification and shall be used in conjunction with this
section as a part of the contract documents. Consult them for further instructions
pertaining to this work. The Contractor is bound by the provisions of Division 0 and
Division 1.
B. The following sections constitute related work:
I. Section -Basic Materials and Methods
2. Section -Air ITanzlling Equipment
3. Section - VAV Terminal boxes
4. Section -Testing, Adjusting and Balancing
5.' Section -Basic Materials and Methods
6. Section -Wire, Cable, and Related Materials
7. Section -Wiring Devices
8. Section -Miscellaneous Electrical Controls and Wiring
1.2 APPROVED CONTROL SYSTEM CONTRACTORS AND MANiJFACTURERS
C. The bid shall be Delta Controls installed by Travis Brothers Building Automation
(409) 842-2858. Other manufacturers may bid subject to meeting all requirements of
the specification and receiving approval from the engineer 30 days prior to bid. A
comparison of the alternate system to the base bid system must be submitted 30 days
prior to bid for review process. Alternate manufacturers must maintain a local office
and staff within a 30 mile radius of Port Arthur, TX.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgades
Project #09400
Page 50
1.3 DESCRIPTION
D. General: The control system shall be as shown and consist of ahigh-speed, peer-to-
peernetwork of DDC controllers and operator workstation(s) residing and
communicating on a BACnet IP (Internet Protocol) network. The operator
workstation(s) shall be a personal computer (PC) with a color monitor, mouse,
keyboazd, and printer. The PC will allow a user to interface with the network via
multi-tasking dynamic color graphics. Each mechanical system, building floor plan,
and control device will be depicted by point-and-click graphics. A modem shall be
provided for remote access to the.network. Systems using gateways to route
proprietary devices and objects to BACnet aze not acceptable.
E. For Local Area Network installations provide access to the control system via the
Internet. The owner shall provide a connection to the Internet via high-speed cable
modem, ADSL, ISDN, Tl or through the facility ISP. The owrier shall pay for all
monthly Internet access fees and connection chazges.
F. The control system shad be supplied with a complete web enabled package. The
system shall support unlirnited users using standazd web browsers such as Internet
Explorer and Netscape. The web server sofwaze shall operate on standard industry
PC servers. Proprietary servers or "black boxes" are not acceptable. Web browser
software shall be manufactured by the control system manufacturerand shall have the
same look and feel as the operating system. Third party web softwaze is not
acceptable.
G. The system will provide for future expansion to include monitoring of the card access,
fire alarm, and lighting control systems.
1.4 QUALITY ASSURANCE
A. Conttactor/Manufacturer Qualifications
1. The Installer shall have an established working relationship with the Control
System Manufacturer, and be the authorized representative of the Manufacturer at
bid time.
2. ~ The Installer shall have successfully completed Control System Manufacturer's
classes on the control system.
3. All products used in this installation shall be new,. currently under manufacture,
and shall be applied in standazd off the shelf products. This installation shall not
be used as a test site for any new products unless explicitly approved by the
Engineer in writing. Spaze parts shall be available for at least 5 yeazs after
completion of this contract.
1.5 CODES AND STANDARDS
A. All work, materials, and equipment shall comply with the rules and regulations of all
codes and ordinances of the local, state, and federal authorities. Such codes, when
more restrictive, shall take precedence over these plans and specifications. As a
'minimum, the installation shall comply with the current editions in effect 30 days
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 51
prior to receipt of bids of the following codes:
1. National Electric Code (NEC)
2. Uniform Building Code (UBC)
a) Section 608, Shutoff for Smoke Control
b) Section 710.5, Wiring in Plenums '
c) Section 1108, Refrigeration Machinery Room Equipment and Controls
d) Section 1120, Detection and Alarm Systems
3. Uniform Mechanical Code (UMC)
4. ASHRAE 135-2001 ,
5: FCC Regulation, Part 15- Governing Frequency Electromagnetic Interference
6. Underwriters Laboratories UL916
1.6 SYSTEM PERFORMANCE
A. Performance Standards. The system shall conform to the following:
1. Graphic Display. The system shall display a graphiawith 20 dynamic
points/objects with all current data within 10 seconds. .
2. Graphic Refresh. The system shall update a graphic with 20 dynamic
-points/objects with all current data within 8 seconds
3. Object Command. The maximum time between the command of a binary object
by the operator and the reaction by the device shall be less than 2 seconds.
Analog objects should start to adjust within 2 seconds
4. Object Scan. All changes of state and change of analog values will be transmitted
over the high-speed Ethernet network such that any data used or displayed at a
controller or workstation will have been current within the previous 2 seconds
5. Alarm Response Time. The maximum time from when an object goes into alarm
to when it is annunciated at the workstation shall not exceed 45 seconds
1.7 WARRANTY
A. Warrant all work as follows:
1. Labor and materials for the control system specified shall be warranted free from
defects for a period of 12 months after final completion and acceptance. Control
system failures during the warranty period shall be adjusted, repaired, or replaced
at no additional cost or reduction in service to the Owner. The Contractor shall
• .respond to the Owner's request for warranty service withih 24 hours during
normal business hours.
2. All work shall have a single warranty date, even when the Owner has received
beneficial use due to an eazly system start-up. If the work specified is split into
multiple contracts or a multi-phase contract, then each contract or phase shall
have a sepazate warranty start date and period
3. At the end of the final start-up, testing, and commissioning phase, if equipment
and systems aze operating satisfactorily to the Engineer,. the Engineer shall sign
certificates certifying that the control system's operation has been tested and
accepted in accordance with the terms of this specification. The date of
acceptance shall be the start of warranty.
4, Operator workstation software, project-specific softwaze, graphic softwaze,
database softwaze, and firmwaze updates which resolve known softwaze
deficiencies as identified by the Contractor shall be provided at no charge during
the warranty period. Any upgrades or functional. enhancements associated with
Neches Engineers -
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 52
the above mentioned items also can be provided during the warranty period for an
additional charge to the Owner by purchasing an in-warranty technical support
agreement from the Contractor. Written authorization by the Owner must,
however, be granted prior to the installation of any of the above-mentioned items.
5. Exception: The Contractor shall not be required to warrant reused devices, except
for those that have been rebuilt and/or repaired. The Contractor shall warnaut all
• installation labor and materials, however, and shall demonstrate that all reused
devices are in operable condition at the time of Engineer's acceptance.
Part 2: Products
2.0 SECTION INCLUDES
Materials
Communication
Operator. Workstation.
Controller Softwaze
Building Controllers
Advanced"Application Controllers
Application Specific Controllers
Inputl Output Interface
Power Supplies and Line Filtering
Auxiliary Control Devices
Wiring and Raceways
2.1 MATERIALS ,
All products used in this project installation shall be new, currently under manufacture,
and shall be applied in similaz installations for a minimum of two yeazs. This
installation shall not be used as a test site for any new products unless explicitly
approved by the Owner's Representative in writing. Spare parts shall be available for
at least five years afrer completion of this contract.
2.2 COMMUNICATION
A. All control. products provided for this project shall comprise a BACnet intemetwork.
Communication involving control components (i.e., all types of controllers and
Operator Workstations) shall conform to ANSUASHRAE Standazd 135-2001,
BACnet.
B. Each BACnet device shall operate on the BACnet Data Link/Physical layer protocol
specified for that device as defined in this section.
C. The Contractor shall provide all communication media, connectors, repeaters, .
bridges, hubs, switches, and routers necessary for the internetwork.
D. All controllers shall have a communication port for connections with the Operator
Workstations using the BACnet Data Link/ Physical layer protocol.
E. A device on the internetwork shall be provided with a 56k-baud modem that will
allow for remote Operator Workstation using the BACnet PTP Data Link/ Physical
layer protocol. Remote Operator Workstation via this modem shall allow for
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 53
I, communication with any and all controllers on this network as described in Pazagraph.
F below.
F. Communication services~over the internetwork shall result in operator interface and.
value passing that is transparent to the internetwork architecture as follows:
Connection of an Operator Workstation device to any one controller on the
internetwork will allow the operator to interface with all other controllers as if that
interface were directly connected to the other controllers. Data, status information,
reports;- system softwaze, custom programs, etc., for all controllers shall be
available forviewing and editing from any one controller on the internetwork.
All database values (e.g., objects, software variables, custom program variables) of
any one controller shall be readable by any other controller on the internetwork.
This value passing shall be automatically performed by a controller when a
reference to an object name not located in that controller is entered into the
controller's database. An operator/installer shall not be required to set up any
communication services to perform internetwork value passing.
G. The time clocks in all controllers shall be automatically synchronized daily. An
operator change to the time clock in any controller shall be automatically broadcast to
all controllers on the network.
H. The network shall have the following minimum capacity for future expansion:
Each Building Controller shall have routing capacity for 99 controllers.
The Building Controller network shall have capacity for 1000 Building Controllers.
The system shall have an overall capacity for 12,500 Building Controller, Advanced
Application Controller, and Application Specific Controller input/output objects.
2.3 OPERATOR WORKSTATION ,
Operator Workstation. Furnish one PC-based workstations as shown on the system
drawings. Each of these workstations shall be able to access all information in the
system. These workstations shall reside on the same Ethernet protocol network as the
Building Controllers.
