Loading...
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