218
PROJECT MANUAL for BUSH GALLERY RTU REPLACMENT PROJECT 340 EAST MAINSTREET Fredericksburg, Texas 78624 Admiral Nimitz Foundation and The Texas Historical Commission Fredericksburg, TEXAS Prepared by Stridde, Callins and Associates, Inc. 342 S. Navigation Boulevard Corpus Christi, Texas 78405-3615 (361) 883-9199 Project No. 13695 SET NO. F6328 07/17/2015

BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

PROJECT MANUAL

for

BUSH GALLERY RTU REPLACMENT PROJECT 340 EAST MAINSTREET

Fredericksburg, Texas 78624

Admiral Nimitz Foundation and

The Texas Historical Commission

Fredericksburg, TEXAS

Prepared by

Stridde, Callins and Associates, Inc. 342 S. Navigation Boulevard

Corpus Christi, Texas 78405-3615 (361) 883-9199

Project No. 13695

SET NO.

F6328

07/17/2015

Page 2: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

PREFACE Page 1 of 1

PREFACE The Specifications are intended to cover all the work to be done relating to the Bush Gallery RTU Replacement Project, Fredericksburg, Texas. Direct all questions concerning the Specifications, Drawings and the Building, in writing, to the Engineer.

David Morales, P.E. Stridde, Callins and Associates, Inc. 342 S. Navigation Blvd. Corpus Christi, Texas 78405 361/883-9199

Direct all questions concerning managing this project onsite at the National Museum of the Pacific War, including staging and scheduling, in writing, to either or both of the following representatives: Joe Cavanaugh, Site Manager/ Museum Director or Herb Vorauer, Facility Manager Texas Historical Commission Admiral Nimitz Foundation 830.997.8600 ext. 221 830.997.8600 ext. 213 [email protected] [email protected] Basic Proposal Requirements: 1. The project documents will be released for bid purposes on Tuesday, 28 July 2015. 2. There will be a mandatory pre-proposal meeting at 10:00 a.m. CST on 10:00 a.m.

Thursday (CST) 6 August 2015. No proposal will be accepted from any firm that does not attend the pre-bid meeting.

3. Complete proposal packages must be received as instructed in this proposal package by 2:00 p.m. (CST) Monday, 17 August 2015.

Any proposals that fail to meet the above requirements will not be opened and will be destroyed by the Owner.

Page 3: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

TABLE OF CONTENTS Page 1 of 3

Division Section Title ......................................................................................................... Pages Title Page and Project Team ...................................................................................................... 1 Preface ..................................................................................................................................... 1 Table of Contents ....................................................................................................................... 3 PROPOSAL DOCUMENTS PREPARED BY OWNER Invitation for Proposals ............................................................................................................... 2 Instructions to Proposers ............................................................................................................ 8 Request for Sealed Proposals .................................................................................................... 4 Construction Contract ................................................................................................................. 3 Contractor’s Qualification Statement ........................................................................................... 6

References – Financial References – Current Projects References – Most Recently Completed Projects

Proposal Form ............................................................................................................................ 2 Proposers Checklist .................................................................................................................... 1 Notice to Proceed ....................................................................................................................... 1 AGREEMENT AND BOND FORMS PREPARED BY OWNER Agreement Between AOR and GC for Electronic Transfer of CAD file(s) .................................... 2 Payment Bond ............................................................................................................................ 2 Performance Bond ...................................................................................................................... 2 GENERAL CONDITIONS OF THE CONTRACT PREPARED BY OWNER 00800 Supplementary General Conditions ............................................................................ 14 00830 Wage Rates ................................................................................................................. 6 DIVISION 1 - GENERAL REQUIREMENTS 01100 Summary ...................................................................................................................... 2 01020 Allowances ................................................................................................................... 2 01027 Application for Payment ............................................................................................... 4 01030 Alternates ..................................................................................................................... 2 01035 Contract Modification Procedures................................................................................. 3 01040 Coordination ................................................................................................................. 3 01045 Cutting and Patching .................................................................................................... 4 01300 Submittals .................................................................................................................... 6 01420 References ................................................................................................................. 17 01500 Temporary Facilities and Controls ................................................................................ 4 01600 Material and Equipment ............................................................................................... 3 01631 Substitutions ................................................................................................................ 3 01700 Contract Closeout ........................................................................................................ 5 01730 Operating and Maintenance Data ................................................................................. 3 01740 Warranties .................................................................................................................... 3

Page 4: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

TABLE OF CONTENTS Page 2 of 3

01781 Project Record Documents........................................................................................... 3 DIVISION 2 - SITE CONSTRUCTION Not Used DIVISION 3 - CONCRETE Not Used DIVISION 4 - MASONRY Not Used DIVISION 5 - METALS Not Used DIVISION 6 – WOOD AND PLASTICS Not Used DIVISION 7 – THERMAL AND MOISTURE PROTECTION Not Used DIVISION 8 – DOORS AND WINDOWS Not Used DIVISION 9 - FINISHES Not Used DIVISION 10 - SPECIALTIES Not Used DIVISION 11 - EQUIPMENT Not Used DIVISION 12 - FURNISHINGS Not Used DIVISION 13 – SPECIAL CONSTRUCTION Not Used

Page 5: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

TABLE OF CONTENTS Page 3 of 3

DIVISION 14 – CONVEYING SYSTEMS Not Used DIVISION 15 – MECHANICAL 15000 Mechanical and Electrical Specifications (Common Conditions) ................................... 8 15010 Mechanical General Conditions .................................................................................. 20 15020 Starting of HVAC Systems ........................................................................................... 3 15030 Mechanical Demolition ................................................................................................. 4 15060 Hangers, Supports, and Foundations ........................................................................... 3 15075 Mechanical Identification .............................................................................................. 2 15080 Mechanical Insulation ................................................................................................... 5 15180 Equipment Drain Piping ................................................................................................ 3 15190 Natural Gas Piping ....................................................................................................... 3 15779 Packaged Rooftop Air Conditioning Units with Gas Heating ....................................... 12 15780 Ultrasonic Humidifiers .................................................................................................. 3 15810 Ducts ............................................................................................................................ 5 15820 Duct Accessories ......................................................................................................... 5 15860 Air Cleaning Devices .................................................................................................... 2 15985 Direct Digital Controls and Sequence of Operation ...................................................... 5 15990 Testing, Adjusting, and Balancing .............................................................................. 10 DIVISION 16 - ELECTRICAL Not Used DRAWING INDEX T1 ......... Title Sheet M1.1 ..... Partial Demolition HVAC Plan - East M1.2 ..... Demolition HVAC Roof Plan - East ME2.1 ... Temporary Exhibit HVAC Plan ME2.2 ... Partial First Floor HVAC Plan ME2.3 ... HVAC Roof Plan - East M3.1 ..... HVAC Schedules and Details

END OF TABLE OF CONTENTS

Page 6: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

INVITATION FOR PROPOSALS Page 1 of 2

INVITATION FOR PROPOSALS

FROM THE OWNER: The Admiral Nimitz Foundation

340 East Main Street Fredericksburg, Texas 78624

AND THE ENGINEER: Stridde, Callins and Associates, Inc.

342 S. Navigation Blvd. Corpus Christi, Texas 78405 361/883-9199 Competitive Sealed Proposals will be received by The Admiral Nimitz Foundation not later than: DATE: Monday, 17 August 2015 TIME: 2:00 p.m. (CST) LOCATION: The Admiral Nimitz Museum Attention: Joe Cavanaugh, Site Manager / Museum Director 340 East Main Street Fredericksburg, Texas 78624 Competitive Sealed Proposals shall be opened and read aloud for the following work. Five (5) complete packets shall be submitted in a sealed envelope and the envelope must be marked as follows:

“BUSH GALLERY RTU REPLACEMENT PROJECT – Do Not Open” It is the intention of the Admiral Nimitz Foundation and the Texas Historical Commission to select the best qualified bidder for the replacement of five Roof Top Units on the George H.W. Bush, and the modification of existing ductwork as specified herein. Due to the nature of this project, replacing existing units in a museum building with close tolerances for temperature and humidity control, this project is scheduled to provide adequate time for fabrication and adaptation of specified equipment and installation when the outside climate will have less impact. The project schedule will be: Before 31 August 2015 Equipment ordered Before 31 October 2015 Fabrication of ducts completed and ready for

installation November 2-20 2015 Equipment installation Proposers may obtain a digital set of drawings and specifications at no cost from the following website: http://www.pacificwarmuseum.org/our-story/contract-documents/ Alternatively, proposers may obtain a printed set of drawings and specifications from the Engineers upon a deposit of $100 per complete package. Make checks payable to The Admiral Nimitz Foundation. Shipping costs shall be the responsibility of the Proposers. The deposit will be refunded upon return of the hard copy sets in good condition within (30) days of the Proposal Opening. No CD scanned documents shall be made available through the Engineers. The Proposers shall bear the cost of said documents beyond those stated above. A 5% Bid Bond is required and a 100% Performance and Payment Bond shall be required as stated in the Contract Documents.

Page 7: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

INVITATION FOR PROPOSALS Page 2 of 2

Attendance at a Pre-Proposal Conference is required for all Prospective Proposers.

MANDATORY PRE-PROPOSAL CONFERENCE: DATE: Thursday (CST) 6 August 2015 TIME: 10:00 a.m. (CST) LOCATION: The Admiral Nimitz Museum

340 East Main Street Fredericksburg, Texas 78624 All questions regarding this solicitation and requests for plans and specifications must be addressed in written format via fax or e-mail to Stridde, Callins and Associates, Inc., at (361)883-9177 or [email protected] no later than 3:00 p.m. (CST) Thursday, 13 August 2015. All questions and answers will be provided to firms with whom the Engineer has knowledge of requesting the Proposal and/or construction documents.

Page 8: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

INSTRUCTIONS TO PROPOSERS Page 1 of 8

INSTRUCTIONS TO PROPOSERS 1. PROJECT BID SCHEDULE

The Proposer is advised of the following schedule:

CONTRACT AWARD FOR CONSTRUCTION DATE: TBD, before 28 August 2015 TIME: TBD

2. PROPOSALS CONFERENCE / COMPETITIVE SEALED PROPOSALS /

SUPPLEMENTAL DATES

A. MANDATORY PRE-PROPOSAL CONFERENCE DATE: Thursday (CST) 6 August 2015 TIME: 10:00 a.m. (CST) LOCATION: The Admiral Nimitz Museum

340 East Main Street Fredericksburg, Texas 78624

B. COMPETITIVE SEALED PROPOSALS (CSP) DUE

DATE: Monday, 17 August 2015 TIME: 2:00 p.m. (CST) LOCATION: The Admiral Nimitz Museum

Attention: Joe Cavanaugh Site Manager/Museum Director 340 East Main Street Fredericksburg, Texas 78624

3. COMPETITIVE SEALED PROPOSAL SUBMITTALS

The Competitive Sealed Proposals consist of five (5) copies and shall include the information as stated on the PROPOSER’S CHECKLIST in conjunction with information requested in INFORMATION AND SELECTION CRITERIA. Once submitted, the proposals become the property of The Admiral Nimitz Foundation. It is the responsibility of the proposer to make copies for their files. The original proposal shall be bound and NOT submitted in individual sheets/ or pages.

4. INFORMATION AND SELECTION CRITERIA

A. The Selection Criteria and the evaluation summary shall total 100 Points and consist of the following categories. The Owner and the Engineer reserve the right to verify all information by contacting any current or past projects listed and/or other possible references which the Owner may be aware of which are not listed.

B. All properly submitted sealed proposals will be reviewed, evaluated, and

ranked by an evaluation committee established by the Owner. The evaluation committee will determine best value by applying the following criteria and assigned weighted values (100 points possible).

Page 9: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

INSTRUCTIONS TO PROPOSERS Page 2 of 8

Base Fees Proposal Price: 50 points

Proposer’s Comparable Experience: 20 points 1. Based upon Current and Completed Projects and References (Complete

both Attached Reference Forms). 2. Primary consideration will be given to reference projects of equal or

greater type, size, and complexity. 3. This bid package includes one AAON Roof Top Unit. Consideration will

be given companies qualified by AAON and with demonstrated experience with these units.

Proposer’s Assigned Staff Qualifications: 20 points 1. The Proposer’s key team members for this project only and their location

(on-site and off-site) during project construction. 2. The resumes of the Project Manager (PM), Project Superintendent (PS),

and the names of all projects that they completed together that will be assigned to the project. Provide the names of contact persons with whom those individuals have worked on listed projects.

Proposer’s Financial Responsibility and Stability: 10 points 1. Provide bank references. 2. Provide the A.M. BEST Rating for the surety proposed for this project and

provide a contact telephone number for the bonding company and agent. 3. List other projects and the amount currently bonded by this surety.

C. The evaluation committee will determine whether Best and Final Offers are necessary. Award of contract may be made without Best and Final Offers. A request for a Best and Final Offer is at the sole discretion of Owner and will be extended in writing.

D. Subcontractors and Suppliers - Provide the list of proposed subcontractors and suppliers.

5. COMPETITIVE SEALED PROPOSALS

A. Complete all submittals of the Competitive Sealed Proposal. Completed packets must be submitted in a sealed envelope and the envelope must be marked

“BUSH GALLERY RTU REPLACEMENT PROJECT – Do Not Open”.

The Admiral Nimitz Museum Attention: Joe Cavanaugh, Site Manager / Museum Director 340 East Main Street Fredericksburg, Texas 78624

Proposer Name: ______________________________________________

Page 10: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

INSTRUCTIONS TO PROPOSERS Page 3 of 8

Proposal Price and apparent completeness of the Competitive Sealed Proposal will be opened at the due date, time and location. The Admiral Nimitz Museum reserves the right to accept or reject any or all proposals.

B. This proposal package is solely for the replacement of five existing rooftop

units and certain humidification equipment. The project drawings included with this proposal package contains information required for two projects: the replacement of five existing roof top units and the replacement of humidification systems. THIS PROPOSAL PACKAGE DOES NOT INCLUDE THE REPLACEMENT OF ALL HUMIDIFICATION SYSTEMS INDICATED ON THE DRAWINGS, SOME OF WHICH WILL BE BID IN A SEPARATE BID PACKAGE.

C. Proposals shall include furnishing of all labor, materials and equipment and

performing all work required and shall be based upon Contract Documents prepared by Stridde, Callins & Associates, Inc.

D. Should the Competitive Sealed Proposals be mailed, it is the responsibility of

the Proposer to allow enough time in transit for proposal to be received by Owner prior to date and hour of proposal opening.

E. Proposals received prior to the advertised hour of opening will be kept

securely sealed. The Owner's representative whose duty it is to open them will decide when the specified time has arrived and no proposal received thereafter will be considered. The Owner or his representatives will not be responsible for the premature opening of, or the failure to open, a proposal not properly addressed or identified.

F. In case of ambiguity or lack of clearness in the stated price in the proposal,

the Owner will adopt the price written in words.

G. Any proposal which is not based upon the drawings and specifications, or which contains any qualification of same, or which is not properly completed and signed by the Proposer, may be rejected by the Owner.

6. EVALUATION OF COMPETITIVE SEALED PROPOSALS

Within seven (7) days after the opening of the Competitive Sealed Proposals, the Owner and Stridde, Callins & Associates, Inc. shall review all required information. Complete Proposals shall be evaluated by the Owner and the Architect in accordance with the INFORMATION AND SELECTION CRITERIA and Proposers submission of the following information related to each criteria. The Owner reserves the right to waive any irregularities as long such waiver is extended to all Proposers.

7. PROPOSER’S REPRESENTATIONS

A. By submitting the Competitive Sealed Proposal, the Proposer represents they:

B. Accept the right of the Owner to reject the Proposal, to waive informalities,

and to accept the Proposal which the Owner considers most advantageous to him.

Page 11: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

INSTRUCTIONS TO PROPOSERS Page 4 of 8

C. Furnish a 5% Bid Bond.

D. Furnish specified insurance.

E. Obtain all permits as required by local, state and federal agencies having jurisdiction over this project.

F. Enter into and execute a contract, if awarded, on the basis of the proposal

documents and contract documents and the Base Proposal and any Alternates.

G. Furnish a one hundred percent (100%) Performance and Payment Bond.

H. Start the work within five (5) calendar days of "Notice to Proceed".

I. Accomplish the work in accordance with the Contract Documents within the

Contract Time.

J. Agrees to be subject to Liquidated Damages.

K. The Proposer shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the Proposer shall comply with the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued.

L. Attention is called to the Texas Government Code, Chapter 2258, Prevailing

Wage Rates (the “Chapter”). Among other things, the Chapter provides that it shall be mandatory upon the Proposer and upon any subcontractor under him to pay not less than the prevailing rates of per diem wages in the locality at the time of construction to all laborers, workmen, and mechanics employed by them in the execution of the Contract.

M. Identification of Employees. The Proposer represents and warrants that it

shall comply with the requirements of the Immigration Act of 1990 and Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Immigration Reform and Control Act of 1986 regarding employment verification and retention of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor or services under this Contract.

N. U.S. Department of Homeland Security’s E-Verify System. By entering into

this Contract, the Proposer certifies and ensures that it utilizes and will continue to utilize, for the term of this Contract, the U.S. Department of Homeland Security’s E-Verify system to determine the eligibility of: 1. All persons employed to perform duties within Texas, during the term

of the Contract 2. All persons (including subcontractors) assigned by the Respondent to

perform work pursuant to the Contract, within the United States of America.

Page 12: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

INSTRUCTIONS TO PROPOSERS Page 5 of 8

O. The Proposer shall provide, upon request of Texas Historical Commission, an

electronic or hardcopy screenshot of the confirmation or tentative non-confirmation screen containing the E-Verify case verification number for attachment to the Form I-9 for the three most recent hires that match the criteria above, by the Proposer, and Proposer’s subcontractors, as proof that this provision is being followed.

8. VISIT TO SITE

There will be no funds paid to the Proposer associated with conditions which could have been determined by examining the site and Contract Documents before submission of Proposals.

9. PROPOSAL ACCURACY

Each Proposer warrants that his/her competitive sealed proposal contains true, correct and complete information, and that the Proposer will make no claim for omission or error.

10. RESERVATION OF RIGHTS

The Owner reserves the right to reject any and all Competitive Sealed Proposals, and to waive any informality or irregularity in proposals, when such rejection or waiver is in the best interests of the Owner. Also, the Owner reserves the right to accept any base proposal.

11. TERMINATION OF PROPOSAL

No proposal shall be withdrawn or terminated for a period of thirty (30) days subsequent to the opening of proposals without consent of the Owner except that if a proposal is accepted and a contract executed or all proposals rejected.

12. PRICING

A. Proposal prices may not be changed after opening of proposal has occurred.

B. The Owner and Architect and/or Engineer may discuss with the selected Proposer, options for a scope or time modification and any price change associated with such modification.

C. All prices for supplies and materials shall be quoted F.O.B. Destination.

13. PROPOSERS QUESTIONS ABOUT PROJECT DOCUMENTS

A. Proposers shall submit any questions regarding the project documents in writing, to the Architect for clarification by 3:00 p.m. (CST) Thursday, 13 August 2015.

B. All changes and/or additions to the project documents shall be done by a

written Addendum published by the Architect to all Plan Holders, and such Addendum(s) shall become a part of the Proposer’s proposal.

Page 13: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

INSTRUCTIONS TO PROPOSERS Page 6 of 8

C. All other oral or written interpretations, or explanations, corrections and/or approvals, do not constitute a change to the project documents, and therefore, should not be relied upon as such.

14. SUBSTITUTIONS AND ALTERNATE MANUFACTURERS (PRIOR TO PROPOSAL

DATE) No substitutions or alternate manufacturers shall be permitted on this project. The specified manufactured equipment is designed to match existing equipment in the rest of the building and to be manufactured to integrate with the building’s control system.

15. SALES TAX

A. The Owner qualifies for exemption from State and local Sales Taxes pursuant to the provisions of the Texas Limited Sales, Excise and Use Tax Act (Taxation - General, Article 20.04, V.T.C.S.). The Proposer may claim exemption from payment of applicable State Sales Taxes by complying with such procedures as may be prescribed by the State Comptroller of Public Accounts.

B. The Proposer shall pay sales, consumer, use and similar taxes for the Work

provided by the Proposer that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Owner is an exempt entity under the tax laws of the State of Texas. The Owner represents that this Project is eligible for exemption for the State Sales Tax on tangible personal property and material incorporated in the project, provided that the Proposer fulfills the requirements of the Limited Sale, Excise and Use Tax Rules and Regulations. For the purpose of establishing exemption, it is understood and agreed that the Proposer may be required to segregate materials and labor costs at the time a Contract is awarded, and will accept a Certificate of Exemption from the Owner. Proposer shall obtain Certificates of Resale from their suppliers and shall make the Proposer or Sub-Contractor responsible for absorbing the tax, without compensation from Owner.

16. SURETY

A. “Acceptable surety” is defined as an insurance company, duly authorized to do business in the State of Texas and licensed by the State of Texas to issue surety bonds, and having an A.M. BEST Rating of A or better, in the opinion of Owner, for faithful performance during the preceding five years of all undertaking to Owner. Notwithstanding any other law to the contrary, the Owner may establish financial criteria for the Surety Companies that provide Payment and Performance Bonds.

B. Performance and Payment Bonds will be required on this project. The

successful proposer must deliver to the Owner a fully executed Performance and Payment Bond in an amount of one hundred percent (100%) of the accepted proposal as security for the faithful performance of the contract and payment of all persons performing labor and furnishing materials in

Page 14: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

INSTRUCTIONS TO PROPOSERS Page 7 of 8

connection with this contract. The Performance and Payment Bonds shall meet the requirements of Tex.Rev.Civ.Stat.Art.5160 (The McGregor Act) as amended. All bonds shall be issued on AIA Document A-311 by a surety company licensed, listed, and authorized to issue bonds in the State of Texas by the Texas Department of Insurance. The surety company shall also provide such other information as may be necessary to document net worth, stability, total bonding capacity, other projects under coverage and to establish adequate financial capacity for this project. Should the bond amount be in excess of ten percent (10%) of the surety company's capital and surplus, the surety company issuing the bond shall certify that the surety company has acquired reinsurance, in a form and amount acceptable to the Owner, to reinsure the portion of the risk that exceeds ten percent (10%) of the surety company's capital and surplus with one or more reinsurers who are duly authorized and admitted to do business in Texas and that amount reinsured by any reinsurer does not exceed ten percent (10%) of the reinsurer's capital and surplus.

C. The Proposer shall require any attorney-in-fact who executed the required

bonds in behalf of the surety to affix thereto an original certified and current copy of a Power of Attorney evidencing the authority of such attorney-in-fact to so execute such bonds within the State of Texas indicating the monetary limit of such power and authority.

17. CONTRACT FORMS

Refer to Construction Contract & Bond Forms to be used to execute the Agreement between the Owner and Proposer.

18. RETAINAGE

The Owner will allow up to NINETY PERCENT (90%) progress payment for General Conditions, materials and labor through the time of substantial completion of the project. The balance of the Contract amount [ten percent (10%)] will be held as retainage and paid after final acceptance of the Project.

19. OWNER

Throughout this document, the term “owner” refers to the Admiral Nimitz Foundation (“Foundation”). The State of Texas, through the Texas Historical Commission (“Commission”), is the actual owner of the National Museum of the Pacific War including the George H.W. Bush Gallery. Through a written agreement between the Foundation and the Commission, the Foundation is primarily responsible for the management, operation, and financial support of the Museum and for on-site management, supervision, direction, and control of all proposers and subcontractors on the Project. The successful bidder will report to and be directed by the designated representative of the Foundation. The Commission shall provide general oversight to the Project to ensure that all legal, contractual, and architectural requirements are met. The Commission shall participate in the selection of the proposers for the project and have full right of access to the construction site and all books, records, plans, designs, contracts, and other records related to the Project.

Page 15: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

INSTRUCTIONS TO PROPOSERS Page 8 of 8

No contract related to the Project shall be considered fully executed without the written approval of the Commission.

20. ENGINEER/ARCHITECT

Whenever the term "Engineer" or “Architect” is used in this specification, it shall refer to Stridde, Callins & Associates, Inc., 342 S. Navigation Blvd., Corpus Christi, Texas 78405 (361) 883-9199, Fax (361) 883-9177 who by contract is authorized by the Owner to prepare all Contract Documents as well as general oversight of the construction contract. Contact: Project Engineer, R. David Morales, P.E.

21. APPLICABLE LAW

This agreement shall be governed by the Uniform Commercial Code. Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas effective and in force on the date of this agreement.

22. VENUE

All parties agree that venue for any litigation arising from this contract/project shall lie in Gillespie County, Texas.

END OF SECTION

Page 16: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

1

REQUEST FOR SEALED PROPOSALS, INCLUDING QUOTES AND QUALIFICATION STATEMENTS FOR

BUSH GALLERY RTU REPLACEMENT PROJECT

National Museum of the Pacific War 28 July 2015

SECTION 1 – GENERAL INFORMATION 1.1 PROJECT SUMMARY

It is the intention of the owner to select the best qualified proposer for the replacement of five Roof Top Units on the George H.W. Bush, and the modification of existing ductwork as specified herein. Throughout this document, the term “owner” refers to the Admiral Nimitz Foundation (“Foundation”). The State of Texas, through the Texas Historical Commission (“Commission”), is the actual owner of the National Museum of the Pacific War including the George H.W. Bush Gallery. Through a written agreement between the Foundation and the Commission, the Foundation is primarily responsible for the management, operation, and financial support of the Museum and for on-site management, supervision, direction, and control of all proposers and subcontractors on the Project. The successful proposer will report to and be directed by the designated representative of the Foundation. The Commission shall provide general oversight to the Project to ensure that all legal, contractual, and architectural requirements are met. The Commission shall participate in the selection of the proposers for the project and have full right of access to the construction site and all books, records, plans, designs, contracts, and other records related to the Project. No contract related to the Project shall be considered fully executed without the written approval of the Commission.