Workstation information access shall use the BACnet protocol. Communicaton shall use
the ISO 8802-3 (Ethernet) Data Link/ Physical layer protocol.
Hardware. Each operator workstation and custom programming workstation shall
consist of the following: `
Personal Computer. Furnish IBM compatible PCs as shown. The CPU shall be a
minimum of an Intel Pentium and operate at a minimum of 3.2 MHz. A
minimum of 1 gigabyte of RAM, CD/DVD drive and a 250GB h"azd disk with a
minimum access time of 12 milliseconds shall be praral elaand network on mouse
also will be provided. Furnish all required serial, p
communication ports, and all cables for proper system operation. The PC shall
have a minimum of a 19" VGA monitor.
Printers. EEach workstation shall have one printer equivalent to a Lexmazk Z22 color
inkjet and associated cables or one laser printer.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 54
BACnet Interoperability Building Blocks. The workstation shall support the
following BIBBs:
Data Sharing Alarm & Event Scheduling Trending Device &
Network M t.
DS-RP-A,B AE-N-A SCHED-A T-VMT-A DM-DDB-A,B
DS-RPM-A AE-ACK-A T-ATR-A DM-DOB-A,B
DS-WP-A AE-ASUM-A DM-DCC-A
DS-WPM-A AE-ESUM-A DM-TS-A
DM-UTC-A
DM-RD-A
DM-BR-A
NM-CE-A
System Softwaze
Operating System. Furnish a concurrent multi-tasking operating system., The
operating system also shall support the use of other common softwaze applications
that operate under Microsoft Windows. Examples include Microsoft Excel,
Microsoft Word, Microsoft Access. Acceptable operating systems aze Windows
XP Professional, Windows 7 Professional, and Windows 2003 Server.
System Graphics. The operator workstation softwaze shall be a graphical user
interface _(GUi). The system shall allow display of up to 10 dynamic and
animated graphic screens at once for comparison and monitoring of system status.
Provide a method for the operator to easily move between graphic displays and
change the size and location of graphic displays on the screen. The system
graphics shall be able to be modified while on-line. An operator with the proper
password level shall be_able to add, delete, or Chan e dynamic objects o. n a
graphic. Dynarmc objects shall include analog and binary values, dynamic text,
static text, and animation files. Graphics shall have the ability to show animation
by shifting image files based on the status of the object. `
Custom Graphics. Custom graphic files shall be created with the use of a graphics
generation package furnished with the system. The graphics generation package
shall be a graphically based system that uses the mouse to create and modify
graphics. The graphics generation package also shall provide the capability of
capturing or converting graphics from other programs such as Visio orAutoCAD
Graphics Library. Furnish a complete library of standadd HVAC equipment graphics
such as chillers, boilers, air handlers, terminals, fan coils, and unit ventilators.
This library also shall include standard symbols for other equipment including
fans, pumps, coils, valves, piping, dampers, and ductwork. The library shall be
furnished in a file format compatible with the graphics generation package
program. Graphics shall be created by drag-and-drop selection of graphic symbols
and drag-and-link with BACnet objects with dynamic and interactive display
fields.
Neches Engineers
Port Arthtir City Hall and Annex HVAC Upgrades
Project #09400
Page 55
Multilingual. Softwaze shall be supported in the following languages English,
Spanish, French, German, Chinese.
Dynamic Data Exchange (DDE). Software shall support dynamic data sharing with
other Windows-based programs for third party add-on functionality e.g.
preventative maintenance, tenant billing, etc.
System Applications. Each workstation shall provide operator interface and off=line
storage of system information. Provide the following applications at each
workstation:
System Database Save and Restore. Each workstation shall store on the hazd disk. a
copy of the current database of each Building Controller. This database shall be
updated whenever an operator initiates a save command.
Manual Database Save and Restore. A system. operator with the proper password
cleazance shall be able to save the database from any system panel.. The operator
shall be able to cleaz a panel database via the network and may initiate a download
of a specified database to any panel in the system from the network.
System Configuration. The workstation softwaze shall provide a method of.
configuring the system. -This shall allow for future system changes or addifions by
users under proper password protection.
On-Line Help. Provide acontext-sensitive, on-line help system to assist the operator
in operating and editing the system. On- line help shall be available for all
applications and shall provide the relevant data for that particulaz screen.
Additional help information shall be available through the use of hypertext.
Security. Each operator shall be required to log on to the system with a user name
andp_assword in order to view,. edit, add, or delete da_ ta. System security shall be
selectable for each operator. The system supervisor shall. have the ability to set
passwords and security,levels for all other operators. Each operator password
shall be able to restrict the functions accessible to viewing and/or changing each
system application.
System Diagnostics. The system shall automatically monitor the operation of all
workstations, printers, modems, network connections, building management
panels, and controllers. `
Alarm Processing. Any object in the system shall be configurable to alarm in and. out
of normal state. The operator shall be able to configure the alarm limits, alarm
limit differentials, states, and reactions for each object in the system.
Alazm Messages. Alarm messages shall use the English language descriptor for the
object in alarm, in such a way that the operator will be able to recognize the
source, location, and. nature of the alarm without relying upon acronyms or other
mnemonics.
Alarm Reactions. The operator shall be able to determine (by object) what if any
actions aze to be taken during an alarm. Actions shall include logging,. printing,
' Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 56
starting programs, displaying messages, dialing out to remote stations, paging,
providing audible annunciation.
Trend Logs. The operator shall be able to define a custom trend log for any data
object in the system. This definition shall include change-of--value digital,
change-of--value analog, time interval, start time, and stop time. Trend data shall
be sampled and stored on the Building Controller panel, and. be azchivable on the
hazd disk and be retrievable for use in spreadsheets and standazd database
programs.
,~
Alarm and Event Log. The operator shall be able to view all system alarms and
change of states from any location in the system. Events shall be listed
chronologically. An operator with the proper security level may acknowledge and
clear alarms.
Object and Property Status and Control. Provide a method for the operator to view,
and edit if applicable, the status of any object and property in the system. The
status shall be available by menu, on graphics, or through custom programs.
Clock Synchronization. The real-time clocks in all building control panels and
workstations shall be using the BACnet Time Synchronization service. The
system also shall be able to automatically synchronize all system clocks daily
from any operator-designated device in the system. The system shall
automatically adjust for daylight savings and standazd time, if applicable.
Workstation Applications Editors. Each PC workstation shall support editing of all
system applications. Provide editors for each application at the PC workstation. The
applications shall be downloaded and executed at one or more of the controller
panels.
1. Controller. Provide afull-screen editor for each type of application that shall
allow the operator to view and change the configuration, name, control
pazameters, and setpoints for all controllers.
2. Scheduling. An editor for the scheduling application shall be provided at each
workstation. Provide a method of selecting the desired schedule and month. This
shall consist of a monthly calendar for each schedule. Exception schedules and
.holidays shall be shown clearly on the calendar: Provide a method for allowing
several related objects to follow a schedule. The start and stop times for each
object shall be adjustable from this master schedule.
3. Custom Application Programming. Provide the tools to create, modify, and debug
custom application programming. The operator shalLbe able to create, edit, and
download custom programs at the same time that a1T other system applications aze
operating. The system shall be fully operable while custom routines are edited,
compiled, and downloaded. The programming language shall have the following
features:
The language shall be English language oriented, be based on the syntax of
BASIC, FORTRAN, C, or PASCAL, and allow for free-form programming
(i.e., not column-oriented or "fill in the blanks").
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 57
Afull-screen character editor/programming environment shall be provided. The
editor shall be cursor/mouse-driven and allow the user to insert, add, modify,
and delete custom programming code. It also shall incorporate word
processing features such as cut/paste and find/replace.
The programming language shall allow independently executing program modules
to be developed. Each module shall be able to independently enable and
disable other modules.
The editor/programming environment shall have adebugging/simulation
capability that allows the user to step through the program and observe any
intermediate values and/or results. The debugger also shall provide error
messages for syntax and execution errors.
The programming language shall support conditional statements
(IF/THEN/ELSE/ELSE-IF) using compound Boolean (AND, OR, and NOT)
and/or relations (EQUAL, LESS THAN, GREATER THAN, NOT EQUAL)
comparisons.
The programming language shall support floating point arithmetic using the
following operators: +, -, /, x, square root, and x-to-the-y-power. The.
following mathematical functions also shall be provided: natural log, log,
trigonometric functions (sine, cosine, etc.), absolute value, and
minimum maximum value from a list of values.
The programming language shall have predefined variables that represent time of
day, day of the week, month of the yeaz, and the date. Other predefined
variables shall provide elapsed time in seconds, minutes, hours, and days.
These elapsed time variables shall be able to be reset by the language so that
interval-timing functions can be stopped and started within a program. Values
from all of the above variables shall be readable by the language so that they
can.be used in a program for such purposes as IF/THEN comparisons, _
calculations, etc.
The language shall be able to read the values of the variables and use them in
grogrammin~ statement logic, comparisons, and calculations.
The programs shall support online changes with the ability to read real time values
without exiting the program. Sample programs and syntax help functions shall
be resident in the program.
REPORT MANAGEMENT
1.The following reporting capability shall be provided atthe operator workstation.