1.2 CONTACT INFORMATION

Questions related to the drawings and specifications shall be addressed by email to:

David Morales, P.E. Stridde, Callins and Associates, Inc. (SCA) 342 S. Navigation Blvd. Corpus Christi, Texas 78405 361/883-9199

Questions related to working conditions, managing this project in a facility that is open daily, site access, staging and related questions shall be addressed by email to: Joe Cavanaugh, Site Manager/ Museum Director or Herb Vorauer, Facility Manager Texas Historical Commission Admiral Nimitz Foundation 830.997.8600 ext. 221 830.997.86600 ext. 213 [email protected] [email protected]

Page 17: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

2

1.3 PRE-PROPOSAL MEETING

A Mandatory Pre-Proposal Meeting will be held at the Admiral Nimitz Museum, 340 East Main Street, Fredericksburg, Texas, 78624 at 10:00 a.m. Thursday (CST) 6 August 2015. All potential proposers are invited to attend and ask questions about the Request for Sealed proposals and the project. A tour of the George H.W. Bush Gallery where this project will be completed will follow the meeting. Failure to be represented at this meeting will disqualify potential proposers. Responses to questions after the Pre-Proposal meeting will be sent to all firms represented at this meeting.

1.4 ADDITIONAL INFORMATION

By submitting a Sealed proposal, each proposer agrees to waive any claim it has or may have against the Texas Historical Commission, the Admiral Nimitz Foundation, the Architect/Engineer, and their respective trustees, agents, and employees, and any reference sources, arising out of or in connection with the administration, evaluation, or recommendation of any Proposal; waiver of any requirements under the Proposal Documents; acceptance or rejection of any Sealed proposal; and award of a Contract. The Admiral Nimitz Foundation shall have no contractual obligation to any proposer, nor will any proposer have any property interest or other right in the contract or Work being proposed unless and until the contract is unconditionally executed and delivered by all parties, and all conditions to be fulfilled by the Contractor have been so fulfilled by the Contractor.

SECTION 2 – SUBMISSION OF SEALED PROPOSALS

SEALED PROPOSALS MUST BE RECEIVED NO LATER THAN 2:00 p.m. (CST) Monday, 17 August 2015

Any statement received after such time will not be considered and will be returned unopened. Five (5) copies of each sealed proposal (including completed Questionnaire and any firm brochures, project photos, project data, or other information relevant to the Statement of Qualifications or Questionnaire) must be submitted as follows: By mail or hand delivery to:

The Admiral Nimitz Museum 340 East Main Street Fredericksburg, Texas 78624 Attn: Joe Cavanaugh, Site Manager/ Museum Director

The Statement shall be submitted in a sealed envelope and clearly marked:

“BUSH GALLERY RTU REPLACEMENT PROJECT – Do Not Open” Representatives from the Admiral Nimitz Foundation and the Texas Historical Architect will open and grade the sealed proposal packages, with consultation from SCA.

Page 18: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

3

SECTION 3 – SEALED PROPOSAL EVALUATION 3.1 Owner shall award a contract to Proposer whose Sealed proposal is considered to provide the

best value to the State based on Base Proposal Price, Proposer’s Qualifications, and Proposer’s References.

3.1.1 All properly submitted Sealed proposals will be reviewed, evaluated, and ranked by an

evaluation committee established by the Owner. The evaluation committee will determine best value by applying the following criteria and assigned weighted values (100 points possible).

Base Fees Proposal Price: 50 points Proposer’s Comparable Experience INCLUDING AAON UNITS: 20 points Proposer’s Assigned Staff Qualifications: 20 points Proposer’s Financial Responsibility and Stability: 10 points

3.1.2 The evaluation committee will determine whether Best and Final Offers are necessary.

Award of contract may be made without Best and Final Offers. A request for a Best and Final Offer is at the sole discretion of Owner and will be extended in writing.

SECTION 4 – SCORING CRITERIA Proposers shall carefully read the information contained in the following criteria and submit a complete statement of Proposals to all questions in this Section. Incomplete Proposals will be considered non-responsive and subject to rejection. 4.1 CRITERIA ONE: BASE FEES

Proposer shall use the Proposer Proposal form attached herein to provide Base Fee for all items indicated on the form. Scoring will be based on the Base Fee.

4.2 CRITERIA TWO: PROPOSER’S COMPARABLE EXPERIENCE

4.2.1 Proposer shall use the Proposer’s Qualification Statement form attached herein to describe a minimum of three (3) and a maximum of six (6) projects completed, or at least 80% complete within the past five (5) years by your organization. This is to demonstrate your organization’s capability to perform the work.

4.2.1.1 List the projects in order of relevance, with the projects that best demonstrate

your ability to complete this project listed first.

4.2.1.2 For each project, provide all information requested on the form. If a particular piece of information is not applicable for a particular project (e.g. a project that did not have an architect or engineer) note “N/A” in that box.

4.2.1.3 This bid package includes one AAON Roof Top Unit. Consideration will be given

companies with demonstrated experience with these units.

Page 19: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

4

4.3 CRITERIA THREE: PROPOSER’S ASSIGNED STAFF QUALIFICATIONS

4.3.1 Provide detailed resumes for both the project manager (the primary point of contact at the Proposer’s main office) and the site superintendent (the person who will be on site during the installation phase of the project) who will be assigned to the project. By submitting this information, you are certifying that the staff named will be assigned to the project. No substitutions will be permitted without advance approval from the Owner.

4.3.2 Describe the capabilities of the staff and how the proposed staff will coordinate the work

of this contract. Give examples of where the Proposer has effectively coordinated projects in buildings open to the public daily.

4.4 CRITERIA FOUR: PROPOSER’S FINANCIAL RESPONSIBILITY AND STABILITY

4.4.1 Proposer shall use the Proposer’s Qualification Statement attached herein to describe organization’s financial capabilities.

4.4.2 Provide the most recent financial statement documenting the organization’s financial

stability.

4.4.3 If the organization is currently in default on any loan agreement or financing agreement with any bank, financial institution, or other entity, specify date(s), details, circumstances, and prospects for resolution.

Page 20: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

CONSTRUCTION CONTRACT 1 of 3

BUSH GALLERY RTU REPLACEMENT PROJECT AGREEMENT BETWEEN THE OWNER AND PROPOSER

THE STATE OF TEXAS §

COUNTY OF GILLESPIE §

The Admiral Nimitz Foundation, Fredericksburg, Texas (hereafter called “Owner”) and ____________________________, of _______________, Texas (hereafter called “Proposer”), hereby agree as follows:

1. Proposer agrees to construct for Owner in accord with the Contract Documents the following: Bush Gallery RTU Replacement Project (“Project”), according to the Contract Documents prepared or compiled by Stridde, Callins & Associates, Inc. (“Project Engineer”).

2. Proposer agrees to furnish, at his own expense, all labor, services, materials, tools,

equipment and supervision necessary to the full and final completion of the Project, and everything incidental thereto, as shown on the Drawings, stated in the Specifications, or properly inferable therefrom, all in accord with the Contract Documents, as hereafter defined.

3. The Contract Documents consist of this Construction Contract and the following

instruments:

Attachments. The following documents constitute the Standards of Performance for this Contract. All of the following are attached to and incorporated as part of this Contract for all purposes:

a. Request For Competitive Sealed Proposals. b. Proposal. c. General Conditions of the Contract. d. Supplementary General Conditions of the Contract. e. Drawings. f. Specifications. g. Addenda and amendments to the foregoing as follows:

i. Addendum No. 1 dated __________. ii. Addendum No. 2 dated __________. iii. Addendum No. 3 dated __________.

4. Immediately following the execution of this Contract and before performing any work,

Proposer shall furnish to Owner a valid Performance Bond and Payment Bond, each in the full amount of the contract price on forms promulgated by Owner, written by

Page 21: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

CONSTRUCTION CONTRACT 2 of 3

companies acceptable to and approved by Owner and required Certificate of Insurance, each in accord with the requirement of the Contract Documents.

5. Proposer shall commence work as directed in a written Notice to Proceed from the

Owner, and shall complete the work on or before 27 November 2015. If the work is not timely completed in accord with the terms of the Contract Documents, Proposer shall be liable to Owner for damages calculated in accord with the terms and provisions of the Supplemental General Conditions of the Contract. If liquidated damages are assessed, it is expressly agreed that the said sum per day is a fair estimate of the pecuniary damages which will be sustained by the Owner in the event that the work is not completed within the agreed time. Said sum shall be considered as liquidated damages only and in no sense shall be considered a penalty, said damages being caused by additional compensation to personnel, for loss of interest on money, and other miscellaneous increased costs, all of which are difficult to exactly ascertain. Such liquidated damages, if assessed, shall be in addition to, and not in lieu of any other rights or remedies Owner may have against Proposer for failure to timely achieve completion of the work.

6. The total contract price is ______________________________ Dollars

($__________________), which includes all labor, equipment and materials for project as described.

7. The parties hereto agree that they will take such steps and execute such instruments

as may be necessary to enable Owner to claim its exemption from the State of Texas Limited Sales Tax for materials used in such Project. All savings resulting from such tax exemption shall be for the benefit of the Owner.

Executed in Fredericksburg Texas, _______________________, 2015 APPROVED FOR EXECUTION:

TEXAS HISTORICAL COMMISSION

___________________________________________ __________________________ SIGNATURE DATE

___________________________________________ __________________________ NAME (PRINT) TITLE

ATTEST:

Page 22: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

CONSTRUCTION CONTRACT 3 of 3

THE ADMIRAL NIMITZ FOUNDATION

_________________________________________ __________________________ SIGNATURE DATE

___________________________________________ __________________________ NAME (PRINT) TITLE

ATTEST: PROPOSER: _________________________________________ __________________________ SIGNATURE DATE

___________________________________________ __________________________ NAME (PRINT) TITLE

Page 23: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

BUSH GALLERY RTU REPLACEMENT - Qualification Statement (4 pages to be submitted) Page 18

Proposer’s Qualifications Statement – Reference Forms

Page 24: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

BUSH GALLERY RTU REPLACEMENT - Qualification Statement (4 pages to be submitted) Page 19

PROPOSER’S QUALIFICATION STATEMENT

COMPLETE AND SUBMIT WITH PROPOSAL

PROJECT NO. 2013695 LOCATION: National Museum of the Pacific War

Bush Gallery, 311 E. Austin

Fredericksburg, Texas 78624

PROPOSAL DATE:

FIRM

ADDRESS

CITY STATE ZIP

PHONE FAX

Individual Partnership Corporation If incorporated, under the laws of the State of with principal place of business in PRINCIPALS IN FIRM AND YEARS EXPERIENCE IN CONSTRUCTION:

NAME TITLE PHONE NO. OF YEARS

FIRM HISTORY: List firm history below including any other business names used. From to Firm Name

From to Firm Name

From to Firm Name

From to Firm Name Has firm, under its current or former name(s) ever failed to complete a project, defaulted on a contract, or been engaged in litigation over a contract? Yes No. If so, state particulars of most recent occurrence on separate sheet(s) and attach to this form. Total Assets Total Liab. & Net Worth

Page 25: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

BUSH GALLERY RTU REPLACEMENT - Qualification Statement (4 pages to be submitted) Page 20

BONDING REFERENCES: Indicate agency/surety through which bonding will be obtained. AGENCY Address

City State

Zip

Phone Fax

Agent’s Name Agent’s Phone

Name of Power of Attorney

from Bond Company Expiration Date

BONDING COMPANY Address

City State Zip

Phone Fax

Name of

Representative Phone

BANKING REFERENCES : BANK Address

City State Zip

Bank Contact Name Phone

Checking Acct.

Numbers

Loan Acct. Numbers

CD/MM Acct.

Numbers

Page 26: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

BUSH GALLERY RTU REPLACEMENT - Qualification Statement (4 pages to be submitted) Page 21

EXPERIENCE RECORD: List minimum of three (3) projects and a maximum of six (6) that are at least 80% completed or have been completed within the last five (5) years by your organization. Projects of similar type, size and complexity to the one being bid are preferred, as well as projects for public agencies. Describe how your experience on these past projects is relevant to your ability to execute this project.

• List the projects in order of relevance, with the projects that best demonstrate your ability to complete this project listed first.

• For each project, provide all information requested on the form. If a particular piece of information is not applicable for a particular project (e.g. a project that did not have an architect or engineer) note “N/A” in that box.

1. Project Name and location Project Type (e.g. new bldg., addition, restoration, etc.):

Bldg. orig. construction date:

Primary building use (e.g. office, school, residence, etc.)

Bldg. square footage,# of stories:

Primary exterior materials (e.g. wood siding, brick, stone)

Name of site superintendent:

Roof type/material (e.g. comp. shingle, wood shake, membrane)

Contract Amount

Beginning $ Ending: $

Describe the project and your scope of work, and how it relates to your ability to execute this project: Project Owner (company) Address City State Zip Project Owner’s Rep (familiar with project) Phone Fax Project percent complete

If completed, date

Project A/E Name (firm and individual) A/E Phone

Page 27: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

BUSH GALLERY RTU REPLACEMENT - Qualification Statement (4 pages to be submitted) Page 22

EXPERIENCE RECORD: (CONTINUED) 2. Project Name and location Project Type (e.g. new bldg., addition, restoration, etc.):

Bldg. orig. construction date:

Primary building use (e.g. office, school, residence, etc.)

Bldg. square footage,# of stories:

Primary exterior materials (e.g. wood siding, brick, stone)

Name of site superintendent:

Roof type/material (e.g. comp. shingle, wood shake, membrane)

Contract Amount

Beginning $ Ending: $

Describe the project and your scope of work, and how it relates to your ability to execute this project: Project Owner (company) Address City State Zip Project Owner’s Rep (familiar with project) Phone Fax Project percent complete

If completed, date

Project A/E Name (firm and individual) A/E Phone

Page 28: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

BUSH GALLERY RTU REPLACEMENT - Qualification Statement (4 pages to be submitted) Page 23

EXPERIENCE RECORD: (continued) 3. Project Name and location Project Type (e.g. new bldg., addition, restoration, etc.):

Bldg. orig. construction date:

Primary building use (e.g. office, school, residence, etc.)

Bldg. square footage,# of stories:

Primary exterior materials (e.g. wood siding, brick, stone)

Name of site superintendent:

Roof type/material (e.g. comp. shingle, wood shake, membrane) Contract Amount

Beginning $ Ending: $

Describe the project and your scope of work, and how it relates to your ability to execute this project: Project Owner (company) Address City State Zip Project Owner’s Rep (familiar with project) Phone Fax

Project percent complete

If completed, date

Project A/E Name (firm and individual) A/E Phone I hereby certify that all information provided above and attached is true and correct. Furthermore, I hereby authorize you to contact the references listed above and authorize release of information from such references to Admiral Nimitz Foundation. I hereby certify that my firm is not debarred or suspended from performing work for the U.S.A. or the State of Texas. Name of Firm Signature of Owner or Officer

Page 29: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

PROPOSAL FORM Page 1 of 2

PROPOSAL FORM TO: THE ADMIRAL NIMITZ MUSUEM Gentlemen: This Proposal is submitted by _____________________________________, whose address is _________________________, (hereafter called "Proposer"), for the construction of " BUSH GALLERY RTU REPLACEMENT PROJECT (hereafter called "Project"). MONETARY BASE PROPOSAL: Proposer agrees to furnish for the total sum of ______________________ Dollars ($__________), all labor, services, materials, tools, equipment and supervision necessary for the full and final completion of the project, and everything incidental thereto, as shown on the Drawings, stated in the Specifications, or properly inferable therefrom, all in accordance with the Contract Documents governing the construction of such Project prepared by Stridde, Callins & Associates, Inc., (hereafter called the “Engineer” and/or "Architect"). Alternate No. 1: If Alternate No. 1 is accepted by the Owner, Contractor shall disconnect and remove existing packaged rooftop unit ERTU-4, provide and install a new packaged unit as specified and scheduled. Provide all associated duct connections, piping connections, accessories, DDC controls and electrical serviced required. If Alternate No. 1 is not accepted, the existing packaged unit ERTU-4 is to remain and have new Automated Logic Controls installed and integrated with the existing building HVAC control system. Alternate No. 1 Proposal: Bidder agrees to furnish for the total sum of ____________________________ Dollars ($_______________________) all labor, services, material, tools, equipment and supervision necessary for the full and final completion of the project, and everything incidental thereto, as shown on the Drawings, stated in the Specifications, or properly inferable therefrom, all in accordance with the Contract Documents governing the construction of such project prepared by Stridde, Callins & Associates, Inc., (hereafter called the “Engineer” and/or “Architect”). Alternate No. 2: If Alternate No. 2 is accepted by the Owner, Contractor shall demolish existing duct mounted DriSteem humidifiers serving existing OAHU-1 and OAHU-2 and provide and install two new duct mounted Humidifirst humidifiers, one for each OAHU-1 and OAHU-2 including all associated duct work, water and condensate drain piping modifications and accessories, DDC controls and associated electrical services required. Electrical and water connections shall be provided and terminated at the location of the new humidifiers for installation of two future humidifiers. If Alternate No. 2 is not accepted, existing DriSteem humidifiers and accessories are to remain. Alternate No. 2 Proposal: Bidder agrees to furnish for the total sum of ____________________________ Dollars ($_______________________) all labor, services, material, tools, equipment and supervision necessary for the full and final completion of the project, and everything incidental thereto, as shown on the Drawings, stated in the Specifications, or properly inferable therefrom, all in accordance with the Contract Documents governing the construction of such project prepared by Stridde, Callins & Associates, Inc., (hereafter called the “Engineer” and/or “Architect”). Proposer’s Monetary Proposals above are based on a Substantial Completion Date of November 27, 2015.

Page 30: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

PROPOSAL FORM Page 2 of 2

Proposer represents that, prior to preparing this Proposal, he has carefully read the Contract Documents, examined the site of the Project, and had made an investigation such that he is fully informed of the conditions, facilities, difficulties, restrictions and requirements which he will, or may encounter in the completion of the Project in accordance with the terms of the Contract Documents. Proposer acknowledges receipt of Addenda Nos. _____ through _____ and that the Proposals contained herein are offered in after review and consideration of same. ________No Addenda were issued (initial) Executed on ___________________________, 2015. Proposer: [Provide full name and business structure of Proposer]

Signature Printed Name, Title

Note: If Proposer is a Joint Venture, an authorized signature from a representative of each party is required.

Page 31: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

PROPOSERS CHECKLIST Page 1 of 1

PROPOSER’S CHECKLIST

Proposers must provide the documents/information requested below. Documents shall be bound. If documents are missing or incomplete, or information requested is not included with proposal, Proposer(s) will receive commensurate points during the evaluation process. Item: Proposer

Initials Administration Review

Proposal Bid Bond References – Financial/Bank (Attached Form) References – Current Projects (Attached Form) References – Most Recently Completed Projects (Attached Form)

Litigation Statement List of Proposed Subproposers and Suppliers Project Management Ability Surety Information Safety Record Agreement Concerning Payment for Additional Architectural Services

Page 32: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

NOTICE TO PROCEED DATE: _ ________

PROJECT #: _ _ CONTRACT #: __

PROJECT NAME: _National Museum of the Pacific War – Bush Gallery RTU Replacement Project____

PROJECT LOCATION: _311 E Austin Street, Fredericksburg, Texas____________________________

OWNER: Admiral Nimitz Foundation____________________________

CONTRACTOR: _ __________________

Dear :

Pursuant to the Construction Contract signed on XXXX you are hereby notified to proceed with the work on the project described above. The contract time shall commence on XXXX, 2015. Per the contract provisions, the project shall be completed by 27 November 2015.

Please acknowledge receipt and acceptance of this notice by signing this document in the space provided below. Keep this document for your records and please send me a copy in a .pdf file via e-mail.

Sincerely,

I acknowledge receipt of this notice on ___________________ [date]. Authorized signature: ________________________________________ Title: ______________________________________________________

Page 33: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

AGREEMENT BETWEEN AOR AND GC FOR ELECTRONIC TRANSFER OF CAD FILE(S) Page 1 of 2

An Agreement between Engineer and Proposer For Transfer of Computer Aided Drafting (CAD) Files on Electronic Media Since data within electronic media transfers or stored on diskettes can deteriorate undetected or be modified without the Engineer’s or Architect’s knowledge, the AutoCAD electronic drawing files are provided without warranty or obligation on the part of the Engineer as to accuracy or information contained in the files. All information in the files must be independently verified by the user. Any drawings made using these electronic files shall have the Engineers Logo, Name, Seals removed and shall be clearly marked, dated and signed by proposer or vendor as shop drawings or As-Built drawings on each sheet. The drawings, specifications, and electronic files are property of the Engineer. They remain the sole property thereof and are not to be used, except as covered herein without due compensation. They are covered by copyright. The undersigned agrees to use these files in preparation of shop drawing submittals and/or “As-Built” drawing submittals only, unless specific authorization is requested in writing and acknowledged in writing. We the undersigned corporation agree to indemnify and hold Stridde, Callins & Associates, Inc. the Engineer, and the Architects harmless from any and all claims, damages, losses, and expenses including but not limited to attorney’s fees arising out of the use of the referenced project AutoCAD drawing files for the listed purposes. Date: Name Signature Title Project Name: Auto CAD Version: Type of electronic file transfer requested: E-Mail Address TERMS AND CONDITIONS: 1. AOR makes no representation as to the compatibility of the CAD files with any hardware or

software. 2. Since the information set forth on the CAD files can be modified unintentionally or otherwise, the

AOR reserves the right to remove all indicia of its ownership and/or involvement from each electronic display.

3. All information added to the drawings by the Proposer shall be in a distinctively heavier pen weight and different font, such that all proposer information can be clearly distinguished from the original files.

4. Any information added by the Proposer, which represents a proposed change to the original design, shall be clearly identified by flagging or other distinctive presentation.

Page 34: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

AGREEMENT BETWEEN AOR AND GC FOR ELECTRONIC TRANSFER OF CAD FILE(S) Page 2 of 2

5. All information on the CAD files shall be considered instruments of service of the AOR and shall not be used for other projects, for additions to this project, or for completion of this project by others. CAD files shall remain the property of the AOR, and in no case shall the transfer of these files be considered a sale.

6. The AOR makes no representation regarding the accuracy, completeness, or permanence neither of CAD files, nor for their merchantability or fitness for a particular purpose. Addenda information or revisions made after the date indicated on the CAD files may not have been incorporated. In the event of a conflict between the AOR’s sealed contract drawings and CAD files, the sealed contract drawings shall govern. It is the Proposer’s responsibility to determine if any conflicts exist. The CAD files shall not be considered to be Contract Documents as defined by the General Conditions of the Contract for Construction.

7. The use of CAD files prepared by the AOR shall not in any way negate the Proposer’s responsibility for coordination with other trades or for the proper checking and coordination of dimensions, details, member sizes and gage, and quantities of materials as required to facilitate complete and accurate fabrication and erection.

8. The Proposer shall, to the fullest extent permitted by law, indemnify, defend and hold harmless the AOR, and its sub consultants from any and all claims, damages, losses, expenses, penalties and liabilities of any kind, including attorney’s fees, arising out of or resulting from the use of the CAD files by the Proposer, or by third party recipients of the CAD files from the Proposer.

9. The AOR believes that no licensing or copyright fees are due to others on account of the transfer of the CAD files, but to the extent any are, the Proposer will pay the appropriate fees and hold the AOR harmless from such claims as may arise.

10. Any purchase order number provided by the Proposer is for Proposer’s accounting purposes only. Purchase order terms and conditions are void and are not a part of this agreement.

11. Payment of the service fee is due upon receipt of the CAD files. 12. This agreement shall be governed by the laws of the principal place of business of the AOR. AUTHORIZED ACCEPTANCE by Stridde, Callins & Associates, Inc. Representative by Proposer Signature Signature Scott Stridde, P.E., President Print Name and Title Print Name and Title Date Date

Page 35: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

PAYMENT BOND Pages 1 of 2

THE ADMIRAL NIMITZ FOUNDATION

FREDERICKSBURG, TEXAS

PAYMENT BOND

THE STATE OF TEXAS

KNOW ALL MEN BY THESE PRESENTS:

COUNTY OF GILLESPIE

That we, _____________________, Contractor, as Principal, and ____________________, as Surety, are hereby held and firmly bound unto the Admiral Nimitz Foundation (hereafter called “Owner”) in the full and just sum of ____________________________ Dollars ($____________) for the payment of which the said Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

The conditions of this obligation are such that: WHEREAS THE Principal entered into a certain Contract, which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, with the Owner dated ___________, 2015, for the construction of Bush Gallery RTU Replacement Project, in accord with the Drawings, Specifications and other Contract Documents pertaining thereto, prepared by Stridde, Callins & Associates, Inc.

NOW, THEREFORE, if the Principal shall promptly make payment to all claimants as defined in Chapter 2253, Government Code, as amended, supplying labor and materials in the prosecution of the work provided for in said Contract, as well as any changes, extensions, deletions or modifications thereof which may be made by Owner with or without notice to Surety, then this obligation shall be null and void, otherwise it shall remain in full force and effect.

PROVIDED that any additions, deletions, alterations or changes which may be made in the terms of the Contract or in the Drawings, Specifications or other Contract Documents, or in the work to be done thereunder, or the making by the Owner of any payment or pre-payment under the Contract, or the giving by the Owner of any extension of time for the performance of the Contract, or the granting of any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal or the Surety, or either of them, their heirs, executors, administrators, successors or assigns, from their liability or the liability of

Page 36: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

PAYMENT BOND Pages 2 of 2

any of them hererunder, notice to the Surety of any such addition, deletion, alteration, change, payment, pre-payment, extension or forbearance being hereby expressly waived.

PROVIDED FURTHER, that this bond is made and entered into solely for the protection of all claimants as defined in Chapter 2253, Government Code, as amended, supplying labor and material in the prosecution of the work provided for in said Contract, and each such claimant shall have a direct right of action under the bond as provided in such Chapter 2253, Government code, as amended.

EXECUTED on _______________, 2015

PRINCIPAL SURETY

_______________________________ _________________________________

Contractor (Corporate Name)

By ____________________________ _________________________________

Name: ___________________ Attorney-in-Fact

Title: ____________________ Name: ____________________________

ATTEST:

__________________________________

*Name: ___________________________

* Title: ____________________________

Address of Contractor: Address of Surety:

__________________________________ __________________________________

__________________________________ __________________________________

__________________________________ __________________________________

*Typed or clearly printed.

Page 37: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

PERFORMANCE BOND Page 1 of 2

THE ADMIRAL NIMITZ FOUNDATION

FREDERICKSBURG, TEXAS

PERFORMANCE BOND

THE STATE OF TEXAS

KNOW ALL MEN BY THESE PRESENTS:

COUNTY OF GILLESPIE

That we, _____________________, Contractor, as Principal, and ____________________, as Surety, are hereby held and firmly bound unto the ADMIRAL NIMITZ FOUNDATION (hereafter called “Owner”) in the full and just sum of ____________________________ Dollars ($____________) for the payment of which the said Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

The conditions of this obligation are such that: WHEREAS THE Principal entered into a certain Contract, which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, with the Owner dated ___________, 2015, for the construction of the Bush Gallery RTU Replacement Project, in accord with the Drawings, Specifications and other Contract Documents pertaining thereto, prepared by Stridde, Callins & Associates, Inc.

NOW, THEREFORE, if the Principal shall well, truly and faithfully perform the Contract in accord with the Drawings, Specifications, and other Contract Documents pertaining thereto, as well as any changes, extensions, deletions or modifications thereof which may be made by Owner, with or without notice to the Surety, and shall fully indemnify and save harmless the Owner from all costs and damage which Owner may suffer by reason of Principal’s default or failure so to do, shall fully reimburse and repay Owner all outlay and expense which Owner may incur in making good any such default, then this obligation shall be null and void, otherwise it shall remain in full force and effect.

PROVIDED that any additions, deletions, alterations or changes which may be made in the terms of the Contract or in the Drawings, Specifications or other Contract Documents, or in the work to be done thereunder, or the making by the Owner of any payment or pre-payment

Page 38: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

PERFORMANCE BOND Page 2 of 2

under the Contract, or the giving by the Owner of any extension of time for the performance of the Contract, or the granting of any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal or the Surety, or either of them, their heirs, executors, administrators, successors or assigns, from their liability or the liability of any of them hererunder, notice to the Surety of any such addition, deletion, alteration, change, payment, pre-payment, extension or forbearance being hereby expressly waived.

PROVIDED FURTHER, that this bond is made and entered into solely for the protection of the Owner pursuant to the provisions of Chapter 2253, Government code, as amended, and all liabilities on this bond are to be determined in accord with the provisions thereof.

EXECUTED on _______________, 2015 PRINCIPAL SURETY

_______________________________ _________________________________

Contractor (Corporate Name)

By ____________________________ _________________________________

Name: ___________________ Attorney-in-Fact

Title: ____________________ Name: ____________________________

ATTEST:

__________________________________

*Name: ___________________________

* Title: ____________________________

Address of Contractor: Address of Surety:

__________________________________ __________________________________

__________________________________ __________________________________

__________________________________ __________________________________

*Typed or clearly printed.

Page 39: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 1 of 14

SECTION 00800 GENERAL CONDITIONS

ARTICLE 1 - GENERAL PROVISIONS 1.1 Basic Definitions

Alternate - A variation in the Work on which the Owner requires a price separate from the Base Price. If the alternate is accepted by Owner, the variation will become a part of the Contract and the Base Price will be adjusted in the amount quoted.

Base Price - The price quoted before Alternates are considered.

Day - A calendar day beginning and ending at midnight.

HVAC Commissioning Agent - A specialist licensed by the State of Texas to confirm all systems operate in accordance with project temperature and humidity specifications.

Manufacturers - Manufacturers acceptable to perform Work subject to requirements of the specific Specifications Section.

Not-In-Contract (NIC) - Work not included in this Contract.

Provide - To furnish all labor, materials, equipment, accessories, transportation, services, installation, and adjustments required for the Work, including applicable taxes, profit, and overhead.

Proposer - whenever the term Proposer or Proposer is used in the Contract Documents, it shall refer to the entity listed on the –Agreement Between Owner and Proposer, acting as a Proposer.

1.2 Correlation and Intent of the Contract Documents

The most recently issued Document takes precedence over previous issued forms of the same Document. The order of precedence is as follows with the highest authority listed first.

1. Contract Modifications signed by Proposer and Owner 2. Addenda. 3. Supplementary Conditions. 4. General Conditions. 5. Specifications and Drawings. 6. The Agreement Between Owner and Proposer.

The Drawings and Specifications are correlative and have equal authority and priority. Should they disagree in themselves, or with each other, prices shall be based on the better quality and greater quantity of work indicated. The appropriate method of performing the Work, in the event of disagreements, will be made by the Architect.

Page 40: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 2 of 14

1. Figures take precedence over scale measurements. 2. Large scale details take precedence over smaller scale details. 3. Architectural Drawings take precedence in regard to dimensions, when in conflict

with Mechanical and Structural Drawings, except for the size of the structural members.

4. Specifically titled Drawings and sections of the Specifications take precedence over indication of the item in a general way.

ARTICLE 2 - Proposer 2.1 Review of Contract Documents and Field Conditions by Proposer

Confirm from bench mark the physical surface characteristics of the site indicated on Drawings. Report discrepancies discovered to Architect for adjustment before beginning Work. No extra charges or compensation will be allowed for grade variations or discrepancies except by written agreement before construction begins. Initiation of Work shall indicate Proposer's verification of existing grade elevations and acceptance of existing site surface characteristics.

2.2 Supervision and Construction Procedures

Proposer acknowledges that the Work will be performed in connection with a facility which is currently occupied and in use. It is imperative that Proposer’s operations and the performance of the Work not interfere with, interrupt, disturb, or disrupt Owner’s normal operations or facilities. Proposer recognizes that the ongoing activities in proximity with its construction activities shall result in the need for prompt and effective coordination of its services with those involved in the ongoing utilization of the premises. Such coordination and adequate site access shall be the responsibility of the Proposer. Proposer understands and accepts the difficulties and costs associated with working in an existing facility and the potential for delays and disruptions in its Work. Proposer has included such items in the Contract Time and the Contract Sum. The Proposer shall perform all the Work in such a manner as to cause minimum interference with the operations of the Owner and other proposers and Subcontractors on the site, and shall take, and cause the Proposer’s and its Subcontractor’s employees, agents, licensees and permittees to take all necessary precautions to protect the Work and the site and all persons and property thereon from damage or injury.

This facility is open to the public from 9:00 a.m. to 5:00 daily (normal operating hours.) Certain elements of the Work, including demolition and installation of ductwork, must be accomplished within the public-accessible space. Museum maintenance staff is normally onsite before 7:00 a.m. and until 9:00 p.m. Special accommodation can be made to work with the proposer for extended hours before and after those hours for such work in order to eliminate safety issues and/ or to reduce inconvenience to the public.

Page 41: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 3 of 14

2.3 Labor and Materials

The Owner, Architect and Proposer will consider a formal request for the substitution of products in place of those specified only under the conditions set forth in the General Requirements and prior to the bid date. By making requests for substitutions, the Subcontractor/Supplier:

1. represents that the Subcontractor/Supplier has investigated the proposed substitute

product and determined that it is equal or superior in all respects to that specified; 2. represents that the Subcontractor/Supplier will provide the same warranty for the

substitution that the Subcontractor/Supplier would for that specified; 3. certifies that the cost data presented is complete and includes all related costs under

this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and

4. will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects.

If a substitution is required due to the delay or other cause by the proposer, subcontractor, supplier and manufacturer, the original invoice of the products (including quantities and unit prices) shall be submitted to the Architect for review prior to payment being made by the Owner.

The Proposer shall enforce strict discipline and good order among the Proposer’s employees and other persons carrying out the Work. The Proposer shall not permit employment of unfit persons or persons not properly skilled in tasks assigned to them. The Proposer shall be responsible for the actions of Proposer’s forces, Subcontractor’s forces and all tiers of Sub-subcontractor’s forces. The Proposer will prohibit the possession or use of alcohol, controlled substances, tobacco, and any prohibited weapons on the Project Site and shall require adequate dress of the Proposer’s forces consistent with the nature of the Work being performed, including wearing shirts at all times. Sexual harassment of employees of the Proposer or employees or the public by employees of the Proposer is strictly forbidden. Any employee of the Proposer who is found to have engaged in such conduct shall be subject to appropriate disciplinary action by the Proposer, including removal from the job site. THE PROPOSER RELEASES, INDEMNIFIES AND HOLDS HARMLESS THE OWNER FOR PROPOSER’S FORCES’ NON-COMPLIANCE WITH OWNER’S DRUG-FREE, ALCOHOL-FREE, WEAPON-FREE, HARASSMENT-FREE AND TOBACCO-FREE ZONES, OR PROPOSER’S FORCES’ NON-COMPLIANCE WITH CRIMINAL LAW, OR PROPOSER’S OR SUBCONTRACTOR’S FORCES’ NON-COMPLIANCE WITH IMMIGRATION LAWS OR REGULATIONS. Any individual found by Owner to have violated these restrictions is subject to permanent removal from the Project, at Owner’s request. Proposer shall place similar language in its subcontract agreements, requiring its Subcontractors and Sub-subcontractors to be responsible for their own forces and Proposer shall cooperate with the Owner to ensure Subcontractor and Sub-subcontractor compliance.

The Proposer shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work

Page 42: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 4 of 14

Place Act of 1988 is incorporated by reference and the Proposer shall comply with the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued.

Prevailing Wage- Attention is called to the Texas Government Code, Chapter 2258, Prevailing Wage Rates (the “Chapter”). Among other things, the Chapter provides that it shall be mandatory upon the Proposer and upon any subcontractor under him to pay not less than the prevailing rates of per diem wages in the locality at the time of construction to all laborers, workmen, and mechanics employed by them in the execution of the Contract.

In accordance therewith, the Owner has established a scale of prevailing wages as determined by the United States Department of Labor in accordance with the Davis-Bacon Act (20 U.S.C. section 276a et. seq.) and not less than this established scale must be paid on the Project. Any workers not included in the schedule shall be properly classified and paid not less than the rate of wages prevailing in the locality of the Work at the time of construction.

2.4 Identification of Employees

The Proposer represents and warrants that it shall comply with the requirements of the Immigration Act of 1990 and Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Immigration Reform and Control Act of 1986 regarding employment verification and retention of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor or services under this Contract.

2.5 U.S. Department of Homeland Security’s E-Verify System

By entering into this Contract, the Proposer certifies and ensures that it utilizes and will continue to utilize, for the term of this Contract, the U.S. Department of Homeland Security’s E-Verify system to determine the eligibility of:

1. All persons employed to perform duties within Texas, during the term of the

Contract; and 2. All persons (including subcontractors) assigned by the Respondent to perform work

pursuant to the Contract, within the United States of America.

The Proposer shall provide, upon request of (agency name), an electronic or hardcopy screenshot of the confirmation or tentative non-confirmation screen containing the E-Verify case verification number for attachment to the Form I-9 for the three most recent hires that match the criteria above, by the Proposer, and Proposer’s subcontractors, as proof that this provision is being followed. If this certification is falsely made, the Contract may be immediately terminated, at the discretion of the state and at no fault to the state, with no prior notification. The Proposer shall also be responsible for the costs of any re-solicitation that the state must undertake to replace the terminated Contract.

Page 43: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 5 of 14

2.6 Taxes

The Proposer shall pay sales, consumer, use and similar taxes for the Work provided by the Proposer that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Owner is an exempt entity under the tax laws of the State of Texas. The Owner represents that this Project is eligible for exemption for the State Sales Tax on tangible personal property and material incorporated in the project, provided that the Proposer fulfills the requirements of the Limited Sale, Excise and Use Tax Rules and Regulations. For the purpose of establishing exemption, it is understood and agreed that the Proposer may be required to segregate materials and labor costs at the time a Contract is awarded, and will accept a Certificate of Exemption from the Owner. Proposer shall obtain Certificates of Resale from their suppliers and shall make the Proposer or Sub-Proposer responsible for absorbing the tax, without compensation from Owner.

2.7 Permits, Fees, Notices and Compliance with Laws Add the following sentence to

Paragraph 3.7.1:

The Owner will pay permanent property assessments and utility connection charges levied by governing authorities. Owner will pay water and electrical utility charges during construction.

Prior to final payment, the manufacturer’s invoice illustrating quantities and prices for all allowanced items shall be submitted to the Architect for review.

2.8 Shop Drawings, Product Data and Samples

Submittals which are not marked as “REVIEWED” for compliance with the Contract Documents and APPROVED by the Proposer shall be returned by the Architect without action. Shop drawings shall contain compelling evidence that the Proposer has reviewed said drawings in their entirety.”

ARTICLE 3 - TIME 3.1 Delay and Extensions of Time

The Contract Time: the project must be substantially completed by the agreed-upon date.

Page 44: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 6 of 14

ARTICLE 4 - PAYMENTS AND COMPLETION 4.1 Applications for Payment - Proposer

Substantial Completion - At Substantial Completion, the Owner shall pay NINETY PERCENT (90%) of the amount due the Proposer.

A retainage of TEN PERCENT (10%) will be held by the owner until the owner and owner’s Commissioning Agent complete a Certificate of Completion.

The Certificate of Completion will be submitted upon final testing of all systems installed under this proposal.

4.2 Substantial Completion

If, in Architect's opinion during the Substantial Completion inspection, the Project or the designated portion thereof which Owner has agreed to accept separately is not sufficiently complete to warrant inspection, or if the list of items to be completed or corrected is not sufficiently complete, then Architect may terminate the inspection and inform the Proposer to make the Project ready for inspection and resubmit an amended list of items to be completed or corrected.

Prior to the Architect visiting the site with the intent of reviewing the Punch List prepared by the Proposer, the Proposer shall forward his Punch List to the Architect for review. If, in the opinion of the Architect, the list is not complete, the Proposer will be advised to review the work again to update the Punch List prior to the Architect’s visit.

ARTICLE 5 - PROTECTION OF PERSONS AND PROPERTY 5.1 Safety Precautions and Programs

If reasonable precautions will be inadequate to prevent foreseeable bodily injury or death to persons resulting from a material or substance encountered on the site by the Proposer, the Proposer shall, upon recognizing the condition, immediately stop work in the affected area and report the condition to the Owner and Architect in writing.

The Owner shall be responsible for obtaining the Professional Services to verify a presence or absence of the material or substance reported by the Proposer and, in the event such material or substance is found to be present, to verify that it has been rendered harmless. Unless otherwise required by the Contract Documents, the Owner shall furnish in writing to the Proposer and Architect the names and qualifications of persons or entities who are to perform tests verifying the presence or absence of such material or substance or who are to perform the task of removal or safe containment of such material or substance. The Proposer and the Architect will promptly reply to the Owner in writing stating whether or not either has a reasonable objection to the persons or entities proposed by the Owner. If either the Proposer or Architect has an objection to a person or entity proposed by the Owner, the Owner shall propose another to whom the Proposer and the Architect have no reasonable objection.

Page 45: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 7 of 14

5.2 Injury or Damage to Person or Property

If either party suffers injury or damage to person or property because of an act or omission of the other party, or of others for whose acts such party is legally responsible, written notice of such injury or damage, whether or not insured, shall be given to the other party within a reasonable time not exceeding three (3) days after discovery. The notice shall provide sufficient detail to enable the other party to investigate the matter. No provision of the Contract Documents shall waive the Owner’s immunity under Texas Tort Claims Act, Texas Civil Practice and Remedies Code, Chapter 101.

ARTICLE 6 - INSURANCE AND BONDS Contractor represents and warrants that it will, within seven (7) business days of executing this agreement, provide the owner with current certificates of insurance or other proof acceptable to the owner of the following insurance coverage: Workers’ Compensation & Employers’ Liability. Contractor must maintain Workers’ Compensation insurance coverage in accordance with statutory limits: Workers’ Compensation: Statutory Limits Employers’ Liability: Each Accident $1,000,000 Disease: Each Employee $1,000,000 Disease: Policy Limit $1,000,000 Commercial General Liability. Personal injury and advertising injury with, at a minimum, the following limits: Bodily Injury and Property Damage: Each occurrence limit $1,000,000 Aggregate Limit: $2,000,000 Medical Expense: $5,000 each person Personal Injury and Advertising Liability: $1,000,000 Products / Completed Operations Aggregate Limit: $2,000,000 Damage to Premises Rented to You: $50,000 Contractor represents and warrants that all coverages are with companies licensed in Texas, with “A” rating from A.M. Best Co., and authorized to provide the required coverages. Respondent also represents and warrants that all of the above policies and bonds contain endorsements prohibiting cancellation exception upon at least thirty (30) days prior written notice to the owner. Respondent must, within the time provided above, furnish proof to the onwer of such coverage in the form of a Certificate of Insurance from Respondent’s insurance carrier or carriers indicating the above coverages. The Certificate shall be addressed to the Admiral Nimitz Foundation and the Texas Historical Commission as the Certificate holder. Contractor represents and warrants that it shall maintain the above insurance coverage during the term of this Contract, and shall provide the owner with an executed copy of the policies immediately upon request.

Page 46: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 8 of 14

6.1 Proposer’s Liability Insurance.

No Work will be commenced and no equipment or materials can be shipped until all requirements of this Article have been satisfied, satisfactory evidence of insurance has been provided, and all insurance is in full force and effect. Proposer shall notify Owner and Engineer in writing of any insurance changes requirements, and shall notify Owner and Engineer in writing of any insurance changes which occur during the terms required under the Contract Documents. Any deviation from these requirements can only be approved by Owner’s Representative, and must be approved in writing in advance. Any nonconformity may be grounds for termination or modification of the Contract. To the extent that Proposer is unable to procure the insurance designated herein because the insurance is not reasonably available or is cost-prohibitive, then Proposer shall provide written notice to Owner’s Board of Trustees. Said lack of insurance may then be grounds for termination or modification of this Agreement.

Satisfactory evidence of insurance required by this Article shall be provided to Owner and Engineer not later than five business days after execution of the Contract by Owner. Satisfactory evidence shall include copies of the required insurance policies, declarations and endorsements themselves. In addition, Proposer shall also provide: 1) a duly-executed ACORD Certificate of Insurance, Form 25-S with the following language added to the “Special Provisions” Section: “the language in the “Cancellation” section is replaced as follows: Should any of the above-described policies be cancelled before the expiration date thereof, the issuing insurer shall mail thirty (30) days written notice to the certificate holder named to the left”; and 2) a duly executed ACORD Evidence of Commercial Property Insurance, Form 28 (2003-10). A copy of the general liability additional insured endorsement shall also be provided. The Proposer shall furnish Owner all insurance amendments, renewals, notices, cancellations and additional endorsements as they are provided to Proposer.

Such certificates of insurance and evidence of insurance shall specify:

1. The owner as a certificate holder with correct mailing address. 2. Insured’s name, which must match that on this Agreement. 3. Insurance companies affording each coverage, policy number of each coverage,

policy dates of each coverage, all coverages and limits described herein, and signature of authorized representative of insurance company.

4. Producer of the certificate with correct address and phone number listed. 5. Additional insured status required herein. 6. Amount of any deductibles and/or retentions. 7. Cancellation and reduction in coverage notification as required by this Agreement. 8. Designated Construction Project Aggregate Limits required herein. 9. Personal Injury contractual liability required herein. 10. Primary and non-contributing status required herein.

General LiabilityInsurance Coverage. OWNER (both Admiral Nimitz Foundation and Texas Historical Commission) shall be named additional insured on the Commercial General Liability and Umbrella and Business Auto Policies. With respect to the Commercial General Liability policy or its equivalent or broader will be attached to the policy and continue in force one (1) year commencing after the issuance of the final payment certificate. It is the intent of the parties to this Agreement that this Additional Insured status shall include coverage for completed operations.

Page 47: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 9 of 14

The Proposer’s coverage is not permitted to include any of the following endorsements. The certificate of insurance shall list all exclusions and limitations added by endorsement to the general liability insurance coverage.

1. Contractual Liability Limitation 2. Amendment Of Insured Contract Definition 3. Exclusion-Explosion, Collapse and Underground Property Damage Hazard 4. Limitation of Coverage To Designated Premises or Project 5. Exclusion-Damage To Work Performed By Subcontractors on Your Behalf 6. Any type of Classification or Business Description Limitation Endorsement 7. Any type of Construction Defect Completed Operations exclusion 8. Any type of exclusion regarding Owner or Proposer Controlled Insurance Program or

“Wraps” if the Proposer is engaged in such work 9. Any type of Punitive, Exemplary or Multiplied Damages Exclusion 10. Any type of Subsidence exclusion if the Proposer is engaged in any type of earth

movement work, including but not limited to compaction, fill, or installation of storm or sewer drains

All insurance required herein shall be primary to and shall seek no contribution from all insurance available to Owner, with Owner’s insurance being excess, secondary and non-contributing. This CGL coverage shall be endorsed to provide such primary and non-contributing liability coverage. All insurance shall contain a waiver of subrogation in favor of Owner on all claims arising out of the Project. The policies shall provide such waivers of subrogation by endorsement or otherwise.

The Proposer and the Proposer’s Subcontractors shall purchase and maintain such insurance as will protect them and the Owner from claims which may arise out of or result from the Proposer's operations under the Contract, whether such operations be by any Proposer or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, including the following:

1. claims under workers' compensation, disability benefit and other similar employee

benefit acts which are applicable to the Work to be performed; 2. claims for damages because of bodily injury, occupational sickness or disease, or

death of the Proposer's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any

person other than the Proposer's employees; 4. claims for damages insured by usual personal injury liability coverage; 5. claims for damages, other than to the Work itself, because of injury to or destruction

of tangible property, including loss of use resulting therefrom; 6. claims for damages because of bodily injury, death of a person or property damage

arising out of ownership, maintenance or use of a motor vehicle; 7. claims for bodily injury or property damage arising out of completed operations; and 8. claims involving contractual liability insurance applicable to the Proposer's

obligations.

The insurance required shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption from date of commencement of the Work until date of final payment and termination of any coverage required to be maintained after final payment.

Page 48: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 10 of 14

Proposer shall have its insurance carrier(s) furnish to Owner insurance certificates no later than five (5) business days after this agreement is signed. All policies shall name Owner as an additional insured. Proposer shall permit Owner to examine the insurance policies, or at Owner’s option, proposer shall furnish Owner with copies of the insurance policies required.

Certificates of insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days’ prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted with the final Application for Payment as required and thereafter upon renewal or replacement of such coverage until the expiration of the time required. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Proposer with reasonable promptness.

The Proposer shall cause the commercial liability coverage required by the Contract Documents to include (1) the Owner, the Architect and the Architect’s consultants as additional insureds for claims caused in whole or in part by the Proposer’s negligent acts or omissions during the Proposer’s operations; and (2) the Owner as an additional insured for claims caused in whole or in part by the Proposer’s negligent acts or omissions during the Proposer’s completed operations.

6.2 Performance and Payment Bonds

The Proposer shall furnish bonds covering faithful performance of the Contract and payment of obligations arising thereunder. Bonds may be obtained through the Proposer's usual source (assuming that it meets the minimum A.M. Best rating stated herein). The Proposer's securing of the Performance and Payment Bond shall be obtained solely on the financial credentials of the proposer. Said Bonds shall not be co-signed, endorsed or underwritten to any degree by a third party. Bonds shall only be secured by individuals, shareholders, directors, owners or partners with a majority ownership interest in the company or firm contracted to perform the work. Bonds shall be issued by underwriters with an A.M. BEST rating of A or better.

The Proposer shall deliver the required bonds to the Owner not later than three days following the date the Agreement is entered into, or if the Work is to be commenced prior thereto in response to a letter of intent, the Proposer shall, prior to the commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished.

The Proposer shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney.

Page 49: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 11 of 14

6.3 WORKERS’ COMPENSATION INSURANCE COVERAGE

Definitions:

Certificate of coverage (“certificate”) - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers’ Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers’ compensation insurance coverage for the person’s or entity’s employees providing services on the Project, for the duration of the Project. “Duration of the Project” - includes the time from the beginning of the work on the Project until the Proposer’s work on the project has been completed and accepted by the Owners. “Persons providing services on the Project” (“subcontractor” in Texas Labor Code Section 406.096) - includes all persons or entities performing all or part of the services the Proposer has undertaken to perform on the Project, regardless of whether that person contracted directly with the Proposer and regardless of whether that person has employees. This includes, without limitation, independent proposers, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. “Services” - include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to the Project. Services do not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets.

The Proposer shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Proposer providing services on the Project for the duration of the Project.

The Proposer must provide a certificate of coverage to the Owner prior to being awarded the Contract.

If the coverage period shown on the Proposer’s current certificate of coverage ends during the duration of the Project, the Proposer must, prior to the end of the coverage period, file a new certificate of coverage with the Owner showing that coverage has been extended.

The Proposer shall obtain from each person providing services on the Project, and provide to the Owner:

1. A certificate of coverage, prior to that person beginning work on the Project, so the

Owner will have on file certificates of coverage showing coverage for all persons providing services on the Project; and

2. No later than seven days after receipt by the Proposer, an new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project.