2, Reporting:
a. Internal reports built into operator workstafion softwaze
b. External reporting via ODBC
3, Internal Reports
a. User defmable query reports (support advanced multiple property, multiple
object).
b. Reports shall be scheduled for automatic generation by schedule or event.
C. Manual execution to printing/file.
d. Ability to save report in system report folder.
e. Query controller hierarchy.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project#09400 "
Page 58
Report to multiple destinations
i. Email
ii. Print
iii. File (text, csv, xml)
iv. Terminal
4. Enterprise Interface
a. ODBC driver supporting common SQL statements (select, update, insert,
where, order by, group by, etc.) '
b. Allow integration to Enterprise softwaze
c.Shall be capable of being used with third parry software that supports ODBC
connection such as: Microsoft Access, Excel, Crystal Reports, etc.
d. All queries shall be real time into live controller network.
e. Shall be able to both read and write using SQL.
Web Browser Interface
The system shall be capable of supporting an unlimited number of clients using a.
standard Web browser such as Internet ExplorerTM or Netscape NavigatorTM.
The Web browser softwaze shall run on any operating system and system
configuration that is supported by the Web browser. Systems that require specific
machine requirements in terms of processor speed, memory, etc., in order to allow
the Web browser to function with the BAS, shall not be acceptable.
The Web browser shall provide the same view of the system, in terms of graphics,
schedules, calendazs, logs, etc., and provide the same interface methodology as is
provided by the Crcaphical User Interface. Systems that require different views or
that require different means of interacting with objects such as schedules, or logs,
shall not be pernutted.
The Web browser client shall support at a minimum, the following functions:
User log-on identification and password shall be required. >f an unauthorized user
attempts access, a blank web page shall be displayed. Security using Java
authentication and encryption techniques to prevent unauthorized access shall
be implemented.
Graphical screens developed for the GUI shall be the same screens used for the Web
browser client. Any animated graphical objects supported by the GUI shall be
supported by the Web browser interface.
HTML programming shall not be required to display system graphics or data on a
Web page.
Storage of the graphical screens shall be in the Server, without requiring any graphics
to be stored on the client machine. Systems that require graphics storage on each
client aze not acceptable.
Real-time values displayed on a Web page shall update automatically without
requiring a manual "refresh'-' of the Web page.
Neches Engineers
Port Arthur City Hall and Annex I IVAC Upgrades
Project #09400
Page 59
User's shall have administrator-defined access privileges. Depending on the access
privileges assigned, the user shall be able to perform the following:
Modify common application objects, such as schedules, calendars, and set points
in a graphical manner.
Holidays shall be set by using a graphical calendar, without requiring any keyboazd
entry from the operator.
Commands to start and stop binary objects shall be done by right-clicking the selected
object and selecting the appropriate command from the pop-up menu.. No entry of
text shall be required.
The system shall provide the capability to specify a user's (as determined by the log-
on user identification) home page. Provide the ability to limit a specific user to
just their defined home page. From the home page, links to other views, or pages
in the system shall be possible, if allowed by the system administrator.
Graphic screens on the Web Browser client shall support hypertext links to other
locations on the Internet or on Intranet sites, by specifying the Uniform Resource
Locator (URL) for the desired link.' -
SERVER FUNCTIONS AND HARDWARE
A central server, location to be determined by the owner; shall be provided. The ,
server shall support all Network Area Controllers connected to the customer's
network whether local or remote.
Local connections shall be via an Ethernet LAN. Remote connections can be via
ISDN, ADSL, or Tl connection.
The server shall provide scheduling for all Area Controllers and their underlying field
control devices.
The server shall implement the BACnet Command Prioritization scheme (16 levels)
for safe and effective contention resolution of all commands issued to Network
Area Controllers. Systems not employing this prioritization shall not be accepted.
The server shall provide central management of alarm data for all Network Area
controllers supported by the server inclusive of the following:
View and acknowledge alarms - '
Server Hazdwaze Requirements: The server hazdwaze platform shall have the
following requirements:
The computer shall be an Intel based computer (minunum processing speed of 2.8
GHz with 1 GB RAM and a 120-gigabyte minimum hazd drive). It shall
include a 32x CD/DVD Drive, 2 10/100 Ethernet cazds, 1024x768 True Color
Video Cazd
The server operating system shall be Microsoft Windows XP Professional or
Microsoft Windows Server.
Neches Engineers
Port Arthur Ciry Hall and Annex HVAC Upgrades
Project #09400
Page 60
2.4 CONTROLLER SOFTWARE
Furnish the following applications software for building and energy. management. All
softwaze applications shall reside and operate in the system controllers. Editing of
applications shall occur at the operator workstation
System Security
User access shall be secured using individual security passwords and user names.
Passwords shall restrict the user to the objects, applications, and system functions as
assigned by the system manager.
User Log On/I,og Off attempts shall be recorded.
Scheduling. Provide the capability to schedule each object or group of objects in the
system. Each schedule shall consist of the following:
Weekly Schedule. Provide separate schedules for each day of the week. Each of
these schedules should include the capability for start, stop and optimal start.
Each schedule may consist of up to 10 events. When a group of objects are
scheduled together, provide the capability to adjust the start and stop times for
each member.
Holiday Schedules. Provide the capability for the operator to define up to 99 special
or holiday schedules. These schedules maybe placed on the scheduling calendaz
and will be repeated each year. The operator shall be able to define the length of
each holiday period.
Alarm Reporting. The operator shall be able to determine the action to be taken in the
event of an alarm. Alarms shall be routed to the appropriate workstations based on
time and other conditions.
Remote Communication. The system shall have the ability to dial out in the event of an
alarm using BACnet Point-To-Point at a minimum of 56K baud. Receivers shall be
BACnet workstations.
Maintenance Management. The system shall monitor equipment status and generate
maintenance messages based upon user-designated run-time, starts, and/or calendaz
date limits.
Sequencing. Provide application sofiwaze to properly sequence the start and stop of
chillers, boilers, and pumps to minimize energy usage in the facility.
PID Control. A PID (proportional-integral-derivative) algorithm with director reverse
action and anti-windup shall be supplied. The algorithm shall calculate atime-
varying analog value that is used to position an output or stage a series of outputs.
The controlled variable, setpoint, and PID gains shall be user-selectable.
Staggered Start. This application shall prevent all controlled equipment from
simultaneously restarting after a power outage.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 61 '
Energy Calculations. Provide soflwaze to allow instantaneous power (e.g., kW) or flow
• rates (e.g., L/s [GPM]) to be accumulated and converted to energy usage data.
Provide an algorithm that calculates asliding-window kW demand value.
Anti-Short Cycling. All binary output objects shall be protected from short cycling. This
` feature shall allow minimum on-time and off-time to be selected.
On/Off Control with Differential. Provide an algorithm that allows a binary output to be
cycled based on a controlled variable and setpoint. The algorithm shall be direct-
acting or reverse-acting, and incorporate an adjustable differential.
Run-time Totalization. Provide Softwae to totalize run-times for all binary input objects.
A high run-time alarm shall be assigned, if required, by the operator.
2.5 BUILDING CONTROLLERS
General. Provide an adequate number of Building Controllers to achieve the performance
• specified in the Part 1 Article on "System Performance." Each of these panels shall
meet the following requirements.
The Energy Management and Control System shall be comprised of one or more
independent, standalone, microprocessor-based Building Controllers to manage
the global strategies described in the System Software section.
The Building Controller shall have sufficient memory to support its operating system,
database, and programming requirements.
Data shall be shazed between networked Building Controllers.
The operating system of the Building Controller shall manage the input and output
communication signals to allow distributed controllers to shaze real and virtual
object-information, and allow central rnonitoring andalari~s.
Controllers that perform scheduling shall have areal-time clock.
The Building Controller shall communicate with other BACnet objects on the
intemetwork using the Read (Execute and Initiate) and Write (Execute and
Initiate) Property services as defined in Clauses 15.5 and 15.8, respectidely, of
ASHRAE Standazd 135-2001.
BACnet Functional Groups. The Building Controller shall support the following
BACnet functional groups: Clock, Event Initiation, COV Event Response, Files,
Device Communication and Time Master.
Corrununication
Each Building Controller shall support direct Ethernet or a communications cazd. The
communications cazd shall be connected to the Building Controllerby an PC-104
bus connection. The Building Controller shall be connected to the BACnet
network using the ISO 8802-3 (Ethernet) Data Link/ Physical layer protocol.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 62
Each Building Controller with a communications cazd shall perform BACnet routing
if connected to a network of Custom Application and Application Specific
Controllers.
The controller shall provide a service communication port using BACnet Data Link/
Physical layer protocol P-T-P for connection to ahand-held workstation/ and/or
modem.
The Building Controller secondary communication network shall support BACnet
MS/TP.
Environment. Controller hazdwaze shall be suitable for the anticipated ambient
conditions.
Controllers used outdoors and/or in wet ambient conditions shall be mounted
- within waterproof enclosures,. and shall be rated for operation at 0°C to 40°C
[32°F to 100°F] and 10 to 90% RH.
2. Controllers used in conditioned space shall be mounted in dust-proof enclosures,
and shall be rated for operation at 0°C to 50°C [32°F to 120°F].
D. Building Controllers shall be fully peer to peer.
E. Serviceability.. Provide diagnostic LEDs for power, communication, and processor.
All wiring connections shall be made to field- removable, modular terminal strips -
or to a termination cazd connected by a ribbon cable.
F. Memory. The Building Controller shall have as a minimum standard SRAM of 256
KB, standazd DRAM of 1 MB and standazd non-volatile 1 MB of flash memory in lieu
of EPROM. Memory shall be user extendible through RAM chip sockets and SINIMs
for future memory expansion.
G. Immunity to power and noise. Controller shall be able to operate at 90% to 110% of
nominal voltage rating and shall perform an orderly shutdown below 80% nominal
voltage. The Building Controller shall maintain all database information including.
BIOS and programming information in the event of a power loss for at least 72 hours.
Operation shall be protected against electrical noise of 5 to 120 Hz and from keyed
radios up to 5 W at 1 m [3 ft].
H. Inputs/Outputs.
Inputs. Controller input/output boazd shall support dry contact, 0-5 VDC and 0-10
VDC- voltage, 4-20 mA- current and thermistor-resistive signal types on an
individual basis for connecting any status or sensing device. Analog resolution
shall be 10-bit A to D.
Ouputs. Controller input/output boazd shall support plug-and-play UO modules or
built in HOA modules configured with manual-auto-off ovemde switch,
potentiometer and input channel for feedback status or and unrelated analog or
digital input. Output supported shall be 0-10 VDC. All HOA's shall be
supervised.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
q Project#09400
Page 63
Diagnostics. Controller input/output board shall have red LEDs providing input
status indication.
External Power. Controller input/ouput board shall have one on-boazd 24 VDC
terminal for directly connected active transducers.
Building Controller shall have the capability to create, delete and support the
following BACnet Objects:
ANALOG INPUT, ANALOG OUTPUT AND ANALOG VALUE: These objects
shall have the following writeable properties: Object Name; Object Value;
Description; COV Increment; Out of Service and Units. In addition, these
objects shall support the.properties: Device type; Reliability; Min./Max.
Values; Update Interval and Resolution.
BINARY INPUT, BINARY OUTPUT AND BINARY VALUE: These objects
shall have the following writeable properties: Object Name; Object Value;
Description; Polarity; Default Value; Min On/Off and Out of Service. In
addition, these objects shall support the properties: Device Type; Reliability;
Active/Inactive Texts; Update Interval;. Resolution; Change-of--State Time;
Count Times and Time Reset.
CALENDAR: This object shall have the following writeable properties: Object
Name; Object Value; Description; and Date List.
DEVICE: This object shall have the following writeable properties: Object Name;
Description; Location; and UTC Offset:
EVENT ENROLMENT: This object shall have the following writeable
properties: Object Name; Object Value; Description;Out-of-Service; Event &
Notify Types; Parameters; Property Ref; Enable; and Notification Class.
-FILE: This object shall have the following writeable properties: Object Name;
Description; File Type; and File Access.
'LOOP (PID): This object shall have the following writeable properties: Object
Name; Object Value; Description; Polarity; Output and Input Refs.; Input
__ __
Value & Units; Setpoint Value; PID Values; Bias; Write Priority and COV
Increment. In addition, this object shall support the properties: Reliablity;
Update Interval; Proportional Constant & Units; Derivative Constant & Units'.
NOTIFICATION CLASS: This object shall have the following writeable
properties: Object Name; Object Value; Description; Priority and Ack
Requried.
PROGRAM: This object shall have the following writeable properties: Object
Name; Object Value and Description. In addition; this object shall support the
property Reliability.
SCHEDULE: This object shall have the following writeable properties: Object
Name; Object Value and Description; Effective period; Schedule; Exception;
Controlled Properties and Write Properties.
TREND LOG: This object shall have the following writeable properties: Object
Name; Description; Log Enable; Start/stop Times; Log Device Object
Property; Log Interval; Stop When Full; Buffer Size; and Record Count.
2.6 ADVANCED APPLICATION CONTROLLERS
General. Provide an adequate number of Programmable Application Controllers to
achieve the performance specified in the Part 1 Article on "System Performance."
Each of these panels shall meet the following requirements.
Neches Engineers -
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 64
The Advanced Application Controller shall have sufficient memory to support its
operating system, database, and programming requirements.
Advanced Application Controllers shall be fully peer to peer.
The operating system of the Controller shall manage the input and output-
communication signals to allow distributed controllers to share real and virtual
object information, and allow central monitoring and alarms.
All equipment that requires scheduling shall be scheduled in that equipments
controller.
Botfi firmwaze and controller database shall be loadable over the network.
Advanced Application Controllers shall support the following BACnet
Interoperability Building Blocks (BIBBs):
Data Sharing Alarm & Event Scheduling Trending Device &
NetworkM~ t.
DS-RP-B AE-N-B SCHED-B DM-DDB-B
DS-RPM-B AE-ACK-B DM-DOB-B
DS-WP-B AE-ASUM-B DM-DCC-B
DS-WPM-B DM-TS-B
DM-UTC-B
Communication.
Each Advanced Application Controller shall reside on a BACnet network using the
MS/TP or Ethernet Data Link/ Physical layer protocol.
The controller shall provide a service communication port using BACnet Data Link/
Physical layer protocol for connection to portable operators workstation and allow
access to the entire network.
Environment. Controller hazdware shall be suitable for the anticipated ambient
conditions.
' Controllers used outdoors and/or in wet ambient conditions shall be mounted within
waterproof enclosures, and shall berated for operation at 0°C to 40°C [32°F to
100°F]. -
Controllers used in conditioned space shall be mounted in dust-proof enclosures, and
shall be rated for operation at 0°C to 50°C [32°F to 120°F].
Serviceability. Provide diagnostic LEDs for power, communication, and processor. All
wiring connections shall be made to field-removable, modulaz terminal strips -or to
a termination cazd connected by a ribbon cable.
Memory. The Advanced Application Controller shall be non-volatile FLASH memory.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 65
Immunity to power and noise. Controller shall be able to operate at 90% to 110% of
nominal voltage rating and shall perform an orderly shutdown below 80% nominal
voltage. Operation shall be protected against electrical noise of 5 to120 Hz and from
keyed radios up to 5 W at 1 m [3 ft].
2.7 APPLICATION SPECIFIC CONTROLLERS
General. Application Specific Controllers (ABCs) are microprocessor-based DDC
controllers which through hardware or firmwaze design are able to control a wide
variety of equipment. They aze fully user-programmable, and aze not restricted to any
one type of equipment.
Each ASC shall be capable of standalone operation and shall continue to provide
control functions without being connected to the network
Each ASC will contain sufficient UO capacity to control the tazget system.
Both firmwaze and controller database shall be loadable over the network
Application Specific Controllers shall be fully peer to peer
ASC's shall come with an integrated housing to allow for easy mounting and
protection of the circuit board. Only wiring terminals shall be exposed.
Application Specific Controllers shall support the following BACnet Interoperability
Building Blocks (BIBBs):
Data Sharing Alarm & Event Scheduling Trending Device &
Network M t.
DS-RP-B DM-DDB-B
DS-WP-B ~ DM-DOB-B
DIvI~CC-B
Communication
The controller shall reside on a BACnet network using the MS/TP Data Link/
Physical layer protocol.
Each controller shall have a BACnet Data Link/ Physical layer compatible connection
for a laptop computer or a portable operator's tool. This connection shall be
extended to a space temperature sensor port where shown and allow access to the
entire network.
Each controller shall have a secondary subnetwork for communicating sensors or UO
expansion modules
Environment: The hazdwaze shall be suitable for the anticipated ambient conditions.
Controllers used outdoors and/or in wet ambient conditions shall be mounted within
waterproof enclosures, and shall be rated for operation at -40°C to 65°C [-40°F to
150°F] and/or suitably installed in a heated or fan cooled enclosure
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 66
Controllers used in conditioned space shall be mounted in dust-proof enclosures, and
shall be rated for operation at 0°C to 50°C [32°F to 120°F].
Serviceability. Provide diagnostic LEDs for power, communication, and processor. All
wiring connections shall be made to field-removable, modular terminal strips.
Memory. The Application Specific Controller shall use non-volatile memory and-
maintain all BIOS and programming information in the event of a power loss.
Immunity to power and noise. ASC shall be able to operate at 90% to 110% of nominal
voltage rating and shall perform an orderly shutdown below 80%. Operation shall be
protected against electrical noise of 5-120 Hz and from keyed radios up to 5 W at 1 m
[3 ft].
Transformer. Power supply for the ASC must be rated at minimum of 125% of ASC
power consumption, and shall be fused or current limiting type.
InpudOutput. ASC shall support as a minimum, directly connected, a combination of
analog outputs and binary outputs and universal softwaze selectable analog or digital
inputs. ASC inputs shall support 0-5 VDC-voltage, 4-20mA-current, thernustor-
resistance and dry contacts. ASC outputs shall support 0-10 VDC-voltage, digital
triac rated at 0.5 amps at 24 VAC
System Object Capacity. The system size shall be expandable to at least twice the
number of input/output objects required for this project. Additional controllers (along
with associated devices and wiring) shall be all that is necessary to achieve this
capacity requirement. The Operator Workstations installed for this project shall not
require any hazdware additions or software revisions in order to expand the system.