Page 50: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 12 of 14

The Proposer shall retain all required certificates of coverage for the duration of the Project and for one year thereafter.

The Proposer shall notify the Owner in writing by certified mail or personal delivery, within ten (10) days after the Proposer knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project.

The Proposer shall post on the Project site, a notice, in the text, form, and manner prescribed by the Texas Workers’ Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage.

The Proposer shall contractually require each person with whom it contracts to provide services on the Project to:

1. Provide coverage, based on proper reporting of classification codes and payroll

amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code Section 401.011(44) for all of its employees providing services on the Project for the duration of the Project;

2. Provide to the Proposer, prior to that person beginning work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project for the duration of the Project;

3. Provide the Proposer, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project;

4. Obtain from each other person with whom it contracts, and provide to the Proposer: a. A certificate of coverage, prior to the other person beginning work on the

Project; and b. A new certificate of coverage showing extension of coverage, prior to the end

of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project;

5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter;

6. Notify the Owner in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and

7. Contractually require each person with whom it contracts, to perform as required by items (1) – (6) listed immediately above, with the certificates of coverage to be provided to the person for whom they are providing the services.

By signing this Contract or providing or causing to be provided a certificate of coverage, the Proposer is representing to the Owner that all employees of the Proposer who will provide services on the Project will be covered by workers’ compensation insurance coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Texas Workers’ Compensation Commission’s Division of Self-Insurance Regulation. Providing false or misleading information may subject the Proposer to administrative penalties, criminal penalties, civil penalties, or other civil actions.

Page 51: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 13 of 14

The Proposer’s failure to comply with any of these provisions is a breach of contract by the Proposer which entitles the Owner to declare this Contract void if the Proposer does not remedy the breach within ten (10) days after receipt of notice of breach from the Owner.

The coverage requirement recited above does not apply to sole proprietors, partners, and corporate officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996.

ARTICLE 7 - MISCELLANEOUS PROVISIONS 7.1 Governing Law

The Contract shall be governed by the laws of the State of Texas, without regard to choice-of-law rules of any jurisdiction. The Contract is deemed performable entirely in Gillespie County, Texas. Any litigation to enforce or interpret any terms of the Contract, or any other litigation arising out of or as a result of the Contract shall be brought in the State courts of said County. No provision of this Agreement shall waive any immunity or defense.

The invalidity of any part or provision of the Contract Documents shall not impair or affect in any manner whatsoever the validity, enforceability or effect of the remainder of the Contract Documents.

7.2 Interest

Payments due and unpaid under the Contract Documents shall bear interest in accordance with the Texas Prompt Payment Act, Texas Gov’t Code Chapter 2251. No interest shall be due on sums properly retained by Owner, except as provided by law, or on disputed sums unpaid by Owner.

7.3 Mechanic’s and Materialmen’s Liens

Proposer shall save and keep Owner, Owner’s financing proceeds, and the Project free from all mechanic’s and materialmen’s liens and all other liens and claims, legal or equitable, arising out of Proposer’s Work hereunder. In the event any such lien or claim is filed by anyone claiming by, through, or under Proposer, Proposer shall remove and discharge same within ten (10) days of the filing thereof unless it is contested in good faith by the proposer.

ARTICLE 8 - CLAIMS AND DISPUTES The parties shall endeavor to resolve their Claims by mediation. A request for mediation shall be made in writing, delivered to the other party to the Contract, and filed with the person or entity administering the mediation. The request may be made concurrently with the filing of litigation in a court of competent jurisdiction but, in such event, mediation shall proceed in

Page 52: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695

00800 – GENERAL CONDITIONS Page 14 of 14

advance of litigation, which shall be stayed pending mediation for a period of 60 days from the date of filing, unless stayed for a longer period by agreement of the parties or court order. END OF DOCUMENT

Page 53: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

SECTION 00830 ATTACHMENT I

PREVAILING WAGE RATE DETERMINATION INFORMATION Chapter 2258, Texas Government Code, Title 10 requires that state agencies, (including universities), cities, counties, independent school districts, and all other political subdivisions that engage in public works construction projects produce and include prevailing wage rate determinations in the project bidding and contract documents. Chapter 2258 requires that the contractor who is awarded a contract by a public body and a contractor’s subcontractor shall pay not less than the rates determined by such state agencies to workers employed for the execution of such work. Pursuant to Chapter 2258, Texas Historical Commission has ascertained the following wages to be paid for the various classifications of workers, in the locality of this project. In determining these wages, THC has utilized the Prevailing Wage Rates as determined by the U.S. DOL in accordance with the Davis-Bacon Act. Find the current wage rates for the county where the project is located at the following website: http://www.access.gpo.gov/davisbacon/TX.html Prevailing Wage Rates General Decision Number: TX150176 01/02/2015 TX176 Superseded General Decision Number: TX20140176 State: Texas Construction Type: Building County: Gillespie County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Page 54: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

Modification Number Publication Date 0 01/02/2015 ASBE0087-002 01/01/2014 ........................................................................................... Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR ....................................................................... $ 21.17 8.77 ---------------------------------------------------------------- BOIL0531-001 01/01/2013 ........................................................................................... Rates Fringes Boilermaker ....................................................................... $ 22.71 20.63 ---------------------------------------------------------------- IRON0263-019 12/01/2013 ........................................................................................... Rates Fringes Ironworker, reinforcing and Structural ............................................................................ $ 22.70 5.35 ---------------------------------------------------------------- LABO0154-001 05/01/2008 ........................................................................................... Rates Fringes Laborers: (Mason Tender - Cement/Concrete) ............................................................... $ 12.98 3.49 ---------------------------------------------------------------- * PLUM0142-010 07/01/2014 ........................................................................................... Rates Fringes PLUMBER, Excludes HVAC Pipe Installation ........................................................................... $ 30.40 10.10 ---------------------------------------------------------------- SUTX2009-031 04/20/2009 ........................................................................................... Rates Fringes BRICKLAYER ..................................................................... $ 19.67 0.00 CARPENTER, Includes Acoustical Ceiling Installation, Drywall Hanging, and Metal Stud Installation ........................................................................... $ 13.13 0.00 CEMENT MASON/CONCRETE FINISHER ........................ $ 13.27 0.00 ELECTRICIAN .................................................................... $ 20.00 3.11 GLAZIER ............................................................................ $ 17.20 1.59 HVAC MECHANIC (HVAC Duct and Pipe Installation) ................................................................. $ 14.21 0.77 INSTALLER - OVERHEAD DOOR ...................................... $ 11.63 6.26 LABORER: Common or General ........................................ $ 9.73 0.00

Page 55: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

LABORER: Landscape & Irrigation .............................................................................. $ 8.50 0.22 LABORER: Mason Tender – Brick ..................................... $ 12.02 0.00 LABORER: Mortar Mixer .................................................... $ 12.00 0.00 LABORER: Plaster Tender ................................................. $ 9.00 0.00 OPERATOR: Backhoe/Excavator/Trackhoe ............................................. $ 13.75 0.00 OPERATOR: Bulldozer ...................................................... $ 12.80 0.43 OPERATOR: Crane ........................................................... $ 21.33 0.00 OPERATOR: Forklift .......................................................... $ 14.58 0.00 OPERATOR: Loader (Front End) ....................................... $ 10.54 0.00 PAINTER: Brush, Roller and Spray .................................................................................. $ 12.26 0.00 PLASTERER ...................................................................... $ 15.50 0.00 ROOFER ............................................................................ $ 13.64 1.80 SHEET METAL WORKER, Excludes HVAC Duct Installation ........................................................ $ 17.00 0.00 TILE SETTER ..................................................................... $ 15.00 0.00 TRUCK DRIVER ................................................................. $ 11.24 0.35 ---------------------------------------------------------------- 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 standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate

Page 56: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

(weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage

Page 57: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

Page 58: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION

Page 59: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01010 - 1 of 2

SECTION 01010 SUMMARY OF WORK

PART 1 GENERAL 1.1 SECTION INCLUDES

A. Type of Work.

B. Contractor use of site and premises.

C. General Information.

1.2 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.3 WORK COVERED BY CONTRACT DOCUMENTS

A. This project is to be awarded as a single construction.

B. Project includes, but is not limited to, the replacement and integration of the

controls for one existing packaged rooftop unit, demolition and replacement of four existing rooftop units and two existing duct mounted humidifiers, electrical and plumbing modifications to accommodate the replacement humidifiers, interior duct work modifications, and all associated controls appurtenances and programming.

1.4 CONTRACTOR USE OF SITE AND PREMISES A. Contractor shall have access to the portion of the project work site and premises

during normal working hours as required for construction with prior approval from the Owner.

B. Interruption of cooling systems, heating systems, ventilation systems, electrical systems, fire alarm and security systems during occupied times will not be permitted without direct prior approval from the Owner.

C. Schedule construction as much as possible to minimize interference with

adjacent neighborhoods.

1.5 GENERAL INFORMATION

A. Project Location for the National Museum of the Pacific War Existing Rooftop Unit HVAC Replacement: 340 East Main Street, Fredericksburg, Texas, 78624.

B. Project Contract Documents were prepared for the Project by Stridde, Callins &

Associates, Inc., 342 S. Navigation Blvd., P.O. Box 4146, Corpus Christi, Texas 78469-4146, Phone 361-883-9199, and FAX 361-883-9177. All references to “Engineer” and “Architect” in the construct documents shall be interpreted as Stridde, Callins & Associates, Inc.

Page 60: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01010 - 2 of 2

C. Work performed under this contract will be performed under a single prime contract to be delivered as a competitive sealed proposal delivery method.

PART 2 PRODUCTS

Not Used. PART 3 EXECUTION

Not Used.

END OF SECTION

Page 61: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01020 - 1 of 2

SECTION 01020 ALLOWANCES

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements governing allowances. 1. Selected materials and equipment are specified in the Contract

Documents by allowances. In some cases, these allowances include installation. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available for evaluation. If necessary, additional requirements will be issued by Change Order.

B. Types of allowances include the following: Contingency Allowance.

1.3 SELECTION AND PURCHASE

A. At the earliest practical date after award of the Contract, advise the Architect of the date when the final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the Work.

B. At the Architect's request, obtain proposals for each allowance for use in making

final selections. Include recommendations that are relevant to performing the Work.

C. Purchase products and systems selected by the Architect from the designated

supplier. 1.4 SUBMITTALS

A. Submit proposals for purchase of products or systems included in allowances with sufficient detail to quantify material costs and labor costs, in the form as directed by the Architect.

B. Submit invoices or delivery slips to show the actual quantities of materials

delivered to the site for use in fulfillment of each allowance.

Page 62: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01020 - 2 of 2

1.5 ALLOWANCES

A. Use the contingency allowance only as directed by Architect for Owner's purposes and only by Contingency Allowance modifications that indicate amounts to be charged to the allowance.

B. The Proposal amount submitted by the contractor is to include overhead and

profit on the Allowance amount. For this reason, contingency allowance expenditures shall not include any additional overhead and / or profit.

C. Costs of services not required by the Contract Documents are not included in the

allowance.

D. At Project closeout, credit unused amounts remaining in the allowances to Owner by deductive Change Order.

PART 2 PRODUCTS

Not Used. PART 3 EXECUTION 3.1 EXAMINATION

Examine products covered by an allowance promptly upon delivery for damage or defects.

3.2 PREPARATION

Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related work.

3.3 SCHEDULE OF ALLOWANCES

A. Allowances include: 1. Contingency Allowance: $9,500.00.

END OF SECTION

Page 63: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01027 - 1 of 4

SECTION 01027 APPLICATION FOR PAYMENT

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section specifies administrative and procedural requirements governing the

Contractor's Applications for Payment. B. Related Sections: The following Sections contain requirements that relate to this

Section. 1. Schedules: The Contractor's Construction Schedule and Submittal

Schedule are specified in Division 1 Section "Submittals." 2. Other Allowances: Proposal for contingency allowance modifications

shall be submitted within three (3) working days after request for such proposal by the Engineer.

1.3 SCHEDULE OF VALUES

A. Coordination: Coordinate preparation of the Schedule of Values with preparation

of the Contractor's Construction Schedule. 1. Correlate line items in the Schedule of Values with other required

administrative schedules and forms, including: a. Contractor's Construction Schedule. b. Application for Payment forms, including Continuation Sheets. c. List of subcontractors. d. Schedule of allowances. e. Schedule of submittals.

2. Submit the Schedule of Values to the Architect at the earliest possible date but no later than 7 days before the date scheduled for submittal of the initial Applications for Payment.

B. Format and Content: Use the Project Manual table of contents as a guide to

establish the format for the Schedule of Values. Provide at least one line item for each Specification Section. 1. Identification: Use AIA Document G703 as the form for the Schedule of

Values. Include the following Project identification on the Schedule of Values: a. Project name and location. b. Name of the Engineer. c. Project number. d. Contractor's name and address. e. Date of submittal.

Page 64: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01027 - 2 of 4

2. Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of Work. c. Change Orders (numbers) that affect value. d. Dollar value.

1) Percentage of Contract Sum to nearest one-hundredth percent, adjusted to total 100 percent.

3. Provide a breakdown of the Contract Sum in sufficient detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Break principal subcontract amounts down into several line items.

4. Round amounts to nearest whole dollar; the total shall equal the Contract Sum.

5. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment, purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on-site and items stored off-

site. Include requirements for insurance and bonded warehousing, if required.

6. Provide separate line items on the Schedule of Values for initial cost of the materials, for each subsequent stage of completion, and for total installed value of that part of the Work.

7. Unit-Cost Allowances: Show the line-item value of unit-cost allowances, as a product of the unit cost, multiplied by the measured quantity. Estimate quantities from the best indication in the Contract Documents.

8. Margins of Cost: Show line items for indirect costs and margins on actual costs only when such items are listed individually in Applications for Payment. Each item in the Schedule of Values and Applications for Payment shall be complete. Include the total cost and proportionate share of general overhead and profit margin for each item. a. Temporary facilities and other major cost items that are not direct

cost of actual work-in-place may be shown either as separate line items in the Schedule of Values or distributed as general overhead expense, at the Contractor's option.

b. Include a line item for Project Closeout. 9. Schedule Updating: Update and resubmit the Schedule of Values with

each Application for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. Include each Change Order as new line item.

1.4 APPLICATIONS FOR PAYMENT

A. Each Application for Payment shall be consistent with previous applications and

payments as certified by the Architect and paid for by the Owner. 1. The initial Application for Payment, the Application for Payment at time of

50% completion of project, the Application for Payment at time of Substantial Completion, and the final Application for Payment involve additional requirements.

Page 65: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01027 - 3 of 4

B. Payment-Application Times: Progress Payments will be made each month. The period covered by each Application for Payment starts on the day following the end of the preceding period and ends the last day of each month.

C. Payment-Application Forms: Use AIA Document G702 and Continuation Sheets

G703 as the form for Applications for Payment. D. Application Preparation: Complete every entry on the form. Include notarization

and execution by a person authorized to sign legal documents on behalf of the Contractor. The Architect will return incomplete applications without action. 1. Entries shall match data on the Schedule of Values and the Contractor's

Construction Schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives

issued prior to the last day of the construction period covered by the application.

E. Transmittal: Submit 3 signed and notarized original copies of each Application

for Payment to the Architect by a method ensuring receipt within 24 hours. One copy shall be complete, including waivers of lien and similar attachments, when required. 1. Transmit each copy with a transmittal form listing attachments and

recording appropriate information related to the application, in a manner acceptable to the Architect.

2. Initial Application for Payment: Administrative actions and submittals, that must precede or coincide with submittal of the first Application for Payment, include the following: a. Application for payment at time of 50% completion of project:

Submittals that must precede or coincide with submittal of the 50% application for payment, include the following: 1) Preliminary draft copy of operation and maintenance

manual. 2) Application for Payment at Substantial Completion:

Following issuance of the Certificate of Substantial Completion, submit an Application for Payment.

3) This application shall reflect Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work.

3. Administrative actions and submittals that shall precede or coincide with this application include: a. Occupancy permits and similar approvals. b. Warranties (guarantees) and maintenance agreements. c. Test/adjust/balance records. d. Final operation and maintenance manuals. e. Meter readings. f. Startup performance reports. g. Changeover information related to owner's occupancy, use,

operation, and maintenance. h. Final cleaning. i. Application for reduction of retainage and consent of surety. j. List of incomplete work, recognized as exceptions to architect's

certificate of substantial completion.

Page 66: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01027 - 4 of 4

4. Final Payment Application: Administrative actions and submittals that must precede or coincide with submittal of the final Application for Payment include the following: a. Completion of Project closeout requirements. b. Completion of items specified for completion after Substantial

Completion. c. Ensure that unsettled claims are settled. d. Transmittal of required Project construction records to the Owner. e. Certified property survey. f. Removal of temporary facilities and services. g. Removal of surplus materials, rubbish, and similar elements. h. Change of door locks to Owner's access.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Page 67: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01030 - 1 of 2

SECTION 01030 ALTERNATES

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

This Section includes administrative and procedural requirements governing Alternates. 1.3 DEFINITIONS

A. Definition: An alternate is an amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the Base Bid amount if the Owner decides to accept a corresponding change in either the amount of construction to be completed, or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. The cost or credit for each alternate amount the net addition to or

deduction from the Contract Sum to incorporate the Alternate into the Work. No other adjustments are made to the Contract Sum.

1.4 PROCEDURES

A. Coordination: Modify or adjust affected adjacent Work as necessary to completely and fully integrate that Work into the Project. 1. Include as part of each alternate amount, miscellaneous devices,

accessory objects, and similar items incidental to or required for a complete installation whether or not mentioned as part of the Alternate.

2. Include any architectural, plumbing, electrical, controls, or other work associated with alternates whether or not it is indicated below or on the Drawings.

3. Include any demolition associated with alternates whether or not it is indicated below or on the Drawings.

B. Notification: Immediately following the award of the Contract, notify each party

involved, in writing, of the status of each alternate. Indicate whether alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates.

C. Execute accepted alternates under the same conditions as other Work of this

Contract.

D. Schedule: A "Schedule of Alternates" is included at the end of this Section. Specification Sections referenced in the Schedule contain requirements for materials necessary to achieve the Work described under each alternate.

Page 68: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01030 - 2 of 2

PART 2 PRODUCTS

Not Used. PART 3 EXECUTION 3.1 SCHEDULE OF ALTERNATES

A. Alternate No. 1: If Alternate No. 1 is accepted by the Owner, Contractor shall disconnect and remove existing packaged rooftop unit ERTU-4, provide and install a new packaged unit as specified and scheduled and provide all associated duct connections, piping connections, accessories, DDC controls and electrical services required. Return existing removed packaged unit to Owner. Protect, transport and store existing packaged unit after removal at the location designated by the Owner. If Alternate No. 1 is not accepted, the existing packaged unit ERTU-4 is to remain and have new Automated Logic Controls installed and integrated with the existing building HVAC control system.

B. Alternate No. 2: If Alternate No. 2 is accepted by the Owner, Contractor shall

demolish existing duct mounted DriSteem humidifiers serving existing OAHU-1 and OAHU-2 and provide and install two new duct mounted Humidifirst humidifiers, one for each OAHU-1 and OAHU-2 including all associated duct work, water and condensate drain piping modifications and accessories, DDC controls and associated electrical services required. Electrical and water connections shall be provided and terminated at the location of the new humidifiers for installation of two future humidifiers. If Alternate No. 2 is not accepted, existing DriSteem humidifiers and accessories are to remain.

END OF SECTION

Page 69: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01035 - 1 of 3

SECTION 01035 CONTRACT MODIFICATION PROCEDURES

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling

and processing contract modifications. B. Related Sections: The following Sections contain requirements that relate to this

Section: 1. Division 1 Section "Allowances" for procedural requirements governing

the handling and processing of allowances. 2. Division 1 Section "Submittals" for requirements for the Contractor's

Construction Schedule. 3. Division 1 Section "Applications for Payment" for administrative

procedures governing Applications for Payment. 1.3 MINOR CHANGES IN THE WORK

The Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or Contract Time, on AIA Form G710, Architect's Supplemental Instructions.

1.4 CHANGE ORDER PROPOSAL REQUESTS

A. Owner-Initiated Proposal Requests: The Architect will issue a detailed

description of proposed changes in the Work that will require adjustment to the Contract Sum or Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Proposal requests issued by the Architect are for information only. Do

not consider them as an instruction either to stop work in progress or to execute the proposed change.

2. Within 7 days of receipt of a proposal request, submit an estimate of cost necessary to execute the change to the Architect for the Owner's review.

a. Include a list of quantities of products required and unit costs, with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities.

b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.

c. Include a statement indicating the effect the proposed change in the Work will have on the Contract Time.

Page 70: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01035 - 2 of 3

B. Contractor-Initiated Proposals: When latent or unforeseen conditions require modifications to the Contract, the Contractor may propose changes by submitting a request for a change to the Architect. 1. Include a statement outlining the reasons for the change and the effect

of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and Contract Time.

2. Include a list of quantities of products required and unit costs, with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities.

3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.

4. Comply with requirements in Section "Product Substitutions" if the proposed change requires substitution of one product or system for a product or system specified.

C. Proposal Request Form: Use AIA Document G709 for Change Order Proposal

Requests. 1.5 ALLOWANCES

A. Allowance Adjustment:

1. Include installation costs in the purchase amount only where indicated as part of the allowance.

2. When requested, prepare explanations and documentation to substantiate the proposal amount.

3. When requested, submit substantiation of a change in scope of work claimed in the proposals.

4. The Owner reserves the right to establish the actual quantity of work-in-place by independent quantity survey, measure, or count.

1.6 CONSTRUCTION CHANGE DIRECTIVE

A. Construction Change Directive: When the Owner and the Contractor disagree

on the terms of a Proposal Request, the Architect may issue a Construction Change Directive on AIA Form G714. The Construction Change Directive instructs the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. The Construction Change Directive contains a complete description of

the change in the Work. It also designates the method to be followed to determine change in the Contract Sum or Contract Time.

B. Documentation: Maintain detailed records on a time and material basis of work

required by the Construction Change Directive. 1. After completion of the change, submit an itemized account and

supporting data necessary to substantiate cost and time adjustments to the Contract.

Page 71: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01035 - 3 of 3

1.7 CHANGE ORDER PROCEDURES Upon the Owner's approval of a Proposal Request, the Architect will issue a Change Order for signatures of the Owner and the Contractor on AIA Form G701.

PART 2 PRODUCTS

Not Used. PART 3 EXECUTION

Not Used.

END OF SECTION

Page 72: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01040 - 1 of 3

SECTION 01040 COORDINATION

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and supervisory requirements necessary for

coordinating construction operations including, but not necessarily limited to, the following: 1. General project coordination procedures. 2. Coordination Drawings. 3. Administrative and supervisory personnel. 4. Cleaning and protection.

B. Related Sections: The following Sections contain requirements that relate to this

Section: 1. Division 1 Section "Submittals" for preparing and submitting the

Contractor's Construction Schedule. 2. Division 1 Section "Materials and Equipment" for coordinating general

installation. 3. Division 1 Section "Contract Closeout" for coordinating contract closeout.

1.3 COORDINATION

A. Coordinate construction operations included in various Sections of these

Specifications to assure efficient and orderly installation of each part of the Work. Coordinate construction operations included under different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in the sequence required to obtain the

best results where installation of one part of the Work depends on installation of other components, before or after its own installation.

2. Coordinate installation of different components to assure maximum accessibility for required maintenance, service, and repair.

3. Make provisions to accommodate items scheduled for later installation. B. Where necessary, prepare memoranda for distribution to each party involved,

outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. 1. Prepare similar memoranda for the Owner and separate contractors

where coordination of their work is required. C. Administrative Procedures: Coordinate scheduling and timing of required

administrative procedures with other construction activities to avoid conflicts and

Page 73: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01040 - 2 of 3

assure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of schedules. 2. Installation and removal of temporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings. 5. Project closeout activities.

1.4 SUBMITTALS

A. Coordination Drawings: Prepare coordination drawings where careful

coordination is needed for installation of products and materials fabricated by separate entities. Prepare coordination drawings where limited space availability necessitates maximum utilization of space for efficient installation of different components. 1. Show the relationship of components shown on separate Shop

Drawings. 2. Indicate required installation sequences. 3. Comply with requirements contained in Section "Submittals."

B. Staff Names: Within 15 days of commencement of construction operations,

submit a list of the Contractor's principal staff assignments, including the superintendent and other personnel in attendance at the Project Site. Identify individuals and their duties and responsibilities. List their addresses and telephone numbers. 1. Post copies of the list in the Project meeting room, the temporary field

office, and each temporary telephone. PART 2 PRODUCTS

Not Used. PART 3 EXECUTION 3.1 GENERAL COORDINATION PROVISIONS

A. Inspection of Conditions: Require the Installer of each major component to

inspect both the substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner.

B. Coordinate temporary enclosures with required inspections and tests to minimize

the necessity of uncovering completed construction for that purpose. 3.2 CLEANING AND PROTECTION

A. Clean and protect construction in progress and adjoining materials in place,

during handling and installation. Apply protective covering where required to assure protection from damage or deterioration at Substantial Completion.

B. Clean and provide maintenance on completed construction as frequently as

Page 74: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01040 - 3 of 3

necessary through the remainder of the construction period. Adjust and lubricate operable components to assure operability without damaging effects.

C. Limiting Exposures: Supervise construction operations to assure that no part of

the construction completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. Where applicable, such exposures include, but are not limited to, the following: 1. Excessive static or dynamic loading. 2. Excessive internal or external pressures. 3. Excessively high or low temperatures. 4. Thermal shock. 5. Excessively high or low humidity. 6. Air contamination or pollution. 7. Water or ice. 8. Solvents. 9. Chemicals. 10. Light. 11. Radiation. 12. Puncture. 13. Abrasion. 14. Heavy traffic. 15. Soiling, staining, and corrosion. 16. Bacteria. 17. Rodent and insect infestation. 18. Combustion. 19. Electrical current. 20. High-speed operation. 21. Improper lubrication. 22. Unusual wear or other misuse. 23. Contact between incompatible materials. 24. Destructive testing. 25. Misalignment. 26. Excessive weathering. 27. Unprotected storage. 28. Improper shipping or handling. 29. Theft. Vandalism.

END OF SECTION

Page 75: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01045 - 1 of 4

SECTION 01045 CUTTING AND PATCHING

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for cutting and

patching. B. Related Sections: The following Sections contain requirements that relate to this

Section: 1. Division 1 Section "Coordination" for procedures for coordinating cutting

and patching with other construction activities. 2. Refer to other Sections for specific requirements and limitations applicable

to cutting and patching individual parts of the Work. a. Requirements of this Section also apply to mechanical and

electrical installations. Refer to Division 15 Sections for other requirements and limitations applicable to cutting and patching mechanical and electrical installations.

1.3 QUALITY ASSURANCE

A. Requirements for Structural Work: Do not cut and patch structural elements in a

manner that would change their load-carrying capacity or load-deflection ratio. 1. Obtain approval of the cutting and patching proposal before cutting and

patching the following structural elements: a. Foundation construction. b. Bearing and retaining walls. c. Structural concrete. d. Structural steel. e. Lintels. f. Structural decking. g. Miscellaneous structural metals. h. Equipment supports. i. Piping, ductwork, vessels, and equipment.

B. Operational Limitations: Do not cut and patch operating elements or related

components in a manner that would result in reducing their capacity to perform as intended. Do not cut and patch operating elements or related components in a manner that would result in increased maintenance or decreased operational life or safety. 1. Obtain approval of the cutting and patching proposal before cutting and

patching the following operating elements or safety related systems: a. Primary operational systems and equipment. b. Air or smoke barriers.

Page 76: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01045 - 2 of 4

c. Water, moisture, or vapor barriers. d. Membranes and flashings. e. Fire protection systems. f. Noise and vibration control elements and systems. g. Control systems. h. Communication systems. i. Conveying systems. j. Electrical wiring systems. k. Operating systems of special construction in Division 13 Sections.

C. Visual Requirements: Do not cut and patch construction exposed on the exterior or

in occupied spaces in a manner that would, in the Architect's opinion, reduce the building's aesthetic qualities. Do not cut and patch construction in a manner that would result in visual evidence of cutting and patching. Remove and replace construction cut and patched in a visually unsatisfactory manner.

1.4 WARRANTY

Existing Warranties: Replace, patch, and repair material and surfaces cut or damaged by methods and with materials in such a manner as not to void any warranties required or existing.

PART 2 PRODUCTS 2.1 MATERIALS, GENERAL

Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible if identical materials are unavailable or cannot be used. Use materials whose installed performance will equal or surpass that of existing materials.

PART 3 EXECUTION 3.1 INSPECTION

Examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed before cutting. If unsafe or unsatisfactory conditions are encountered, take corrective action before proceeding. Before proceeding, meet at the Project Site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding.

3.2 PREPARATION

A. Temporary Support: Provide temporary support of work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent

damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations.

Page 77: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01045 - 3 of 4

C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas.

D. Avoid cutting existing pipe, conduit, or ductwork serving the building but scheduled

to be removed or relocated until provisions have been made to bypass them. 3.3 PERFORMANCE

A. General: Employ skilled workmen to perform cutting and patching. Proceed with

cutting and patching at the earliest feasible time and complete without delay. B. Cutting: Cut existing construction using methods least likely to damage elements

retained or adjoining construction. Where possible, review proposed procedures with the original Installer; comply with the original Installer's recommendations. 1. In general, where cutting, use hand or small power tools designed for

sawing or grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use.

2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces.

3. Cut through concrete and masonry using a cutting machine, such as a Carborundum saw or a diamond-core drill.

4. Comply with requirements of applicable Division 2 Sections where cutting and patching requires excavating and backfilling.

5. Where services are required to be removed, relocated, or abandoned, by-pass utility services, such as pipe or conduit, before cutting. Cut-off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting.

C. Patching: Patch with durable seams that are as invisible as possible. Comply with

specified tolerances. 1. Where feasible, inspect and test patched areas to demonstrate integrity of

the installation. 2. Restore exposed finishes of patched areas and extend finish restoration

into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing.

3. Where removing walls or partitions extends from one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform color and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. Where patching occurs in a smooth painted surface, extend final paint coat over entire unbroken surface containing the patch after the area has received primer and second coat.

4. Patch, repair, or re-hang existing ceilings as necessary to provide an even-plane surface of uniform appearance.

3.4 CLEANING

Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar items. Thoroughly clean piping, conduit, and similar

Page 78: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01045 - 4 of 4

features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition.

END OF SECTION

Page 79: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01300 - 1 of 6

SECTION 01300 SUBMITTALS

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for submittals required for performance of the Work, including the following: 1. Contractor’s Construction Schedule. 2. Shop Drawings. 3. Product Data. 4. Samples. 5. Estimated Monthly Payment Schedule.

B. Administrative Submittals: Refer to other Division 1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to, the following: 1. Copies of Comments by Permitting Authorities. 2. Applications for Payment. 3. Insurance Certificates. 4. List of Subcontractors.

C. Related Section: The following Sections contain requirements that related to this Section: 1. Division 1 Section “Applications for Payment” specifies requirements

for submittal of the Schedule of Values.

1.3 SUBMITTAL PROCEDURES

A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery,

other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related

elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. a. The Engineer reserves the right to withhold actions on a

submittal requiring coordination with other submittals until all related submittals are received.

3. Processing: To avoid the need to delay installation as a result of the time required to process submittals, allow sufficient time for submittal review, including time for resubmittals.

Page 80: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01300 - 2 of 6

a. Allow two (2) weeks for initial review. Allow additional time if the Engineer must delay processing to permit coordination with subsequent submittals.

b. If an intermediate submittal is necessary, process the same as the initial submittal.

c. Allow two (2) weeks for reprocessing each submittal. d. No extension of Contract Time will be authorized because of

failure to transmit submittals to the Engineer sufficiently in advance of the Work to permit processing.

B. Submittal Preparation: Provide a cover sheet with each submittal for

identification. Indicate the name of the entity that prepared each submittal on the cover sheet. 1. Provide a space approximately four (4) to five (5) inches on the cover

sheet or beside the title block on Shop Drawings to record the Contractor’s review and approval markings and the action taken.

2. Include the following information on the cover sheet for processing and recording action taken. a. Project Name. b. Date. c. Name and Address of the Engineer. d. Name and Address of the Contractor. e. Name and Address of the Subcontractor. f. Name and Address of the Supplier. g. Name of the Manufacturer. h. Number and Title of Appropriate Specification Section. i. Drawing Number and Detail References, as appropriate.

C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from the Contractor to the Engineer using a transmittal form. The Engineer will not accept submittals received from sources other than the Contractor. 1. On the transmittal, record relevant information and requests for data.

On the form, or separate sheet, record deviations from Contract Document requirements, including variations and limitations. Include Contractor’s certification that information has been reviewed by the General Contractor, and complies with Contract Document requirements.

1.4 CONTRACTORS’ CONSTRUCTION SCHEDULE

A. Bar-Chart Schedule: Prepare a fully developed, horizontal bar-chart-type, contractor’s construction schedule. Submit within fifteen (15) days after approval to proceed with construction. 1. Provide a separate time bar for each significant construction activity.

Provide a continuous vertical line to identify the first working day of each week. Use the same breakdown of units of the Work as indicated in the “Schedule of Values.”

2. Within each time bar, indicate estimated completion percentage in ten (10) percent increments.

Page 81: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01300 - 3 of 6

3. Prepare the schedule on a sheet, or series of sheets, of reproducible media, of sufficient width to show data for the entire construction period.

4. Secure time commitments for performing critical elements of the Work from parties involved. Coordinate each element on the schedule with other construction activities; include minor elements involved in the sequence of the Work. Show each activity in proper sequence. Indicate graphically the sequences necessary for completion of related portions of the Work.

5. Coordinate the Contractor’s Construction Schedule with the Schedule of Vales, list of subcontracts, Submittal Schedule, progress reports, payment requests, and other schedules.

6. Indicate completion in advance of the date established for Substantial Completion. Indicate Substantial Completion on the schedule to allow time for the Engineer’s procedures necessary for certification of Substantial Completion.

B. Distribution: Following response to the initial submittal, print and distribute

copies to the Engineer, Owner, subcontractors, and other parties required to comply with scheduled dates. Post copies in the Project Meeting Room and Temporary Field Office. 1. When revisions are made, distribute to the same parties and post in the

same locations. Delete parties from distribution when they completed their assigned portion of the Work and are no longer involved in construction activates.

C. Schedule Updating: Revise the schedule after each meeting, event, or activity

where revisions have been recognized or made. Issue the updated schedule concurrently with the report of each meeting.

1.5 SHOP DRAWINGS

A. Submit newly prepared information drawn accurately to scale. Highlight, encircle, or otherwise indicate deviation from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not a Shop Drawing.

B. Shop Drawings include fabrication and installation drawings, setting diagrams,

schedules, patterns, templates, and similar drawings. Include the following information: 1. Dimensions. 2. Identification of products and materials included by sheet and detail

number. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Initial Submittal: Submit (one) correctable, translucent, reproducible

print and one (1) blue or black-line print for the Engineer’s review. The Engineer will return the reproducible print.

Page 82: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01300 - 4 of 6

7. Final Submittal: Submit corrected blue and black-line prints in quantities sufficient to provide one (1) record copy for the Engineer, one (1) copy for the Owner’s record, one (1) copy for each of the Engineer’s Consultants who reviewed the initial submittal, and as many copies as the Contractor requires to be returned. One of the prints shall be marked up and maintained as a “Record Document”.

8. Do not use Shop Drawings without an appropriate final stamp indicating action taken.

1.6 PRODUCT DATA

A. Collect Product Data into a single submittal for each element of construction or system. Electrical submittals shall be submitted as complete submittals within thirty (30) days of award of contract. Product Data includes printed information, such as manufacturer’s installation instructions, catalog cuts, standard color charts, roughing-in diagrams, and templates, standard wiring diagrams, and performance curves. 1. Mark each copy to show applicable choices and options. When printed

Product Data includes information on several products that are nit required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer’s Printed Recommendations. b. Compliance with Trade Association Standards. c. Compliance with Recognized Testing Agency Standards. d. Application of Testing Agency Labels and Seals. e. Notation of Dimensions Verified by Field Measurement. f. Notation of Coordination Requirements.

2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed.

3. Submittals: Submit copies of each required submittal in quantities sufficient to provide one (1) record copy for the Engineer, one (1) copy for the Owner’s records, one (1) copy for each of the Engineer’s Consultants whose review is necessary, and as many copies as the Contractor requires to be returned. The Engineer with retain two (2) copes and will return the other marked with action taken and corrections or modifications required. a. Unless noncompliance with Contract Document provisions is

observed, the submittal may serve as the final submittal. 4. Distribution: Furnish copies of final submittal to installers,

subcontractors, supplies, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until a copy of Product Data is in

the Installer’s possession. b. Do not permit use of unmarked copies of Product Data in

connection with construction.

Page 83: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01300 - 5 of 6

1.7 QUALITY ASSURANCE SUBMITTALS

A. Submit quality control submittals, including design data, certifications, manufacturer’s instructions, manufacturer’s field reports, and other quality control submittals as required under other Sections of the Specifications.

B. Certifications: Where other Sections of Specifications require certification that a

product material, or installation complies with specified requirements, submit a notarized certification from the manufacturer certifying compliance with specified requirements. 1. Signature: Certification shall be signed by an officer of the manufacturer

or other individual authorized to sign documents on behalf of their company.

C. Inspection and Test Reports: Requirements for submittal of inspection and test

reports from independent testing agencies are specified in Division 1 Section “Quality Control”.

1.8 ENGINEER’S ACTION

A. Except for submittals for the record or information, where action and return is required, the Engineer will review each submittal, mark to indicate action taken, and return promptly. 1. Compliance with specified characteristics is the Contractor’s

responsibility.

B. Action Stamp: The Engineer will stamp each submittal with a uniform, action stamp. The Engineer will mark the stamp appropriate to indicate the action taken, as follows: 1. Final Unrestricted Release: When the Engineer marks a submittal “No

Exceptions Taken”, the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents. Final payment depends on that compliance.

2. Final-But-Restricted Release: When the Engineer marks a submittal “Make Corrections Noted”, the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents. Final payment depends on that compliance.

3. Returned for Resubmittal: When the Engineer marks a submittal “Revise and Resubmit”, or “Rejected”, do not proceed with Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the notations; resubmit without delay. Repeat if necessary to obtain different action mark. a. Do not use, or allow others to use submittals marked “Rejected”,

or “Revise and Resubmit”, at the Project Site or elsewhere where Work is in progress.

4. Other Action: Where a submittal is for information or record purposes or special processing or other activity, the Engineer will return the submittal marked “Action Not Required”.

Page 84: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01300 - 6 of 6

C. Unsolicited Submittals: The Engineer will return unsolicited submittals to the sender without action.

PART 2 PRODUCTS

Not Used. PART 3 EXECUTION

Not Used.

END OF SECTION

Page 85: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 1 of 17

SECTION 01420

REFERENCES

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 DEFINITIONS

A. General: Basic Contract definitions are included in the Conditions of the

Contract. B. "Approved": When used to convey Architect's action on Contractor's

submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract.

C. "Directed": A command or instruction by Architect. Other terms including

"requested", "authorized", "selected", "approved", "required" and "permitted" have the same meaning as "directed".

D. "Indicated": Requirements expressed by graphic representations or in written

form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown", "noted", "scheduled" and "specified" have the same meaning as "indicated".

E. "Regulations": Laws, ordinances, statutes and lawful orders issued by

authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work.

F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking,

assembly, installation, and similar operations.

G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations.

H. "Provide": Furnish and install, complete and ready for the intended use.

I. "Project Site": Space available for performing construction activities. The

extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built.

1.3 INDUSTRY STANDARDS

A. Applicability of Standards: Unless the Contract Documents include more

stringent requirements, applicable construction industry standards have the

Page 86: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 2 of 17

same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference.

B. Publication Dates: Comply with standards in effect as of date of the Contract

Documents, unless otherwise indicated. C. Copies of Standards: Each entity engaged in construction on Project should

be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required

construction activity, obtain copies directly from publication source.

D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents.

ADAAG Americans with Disabilities Act (ADA) (800) 872-2253 Accessibility Guidelines for Buildings and Facilities (202) 272-0080 Available from Access Board www.access-board.gov CFR Code of Federal Regulations (888) 293-6498 Available from Government Printing Office (202) 512-1530 www.access.gpo.gov/nara/cfr CRD Handbook for Concrete and Cement (601) 634-2355 Available from Army Corps of Engineers Waterways Experiment Station www.wes.army.mil DOD Department of Defense Military Specifications and

Standards (215) 697-6257

Available from Department of Defense Single Stock Point www.dodssp.daps.mil DSCC Defense Supply Center Columbus (See FS) FED-

STD Federal Standard

(See FS) FS Federal Specification (215) 697-6257 Available from Department of Defense Single Stock Point www.dodssp.daps.mil Available from General Services Administration (202) 501-1021 www.fss.gsa.gov

Page 87: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 3 of 17

Available from National Institute of Building Sciences (202) 289-7800 www.nibs.org FTMS Federal Test Method Standard (See FS) MIL See MILSPEC MS MIL See MILSPEC MILSPE

C Military Specification and Standards (215) 697-6257

Available from Department of Defense Single Stock Point www.dodssp.daps.mil UFAS Uniform Federal Accessibility Standards (800) 872-2253 Available from Access Board (202) 272-0080 www.access-board.gov

1.4 ABBREVIATIONS AND ACRONYMS

A. Industry Organizations: Where abbreviations and acronyms are used in

Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale Research's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the U.S."

B. Industry Organizations: Where abbreviations and acronyms are used in

Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents.

AA Aluminum Association, Inc. (The) (202) 862-5100 www.aluminum.org AAADM American Association of Automatic Door Manufacturers (216) 241-7333 www.aaadm.com AABC Associated Air Balance Council (202) 737-0202 www.aabchq.com AAMA American Architectural Manufacturers Association (847) 303-5664 www.aamanet.org AASHTO American Association of State Highway and (202) 624-5800 Transportation Officials www.transportation.org AATCC American Association of Textile Chemists and Colorists

(The) (919) 549-8141

www.aatcc.org

Page 88: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 4 of 17

ABMA American Bearing Manufacturers Association (202) 367-1155 www.abma-dc.org ACI ACI International (248) 848-3700 (American Concrete Institute) www.aci-int.org ACPA American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org AEIC Association of Edison Illuminating Companies, Inc. (The) (205) 257-2530 www.aeic.org AFPA American Forest & Paper Association (See AF&PA) AF&PA American Forest & Paper Association (800) 878-8878 www.afandpa.org (202) 463-2700 AGA American Gas Association (202) 824-7000 www.aga.org AGC Associated General Contractors of America (The) (703) 548-3118 www.agc.org AHA American Hardboard Association (Now part of CPA) AHAM Association of Home Appliance Manufacturers (202) 872-5955 www.aham.org AI Asphalt Institute (859) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 www.aia.org (202) 626-7300 AISC American Institute of Steel Construction (800) 644-2400 www.aisc.org (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 www.steel.org AITC American Institute of Timber Construction (303) 792-9559 www.aitc-glulam.org ALCA Associated Landscape Contractors of America (800) 395-2522 www.alca.org (703) 736-9666

ALSC American Lumber Standard Committee, Incorporated (301) 972-1700 www.alsc.org AMCA Air Movement and Control Association International, Inc. (847) 394-0150 www.amca.org

Page 89: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 5 of 17

ANSI American National Standards Institute (202) 293-8020 www.ansi.org AOSA Association of Official Seed Analysts (505) 522-1437 www.aosaseed.com APA APA - The Engineered Wood Association (253) 565-6600 www.apawood.org APA Architectural Precast Association (239) 454-6989 www.archprecast.org API American Petroleum Institute (202) 682-8000 www.api.org ARI Air-Conditioning & Refrigeration Institute (703) 524-8800 www.ari.org ARMA Asphalt Roofing Manufacturers Association (202) 207-0917 www.asphaltroofing.org ASCE American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 ASHRAE American Society of Heating, Refrigerating and (800) 527-4723 Air-Conditioning Engineers www.ashrae.org (404) 636-8400 ASME ASME International (800) 843-2763 (The American Society of Mechanical Engineers

International) (212) 591-7722

www.asme.org ASSE American Society of Sanitary Engineering (440) 835-3040 www.asse-plumbing.org ASTM ASTM International (610) 832-9585 (American Society for Testing and Materials International) www.astm.org AWCI AWCI International (703) 534-8300 (Association of the Wall and Ceiling Industries

International)

www.awci.org AWCMA American Window Covering Manufacturers Association (See WCSC)

AWI Architectural Woodwork Institute (800) 449-8811 www.awinet.org (703) 733-0600 AWPA American Wood-Preservers' Association (334) 874-9800 www.awpa.com

Page 90: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 6 of 17

AWS American Welding Society (800) 443-9353 www.aws.org (305) 443-9353 AWWA American Water Works Association (800) 926-7337 www.awwa.org (303) 794-7711 BHMA Builders Hardware Manufacturers Association (212) 297-2122 www.buildershardware.com BIA Brick Industry Association (The) (703) 620-0010 www.bia.org BICSI BICSI (813) 979-1991 www.bicsi.org BIFMA BIFMA International (616) 285-3963 (Business and Institutional Furniture Manufacturer's Association International) www.bifma.com CCC Carpet Cushion Council (203) 637-1312 www.carpetcushion.org CCFSS Center for Cold-Formed Steel Structures (573) 341-4471 www.umr.edu/~ccfss CDA Copper Development Association Inc. (800) 232-3282 www.copper.org (212) 251-7200 CEA Canadian Electricity Association (613) 230-9263 www.canelect.ca CFFA Chemical Fabrics & Film Association, Inc. (216) 241-7333 www.chemicalfabricsandfilm.com CGA Compressed Gas Association (703) 788-2700 www.cganet.com CGSB Canadian General Standards Board (800) 665-2472 www.pwgsc.gc.ca/cgsb (819) 956-0425 CIMA Cellulose Insulation Manufacturers Association (888) 881-2462 www.cellulose.org (937) 222-2462 CISCA Ceilings & Interior Systems Construction Association (630) 584-1919 www.cisca.org CISPI Cast Iron Soil Pipe Institute (423) 892-0137 www.cispi.org CLFMI Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlinkinfo.org CPA Composite Panel Association (301) 670-0604 www.pbmdf.com

Page 91: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 7 of 17

CPPA Corrugated Polyethylene Pipe Association (800) 510-2772 www.cppa-info.org (202) 462-9607 CRI Carpet & Rug Institute (The) (800) 882-8846 www.carpet-rug.com (706) 278-3176 CRSI Concrete Reinforcing Steel Institute (847) 517-1200 www.crsi.org CSA CSA International (800) 463-6727 (Formerly: IAS - International Approval Services) (416) 747-4000 www.csa-international.org CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.org (703) 684-0300 CSSB Cedar Shake & Shingle Bureau (604) 820-7700 www.cedarbureau.org CTI Cooling Technology Institute (281) 583-4087 (Formerly: Cooling Tower Institute) www.cti.org DHI Door and Hardware Institute (703) 222-2010 www.dhi.org EIA Electronic Industries Alliance (703) 907-7500 www.eia.org EIMA EIFS Industry Members Association (800) 294-3462 www.eima.com (770) 968-7945 EJCDC Engineers Joint Contract Documents Committee (800) 548-2723 www.asce.org (703) 295-6300 EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040 www.ejma.org ESD ESD Association (315) 339-6937 FCI Fluid Controls Institute (216) 241-7333 www.fluidcontrolsinstitute.org FIBA Federation Internationale de Basketball Amateur 41 22 545 00 00 (The International Basketball Federation) www.fiba.com

FIVB Federation Internationale de Volleyball 41 21 345 35 35 (The International Volleyball Federation) www.fivb.ch FM Factory Mutual System (See FMG)

Page 92: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 8 of 17

FMG FM Global (401) 275-3000 (Formerly: FM - Factory Mutual System) www.fmglobal.com FRSA Florida Roofing, Sheet Metal & Air Conditioning

Contractors Association, Inc. (407) 671-3772

www.floridaroof.com FSA Fluid Sealing Association (610) 971-4850 www.fluidsealing.com FSC Forest Stewardship Council 52 951 5146905 www.fscoax.org GA Gypsum Association (202) 289-5440 www.gypsum.org GANA Glass Association of North America (785) 271-0208 www.glasswebsite.com GRI Geosynthetic Research Institute (See GSI) GS Green Seal (202) 872-6400 www.greenseal.org GSI Geosynthetic Institute (610) 522-8440 www.geosynthetic-institute.org HI Hydraulic Institute (888) 786-7744 www.pumps.org (973) 267-9700 HI Hydronics Institute (908) 464-8200 www.gamanet.org HMMA Hollow Metal Manufacturers Association (See NAAMM) HPVA Hardwood Plywood & Veneer Association (703) 435-2900 www.hpva.org HPW H. P. White Laboratory, Inc. (410) 838-6550 www.hpwhite.com IAS International Approval Services (See CSA)

IBF International Badminton Federation (441-24) 223-4904

www.intbadfed.org ICEA Insulated Cable Engineers Association, Inc. (770) 830-0369 www.icea.net

Page 93: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 9 of 17

ICRI International Concrete Repair Institute, Inc. (847) 827-0830 www.icri.org IEC International Electrotechnical Commission 41 22 919 02 11 www.iec.ch IEEE Institute of Electrical and Electronics Engineers, Inc. (The) (212) 419-7900 www.ieee.org IESNA Illuminating Engineering Society of North America (212) 248-5000 www.iesna.org IGCC Insulating Glass Certification Council (315) 646-2234 www.igcc.org IGMA Insulating Glass Manufacturers Alliance (The) (613) 233-1510 www.igmaonline.org ILI Indiana Limestone Institute of America, Inc. (812) 275-4426 www.iliai.com ISO International Organization for Standardization 41 22 749 01 11 www.iso.ch ISSFA International Solid Surface Fabricators Association (702) 567-8150 www.issfa.net ITS Intertek (800) 345-3851 www.intertek.com (607) 753-6711 ITU International Telecommunication Union 41 22 730 51 11 www.itu.int/home KCMA Kitchen Cabinet Manufacturers Association (703) 264-1690 www.kcma.org LMA Laminating Materials Association (201) 664-2700 www.lma.org LPI Lightning Protection Institute (800) 488-6864 www.lightning.org (847) 577-7200 MBMA Metal Building Manufacturers Association (216) 241-7333 www.mbma.com MFMA Maple Flooring Manufacturers Association (847) 480-9138 www.maplefloor.org MFMA Metal Framing Manufacturers Association (312) 644-6610 www.metalframingmfg.org MH Material Handling Industry of America (See MHIA) MHIA Material Handling Industry of America (800) 345-1815 www.mhia.org (704) 676-1190