2.8 ALIXII,IARY CONTROL DEVICES
Motorized eontrol dampers; unless otherwise specified elsewhere, shall be furnished by
the controls contractor.
Electric damper/valve actuators.
The actuator shall have electronic overload or digital rotation sensing circuitry to
prevent damage to the actuator throughout the rotation of the actuator.
Where shown, for power-failure/safety applications, an internal mechanical, spring-
returnmechanism shall be built into the actuator housing..
All non-spring-return actuators shall have an external manual gear release to allow
manual positioning of the damper when the actuator is not powered. Spring-
retum actuators with more than 60 in-lb torque capacity shall have a manual crank
for this purpose.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgades
Project #09400
Page 67
Control valves.
Control valves shall be two-way or three-way type fortwo-position or modulating
service as shown.
Close-off (differential) Pressure Rating: Valve actuator and trim shall be furnished to
provide the following minimum close-off pressure ratings:
Water Valves:
Two-way: 150% of total system (pump) head.
Three-way: 300% of pressure differential between ports A and B at design
flow or 100% of total system (pump) head.
3. Water Valves:
a. Body and trim style and materials shall be per manufacturer's
recommendations for design conditions and service shown, with equal
percentage ports for modulating service.
E. Binary Temperature Devices
Low-limit thermostats. Low-limit thermostats shall be vapor pressure type with
an element 6 m [20 ft] minimum length. Element shall respond to the lowest
temperature sensed by any 30 cm [ 1 ft] section. The low-limit thermostat shall be
manual reset only and be supplied as DPST.
Temperature sensors.
Temperature sensors shall be themustors.
Space sensors shall be equipped with the following:
a.programinable buttons for setpoint adjustment and override
b. 3-value, 96-segment LCD display -
o. Communicafiori port connected to entire network
Provide matched temperature sensors for differential temperature measurement.
G. Humidity sensors.
1. Duct and room sensors shall have a sensing range of 20% to 80%.
2. Duct sensors shall be provided with a sampling chamber.
3. Outdoor air humidity sensors shall have a sensing range of 20% to 95% RH: They
shall be suitable for ambient conditions of -40°C to 75°C [-40°F to 170°F].
4'. Humidity sensor's drift shall not exceed 3% of full scale per yeaz.
H. Flow switches.
I Flow-proving switches. shall be either paddle or differential pressure type, as
shown.
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrndes
Project #09400
Page 68
I. Pressure transducers '
1. Transducer shall have lineaz output signal. Zero and span shall be
field-adjustable.
2. Transducer sensing elements shall withstand continuous operating conditions of
positive or negative pressure 50% greater than calibrated span without damage
3. Water pressure transducer shall have stainless steel diaphragm construction, proof
pressure of 150 psi minimum. Transducer shall be complete with l - Svdc or 4 to
20 mA output, required mounting brackets; and blockand bleed valves.
4. Water differential pressure transducer shall have stainless steel diaphragm
construction, proof pressure of 150 psi minimum. Over-range limit (differential
pressure) and maximum static pressure shall be -300 psi. Transducer shall be
complete with 1- Svdc or 4 to 20 mA output, required mounting brackets, and
five-valve manifold. '
J. Differential pressure type switches (air or water service) shall be UL listed, SPDT
snap-acting, pilot duty rated (125 VA minimum), NEMA 1 enclosure, with scale
range and differential suitable for intended application, or as shown.
K. Local Control Panels
All indoor control cabinets shall be fully enclosed NEMA 1 construction with
[hinged door], key-lock latch, removable sub-panels. A single key shall be
common to all field panels and sub-panels
2. Interconnections between internal and face-mounted devices pre-wired with
color-coded stranded conductors neatly installed in plastic troughs and/or
tie-wrapped. Terminals for field connections shall be UL Listed for 600 volt
service, individually identified per control/interlock drawings, with adequate
clearance for field wiring. Control ternuna6ons for field connection shall be
individually identified per control drawings
3. Provide 120v receptacle at each local panel location.
2.9 WIRING AND RACEWAYS
A. General: Provide copper wiring, plenum cable; and raceways as specified in the
applicable sections of Division 16.
B. All insulated wire to be copper conductors, UL labeled for 90C minimum service.
Part 3: Execution
3.0 SECTIONINCLUDES
1. Examination
2. Protection
3. Coordination -
_ 4. General Workmanship
Neches Engineers '
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 69
5. Field Quality Control
6. Wiring
7. Actuators
8. Identification of Hazdwaze and Wiring- ,
9. Controllers
10. Programming
11. Control System Checkout and Testing
12. Control System Demonstration and Acceptance
13. Cleaning ,
14. Training
15. Sequences of Operation and System Point Schedules
3.1 EXAMINATION '
A. The project plans shall be thoroughly examined for control device and equipment
locations. Any discrepancies, conflicts, or omissions shall be reported to the
' Architect/Engineer for resolution before rough-in work is started
B. The Contractor shall inspect the site to verify that equipmentmay be installed as
shown. Any discrepancies, conflicts, or omissions shall be reported to the Engineer
for resolufion before rough-in work is started
C. The Contractor shall examine the drawings and specifications for other parts of the
work. If head room or space conditions appeaz inadequate - or if any discrepancies
occur between the plans and the Contractor's work, and the plans and the work of
others -the Contractor shall report these discrepancies to the Engineer and shall
obtain written instmctions for any changes necessary to accommodate the
Contractor's work with the work of others. Any changes in the work covered by this
specification made necessary by the failure or neglect of the Contractor to reportsuch
discrepancies shall be made by -and at the expense of -this Contractor.
3.2 PItO3'EC~flN
A. The Contractor shall protect all work and material from damage by its work or
employees,. and shall be liable for all damage thus caused
B. The Contractor-shall be responsible for its work and equipment until finally inspected,
tested, and accepted: The Contractor shall protect any material that is not
immediately installed. The Contractor shall close all open ends of work with
temporary covers or plugs during storage and construction to prevent entry of foreign
objects
3.3 COORDINATION
A. Site
Where the mechanical work will be installed in close proximity to, or will
interfere with work of other trades,'the Contractor shall assist in working out
space conditions to make a satisfactory adjustment. If the Contractor installs its
work before coordinating with other trades, so as to cause any interference with
work of other trades, the Contractor shall make the necessary changes in its work
to correct the condition without extra chazge
Neches Engineers
Port Arthur CiTy Hall and Annex HVAC Upgades
Project #09400
Page 70
2. Coordinate and schedule work with all other work in the same azea, or with work
which is dependent upon other work, to facilitate mutual progress.
B. Test and Balance
1. The Contractor shall furnish all tools riecessary to interface to the control system
for test and balance purposes
2. The Contractor shall provide training in the use of these tools. This training will
be planned for a minimum of 4 hours -
3. In addition, the Contractor shall provide a qualified technician to assist in the test
and balance process, until the first 20 terminal units are balanced.
4. The tools used during the test and balance process will be returned at the
completion of the testing and balancing
D. Life Safety
Duct smoke detectors required for air handler shutdown aze supplied and installed
under Division 16. The Divisionl6 Contractor shall interlock smoke detectors to
air handlers for shutdown as described in Part 3: "Sequences of Operation".
2. Smoke dampers and actuators required for duct smoke isolation aze provided
under another Division 15 Section
3. Fire/smoke daznpers and actuators required for fire rated walls are provided under
another Division 15 Section. Control of these dampers shall be by Division 16.
E: Coordination with controls specified in other. sections or divisions. Other sections
and/or divisions of this specification include controls and control devices that aze to
part ~' of in er acedTo ~cont or sy~em speci ied in~iis section: ese con rots
shall be integrated into the system and coordinated by the Contractor as follows:
1. All communication media and equipment shall be provided as specified. in Part 2:
"Communication" of this specification.
2. Each supplier of controls product is responsible for the configuration,
programming, start-up, and testing of that product to meet the sequences of
operation described in this section.
3. The Contractor shall coordinate and resolve any incompatibility issues that arise
between the control products provided under this Section and those provided.
under other sections or divisions of this specification.
3.4 GENERAL WORKMANSHIP
A. Install equipment, piping, and wiring/raceway pazallel to building lines (i.e.,
horizontal, vertical, and pazallel to walls) wherever possible.
B. Provide sufficient slack and flexible connections to allow for vibration of piping and
equipment
Neches Engineers
Port Arthur City Hall and Aanex HVAC Upgrades
Project#09400 '
Page 71
C. Install all equipment in readily accessible locations as defined by Chapter 1, Article
100, Part A of the National Electrical Code (NEC).
D. All wiring shall be verified for its integrity to ensure continuity and freedom from
shorts and grounds '
E. All equipment, installation, and wiring shall comply with acceptable industry
specifications and standazds for performance, reliability, and compatibility and be
executed in strict adherence to local codes and standazd practices.