Page 94: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 10 of 17

MIA Marble Institute of America (440) 250-9222 www.marble-institute.com MPI Master Painters Institute (888) 674-8937 www.paintinfo.com MSS Manufacturers Standardization Society of The Valve and (703) 281-6613 Fittings Industry Inc. www.mss-hq.com NAAMM National Association of Architectural Metal Manufacturers (312) 332-0405 www.naamm.org NACE NACE International (281) 228-6200 (National Association of Corrosion Engineers International) www.nace.org NADCA National Air Duct Cleaners Association (202) 737-2926 www.nadca.com NAGWS National Association for Girls and Women in Sport (800) 213-7193,

ext. 453 www.aahperd.org/nagws/ NAIMA North American Insulation Manufacturers Association (The) (703) 684-0084 www.naima.org NBGQA National Building Granite Quarries Association, Inc. (800) 557-2848 www.nbgqa.com NCAA National Collegiate Athletic Association (The) (317) 917-6222 www.ncaa.org NCMA National Concrete Masonry Association (703) 713-1900 www.ncma.org NCPI National Clay Pipe Institute (262) 248-9094 www.ncpi.org NCTA National Cable & Telecommunications Association (202) 775-3550 www.ncta.com NEBB National Environmental Balancing Bureau (301) 977-3698 www.nebb.org

NECA National Electrical Contractors Association (301) 657-3110 www.necanet.org NeLMA Northeastern Lumber Manufacturers' Association (207) 829-6901 www.nelma.org NEMA National Electrical Manufacturers Association (703) 841-3200 www.nema.org

Page 95: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 11 of 17

NETA InterNational Electrical Testing Association (303) 697-8441 www.netaworld.org NFHS National Federation of State High School Associations (317) 972-6900 www.nfhs.org NFPA NFPA (800) 344-3555 www.nfpa.org (617) 770-3000 NFRC National Fenestration Rating Council (301) 589-1776 www.nfrc.org NGA National Glass Association (703) 442-4890 www.glass.org NHLA National Hardwood Lumber Association (800) 933-0318 www.natlhardwood.org (901) 377-1818 NLGA National Lumber Grades Authority (604) 524-2393 www.nlga.org NOFMA National Oak Flooring Manufacturers Association (901) 526-5016 www.nofma.org NRCA National Roofing Contractors Association (800) 323-9545 www.nrca.net (847) 299-9070 NRMCA National Ready Mixed Concrete Association (888) 846-7622 www.nrmca.org (301) 587-1400 NSF NSF International (800) 673-6275 (National Sanitation Foundation International) (734) 769-8010 www.nsf.org NSSGA National Stone, Sand & Gravel Association (800) 342-1415 www.nssga.org (703) 525-8788 NTMA National Terrazzo & Mosaic Association, Inc. (800) 323-9736 www.ntma.com (540) 751-0930 NTRMA National Tile Roofing Manufacturers Association (See RTI) NWWDA National Wood Window and Door Association (See WDMA) OPL Omega Point Laboratories, Inc. (800) 966-5253 www.opl.com (210) 635-8100 PCI Precast/Prestressed Concrete Institute (312) 786-0300 www.pci.org PDCA Painting & Decorating Contractors of America (800) 332-7322 www.pdca.com (314) 514-7322

Page 96: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 12 of 17

PDI Plumbing & Drainage Institute (800) 589-8956 www.pdionline.org (978) 557-0720 PGI PVC Geomembrane Institute (217) 333-3929 www.pgi-tp.ce.uiuc.edu PTI Post-Tensioning Institute (602) 870-7540 www.post-tensioning.org RCSC Research Council on Structural Connections (800) 644-2400 www.boltcouncil.org (312) 670-2400 RFCI Resilient Floor Covering Institute (301) 340-8580 www.rfci.com RIS Redwood Inspection Service (888) 225-7339 www.calredwood.org (415) 382-0662 RTI Roof Tile Institute (312) 670-4177 (Formerly: NTRMA - National Tile Roofing Manufacturers

Association)

www.ntrma.org SAE SAE International (724) 776-4841 www.sae.org SDI Steel Deck Institute (847) 462-1930 www.sdi.org SDI Steel Door Institute (440) 899-0010 www.steeldoor.org SEFA Scientific Equipment and Furniture Association (516) 294-5424 www.sefalabs.com SGCC Safety Glazing Certification Council (315) 646-2234 www.sgcc.org SIA Security Industry Association (703) 683-2075 www.siaonline.org SIGMA Sealed Insulating Glass Manufacturers Association (See IGMA) SJI Steel Joist Institute (843) 626-1995 www.steeljoist.org SMA Screen Manufacturers Association (561) 533-0991 www.smacentral.org SMACNA Sheet Metal and Air Conditioning Contractors' (703) 803-2980 National Association www.smacna.org SMPTE Society of Motion Picture and Television Engineers (914) 761-1100 www.smpte.org

Page 97: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 13 of 17

SPFA Spray Polyurethane Foam Alliance (800) 523-6154 (Formerly: SPI/SPFD - The Society of the Plastics Industry, Inc.; Spray Polyurethane Foam Division) www.sprayfoam.org SPIB Southern Pine Inspection Bureau (The) (850) 434-2611 www.spib.org SPI/SPF

D Society of the Plastics Industry, Inc. (The)

Spray Polyurethane Foam Division (See SPFA) SPRI SPRI (781) 647-7026 (Single Ply Roofing Institute) www.spri.org SSINA Specialty Steel Industry of North America (800) 982-0355 www.ssina.com (202) 342-8630 SSPC SSPC: The Society for Protective Coatings (877) 281-7772 www.sspc.org (412) 281-2331 STI Steel Tank Institute (847) 438-8265 www.steeltank.com SWI Steel Window Institute (216) 241-7333 www.steelwindows.com SWRI Sealant, Waterproofing, & Restoration Institute (816) 472-7974 www.swrionline.org TCA Tile Council of America, Inc. (864) 646-8453 www.tileusa.com TIA/EIA Telecommunications Industry Association/Electronic (703) 907-7700 Industries Alliance www.tiaonline.org TMS The Masonry Society (303) 939-9700 www.masonrysociety.org TPI Truss Plate Institute, Inc. (608) 833-5900 www.tpinst.org TPI Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UL Underwriters Laboratories Inc. (800) 285-4476 www.ul.com (847) 272-8800 UNI Uni-Bell PVC Pipe Association (972) 243-3902 www.uni-bell.org

Page 98: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 14 of 17

USAV USA Volleyball (888) 786-5539 www.usavolleyball.org (719) 228-6800 USGBC U.S. Green Building Council (202) 828-7422 www.usgbc.org USITT United States Institute for Theatre Technology, Inc. (800) 938-7488 www.usitt.org (315) 463-6463 WASTEC Waste Equipment Technology Association (800) 424-2869 www.wastec.org (202) 244-4700 WCLIB West Coast Lumber Inspection Bureau (800) 283-1486 www.wclib.org (503) 639-0651 WCMA Window Covering Manufacturers Association (See WCSC) WCSC Window Covering Safety Council (800) 506-4636 (Formerly: WCMA - Window Covering Manufacturers (212) 661-4261 Association) www.windowcoverings.org WDMA Window & Door Manufacturers Association (800) 223-2301 (Formerly: NWWDA - National Wood Window and (847) 299-5200 Door Association) www.wdma.com WI Woodwork Institute (Formerly: WIC - Woodwork Institute of

California) (916) 372-9943

www.wicnet.org WIC Woodwork Institute of California (See WI) WMMPA Wood Moulding & Millwork Producers Association (800) 550-7889 www.wmmpa.com (530) 661-9591 WSRCA Western States Roofing Contractors Association (800) 725-0333 www.wsrca.com (650) 548-0112 WWPA Western Wood Products Association (503) 224-3930 www.wwpa.org

C. Code Agencies: Where abbreviations and acronyms are used in

Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents.

BOCA BOCA International, Inc. (See ICC) CABO Council of American Building Officials (See ICC)

Page 99: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 15 of 17

IAPMO International Association of Plumbing and Mechanical

Officials (909) 472-4100

www.iapmo.org ICBO International Conference of Building Officials (See ICC) ICBO

ES ICBO Evaluation Service, Inc.

(See ICC-ES) ICC International Code Council (703) 931-4533 (Formerly: CABO - Council of American Building Officials) www.iccsafe.org ICC-ES ICC Evaluation Service, Inc. (800) 423-6587 www.icc-es.org (562) 699-0543 SBCCI Southern Building Code Congress International, Inc. (See ICC)

D. Federal Government Agencies: Where abbreviations and acronyms are used

in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents.

CE Army Corps of Engineers www.usace.army.mil CPSC Consumer Product Safety Commission (800) 638-2772 www.cpsc.gov (301) 504-6816 DOC Department of Commerce (202) 482-2000 www.commerce.gov DOE Department of Energy (202) 586-9220 www.eren.doe.gov

EPA Environmental Protection Agency (202) 272-0167 www.epa.gov FAA Federal Aviation Administration (202) 366-4000 www.faa.gov FDA Food and Drug Administration (888) 463-6332 www.fda.gov GSA General Services Administration (800) 488-3111 www.gsa.gov (202) 501-1888 HUD Department of Housing and Urban Development (202) 708-1112 www.hud.gov

Page 100: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 16 of 17

LBL Lawrence Berkeley Laboratory (510) 486-4000 www.lbl.gov NCHR

P National Cooperative Highway Research Program

(See TRB) NIST National Institute of Standards and Technology (301) 975-6478 www.nist.gov OSHA Occupational Safety & Health Administration (800) 321-6742 www.osha.gov (202) 693-1999 PBS Public Building Service (See GSA) PHS Office of Public Health and Science (202) 690-7694 //phs.os.dhhs.gov RUS Rural Utilities Service (202) 720-9540 (See USDA) SD State Department (202) 647-4000 www.state.gov TRB Transportation Research Board (202) 334-2934 www.nas.edu/trb USDA Department of Agriculture (202) 720-2791 www.usda.gov USPS Postal Service (202) 268-2000 www.usps.com

E. State Government Agencies: Where abbreviations and acronyms are used in

Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents.

CBHF State of California, Department of Consumer Affairs (800) 952-5210 Bureau of Home Furnishings and Thermal Insulation (916) 574-2041 www.dca.ca.gov/bhfti CPUC California Public Utilities Commission (415) 703-2782 www.cpuc.ca.gov TFS Texas Forest Service (936) 639-8180 Forest Products Laboratory www.txforestservice.tamu.edu THC Texas Historical Commission (512) 463-6100 www.thc.state.tx.us

Page 101: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01420 - 17 of 17

PART 2 PRODUCTS

Not Used PART 3 EXECUTION

Not Used

END OF SECTION

Page 102: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01500 - 1 of 4

SECTION 01500

TEMPORARY FACILITIES AND CONTROLS

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes requirements for temporary utilities, support facilities, and security and protection of facilities.

B. Related Sections include the following:

1. Division 1 Section "Summary" for limitations on utility interruptions and other work restrictions.

2. Division 1 Section "Submittal Procedures" for procedures for submitting copies of implementation and termination schedule and utility reports.

1.3 USE CHARGES

A. General: Cost of use charges for temporary facilities shall be included in the Contract Sum except as otherwise specified herein. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Architect, occupants of Project, testing agencies and authorities having jurisdiction.

B. Utility Services: Water service is available for use without metering and

without payment of use charges. Provide connections and extensions of service as required for construction operations.

1.4 SUBMITTALS

Submit documentation indicating temporary facilities, staging areas and parking areas for construction personnel.

1.5 PROJECT CONDITIONS

Temporary Use of Permanent Facilities: Installer of each permanent service shall assume responsibility for operation, maintenance and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities.

1.6 TEMPORARY CONSTRUCTION POWER

A. Provide all required temporary / portable power cable, protection, and devices

for extensions from the existing facility distribution system for construction

Page 103: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01500 - 2 of 4

power. Such energy usage will be paid by the Owner. The contractor field office shall be served from the contractor provided temporary service.

B. Provide power outlets for construction operations, with branch wiring, distribution, and protection. Provide temporary lighting as required. All temporary power devices must be OSHA approved.

1.7 TEMPORARY WATER SERVICE

A. Provide temporary water service as required for this project. The con-tractor may connect to Owner’s existing water sources for construction operations, where existing service is available.

B. Owner will pay for the actual cost of water used for this project. Con-tractor shall pay for any required tap fees, permits, conveying system installations and removals. Exercise measures to conserve water.

C. Extend branch piping with outlets located so water is available by hos-

es with threaded connections. Provide temporary pipe insulation to prevent freezing.

1.8 TELEPHONE SERVICE

Contractor’s project superintendent shall have cellular telephone in his possession at all times during the construction contract period. This cellular telephone number shall be provided to the Owner and Project Engineer prior to commencement of construction.

1.9 TEMPORARY SANITARY FACILITIES

A. The use of existing public sanitary facilities located in an adjacent building

shall be allowed by the Owner.

B. The Contractor shall be responsible for assisting in maintaining the cleanliness of the facilities.

1.10 BARRIERS AND CONSTRUCTION FENCES

A. Provide appropriate barriers to prevent unauthorized entry to construction

areas and as required to protect adjacent areas from damage from construction operations. The general contractor shall construct a temporary construction fence to separate the existing campus operations from the new project site operations.

B. Provide protection for plant life designated to remain. Replace damaged plant life.

C. Protect non-owned vehicular traffic, stored materials, site and structures from damage.

Page 104: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01500 - 3 of 4

1.11 PROTECTION OF INSTALLED WORK

A. Protect installed Work and provide special protection where specified in individual specification sections.

B. Provide temporary and removable protection for installed products. Control activity in immediate work area to minimize damage.

C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings whenever appropriate.

D. Protect finished floors and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials.

1.12 PARKING

A. Park in designated areas only.

B. The contractor is encouraged to car-pool workers to the job site from other

parking locations.

1.13 PROGRESS CLEANING

A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition.

B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space.

C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust.

D. Remove waste materials, debris, and rubbish from site periodically and dispose off-site.

1.14 FIELD OFFICES & SHEDS

A. Office: Weather-tight, with lighting, electrical outlets, heating, cooling and

ventilating equipment, and equipped with sturdy furniture and drawing display table.

B. Storage Space: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. Coordinate with Owner for final location.

C. Locate where approved by Owner and on Owner‘s property.

1.15 REMOVAL OF UTILITIES, FACILITIES & CONTROLS

A. Remove temporary above-grade or buried utilities, equipment, facilities, materials, prior to final inspection.

Page 105: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01500 - 4 of 4

B. Clean and repair damage caused by installation or use of temporary work.

C. Remove existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition.

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION

3.1 SUPPORT FACILITIES INSTALLATION

A. Maintain support facilities until near Substantial Completion. Remove before

Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner.

B. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction.

3.2 SECURITY AND PROTECTION FACILITIES INSTALLATION

A. The fire detection and alarm system and intrusion detection (security alarm)

system must be energized and functional at all times during the project.

B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects.

C. Comply with work restrictions specified in Division 1 Section "Summary".

D. Barricades, Warning Signs and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs.

3.3 OPERATION, TERMINATION AND REMOVAL

A. Supervision: Enforce strict discipline in use of temporary facilities. To

minimize waste and abuse, limit availability of temporary facilities to essential and intended uses.

B. Maintenance: Maintain facilities in good operating condition.

END OF SECTION

Page 106: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01600 - 1 of 3

SECTION 01600 MATERIALS AND EQUIPMENT

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements governing the

Contractor's selection of products for use in the Project. B. Related Sections: The following Sections contain requirements that relate to this

Section: 1. Division 1 Section "References" specifies the applicability of industry

standards to products specified. 2. Division 1 Section "Submittals" specifies requirements for submittal of the

Contractor's Construction Schedule and the Submittal Schedule. 3. Division 1 Section "Substitutions" specifies administrative procedures for

handling requests for substitutions made after award of the Contract. 1.3 DEFINITIONS

A. Definitions used in this Article are not intended to change the meaning of other

terms used in the Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," and similar terms. Such terms are self-explanatory and have well-recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, whether

purchased for the Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. a. "Named Products" are items identified by the manufacturer's

product name, including make or model number or other designation, shown or listed in the manufacturer's published product literature, that is current as of the date of the Contract Documents.

2. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the Work.

3. "Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping.

1.4 QUALITY ASSURANCE

A. Source Limitations: To the fullest extent possible, provide products of the same

kind from a single source.

Page 107: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01600 - 2 of 3

B. Compatibility of Options: When the Contractor is given the option of selecting

between 2 or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options.

1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products according to the manufacturer's

recommendations, using means and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage at the site and to

prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to assure minimum holding time

for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses.

3. Deliver products to the site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing.

4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected.

5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units.

6. Store heavy materials away from the Project structure in a manner that will not endanger the supporting construction.

7. Store products subject to damage by the elements above ground, under cover in a weathertight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions.

PART 2 PRODUCTS 2.1 PRODUCT SELECTION

A. General Product Requirements: Provide products that comply with the Contract

Documents, that are undamaged and, unless otherwise indicated, new at the time of installation. 1. Provide products complete with accessories, trim, finish, safety guards,

and other devices and details needed for a complete installation and the intended use and effect.

2. Standard Products: Where available, provide standard products of types that have been produced and used successfully in similar situations on other projects.

B. Product Selection Procedures: The Contract Documents and governing

regulations govern product selection. Procedures governing product selection include the following:

Page 108: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01600 - 3 of 3

1. Proprietary Specification Requirements: Where Specifications name only a single product or manufacturer, provide the product indicated. No substitutions will be permitted.

2. Semi-proprietary Specification Requirements: Where Specifications name 2 or more products or manufacturers, provide 1 of the products indicated. No substitutions will be permitted. a. Where Specifications specify products or manufacturers by

name, accompanied by the term "or equal" or "or approved equal," comply with the Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product.

3. Nonproprietary Specifications: When Specifications list products or manufacturers that are available and may be incorporated in the Work, but do not restrict the Contractor to use of these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product.

4. Descriptive Specification Requirements: Where Specifications describe a product or assembly, listing exact characteristics required, with or without use of a brand or trade name, provide a product or assembly that provides the characteristics and otherwise complies with Contract requirements.

5. Performance Specification Requirements: Where Specifications require compliance with performance requirements, provide products that comply with these requirements and are recommended by the manufacturer for the application indicated. a. Manufacturer's recommendations may be contained in published

product literature or by the manufacturer's certification of performance.

6. Compliance with Standards, Codes, and Regulations: Where Specifications only require compliance with an imposed code, standard, or regulation, select a product that complies with the standards, codes, or regulations specified.

PART 3 EXECUTION 3.1 INSTALLATION OF PRODUCTS

A. Comply with manufacturer's instructions and recommendations for installation of

products in the applications indicated. Anchor each product securely in place, accurately located and aligned with other Work. 1. Clean exposed surfaces and protect as necessary to ensure freedom

from damage and deterioration at time of Substantial Completion.

END OF SECTION

Page 109: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01631 - 1 of 3

SECTION 01631 SUBSTITUTIONS

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for handling requests for substitutions made after award of the Contract.

B. Related Sections: The following Sections contain requirements that relate to this

Section: 1. Division 1 Section "References" specifies the applicability of industry

standards to products specified. 2. Division 1 Section "Submittals" specifies requirements for submitting the

Contractor's Construction Schedule and the Submittal Schedule. 3. Division 1 Section "Materials and Equipment" specifies requirements

governing the Contractor's selection of products and product options. 1.3 DEFINITIONS

A. Definitions in this Article do not change or modify the meaning of other terms used in the Contract Documents.

B. Substitutions: Changes in products, materials, equipment, and methods of

construction required by the Contract Documents proposed by the Contractor after award of the Contract are considered to be requests for substitutions. The following are not considered to be requests for substitutions: 1. Revisions to the Contract Documents requested by the Owner or

Architect. 2. Specified options of products and construction methods included in the

Contract Documents. 3. The Contractor's determination of and compliance with governing

regulations and orders issued by governing authorities. 1.4 SUBMITTALS

A. Substitution Request Submittal: The Architect will consider requests for substitution if received within 5 days prior to bid. No other substitutions will be considered after award of contract unless the product becomes unavailable to the Contractor. 1. Submit 3 copies of each request for substitution for consideration.

Submit requests in the form and according to procedures required for change-order proposals.

Page 110: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01631 - 2 of 3

2. Identify the product or the fabrication or installation method to be replaced in each request. Include related Specification Section and Drawing numbers.

3. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate: a. Coordination information, including a list of changes or

modifications needed to other parts of the Work and to construction performed by the Owner and separate contractors, that will be necessary to accommodate the proposed substitution.

b. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements, such as performance, weight, size, durability, and visual effect.

c. Product Data, including Drawings and descriptions of products and fabrication and installation procedures.

d. Samples, where applicable or requested. e. A statement indicating the substitution's effect on the Contractor's

Construction Schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on overall Contract Time.

f. Cost information, including a proposal of the net change, if any in the Contract Sum.

g. The Contractor's certification that the proposed substitution conforms to requirements in the Contract Documents in every respect and is appropriate for the applications indicated.

h. The Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of the failure of the substitution to perform adequately.

4. A request constitutes a representation that the Contractor: a. Has investigated the proposed product and determined that it

meets or exceeds the quality level of the specified product. b. Will provide the same warranty for the Substitution as for the

specified product. c. Will coordinate installation and make changes to other Work

which may be required for the Work to be complete with no additional cost to the Owner.

d. Waives claims for additional costs or time extensions which may subsequently become apparent.

e. Will reimburse the Owner for review or redesign services associated with re-approval by authorities.

5. Architect's Action: If necessary, the Architect will request additional information or documentation for evaluation within one week of receipt of a request for substitution. The Architect will notify the Contractor of acceptance or rejection of the substitution within 2 weeks of receipt of the request, or one week of receipt of additional information or documentation, whichever is later. Acceptance will be in the form of a change order. a. Use the product specified if the Architect cannot make a decision

on the use of a proposed substitute within the time allocated.

Page 111: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01631 - 3 of 3

PART 2 PRODUCTS 2.1 SUBSTITUTIONS

A. Conditions: The Architect will receive and consider the Contractor's request for substitution when one or more of the following conditions are satisfied, as determined by the Architect. If the following conditions are not satisfied, the Architect will return the requests without action except to record noncompliance with these requirements. 1. Extensive revisions to the Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of the Contract

Documents. 3. The request is timely, fully documented, and properly submitted. 4. The specified product or method of construction cannot be provided

within the Contract Time. The Architect will not consider the request if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly.

5. The requested substitution offers the Owner a substantial advantage, in cost, time, energy conservation, or other considerations, after deducting additional responsibilities the Owner must assume. The Owner's additional responsibilities may include compensation to the Architect for redesign and evaluation services, increased cost of other construction by the Owner, and similar considerations.

6. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved.

7. The specified product or method of construction cannot be provided in a manner that is compatible with other materials and where the Contractor certifies that the substitution will overcome the incompatibility.

8. The specified product or method of construction cannot be coordinated with other materials and where the Contractor certifies that the proposed substitution can be coordinated.

9. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provides the required warranty.

B. The Contractor's submittal and the Architect's acceptance of Shop Drawings,

Product Data, or Samples for construction activities not complying with the Contract Documents do not constitute an acceptable or valid request for substitution, nor do they constitute approval.

PART 3 EXECUTION

Not Used.

END OF SECTION

Page 112: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01700 - 1 of 5

SECTION 01700 CONTRACT CLOSEOUT

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for contract

closeout including, but not limited to, the following: 1. Inspection procedures. 2. Project record document submittal. 3. Operation and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning.

B. Related Sections: The following sections contain requirements that relate to this

section: 1. Closeout requirements for specific construction activities are included in

the appropriate Sections in Divisions 2 through 16. 2. Division 1 Section “Project Meetings” for project closeout meeting.

1.3 SUBSTANTIAL COMPLETION

A. Preliminary Procedures: Before requesting inspection for certification of

Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the

date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. a. Include supporting documentation for completion as indicated in

these Contract Documents and a statement showing an accounting of changes to the Contract Sum.

b. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the Work is not complete.

2. Advise the Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance

agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the

Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases.

5. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements.

6. Complete final cleanup requirements, including touch-up painting.

Page 113: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01700 - 2 of 5

7. Touch up and otherwise repair and restore marred, exposed finishes. B. Inspection Procedures: On receipt of a request for inspection, the Architect will

either proceed with inspection or advise the Contractor of unfilled requirements. The Architect will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1. The Architect will repeat inspection when requested and assured that the

Work is substantially complete. 2. Results of the completed inspection will form the basis of requirements

for final acceptance. 1.4 FINAL ACCEPTANCE

A. Preliminary Procedures: Before requesting final inspection for certification of

final acceptance and final payment, complete the following. List exceptions in the request. 1. Submit the final payment request with releases and supporting

documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required.

2. Submit an updated final statement, accounting for final additional changes to the Contract Sum.

3. Submit a certified copy of the Architect's final inspection list of items to be completed or corrected, endorsed and dated by the Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Architect.

4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion or when the Owner took possession of and assumed responsibility for corresponding elements of the Work.

5. Submit consent of surety to final payment. 6. Submit evidence of final, continuing insurance coverage complying with

insurance requirements. B. Reinspection Procedure: The Architect will reinspect the Work upon receipt of

notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Architect. 1. Upon completion of reinspection, the Architect will prepare a certificate of

final acceptance. If the Work is incomplete, the Architect will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance.

2. If necessary, reinspection will be repeated one time. Additional reinspections will be billed to the Contractor at the Architect's customary hourly billing rates for the personnel involved.

1.5 RECORD DOCUMENT SUBMITTALS

A. General: Do not use record documents for construction purposes. Protect

record documents from deterioration and loss in a secure, fire-resistant location.

Page 114: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01700 - 3 of 5

Provide access to record documents for the Architect's reference during normal working hours.

B. Record Drawings: Maintain a clean, undamaged set of blue or black line white-

prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Mark record sets with red erasable pencil. Use other colors to distinguish

between variations in separate categories of the Work. 2. Mark new information that is important to the Owner but was not shown

on Contract Drawings or Shop Drawings. 3. Note related change-order numbers where applicable. 4. Organize record drawing sheets into manageable sets. Bind sets with

durable-paper cover sheets; print suitable titles, dates, and other identification on the cover of each set.

C. Record Specifications: Maintain one complete copy of the Project Manual,

including addenda. Include with the Project Manual one copy of other written construction documents, such as Change Orders and modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work

performed in comparison with the text of the Specifications and modifications.

2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation.

3. Note related record drawing information and Product Data. 4. Upon completion of the Work, submit record Specifications to the

Architect for the Owner's records. D. Record Product Data: Maintain one copy of each Product Data submittal. Note

related Change Orders and markup of record drawings and Specifications. 1. Mark these documents to show significant variations in actual Work

performed in comparison with information submitted. Include variations in products delivered to the site and from the manufacturer's installation instructions and recommendations.

2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation.

3. Upon completion of markup, submit complete set of record Product Data to the Architect for the Owner's records.

E. Maintenance Manuals: Organize operation and maintenance data into suitable

sets of manageable size. Bind properly indexed data in individual, heavy-duty, 2-inch, 3-ring, vinyl-covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Submit a preliminary maintenance manual for review by the Architect before or with the 50% application for payment. Submit three copies of the final maintenance manual prior to final acceptance of the project. Include the following types of information:

Page 115: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01700 - 4 of 5

1. Emergency instructions. 2. Spare parts list. 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended "turn-around" cycles. 6. Inspection procedures. 7. Shop Drawings and Product Data. 8. Equipment Manufacturer’s Start-up and Commissioning Reports. 9. Contact Names, Addresses and Telephone Numbers for service and

supplies. PART 2 PRODUCTS

Not used. PART 3 EXECUTION 3.1 CLOSEOUT PROCEDURES

A. Operation and Maintenance Instructions: Arrange for each Installer of equipment

that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance.

B. Provide instruction by manufacturer's representatives if installers are not

experienced in operation and maintenance procedures. Include a detailed review of the following items: 1. Maintenance manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants. 6. Fuels. 7. Identification systems. 8. Control sequences. 9. Hazards. 10. Cleaning. 11. Warranties and bonds. 12. Maintenance agreements and similar continuing commitments.

C. As part of instruction for operating equipment, demonstrate the following

procedures: 1. Startup. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. 8. Interlocking operation with other systems.

Page 116: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01700 - 5 of 5

3.2 FINAL CLEANING A. General: The General Conditions require general cleaning during construction.

Regular site cleaning is included in Division 1 Section "Construction Facilities and Temporary Controls."

B. Cleaning: Employ experienced workers or professional cleaners for final

cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. 1. Complete the following cleaning operations before requesting inspection

for certification of Substantial Completion. a. Remove labels that are not permanent labels. b. Clean transparent materials, including mirrors and glass in doors

and windows. Remove glazing compounds and other substances that are noticeable vision-obscuring materials. Replace chipped or broken glass and other damaged transparent materials.

c. Clean exposed exterior and interior hard-surfaced finishes to a dust-free condition, free of stains, films, and similar foreign substances. Restore reflective surfaces to their original condition. Leave concrete floors broom clean. Vacuum carpeted surfaces.

d. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps.

e. Clean the site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even-textured surface.

C. Pest Control: Engage an experienced, licensed exterminator to make a final

inspection and rid the Project of rodents, insects, and other pests. D. Removal of Protection: Remove temporary protection and facilities installed for

protection of the Work during construction. E. Compliance: Comply with regulations of authorities having jurisdiction and safety

standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of lawfully. 1. Where extra materials of value remain after completion of associated

Work, they become the Owner's property. Dispose of these materials as directed by the Owner.

END OF SECTION

Page 117: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01730 - 1 of 3

SECTION 01730 OPERATING AND MAINTENANCE DATA

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Compile product data and related information appropriate for Owner's

maintenance and operation of products furnished under the Contract. 1. Prepare operating and maintenance data as specified in this

Section and as referenced in other pertinent sections of Specifications.

B. Instruct Owner's personnel in the maintenance of products and in the

operation of equipment systems.

1.3 FORM OF SUBMITTALS

A. Prepare data in the form of an instructional manual for use by Owner's personnel.

B. Format: 1. Size: 8 1/2" x 11". 2. Paper: 20 pound, minimum, white, for typed pages. 3. Text: Manufacturer's printed data, or neatly typewritten. 4. Drawings:

a. Provide reinforced punched binder tab, bind in with text. b. Fold larger drawings to the size of the text pages.

5. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component

parts of equipment. b. Provide indexed tabs.

6. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE DATA". List: a. Title of Project. b. Name of Contractor.

C. Binders:

1. Commercial quality three-ring binders with durable and cleanable plastic covers.

2. Maximum ring size: 3 inches. 3. When multiple binders are used, correlate the data into

related consistent groupings. Mark binders in sequence.

Page 118: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01730 - 2 of 3

1.4 CONTENT OF MANUAL

A. Table of Contents: Neatly typewritten table of contents for each volume.

Base table of contents of Operating and Maintenance Data on table of contents of these specifications.

B. Product Data: 1. Include only those sheets which are pertinent to the specific

product. 2. Annotate each sheet to:

a. Clearly identify the specific product or part installed. b. Clearly identify the data applicable to the installation. c. Delete references to inapplicable information.

3. List, with each product, the name, address and telephone number of: a. Subcontractor, including name of responsible principal,

address and telephone number. b. Maintenance contractor, as appropriate. c. Identify the area of responsibility of each. d. Local source of supply for parts an replacement.

C. Drawings:

1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams.

2. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation.

3. Do not use Project Record Documents as maintenance drawings.

D. Written text, as required to supplement product data for the particular installation. 1. Organize in a consistent format under separate headings for

different procedures. 2. Provide a logical sequence of instructions for each procedure.

E. Mechanical Systems: 1. The booklet shall contain a complete description of each system in

the building as hereinafter outlined. a. Description of HVAC System. b. Manufacturer's catalog data and parts list on each piece of

service entrance equipment and each electrical sub-panel in the building.

c. Manufacturer's catalog data, cuts and parts lists of all lighting fixtures and show in which rooms they were installed.

d. Manufacturer's catalog data, cuts, parts list and wiring diagrams on each piece of fire alarm system, sound system, program system, clock and bell system and all

Page 119: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01730 - 3 of 3

other systems. Data shall include 2 sets of drawings of circuitry by installer.

e. Provide four sets of drawings to include riser diagrams, panel schedules with directory of circuits and any revisions from Contract Drawings.

F. Description of Heating & Air Conditioning System:

1. Complete manufacturer's catalog data and parts list and wiring diagrams on each piece of heating and air conditioning equipment furnished.

2. Manufacturer's catalog data, cuts, part list and diagrams on each type of temperature control. Data shall include 2 sets of temperature control diagrams.

3. Maintenance and lubrication instructions on each piece of equipment furnished; instructions must be on the letterhead of the manufacturer of the equipment.

G. Equipment manufacturer’s start-up and commissioning reports.

PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.1 SUBMITTAL SCHEDULE

General: Prepare 3 copies of the Operating & Maintenance Data Booklet and deliver 3 copies of the booklet to the Architect.

END OF SECTION

Page 120: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01740 - 1 of 3

SECTION 01740 WARRANTIES

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for warranties required by the Contract Documents, including manufacturer’s standard warranties on products and special warranties. 1. Refer to the General Conditions for terms of the Contractor's period for

correction of the Work.

B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Submittals" specifies procedures for submitting

warranties. 2. Division 1 Section "Contract Closeout" specifies contract closeout

procedures. 3. Divisions 2 through 16 Sections for specific requirements for warranties

on products and installations specified to be warranted. 4. Certifications and other commitments and agreements for continuing

services to Owner are specified elsewhere in the Contract Documents.

C. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor.

1.3 DEFINITIONS

A. Standard product warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the Owner.

B. Special warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties or to provide greater rights for the Owner.

1.4 WARRANTY REQUIREMENTS

A. Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as a

Page 121: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01740 - 2 of 3

result of such failure or must be removed and replaced to provide access for correction of warranted construction.

B. Reinstatement of Warranty: When Work covered by a warranty has failed and

been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation.

C. Replacement Cost: Upon determination that Work covered by a warranty has

failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life.

D. Owner's Recourse: Expressed warranties made to the Owner are in addition to

implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise available under the law. Expressed warranty periods shall not be interpreted as limitations on the time in which the Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: The Owner reserves the right to reject

warranties and to limit selection to products with warranties not in conflict with requirements of the Contract Documents.

E. Where the Contract Documents require a special warranty, or similar

commitment on the Work or part of the Work, the Owner reserves the right to refuse to accept the Work, until the Contractor presents evidence that entities required to countersign such commitments are willing to do so.

1.5 SUBMITTALS

A. Submit written warranties to the Architect prior to the date certified for Substantial Completion. If the Architect's Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the Architect. 1. When a designated portion of the Work is completed and occupied or

used by the Owner, by separate agreement with the Contractor during the construction period, submit properly executed warranties to the Architect within 15 days of completion of that designated portion of the Work.

B. When the Contract Documents require the Contractor, or the Contractor and a

subcontractor, supplier or manufacturer to execute a special warranty, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the Owner, through the Architect, for approval prior to final execution.

C. Prepare a written document utilizing the appropriate form, ready for execution by

the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer.

Page 122: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01740 - 3 of 3

Submit a draft to the Owner, through the Architect, for approval prior to final execution. 1. Refer to Divisions 2 through 16 Sections for specific content

requirements and particular requirements for submitting special warranties.

D. Form of Submittal: At Final Completion compile 2 copies of each required

warranty properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual.

E. Bind warranties and bonds in heavy-duty, commercial-quality, durable 3-ring,

vinyl-covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch (115-by-280-mm)1. Provide heavy paper dividers with celluloid covered tabs for each

separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product, and the name, address, and telephone number of the Installer.

paper.

2. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project title or name, and name of the Contractor.

3. When warranted construction requires operation and maintenance manuals, provide additional copies of each required warranty, as necessary, for inclusion in each required manual.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

Page 123: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01781 - 1 of 3

SECTION 01781 PROJECT RECORD DOCUMENTS

PART 1 GENERAL 1.1 RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. 4. Record Electronic Drawings.

B. Related Sections include the following:

1. Division 1 Section “Operation and Maintenance Data” for operation and maintenance manual requirements.

2. Divisions 2 through 16 Sections for specific requirements for Project Record Documents of products in those Sections.

1.3 SUBMITTALS

A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one set of marked-up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows:

a. Final Submittal: Submit one set of marked-up Record Prints.

B. Record Specifications: Submit one copy of Project’s Specifications, including addenda and contract modifications.

PART 2 PRODUCTS 2.1 RECORD DRAWINGS

A. Record Prints: Maintain one set of blue- or black-line white prints of the Contract Drawings and Shop Drawings. 1. Preparation: Mark Record Prints to show the actual installation where

installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up Record Prints. a. Give particular attention to information on concealed elements

that would be difficult to identify or measure and record later.

Page 124: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01781 - 2 of 3

b. Accurately record information in an understandable drawing technique.

c. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations.

2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Depths of foundations below first floor. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Locations of concealed internal utilities. i. Changes made by Change Order or Construction Change

Directive. j. Changes made following Architect’s written orders. k. Field records for variable and concealed conditions. l. Record information on the Work that is shown only

schematically. 3. Mark the Contract Drawings of Shop Drawings, whichever is most

capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings.

4. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at the same location.

5. Mark important additional information that was either shown schematically or omitted from original Drawings.

6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable.

B. Newly Prepared Record Drawings: Prepare new Drawings instead of

preparing Record Drawings where Architect determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. 1. New Drawings may be required when a Change Order is issued as a

result of accepting an alternate, substitution, or other modification. 2. Consult with Architect for proper scale and scope of detailing and

notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared Record Drawings into Record Drawing sets; comply with procedures for formatting, organizing, copying, binding, and submitting.

C. Format: Identify and date each Record Drawing; include the designation

“PROJECT RECORD DRAWING” in a prominent location. 1. Record Prints: Organize Record Prints and newly prepared Record

Drawings into manageable sets. 2. Identification: As follows:

a. Project name.

Page 125: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

01781 - 3 of 3

b. Date. c. Designation ‘PROJECT RECORD DRAWINGS.’ d. Name of Architect. e. Name of Contractor.

2.2 RECORD SPECIFICATIONS

A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and

installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products,

materials, and equipment furnished, including substitutions and product options selected.

3. Record the name of the manufacturer, supplier, Installer, and other information necessary to provide a record of selections made.

4. For each principal product, indicate whether Record Product Data has been submitted in operation and maintenance manuals instead of submitted as Record Product Data.

5. Note related Change Orders, Record Drawings, and Product Data where applicable.

PART 3 EXECUTION 3.1 RECORDING AND MAINTENANCE

A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project.

B. Maintenance of Record Documents and Samples: Store Record Documents

and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architect’s reference during normal working hours.

3.2 ELECTRONIC RECORD DOCUMENTS

Architect will provide the General Contractor with an electronic copy (AutoCadd Version 2011) for Contractors to post all field modifications and changes. Contractor shall provide one copy to both the Owner and Architect of an electronic set of record documents on CD-Rom using AutoCadd 2011 software. Contractor shall also submit on printed copy of record documents for Owner’s record.

END OF SECTION

Page 126: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15000 - 1 of 8 T:\2013 WO\13695\Specs\HVAC\15000.doc

SECTION 15000 MECHANICAL AND ELECTRICAL SPECIFICATIONS (COMMON CONDITIONS)

1.1 GENERAL CONDITIONS

A. Sections of the Specifications covering general and supplemental conditions are a part of the contract and Contractors shall observe all of the requirements thereof, insofar as they pertain and are applicable to their respective work. Reference to Contractor or Contractors shall imply Mechanical (HVAC) and Electrical Contractors.

B. Contractors shall examine all Drawings and Specifications, visit the sites of the

proposed construction, become fully informed as to the extent and character of the work required, and make provisions for same in his bid. It will be assumed that the Contractor in submitting his bid has visited the premises and his bid covers all work necessary to properly install his work.

C. If any requirements of the Drawings and the Specifications appear to be difficult

to perform, or if there is a question regarding performance, Contractor shall report same to the Architect during the bidding period. The right to make any reasonable change in the location of outlets, apparatus, and equipment up to the time of rough-in is reserved by the Architect without involving any additional expense.

D. If any discrepancies occur during construction between work being performed by

the Contractor and work of other trades, it shall be the responsibility of the Contractor to notify the Architect immediately. Under no circumstances shall the Contractor proceed with any work conflicting with other trades until such time as the discrepancies have been corrected. In cases where interference develops, Architect shall decide which work is to be relocated regardless of which was first installed.

E. Contractor shall proceed with his work so as to conform to the progress of the

work of other trades and not delay the project. Contractor shall complete all installations as soon as the conditions of the project will permit.

1.2 SCOPE OF WORK

A. Work to be done under this contract shall include the furnishing of all labor, materials, apparatus, and connections to complete, in finished operating condition, the work for National Museum of the Pacific War Existing Package Rooftop HVAC Replacement, Fredericksburg, Texas.

B. Contractor shall take into account that deviations from routing and layout of new

work indicated on the Drawings may be required to avoid interference with existing structure and facilities. Contractor shall be responsible for rerouting of existing conduit, piping, etc., to avoid interference with new work if deviations in routing of new work cannot be made to avoid interference with existing conditions. Wiring, piping, ductwork, etc., which serves loads or areas to remain

Page 127: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15000 - 2 of 8 T:\2013 WO\13695\Specs\HVAC\15000.doc

in use either temporarily or permanently will be rerouted as required and as directed to preserve continuity of service.

C. All items of labor, material, or equipment not required in detail by the

Specifications or Drawings, but incidental to, or necessary for the complete installation and proper operation of all phases of work described herein, or reasonably implied in connection therewith, shall be furnished as if called for in detail by the Specifications or Drawings.

D. Existing underground utilities are not indicated on the Drawings. The Contractor

shall be responsible for jobsite locating and protecting all existing underground utilities prior to trenching or pier drilling.

E. Contractor shall secure the services of the Owner’s interior sound partition

consultant and coordinate all required patching and penetrating of interior display sound partitions.

1.3 WORKMANSHIP

All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their particular trades. All installations shall be complete in both effectiveness and appearance whether finally enclosed or left exposed. Architect reserves the right to direct the removal or replacement of any item which in his opinion shall not present a reasonable neat or workmanlike appearance, providing that same can be properly installed in an orderly way by usual method for such work. All specialties and appurtenances shall be installed to conform to the manufacturer's recommendations unless otherwise specified.

1.4 CODES, PERMITS, AND FEES

A. Entire installation shall be done in strict accordance with all local, state, and federal ordinances, codes, and regulations.

B. In the event there is a conflict between the Drawings and Specifications and the

applicable codes, ordinances, and regulations, the codes, ordinances, and regulations requirements shall govern. However, if the contract requirements are in excess of these requirements and do not conflict with the requirements, the contract provisions shall govern. If any work indicated on the Drawings is in conflict with codes, ordinances and regulations, Contractor shall advise Architect at least one (1) week prior to bid date so that discrepancies may be corrected by an addendum to the Drawings and Specifications. Failure by the Contractor to advise of any discrepancies shall leave the Contractor fully and completely responsible for compliance with all applicable codes and requirements.

C. All work shall comply with Standards contained in applicable NFPA pamphlets,

all as published by the NFPA (National Fire Protection Association).

D. Contractor shall obtain all permits and pay all fees necessary in connection with his work.

Page 128: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15000 - 3 of 8 T:\2013 WO\13695\Specs\HVAC\15000.doc

1.5 SAFETY STANDARDS

It shall be Contractor's sole responsibility to initiate, maintain, and supervise all safety precautions required by local, state, and federal laws, including OSHA (Occupational Health and Safety Administration) and trench safety laws.

1.6 MATERIALS AND EQUIPMENT

A. All materials and equipment furnished under this contract shall be in strict accordance with these Specifications, and shall be new. Equipment shall be of the latest or current products available. When two (2) or more articles of the same materials or equipment are required, the articles of each kind shall be standard products of a single reputable manufacturer. Electrical materials and equipment shall bear the label of UL (Underwriters Laboratories, Inc.).

B. All materials and equipment shall be clearly marked, stamped, or labeled for

identification. Identification marks or labels shall be plainly visible for inspection and shall not be obscured or obliterated in any manner. Painting or covering shall not be done until so ordered by the Architect.

C. Contractor shall furnish to the Architect, within a reasonable time after award of

contract, and prior to commencing any work, complete brochures of all materials and equipment which the Contractor proposes to furnish on the project. Data shall include descriptive literature, performance data, diagrams, capacity information, etc., to substantiate that proposed equipment physical size and capacity will meet all of the requirements of the Drawings and Specifications.

D. All data must be checked and any required changes indicated thereon by the

Contractor, signed, and dated prior to furnishing same to the Architect for approval. Contractor's attention is directed that it is mandatory that he thoroughly review data prior to furnishing same to assure that equipment is in accordance with Drawings and Specifications and to assure prompt return of the data.

E. Each brochure shall be neatly organized into a single binder or electronic PDF file.

In each brochure provide cover sheet identifying project name and location, Architect, Engineer, General Contractor, and Mechanical, Electrical, or Plumbing Contractor. Include Contractor's addresses and phone numbers. Provide adequate space for Architect's and Engineer's stamps. Provide quantity of submittal copies required by other sections of the Specifications.

F. If above information is not provided complete as specified above and within the

allocated time, all equipment shall be furnished exactly as specified without any substitutions.

G. In furnishing data of proposed equipment and materials, Contractor must, in

writing, specifically call to the attention of the Architect every deviation from the Contract Drawings and Specifications.

H. Review of data, drawings, etc., shall not be construed as releasing the

Contractor from further responsibility, but rather as a means to coordinate the

Page 129: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15000 - 4 of 8 T:\2013 WO\13695\Specs\HVAC\15000.doc

work and to aid in the proper selection and installation of the equipment. All material and equipment shall be subject to final acceptance by the Architect at the completion of the project.

1.7 WARRANTY

A. Any defects from defective or improper materials or faults arising from improper workmanship which may appear within a period of twelve (12) months from the date of final acceptance of the building shall be amended and made good by the Contractor at his own cost. Architect shall furnish to the Contractor a letter indicating the date of final acceptance.

B. Where such defective work results in damage to the work installed under other

sections of the Specifications, all such work shall be restored to its original condition at the expense of the Contractor by parties skilled in the particular work required.

1.8 DRAWINGS

A. These Specifications are accompanied by Drawings indicating typical layouts, pipe, conduit sizes, outlet and equipment locations, etc. Drawings and these Specifications are complementary each to the other and what is called for by one shall be as binding as if called for by both. All electrical outlets indicated on the Drawings are schematic. Exact location of each outlet shall be based upon exact architectural dimensions and related mechanical details.

B. Drawings as prepared are in general diagrammatic. Contractor shall carefully lay

out his work at the site to conform to existing conditions, architectural, structural, mechanical, and electrical conditions, to avoid all obstructions and to conform to details of installation as indicated on the Drawings and supplied by the manufacturers of the equipment to be installed and thereby to provide an integrated, satisfactorily operating installation. All necessary offsets in piping, fittings, etc., required to avoid interferences between piping, equipment, architectural, and structural shall be furnished and installed by the Contractor without additional expense to the Owner or Architect.

C. Routing paths for all piping, power feeders, and branch circuits are not indicated

on the Drawings. Routing paths which are indicated are schematic and are not accompanied by dimensional data or detailed for every required offset. Contractor shall have his choice of routing paths for such piping and raceways provided that this routing does not interfere with existing conditions and does not violate the requirements of the Owner. In cases where inference develops or in cases where proposed routing is not in accordance with the requirements of the Owner, a representative of the Owner will direct the required path of routing. All trenching, tunneling, piping, conductors, conduit, boxes, fittings and supports required to install piping and raceways indicated on the floor plans are herby included in the project requirements and shall be included in the proposal submitted by the Contractor.

D. These Specifications and Drawings accompanying same are intended to cover

systems which will not interfere with existing building conditions, which will fit into

Page 130: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15000 - 5 of 8 T:\2013 WO\13695\Specs\HVAC\15000.doc

the available spaces, and which will ensure complete and satisfactory systems. Contractor shall, therefore, carefully examine the Drawings and the building and shall be responsible for the proper fitting of his material and apparatus into the building.

E. Contractor's attention is directed that all equipment he proposes to furnish must

fit into the space allocated for same on the Drawings. It shall be the Contractor's responsibility to furnish data to evident that sufficient space can be provided for the installation of proposed equipment and that adequate access will exist for service and maintenance of equipment. Should changes become necessary during construction, the Contractor shall make such necessary changes at his (the Contractor's) own expense.

1.9 CHANGES

Any changes from the Drawings necessary to make the installation conform to building construction, to make this work fit the work of other trades, or to make this work conform to the rules of the city and municipal bodies having jurisdiction shall be made by the Contractor at his (the Contractor's) own expense.

1.10 PROTECTION

All work, equipment, and materials shall be protected at all times to prevent damage or breakage either in transit, storage, installation, or testing. All openings shall be closed with caps or plugs during installation. All material and equipment shall be covered and protected against dirt, water, chemicals, or mechanical injury. Failure on the part of the Contractor to provide adequate protection will be cause for rejection of the unprotected equipment and materials.

1.11 CUTTING AND PATCHING

A. Where existing surfaces are disturbed, cut, or damaged and these surfaces are exposed to view in finished areas, Contractor shall replace same with materials and finish matching existing surfaces. All patches, etc., shall thoroughly bond with the original surfaces and shall be level with same. Cutting and patching of existing surfaces shall be done by parties skilled in that particular work. All openings around conduits or piping through floors or walls shall be grouted and sealed.

B. Work shall be carefully laid out in advance and the exact size and locations of

openings required shall be furnished to the General Contractor. Contractor shall be responsible for the furnishing and setting for the proper and permanent location of all sleeves, hangers, supports, inserts, plates, etc. If any cutting of the construction is necessary because of erroneous locations or to patch openings not used, the work shall be done at the expense of the Contractor by parties skilled in that particular work. No cutting or core drilling shall be done without permission of the Architect. All drilling and patching for expansion bolts, hangers, and other supports shall be done by the Contractor, subject to the approval of the Architect.

Page 131: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15000 - 6 of 8 T:\2013 WO\13695\Specs\HVAC\15000.doc

C. Contractor’s attention is directed that existing roofs are bonded roofs and warranty of work cannot be disrupted. Cutting and patching of roofs, mopping new equipment and pipe supports into existing roof, cutting new duct penetrations through roof, and flashing/sealing roof curbs into existing roof shall be done in accordance with instructions, method, etc., of a roofing Contractor approved by the Owner.

1.12 CERTIFICATION OF INSTALLATION BY EQUIPMENT MANUFACTURER'S

REPRESENTATIVE

A. In order to place responsibility for the furnishing of the proper equipment and to see that it is installed as intended by the manufacturer, the Contractor, during construction, shall request supervisory assistance from the equipment manufacturer's representatives so that the material installation will be properly installed. After installation, the Contractor shall again request the representatives to inspect and certify that the equipment is in proper working order.

B. Before final payment is issued, the representatives shall submit to the Architect,

through the Contractor, a signed statement certifying to their inspection and that the equipment is properly installed and ready for operation.

1.13 VIBRATION AND NOISE

Vibration and noise made in any part of the building by the operation of the Contractor's equipment will be objectionable and the Contractor shall take all precautions against same by isolating the various elements from the building and by such other means as may be necessary to eliminate all vibration and objectionable noise.