3.5 FIELD QUALITY CONTROL
A. All work, materials, and equipment shall comply with the rules and regulations of
applicable local, state, and federal codes and ordinances as identified in Part 1 of this
- specification
B. Contractor shall continually monitor the field installation for code compliance and
quality of workmanship
C. Contractor shall have work inspected by local and/or state/provincial authorities
having jurisdiction over the work
3.6 WIRING
A. All control and interlock wiring shall comply with national and local electrical codes
and Division 16 of this specification. Where the requirements of this section differ
with those in Division 16, the requirements of this section shall take precedence.
B. All NEC Class 1 (line voltage) wiring shall be UL Listed in approved raceway per
NEC and Division 16 requirement.
C. All low-voltage wiring shall meet NEC Class 2 requirements. (Low-voltage power
circuits sha-II~e sub-fused wFien required to meet Class 2current-limit.)
3.7 ACTUATORS
A. Mount and link control damper actuators per manufacturer's instructions.
Check operation of damper/actuator combination to confirm that actuator
modulates damper smoothly throughout stroke to both open and closed positions.
2. Provide all mounting hazdwaze and linkages for actuator installation.
B. Electric/Electronic
Dampers: Actuators shall be direct-mounted on damper shaft or jackshaft unless
shown as a linkage installation. For low-leakage dampers with seals, the actuator
shall be mounted with a minimum 5° available for tightening the damper seals.
Actuators shall be mounted following manufacturer s recommendations
2. Valves: Actuators shall be connected to valves with adapters approved by the
actuator manufacturer. Actuators and adapters shall be mounted following the
actuator manufacturer's recommendations. ,
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
.Project #09400
Page 72 '
3.8 IDENTIFICATION OF HARDWARE AND WIRING
A. All wiring and cabling, including that within factory fabricated panels, shall be
labeled at each end within 5 cm [2"] of termination with the DDC address or.
termination number.
B. Permanently label or code each point/object of field terminal strips to show the
instrument or item served.
C. Identify control panels with minimum 1 cm [''/z"] letters on laminated plastic
nameplates.
D. Identify all other control components with permanent labels. All plug-in components
shall be~labeled such that removal of the component does not remove the label.
E. Identify room sensors relating to terminal box or valves with nameplates.
3.9 CONTROLLERS
A. Provide a sepazate controller for each AHU or other HVAC system.
B. Building Controllers and Advanced Application Controllers shall be selected to
provide a minimum of 20% spaze UO point/object capacity for each point/object type
found at each location. If input /objects are not universal, 20% of each type is
required. If outputs aze not universal, 20% of each type is required. A minimum of
one spaze is required for each type of pointlobject used.
1. 'Future use of spaze capacity shall require providing the field device, field wiring,
point/object database defmition, and custom software. No additional controller
boards or pointlobject modules shall be required to implement use of these spaze
points
3.10 PROGRAMMING
A. Provide sufficient internal memory for the specified sequences of operation and trend
logging. There shall be a minimum of 25% of available memory free for future use.
B. Point/object Naming: System point/object names shall be modulaz in design,
allowing easy operator interface without the use of a written point/object index. Use
the following Warning convention:
AAABBBCCCDDDEEE where:
AAA is used to designate the location of the point/object within the building such as {
mechanical room, wing, or level, or the building itself in amulti-building environment.
BBB is used to designate the mechanical system with which the .poinUobject is associated
(e.g., A01, HTC; CLG, LTG).
CCC represents the equipment or material referenced (e.g., SAF for supply air fan , EXF
for exhaust fan, RAF for return air fan).
D or DD or DDD may be used for clarification or for identification if more than one of
CCC exists (e.g., SAF10, EXF121).
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project#09400
Page 73
EE represents the action or state of the equipment or medium (e.g., T for temperature, RH
for humidity, CO for control, S for status, D for damper control, I for current).
C. Softwaze Programming
1. Provide prograunning for the system and adhere to the sequences of operation
provided. The Contractor also shall provide all other system programming
necessary for the operation of the system, but not specified in this document.
Imbed into the control program sufficient comment statements to clearly describe.
each section of the program. The comment statements shall reflect the language
used in the sequences of operation. Use the appropriate technique based on the
following programming types:
a. Text-based:
i. must provide actions for all possible situations
ii. must be modulaz and structured
iii. must be commented
b. Graphic-based
i. must provide actions. for all possible situations
ii. must be documented
c. Parameter-based-
i. must provide actions for all possible situations
ii. must be documented _
D. Operator Interface
1 Standazd Graphics. Provide graphics for all mechanical systems and floor plans
of the building. This includes each chilled water system, hot water system,
chiller, boiler, air handler, and all terminal equipment. Pointlobject information
on the graphic displays shall dynamically update. Show on each graphic all input
and output points/objects for the system. Also show relevant calculated -
pairrtstobjects suciras setpoints
2 Show terminal equipment information on a "graphic" summary table. Provide
dynamic information for each point/object show
The Contractor shall provide all the labor necessary to install, initialize, start up,
and troubleshoot all Operator Workstation software and their functions as
described in this section. This includes any operating system software, the
Operator Workstation database, and any third-party softwaze installation and
.integration required for successful operation of the operator interface
3.11 CONTROL SYSTEM CHECKOUT AND TESTING.
A. Start-up Testing: All testing listed in this article shall be performed by the Contractor
and shall make up part of the necessary verification of an operating control system.
' This testing shall be completed before the Owner's Representative is notified of the
system demonstration.
1. The Contractor shall furnish all labor and test apparatus required to calibrate and
prepaze for service of all instruments, controls, and accessory equipment furnished
under this specification
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 74
2. Verify that all control wiring is properly connected and free of all shorts and
ground faults. Verify that temunations aze tight
3' Enable the control systems and verify calibration of all input devices individually.
Perform calibration procedures per manufacturers' recommendations
4. Verify that all binary output devices (relays, solenoid valves, two-position
actuators and control valves, magnetic starters, etc.) operate properly and that the
normal positions are correct
5. Verify that all analog output devices (UPs, actuators, etc.) aze functional, that start
and span are correct, and that direction and normal positions aze correct. The
Contractor shall check all control valves and automatic dampers to ensure proper
action and closure. The Contractor shall make any necessary adjustments to valve
stem and damper blade travel
6. Verify that the system operation adheres to the Sequences of Operation. Simulate
and observe all modes of.operation by ovemding and varying inputs and
schedules. Tune all DDC loops and optimum StartlStop routines.
7. Alarms and Interlocks
a. Check each alarm sepazately by including an appropriate signal. at a value that
will trip the alarm
b. Interlocks shall be tripped using field contacts to check the logic, as well as to
ensure that the fail-safe condition for all actuators is in the proper direction.
c. Interlock actions shall be tested by simulating alarm conditions to check the
initiating value of the variable and interlock action
3.12 COIdT-RflL$YSTE3vfT7ElvfOld$TI~A`I'ION Awl? z~CCEP`fAIgCE
H. Demonstration' '
1. Prior to acceptance, the control system shall undergo a series of performance tests
to verify operation and compliance with this specification. These tests shall occur
after the Contractor has completed~the installation, started up the system, and
performed its own tests
2. The tests described in this section are to be performed in addition to the tests that
the Contractor performs as a necessary part of the installation, startup, and
debugging process and as specified in the "Control System Checkout and Testing"
Article in Part 3 of this specification. The Engineer will be present to observe and
review these tests. The Engineer shall be notified at least 10 days in advance of
the start of the testing procedures.
3. The demonstration process shall follow that approved in Pazt 1: "Submittals."
The approved checklists and forms shall be completed for all systems as part of
the demonstration
4. The Contractor shall provide at least two persons equipped with two-way
communication, and shall demonstrate actual field operation of each control and
Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 75
sensing point for all modes of operation including day, night, occupied,
unoccupied, fire/smoke alarm, seasonal changeover, and power failure modes.
The purpose is to demonstrate the calibration, response, and action of every
poindobject and system. Any test equipment required to prove the proper
operation shall be provided by and operated by the Contractor.
5. As each control input and output is checked, a log shall be completed showing the
date; technician's initials; and any corrective action taken or needed.
6. Demonstrate compliance with Par[ 1: "System Performance"
7. Demonstrate compliance with Sequences of Operation through all modes of
operation
8. Demonstrate complete operation of Operator Workstation
9. Addifionally, the following items shall be demonstrated:
a) DDC Loop Response. The Contractor shall supply trend data output in a
graphical form showing the step response of each DDC loop. The test shall
show the loop's response to a change in setpoint, which represents a change of
actuator position of at least 25% of its full range. The sampling rate of the
trend shall be from 10 seconds to 3 minutes, depending on the speed of the
loop. The trend data shall show for each sample the setpoint, actuator
position, and controlled variable values. Any loop that yields unreasonably
under-damped or over-damped control shall require further tuning by the
Contractor.
b) ~ Demand limiting. The Contractor shall supply a trend data output showing the
action of the demand-limiting algorithm. The data shall document the action
on aminute-by-minute basis over at least a 30-minute period. Included in the
trgnd~liallbebuilding-kW, dema~l~~setpoin~and--thy status-af-shed-
able equipment outputs.
c) Optimum Start/Stop. The Contractor shall supply a tend data output showing
the capability of the algorithm. The hour-by-hour trends shall include the
output status of all optimally started and stopped equipment, as well as
temperature sensor inputs of affected areas
d) Interface to the building fire alarm system
e) Operational logs for each system that indicate all setpoints, operating points,
valve positions, mode, and equipment status shall be submitted to the
Architect/Engineer. These logs shall cover three 48-hour periods and have a
sample frequency of not more than 10 minutes. The logs shall be provided in
both printed and disk formats.
f) Any tests that fail to demonstrate the operation of the system shall be repeated
at.a later date. The Contractor shall be responsible for any necessary repairs or
revisions to the hazdwaze or software to successfully complete all tests.
I.
Acceptance
All tests described in this specification shall have been performed to the
satisfaction of both the Engineer and Owner prior to the acceptance of the control
system as meeting the requirements of Completion. Any tests that cannot be
" Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project #09400
Page 76
performed due to circumstances beyond the control of the Contractor maybe
exempt from the Completion requirements if stated as such in writing by the
Engineer. Such tests shall then be performed as part of the warranty.
2. The system shall not be accepted until all forms and checklists completed as part
of the demonstration aze submitted and approved as required in Part 1:
"Submittals."
3.13 CLEANING
The Contractor shall clean up all debris resulting from its activities daily.. The
Contractor shall remove all cartons, containers, crates, etc., under its control as
soon as theircontents have been removed. Waste shall be collected and placed in
a designated location.
2. At the completion of work in any azea, the Contractor shall clean all of its work,
equipment, etc., keeping it free from dust, dirt, and debris, etc.
3. =At the completion of work, all equipment furnished under this section shall be
checked for paint damage, and any factory-finished paint that has been damaged
shall be repaired to match the adjacent azeas. Any cabinet or enclosure that has
been deformed shall be replaced with new material and repainted to match the.
adjacent azeas.
3.14 TRAINING
General
1. Provide a minimum of one onsite training class 8-hours in length during the
construction period for personnel designated by the owner.
2. Provide two additional training sessions at 6 and 12 months following building's
turnover. Each session shall be 8 hrs in length and must be coordinated with the
---- _ _ _ -
building Owner.
K. Train the designated staff of Owner's Representative and Owner to enable Day-to-day
Operators to '
1. Proficiently operate the system.
2. Understand control system azchitecture and co~guration.
3. Understand DDC system components.
4. Understand system operation, including DDC system control and optimizing
routines (algorithms).
5. Operate the workstation and peripherals.
6. Log on and. off the system.
7. Access graphics, point/object reports, and logs.
8. Adjust and change system setpoints, time schedules, and holiday schedules.
9. Recognize malfunctions of the system by observation of the printed copy and
graphical visual signals.
10. Understand system drawings, and Operation and Maintenance manual. .
11.. Understand the job layout and location of control components.
12. Access data from DDC controllers and ASC.
13. Operate portable operator s temunals.
.. Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
Project#09400
Page 77
L. Train the designated staff of Owner's Representative and Owner to enable Advanced
Operators to:
1. Make and change graphics on the workstation
2. Create, delete, and modify alarms, including annunciation and routing of these
3. Create, delete, and modify point/object trend logs, and graph or print these
4. Create, delete, and modify reports
5. Add,. remove, and modify system's physical points/objects
6. Create, modify, and delete programming
7. Add panels when required ,
8. Add Operator Workstation stations -
9. Create, delete, and modify system displays -both graphical and otherwise
10. Perform DDC system field checkout procedures
11. Perform DDC controller unit operation and maintenance procedures
12. Perform workstation and peripheral operation and maintenance procedures .
13. Perform DDC system diagnostic procedures
14. Configure hazdwaze including PC boazds, switches, communication, and UO
points/objects ,
15. Maintain, calibrate, troubleshoot, diagnose, and repair hazdwaze
16. Adjust, calibrate, and replace system components
M. Train the designated staff of Owner's Representative and Owner to enable System
Managers/Administrators to:
1. Maintain software and prepaze backups -
2. Interface with job-specific, third-parry operator software
3. Add new users and understand password security procedures
N. Provide course outline and materials as per "Submittals" Article in Part 1 of this
specification. The instructor(s) shall provide one copy of training material per
student.
O. The instructor(s) shall be factory-trained instructors experienced in presenting this
material.
P. Classroom training shall be done using a network of working controllers
representative of the installed hardwaze.
END OF SECTION
• Neches Engineers
Port Arthur City Hall and Annex HVAC Upgrades
- ~ Project#09400
Page 78
CITY OF PORT ARTHUR
PORT ARTHUR CITY HALL & ANNEX
HYAC UPGRADE
NECHES ENGINEERS PROJECT N0.09400 `
ADDENDUM NO.1 Date: March 19, 2010
1. Please incorporate the following work items:
AHU's -Carrier Model # 39L or equivalent
Please follow HVAC Guide Specifications -Section 15860 for Air handling Units (See attached)
See attached Chiller Specification ,
See athached updated AHU schedule - AHU 101 cooling capacity wtrection ' ' a
Musters unit on city haI161° floor
• Add'/. inch natral gas piping. from the~boiler area on 6a floor to Muiners unit about 30 to 50 feet
required to provide gas forreheat purposes. This Muntersunit requires 1 I-15 water column with''/,"
natural gas connection.
• Add new breaker and disconnect in existing power panel in the bs' floor Mechanical Equipment room
to provide 105 AMP service to the Musters Init. The existing service for the cooling tower is
inadequate to supply the Musters. Add 30-40 feet of wire and conduit from electrical panel to
Musters unif.
Musters unit on Annez roof
• Provide Pate curbs or equivalent on roof to mount this Musters unit for tie down
• Provide electrical to this Musters for re-heat since no Natural gas is available in the Annex. Annex
Musters unit electrical requirement for electric heat is MCA = 712 (comparative gas heat MCA =
40.5)
• Add breaker and discowect to an existing 3 phase panel on the 2"" floor of Annex and run to
Musters unit on roof- about 15- 20 feet of wve and conduit
• Question about ladder leading to Roof Hatch in Annex. See M-10 drawing which specifies the ladder
required
Electrical connections
• Factory installed electrical disconnects to be installed on the 2 Musters units, Boiler and Chiller.
Chiller on 6`" floor roof
• Add Factory applied coil coatings for salt water protection
• Add factory installed hail guazds on chiller
NOTE -The Muster units are fully enclosed skid units and have this protection
. ,NECHES ENGINEERS
Addendum #1
HVAC Guide Specifications -Section 15860
CentraFStation Air-Handling Unit
Carrier Model Number.
38L
Part 1 -General.
1.01 SYSTEM DESCRIPTION
A. Indoor mounted central station air-handling unifdesigned to provide aic to a conditioned space as
required to meet specified performance .requirements for ventilatigq`heating, cooling, filtration
and distribution. Unit shall be assembled for draw-thru applicetion and shall be arianged to
discharge condfioned air horizontally orverticaily as shown on the contract drawings.
B. Unit with a direct~xpansion cooling coil shaft have the capability to be used in a refrigerant circuit
in conjunction with air-cooled wndensing units.
1.02 QUALITY ASSURANCE •
A. Unit performance shall. be certified in accordance with ARI Standard 430 for Central Station Air-
Handling Units.
B. Coils shall be certified in accordance with ARI Standard 410. -
C. Direct expansion coils shalt. be designed. and tested in accordance with ANSI/ASHRAE 15 Safety
Code for Mechanical Refrigeration.
D. Ihsufation and insula8onadhesive shall compty with NFPA 90A requirements for flame spread
and smoke generation.
E. Unit shall be manufactured in a facility registered to ISO 9001:2000 manufacturing quality
standard.
F. Unit shall be constructed in accordance with ETL and CSA standards and shall carry the ETL
and CSA labels.
1.03 DELIVERY, STORAGE AND HANDLING
unit shaihbestoredand-harrdied in accordance witlr tfre tinit-manaYaciarer's in5tructiorts.
Part 2 -Products
2.01 EOD(PMENT ~ ~ '
A. General:
Unit shall be afactory-assembled, single-piece central station double wall air handler. Unit may
consist of a fan and coil section with factory-installed chilled. water or direct expansion coil,
preheat or reheat coil, heating coil section, filter section, mixing box or combination filter/mixing
box, or access section as indicated on the equipment schedules. Unit base rail shall be 14 gage
galvanized steel.
B. Unit Cabinet •
1. Unit panels shall be constructed of 20 gage galvanized sleet. Casing panels shall be
removable for easy access to the unit. All panels shall be gasketed to ensure a tight seal.
2. Hinged access doors shalt be double wall with•1.S Ib dual-density fiberglass between
galvanized steel panels.
3. Insulation for casing panels on unit shall be 1-in. minimum.thickness duaWensity fiberglass
insulation with a nominal density of not less than 1.b Ih per cubic foot
4. Insulation shall be secured to casing with waterproof adhesive.
5. Condensate drain pans shall be sloped to prevent standing water and constructed of
stainless steel; they shall have double wall construction with threaded drain connection.
C. Fan Section:
1. -Fan sections shall be constructed of galvanized steel and shall have a formed channel base
for integral mounting of fan, motor, and casing panels. Fan scroll, wheel; shaft, and bearings
are to be rigidly secured to the base unit
2. Each unit shall have a single fan wheel and scroll. Fans shall be double width, double inlet
tYPe, wtth forwardcurved blades. Wheels shall be bondenzed steel with baked enamel, or
galvanized steel.
3. Fan wheels shall be keyed to the shaft and shall be designed for continuous operation' at the
maximum rated fan speed and motor horsepower. Fan wheels and shafts shall be selected
to operate at least 25% below the first aficaf speed, and shall be statically and dynamically
balanced as an assembly. ,
4. Fan shafts shall be solid steel, fumed, ground and polished.
5. Fan bearings shall be self-aligning, pillow-block regreasable ball type selected for an
average life of 200,000 hours at design operation conditions, per ANSI Code B3.15.
6. Fan motor shall be mounted within the fan section casing on slide rails having 2 adjusting
screws. Motor shall be NEMA Design B with sizes and electrical characteristics as shown on
the equipment schedule.
7. Fan drive shall be designed fora 1.5 service factor and shall be factory mounted and
aligned. Belt drive shall be variable or faced-pitch type.
D. Coil Sections:
1. All coils shall have mill galvanized casings. Coils shall 6e factory leak tested at 450 psig air
pressure.:
2. Chilled water,coils shall have aluminum plate fins with belled collars bonded. to '/Z-in.
minimum OD copper tubes. by mechanical expansion. Coils shalt have galvanized steel
casings and copper headers with threaded steel pipe connections. Working pressure shall
be 300 psig at 200 F. Coils shall be drainable and have non-trapping circuits. No turbulence-
promoting devices will 6e permitted inside the tubes. Headers shall have drain and vent
connections.
3. Hot water coils shall have'aluniinum plate fins with belled collars bonded. to copper tubes by
mechanical expansion. Coils shall have galvan¢ed steel casings and copper headers with .
threaded steel pipe connections. Working pressure shalt be 175 psig at 400 F. Headers shall
have drain and vent connections.
E. Etter Sections:
1. Each filter section shall be'designed and constructed to house the specific type of filter
speafied on the equipmentschedule.
2.. Flat filter sections shall accept filters of standard sizes. Sections shall include side access
slide rails and hinged door access. Flat filter section shall be arranged with minimum
depth in direction of airflow.
3. Angle fitter section shall accept 2-in. fitters arranged in horizontal V formation. Double-
walled hinged doors shall be provided. -
G. Access Sections:
1. Access sections shall 6e installed where indicated on the drawings and. shall be as
specified on the equipment schedule.
2. Access sections shall have double-walled hinged doors-
C T R
AR a CF HP C T't B ~ 9e e B CW C Mal M Op
AHU 1 Annex 2nd Door Cerrler 3BL Slze 8 3400 '3 4 / 11 I F 80187 97.48 75,45 45 28.3 1 / B / HF 87.88 8 180
AHU 101 cl Hell Carrier 3BL Slze 12 6000 6 8 / B / DB 80/88 181.13 119.68 45 40 1 ! e I HF 148.22 12 180
AHU 102 CI Hall annex
3 Carclef 3BL Slze 21 7730 6 4l 8 /'FL 80/88 212.63 181,02 4S 50.7 1 / 81 HF 234.08 13.5 180
AHU 10
cl Hall annex Carder 3BL Slze 10 4025 3 4l 11 / FL 80/70 118.87 BO,BA 46 28.9 1 181 HF 115.23 7,6 180
AHU 104 cl Hall annex Caller 3BL Slze 8 1988 1.8 4l i i / F 80/71 58.09 45'.02 4S 14
9 1 / 81 HF 58
68 3
0 180
AHU 2 annex 2nd floor Cerrler 3BL Slze 10 3720 3 4 h11 / F Bona 110,72 80.84 46 .
31:9 1 / e / HF .
117.84 ,
10 180
AHU 201 cl Hall. Cerrler 3BL 91ze 12 4600 3 4 / 11 / F BOg3 130.88 103,34 46 32:8 i I B I HF 134.38 B,2 180
AHU 202 cl Hall Caller 3AL Slze 12 4400 3 4 / 81 HF BO/74 130.61 85.08 46 32,0 1 181 HF 134.73 8.3 180
AHU 203 cl Hall Certler 3BL Slze 8 2000 1 4 / 0 / FL BOI75 48.77 38,41 49 70 1 / B I HF 09.84 5.9 180
AHU 301 41 Hell Certler 3AL Slze 12 4400 3 4 / BJ HF 80170 13D.51 86.08 46 32.8 1 / 81 HF 134,73 A.3 180
AHU 302 cl Hell Certler 38L Slze 12 4400
- 3 4J 8 / NF 80/77 130.61 BS.OB 46 32.8 1 / e / HF 134.73 B.3 780
AHU 401 ra Hell Certler 3BL Slze 12 4400 3 4 ! 01 HF 00p8 130.61 96.08 45 32.8 1 / e / HF 134,73 B.3 180
AHU 402 cl Hall Certler 38L Slze 12 4400 3 4 / 8 / NF 80/78 130.51 ~ 99.08 45 32,8 i / e / HF 134,73 B,3 1 eq
AHU601 cl HBII Cerrler 38M Slze 2S 72080 15 4./ 11 / F 80/80 388.4 277.48 46 77.8 1 191 HF 333.38 18.8 180
AHU 502 C Hall . Caller 39L Slze 15 5500 3 4.l 8 / FL BO/81 138.00 108.5 4S 28.8 1 / B/ HF 183.48 8.7 180
AHU 503 cl Hell Cerrler 39L Slze 8 3180 2 4 / 81 HF 80182 88.41 86.29 46 20.3 1 / 8/ HF 90.69 8.1 180
AHU 601 C Hell. Carder 39L'Size 12 4475 3 8 / i t / D 90/33 174.79 122.97 45 43.1 1 / B / HF 119.30 5.9 180
Summary Performance Report For CH-1'
Project: Port Arthur City Hall. Chiller 01(11/2010
Prepared By: Qi 59PM
Al~U~SN~R~
~'a,
r
AquaSnapTM Ah-Cooled Scroll Chiller
x
o~~.-..:
Unftirtformation
Tag Name:______._...__. _...._...._.....___..__CH-1
Model Number ___.._ _._....___.__30R6130
Quantity`_..--------- --------------1
Manufacturing Source: ._Charlat[e, NC USA
Refrigerant.._.._._____ __.______...__..__R410A
lndependeM Refrgerant Circuitr:.__.____2
Shipping Weight. _____ 8210 Ib
Operating Wegght.__..._ _...__.._.. .._..._..__8585 lb
Unit Length:._____...._.._ .._..._ _.. ~ 789 in
Unit Width:-....__.__.___. _.....--._....__..__.__89 in
UnR Height._..._.___._...-_ _._..___........._-_....._._90 in
Evaporator Information
Fluid Type:---..._--__-___ ____Fresh Water
Fouling Factor__.._.__-__ -.._..___0.00010 {hr-sgft-FyBTU
Leaving 7emperature:..___.. ____-_.._---44.0 °F
Entering Temperatum: __.._54.0 °F
Fluid Flow:__...____...____-_. ___........_ __300.6 gpm
Pressure Drop:-__--_._- -_...._-_-...._19.0 ft
Performance Information.
Cooling Capacity ._.._ _.__ 726:7 Tons
Total Compressor Power_.._____.._.._._ _._ _140.1 kW
Total Fan Motor Power:-_____.____ _..____20.6 kW
Pump Power._....- --.-__-_....._.......__ .-__..__ 9.79 kW
Total Unit Power (without pump):.:_.__ ____._160.8 kW
Total Unft Power`(with pump):__..._- ........_170.6 kW
Etfictrncy (wdhout pump)~.__._..__- -_.....__9.38 EER
A-Weighted Sound Power Level: 100 tlbA
Accessories and Installed Optlons
Freeze Protection
Suctiorline-Insufatien
Non-Fused Discorihed
AI RNCu Tube, E-Coa[
Single Pump, 15 HP
Low Ambient Head Pressure Control
Minimum Load Control
Single Point
Coil Trim Panels ,
Condenser information
Number of Fans:.._......__..__....__..__......__..._-___8
Total Condenser Fan Air Flow:........_.__99200 CFM
Entering Air Temperature:._.___.._._._._......_95.0 °F
Integrated Pump Information
Dynamic Head At Pump_..._..._.._..__._.__._9TZ5 h
Internal Chiller Head Loss:-__.._....__..____19.0 ft
Dynamic Head External To Chiller-______ 98.5 ft
Electrical Information
Unit VoltageC......._._.._ ._...._.._....._._....__.._460-3-60 V-Ph-Hz
Connection Type: Single Paint
Minimum Voltage:_.__ _
414 Volts
Maximum Voltage:--- _
__-----._...._..___........ .506 Volts
Electrical Electrical
Amos Cirwit ~ ctra,lr 2
MCA 299.0
MOCP 300.0
ICF 507.0
All pertortnance a%denry data are without pump.
Certified in axordance with the ARI Water-Chilling Packages using the Vapor Compression CyGe. Certifiption Program, which tr
based on ARI Standard 5 5015 9 0-2 003.
Sound power measured in axordance with ARI 370.2001.
Packaged CNller Builder NACO 329p - Page 1 of 1