1.14 ESCUTCHEONS

Where exposed pipes pass through floors, walls, or ceilings, they shall be fitted with chromium plated stainless steel escutcheons firmly secured to the pipes and held in place with set screws.

1.15 FIRE PROTECTION/SOUND ATTENUATION SEALANT

A. All pipe, conduit, etc., penetrations through fire separation walls, partitions, floors, etc., shall be sealed with firestop sealant or foam system. Firestop sealant or foam shall be UL classified for the application, shall have intumescent characteristics, and shall be listed (1 hour, 2 hour, 4 hour) to match the rating of surface penetrated.

B. All pipe, conduit, etc., penetrations through walls, partitions, floors, etc., which

are not fire rated but are intended to attenuate sound shall be sealed with expandable foam or other material to provide sound barrier.

1.16 DEMOLITION AND WORK WITHIN EXISTING BUILDING

A. This project shall be accomplished to accommodate the Owner's need to utilize the existing building during the course of construction. During the construction

Page 132: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15000 - 7 of 8 T:\2013 WO\13695\Specs\HVAC\15000.doc

and remodeling, portions of the project shall remain in service. Furnish all temporary power and control wiring, pipe, duct, controls, etc., as required to maintain heating, cooling, ventilation, plumbing, and electrical services for the existing areas to remain in service.

B. In the preparation of these documents, effort has been made to show the

approximate locations of, and connections to the existing piping, duct, equipment and other apparatus related to this phase of the work. However, the Contractor shall be responsible for verifying existing conditions which are associated with new work. Contractor shall visit the site to inspect the facilities and related areas. Contractor shall inspect and verify all details and requirements of all the contract documents, prior to submittal of proposal. All discrepancies between the contract documents and existing conditions shall be reported to the Architect during the bidding period.

C. Conduit, power and control wiring, pipe, duct, equipment and controls serving

mechanical, plumbing, electrical, Owner's equipment, etc., which is to remain but which is served by conduit, pipe, duct, equipment, and controls that are disturbed by the remodeling work, shall be reconnected in such a manner as to leave this equipment in proper operating condition.

D. No portion of the existing fire protection or security alarm systems shall be turned

off, modified, or changed in any way without the knowledge and written permission of the Owner's representative.

1.17 CONTINUITY OF SERVICE

A. At no time during the progress of the work shall the Contractor interrupt the continuity of any of the required services to the building during regular scheduled usage by Owner. It shall be the responsibility of the Contractor to take the necessary precautions and to plan the sequence of his work so that this may be accomplished. To this end, the necessary temporary services and connections which will be required to provide continuity of the required services are hereby included in this Specification.

B. Where service interruptions are required, the Contractor shall arrange a

minimum of 72 hours in advance by written notice to the Owner for the service interruption and shall submit for approval, a proposal indicating the extent of time of the interruption and the service or facilities that will be interrupted. Final time which will be scheduled will be that approved by the Owner.

1.18 REMOVED MATERIALS, FIXTURES, AND EQUIPMENT

A. Certain existing materials, fixtures, devices, and equipment are to be removed. Fixtures, devices and equipment which are selected by the Owner shall remain the property of the Owner. Such fixtures, devices and equipment shall be delivered by the Contractor to a designated location at the site of construction. Fixtures, devices, and equipment which are not selected by the Owner shall become the property of the Contractor. Such devices, fixtures, and equipment shall be removed from the premises by the Contractor. Contractor shall exercise

Page 133: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15000 - 8 of 8 T:\2013 WO\13695\Specs\HVAC\15000.doc

extreme care in removing any fixtures, devices and equipment to be retained by the Owner.

B. All removed electrical and HVAC materials shall become the property of the

Contractor except where noted on drawings. Such materials shall be removed from the site of construction and properly disposed of.

1.19 CLEANING

Contractor shall thoroughly clean all equipment, materials, and devices furnished and set by him. Contractor shall remove all of his debris that may have accumulated during the job. After the Architect inspects the equipment, any discrepancies shall be amended as directed.

1.20 USE OF ENGINEERS ELECTRONIC DRAWINGS

The Contractor may request the use of electronic copies of the Engineers Drawings for preparation of Contractor shop drawings. All such requests must be presented to the prime design firm. Upon receipt by the Engineer of the executed Engineer’s standard Waiver of Indemnification and upon receipt by the Engineer of compensation in the amount of two hundred fifty dollars ($250) to receive Drawings by mail and two hundred dollars ($200) to received Drawings electronically. The Engineer will forward requested Drawings (with Engineering seal removed) for use by the Contractor.

1.21 OWNER TRAINING

A. Owner training is required by other sections of these Specifications. The Contractor must include evidence of completed Owner training with (bound within) the Operation and Maintenance manuals. Such evidence of completed Owner training shall include the following: 1. Owner training log to include:

a. Typewritten names with job titles and signatures for each person in attendance.

b. The time, date, and duration of each training session. c. A comprehensive list of all training topics covered. d. A comprehensive list of all demonstrations and/or hands-on

training for items such as systems programming, maintenance techniques, etc.

2. Copy of audio and/or video recordings of training sessions where such recordings are required by other sections of these Specifications.

END OF SECTION

Page 134: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 1 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

SECTION 15010 MECHANICAL GENERAL CONDITIONS

PART 1 GENERAL 1.1 SCOPE

A. The Work to be provided under this Division of Specification shall include the furnishing, delivering, transporting, unloading, hoisting, handling, scaffolding, storing, erecting, adjusting, and testing of all materials, apparatus, and equipment required for complete, properly adjusted and operable mechanical systems for the National Museum of the Pacific War Existing Package Rooftop HVAC Replacement, Fredericksburg, Texas project in accordance with the Contract Documents. Provide all labor, supervision, coordination, equipment, tools, materials, permits, fees, and connection to utilities necessary for the completion of this Work.

B. If details or special conditions are required in addition to those shown on

Drawings, provide all material and equipment usually furnished with such systems or required to complete their installation, whether noted in Contract Documents or not.

C. The Instructions to Bidders, Notice to Bidders, General Conditions, Special

Conditions, all other preface Sections, all technical divisions and all appendixes of the Specifications, and any other pertinent documents issued by Owner’s representative shall be considered as part of this Division insofar as they may be applicable.

D. The Architectural, Civil, Structural, Plumbing, Fire Protection, Heating,

Ventilating and Air Conditioning (HVAC) and Electrical Plans and Specifications and any other pertinent documents issued by Owner’s representative shall be considered as part of this Division insofar as they may be applicable.

E. Refer to Division 1 Specifications for general requirements of the following

items: 1. Work by Owner. 2. Work sequencing and phasing.

1.2 CODES AND STANDARDS

A. The Codes and Standards of the following organizations shall generally apply where applicable and where no specific Codes and Standards have been cited. In the event of conflict between the Codes and Standards of these organizations, the more stringent shall govern.

AABC: Associated Air Balance Council. ABMA: American Boiler Manufacturer's Association. ADC: Air Diffuser Council. AGA: American Gas Association. AMCA: Air Moving and Conditioning Association.

Page 135: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 2 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

ANSI: American National Standards Institute. API: American Petroleum Institute. ARI: American Refrigeration Institute. ASA: American Standard Association. ASHRAE: American Society of Heating Refrigeration

and Air Conditioning Engineers. ASME: American Society of Mechanical Engineers. ASPE: American Society of Plumbing Engineers. ASTM: American Society for Testing and Materials. AWS: American Welding Society. AWWA: American Water Works Association. CGA: Compressed Gas Association. CTI: Cooling Tower Institute. FM: Factory Mutual Engineering Company. IRI: Industrial Risk Insurers. ISA: Instrument Society of America. MSS: Manufacturers Standardization Society. NBS: National Bureau of Standards. NEC: National Electric Code. NEMA: National Electrical Manufacturer's Association. NFPA: National Fire Protection Association. OSHA: Occupation Safety and Health Administration. PDI: Plumbing and Drainage Institute. PFI: Pipe Fabrication Institute. SMACNA: Sheet Metal and Air Conditioning Contractors

National Association. UL: Underwriters Laboratories, Inc.

B. All workmanship, material, and equipment shall be in accordance with all

local, state, and federal codes, ordinances and regulations. 1.3 DEFINITIONS

A. “Contract Documents" shall refer to the complete package of Plans, Specifications, addenda, and special conditions used as a basis for the General Construction Contract for this project including but not limited to all General and Special Conditions, all Architectural and Engineering Divisions of Specifications and all Architectural and Engineering Plans.

B. “Owner” means the entity specified in the General Construction Contract as

Owner.

C. "Contractor" means the entity contracting with the Owner for the performance of work.

D. “Work” means all of the Contractor’s obligations under the Contract.

E. “Provide” shall mean furnished and installed, complete and ready for intended

use by Contractor, except as otherwise noted.

Page 136: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 3 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

F. “Furnish” shall mean purchase only by Contractor; installation by others, except as otherwise noted.

G. “Install” shall mean Contractor to set up for use, erect or construct only;

purchase by others, except as otherwise noted.

H. “Demolish” and “Remove” shall mean Contractor to disassemble, take away from site, and properly dispose of items as indicated or implied. Contractor shall patch remaining systems to match existing.

I. "Directed" means "directed by Owner’s representative”. This shall not imply that

Architect's or Engineer's responsibility extends into the Contractor's area of construction supervision.

J. Where the words "similar" or "typical" are used, they shall be used in their

general sense and shall not be interpreted as meaning identical. Details shall be worked out in relation to their location and connections to other parts of work.

K. Items such as but not limited to access doors, sleeves, cleanouts, trap-primers,

roof flashings, pipe supports, or balancing dampers that are to be installed repetitiously and are noted on the Plans as "typical" shall be installed at every location required by Specifications, codes, or good practice, whether specifically shown on Plans or not.

L. Where the terms "or equal" and "or approved equal" are used they shall be

defined as "approved as equal by Owner’s representative". 1.4 CONTRACTOR'S RESPONSIBILITY

A. It shall be the responsibility of the Contractor to carefully examine all of the Contract Documents and to comply with them in every respect. Should there be omissions or discrepancies in the documents notify the Owner’s representative prior to the bid date so a written clarification can be issued. Coordinate exact electrical requirements of all mechanical equipment prior to submittal review and make all modifications necessary for full compatibility with the final electrical installation.

B. It shall be responsibility of the Contractor to review all Divisions of the Contract

Documents with respect to mechanical work that will be required by other divisions. Contractor shall thoroughly review all aspects of Mechanical Bid Proposal prior to bidding for the purpose of clearly defining the scope of Mechanical Bid Proposal with that of all other trades.

C. It shall be the responsibility of the Contractor to provide all equipment,

materials, and labor, whether specifically indicated on Plans or called for in Specifications or not, which are necessary for the proper installation and function of the mechanical systems for this project.

D. It shall be the responsibility of the Contractor to carefully examine conditions of

the project site and to check the work of other divisions that might affect the mechanical work. Include all costs of demolition, cutting, patching, and

Page 137: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 4 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

repairing of existing elements in bid proposal. Visit the proposed project site prior to bid and carefully investigate existing streets, parking lots, paved areas, sidewalks, buildings, structures, and landscaping.

E. It shall be the responsibility of the Contractor to contact the Owner’s

representative prior to commencement of any trenching or site utility work for assistance in locating underground utilities. Hand dig where necessary to verify depth and location and to avoid damage to existing.

F. It shall be the responsibility of the Contractor to coordinate work performed

under the Mechanical Division of the Contract Documents with work performed under other divisions so as not to delay or damage any part of this installation.

G. It shall be the responsibility of the Contractor to coordinate the location of

chases, openings, sleeves, flashings, trenches, and the like required for the work covered by the Mechanical Division of the Contract Documents. Do so in sufficient time for proper coordination with general construction, or assume the responsibility for required cutting and patching. No cutting of structural members shall be performed without approval of the Owner’s representative.

H. It shall be the responsibility of the Mechanical Division to include minor details

necessary for proper installation and operation of materials, equipment, or fixtures as if specified or shown in Contract Documents.

I. It shall be the responsibility of the Contractor to install materials, equipment,

and fixtures according to code requirements, manufacturer's recommendations or as required in Contract Documents, whichever is more stringent.

J. Contractor shall secure the services of the Owner’s interior sound partition

consultant and coordinate all required patching and penetrating of interior display sound partitions.

K. Contractor shall secure the services of the Owner’s fire protection Contractor

to disconnect and reconnect existing rooftop unit smoke detectors as required.

1.5 ADDITIONAL COMPENSATION

A. Failure to examine or to comply with Contract Documents shall not relieve Contractor of responsibility for the work or be used as basis for additional compensation.

B. No additional compensation will be awarded for conflict with Architectural,

Structural, Electrical, or Mechanical components in installation of prefabricated materials or equipment. Ductwork and piping shall be fabricated from field measurements. Adjust duct sizes as necessary to fit space available. Contractor shall advise Owner’s representative of any discrepancies prior to fabrication.

C. No compensation will be awarded to the Contractor for minor relocations or

deviations from plans. Changes in contract price will be allowed only for

Page 138: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 5 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

additions to or changes to original design intent and then only with written approval of the Owner’s representative.

D. Omission of Architectural, Civil, Structural, Electrical, or other pertinent details

from Mechanical Contract Documents shall not be used as basis for additional compensation.

E. No compensation will be awarded to the Contractor for failure to coordinate

exact electrical requirements with electrical division prior to ordering equipment. 1.6 SUPERVISION, LABOR, AND WORKMANSHIP

A. Contractor shall provide proper supervision of mechanics and subcontractors performing work under this Division. Labor shall be performed by skilled mechanics experienced in their particular trade. Piping and equipment shall be installed square and plumb, with accessibility for proper operation and service. Any item that does not present a neat and workmanlike appearance shall be replaced or corrected at the direction of the Owner’s representative and without additional cost to the Owner or Design Professionals.

B. Submit welder's certificates and resume of experience for all mechanics on this

project when directed to do so by Owner’s representative. 1.7 FEES AND PERMITS

Contractor shall obtain and pay for all fees and permits required for the completion of the Work, including but not limited to construction permits; federal, state, and local inspection fees, connections to utilities, meter and tap fees, capitalization charges, temporary service charges, and any other associated fees or charges.

1.8 PROJECT/SITE CONDITIONS

A. Install Work in locations shown on Drawings, unless prevented by Project conditions.

B. These Specifications and the accompanying Drawings are intended to describe

and illustrate systems which will not interfere with the structures, which will fit into available spaces, and which will ensure complete and satisfactorily operating installations. Coordinate the proper fitting of the material and apparatus into the available spaces without interfering with other building components. Prepare installation drawings at all locations where possible conflicts of HVAC, Plumbing, Fire Protection, Electrical, Structural, or Architectural components may occur. The installation drawings shall be submitted to the Owner’s representative prior to commencing the Work. They should illustrate the installation of work in relation to other portions of the Work. Interferences with other portions of work, or the building structure, shall be corrected before the work proceeds. Should changes become necessary on account of failure to comply with these stipulations, make such necessary changes.

Page 139: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 6 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

1.9 PRE-INSTALLATION CONFERENCE

A. Contractor shall convene a pre-installation conference one (1) week prior to commencing work of this Division and in conjunction with work of other divisions and notify Owner’s representative of date and time of meeting.

B. Require attendance of parties directly affecting work of Division 15 and 16.

C. Review installation procedures and coordination required with related work.

D. Establish “right of way” and routes for conduit, wiring, cable trays, piping,

ductwork, and similar elements in the available space above ceilings and vertical chases.

E. Coordinate exact plumbing, fire protection, electrical, and service access

requirements of all HVAC equipment and fixtures. Coordinate exact HVAC and service access requirements of all plumbing, fire protection, and electrical equipment, as example, ventilation and exhaust of panel boards, transformers, generators, pumps, water heaters, or boilers. Advise Owner’s representative of any requirements that will be necessary in addition to requirements on Contract Documents.

1.10 GENERAL REQUIREMENTS

A. Protection of Rough Work: All openings of every description shall be securely capped or otherwise protected against debris or other foreign material entering the system until such time as the equipment is permanently attached.

B. Cleaning and Adjusting: At the completion of the work all parts of the

installation shall be thoroughly cleaned. All valves and controls shall be adjusted for proper operation. Upon completion of the work, the Contractor shall leave the building and project site in a neat condition.

C. Defective work: If inspection or testing show defects, such defective work or

materials shall be replaced and inspection and test repeated. All repairs to piping shall be made with new material. No caulking of screwed joints will be acceptable.

D. Dielectric Connection: Where dissimilar metals are connected, provide

approved dielectric connector to protect against dielectric corrosion.

E. Surveys and Measurements: Carefully survey project site prior to bidding and installation. Dimensions, both horizontal and vertical, shall be derived from existing conditions. Do not "scale" plans; that is do not measure plans with Architect's or Engineer's scale and base installation dimensions on such measurements.

F. Horizontal and vertical measurements shall be based on established

benchmarks. Work shall agree with established lines and levels. Field verify measurements at project site. Check correctness of same as related to work prior to fabrication of shop made items and ordering of factory built items. Notify

Page 140: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 7 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

Owner’s representative of discrepancies between plans and actual field conditions that will prevent the following of good practice or affect the intent of plans and Specifications. Do not proceed with installation until instructions are received from Owner’s representative.

G. The accompanying plans show diagrammatically the sizes and location of the

various equipment items and the sizes of the major interconnecting piping and ductwork, without showing exact details as to elevations, offsets, control lines, and other installation details. The Contractor shall carefully lay out his work to conform to the site conditions, to avoid obstructions and provide proper grading of lines. Exact locations of outlets, apparatus, and connections thereto shall be determined by reference to the accompanying Plans, to all detail drawings, equipment drawings, rough-in drawings, etc., by measurements at the building, and in cooperation with other divisions, and in all cases shall be subject to the approval of the Owner’s representative. Minor relocations necessitated by the conditions at the site or directed by the Owner’s representative shall be made without any additional cost to the Owner.

H. All work shall be run parallel or perpendicular to the lines of the building

unless otherwise noted on the Drawings.

I. It is the intent of the Contract Documents to provide an installation complete in every respect. In the event that additional details or special construction may be required for work indicated or specified in this Section or work specified in other Sections, it shall be the responsibility of the Contractor to provide same as well as to provide material and equipment usually furnished with such systems or required to complete the installation, whether mentioned or not.

J. Should a discrepancy exist between the mechanical Drawings and the

mechanical Specifications it is the Contractor’s responsibility to include that portion or portions of the more expensive item in bid proposal. Final approval and/or directive can then be forwarded to the Contractor during the submittal process.

1.11 FIXTURE AND EQUIPMENT SIZES AND REQUIREMENTS

A. Space allocations in machinery spaces are based on equipment scheduled in each case. Should the Contractor offer equipment of another make that requires more space in any critical dimension, the Contractor shall submit, together with other submittal data on the equipment, prints of drawings indicating how the equipment may be installed, indicating room for servicing and revisions in piping or ducting and any other details necessary for the Owner's representative to form a judgment as to the suitability of the substitute material, as to performance, suitability for the space and other variables.

B. Duties of certain equipment items, horsepower of driving motors and

electrical characteristics are scheduled for equipment items of a particular make in each case. Should any substitute material be accepted which has

Page 141: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 8 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

other requirements that would involve allied equipment or the work of others, the Contractor shall be responsible for all modifications required at no change in contract price. As examples: 1. If an accepted A/C Unit has a brake horsepower requirement above

the motor horsepower scheduled, the Contractor shall be responsible for providing a larger motor and heavier drive and any change in size of the protective device, conduit run, and conductors serving that motor. The latter shall be extended through an individual branch protective device and branch circuit on through the panel, feeder, feeder protective device, etc.

2. If accepted heat exchangers, coils, etc. have greater pressure drops than those on which pumping heads were based, the Contractor shall be responsible for selecting proper pumps and drive and adjusting the electrical work as required.

1.12 INTERFACE WITH OTHER PRODUCTS

Review millwork shop drawings. Confirm location and size of equipment and openings before ordering equipment, rough-in, and installation.

1.13 SUBMITTALS

A. Submit in timely manner for review, brochures describing all materials, equipment, fixtures, and specially fabricated structures proposed for use in the performance of the work on this project. 1. Items to be submitted shall include but shall not be limited to ductwork,

pipe, valves, fittings, materials, hangers, special supports, insulation, fixtures, equipment, controls, coordination and ductwork fabrication drawings.

2. Contractor’s Coordination Drawings: The Contractor shall prepare a complete set of coordination drawings indicating the equipment actually purchased and the exact routing for piping, conduit, and ductwork. The elevations, locations, support points, load imposed on the structure at support and anchor points, and size of all lines shall be indicated. This requirement for coordination drawings shall not be construed as authorization for the Contractor to make any unauthorized changes to the Contract Drawings.

B. Submit manufacturer's data or shop drawings where required by a Section

covering a particular system and/or piece of equipment. The manufacturer's data of shop drawings shall include but not be limited to giving full information as to dimensions, weight, materials, motor sizes, electrical characteristics, wiring diagrams, capacities and all information pertinent to adequacy of items. Contractor is responsible for the timely preparation and submission of ¼”=1’-0” ductwork shop drawings indicating all items necessary for complete coordination and fabrication/installation. Contractor is also responsible for the timely preparation and submission of ½”-1’-0” shop drawings indicating all HVAC equipment, piping, and ductwork in areas that mandate a thorough review of the systems. Engineer will review these drawings for compliance and offer comments and or suggestions.

Page 142: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 9 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

C. Information shall be presented so that line-by-line comparison may be made with Contract Documents. Deviation from Contract Documents shall be enumerated on separate sheet and so entitled. Data of general nature will not be acceptable.

D. Each submittal will be reviewed for compliance with general requirements of

design and arrangement only; it is not a Contract document and acknowledgment of compliance does not remove the Contractor of responsibility for performance of the work in compliance with all provisions and requirements of the Contract Documents. Job measurements and the coordination of all the dimensions for proper fit of all parts of the work and performance of all equipment supplies to meet Specification requirements are and remain specific responsibilities of the Contractor.

E. Each brochure shall be neatly organized (i.e. separate tabs for each system

with a corresponding Table of Contents) into a single binder or electronic PDF file to include all proposed equipment in a single submission with information arranged in order of specification section. . Submit divisions independently with a maximum of three separate packages for each division, as example, major equipment, materials, and controls. In each brochure or electronic file provide cover sheet identifying project name and location, Architect, Engineer, General Contractor, and Mechanical Contractor. Include Contractor's addresses and phone numbers. Provide adequate space for Architect's and Engineer's stamps. Contractor shall include and sign the following statement of compliance on the cover sheet:

I hereby certify that this shop drawing and/or brochure has been checked

prior to submittal and that it complies in all respects with the requirements of the Contract Documents for this project.

(Company Name) Signed Date

Submittals forwarded without compliance statement and signature in each

brochure will not be reviewed. Contractor will bear the risk of all delays, as if no submittal had been delivered.

Contractor’s statement of compliance shall constitute a representation to the

Owner’s representative that Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or assumes full responsibility for doing so, and that Contractor has reviewed or coordinated each submittal with the requirements of the work and the Contract Documents.

F. Engineer’s review of submittals does not relieve Contractor of his responsibility

for deviations from Contract Documents or errors and omissions except when acceptance of the specific deviation is given in writing.

G. Engineer’s review and approval is only for conformance with the design concept

of the project and for compliance with the information given in the contract.

Page 143: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 10 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

1. The review shall not extend to means, methods, sequences, techniques, or procedures of construction or to safety precautions or programs incident thereto.

2. The review shall not extend to review of quantities, dimensions, weight or gauges, fabrication processes or coordination with the work of other trades.

H. The shop drawings are not intended to cover detailed quantitative lists of

heating specialties, valves, air distribution devices, fixtures, and similar items. It is the Contractor's responsibility to procure the proper quantities required to comply with the established requirements.

I. Coordinate exact electrical requirements of HVAC equipment and fixtures

with electrical division prior to submittal of brochures.

J. Submit brochures in sufficient time and of proper format so as to avoid delays or changes in construction. Failure to comply shall render Contractor liable for expenses of delays occasioned by failure to provide necessary information or drawings. Owner’s representative reserves the right to contact manufacturer directly to secure proper data and detail when deemed necessary. Contractor shall be liable for costs incurred by such action.

K. Any shop drawings prepared to illustrate how equipment, piping, ducts, and the

like are to be fitted into available spaces will be examined under the assumption that the Contractor has verified all the conditions, and obtaining any approval thereon shall not relieve the Contractor of responsibility in the event the material cannot be installed as shown on those Drawings.

L. Any material or equipment installed without the Owner representative's prior

approval shall, if so directed by the Owner's representative be removed and replaced with approved material or equipment at the Contractor's expense.

M. Any dimensional changes or rerouting of piping or ductwork shall necessitate

submittal or shop drawings of the system under consideration prior to fabrication or erection of material. Drawings will be utilized by the Owner's representative to evaluate the effect of the proposed changes on equipment performance.

N. Test Reports: The Contractor shall submit to the Owner's representative all

test reports in accordance with details specifically called for in the various Sections of the Specifications in this Division.

1.14 COMMISSIONING OF HVAC SYSTEMS

Upon completion of the HVAC installation, Contractor shall test, balance, adjust, and operate all individual components of the HVAC system. Demonstrate that the installation is functioning in all modes of operation as a complete and integrated HVAC system and is performing in accordance with the Contract Documents. Owner’s personnel shall be trained in the operation and maintenance of the system. All operating schedules, parameters, and set-points shall be entered into the Facility Management System or Automatic Temperature Control system.

Page 144: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 11 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

1.15 OPERATION OF HVAC SYSTEMS

It is the intent of the HVAC system design to operate HVAC systems continuously, 24 hours a day, 365 days a year, in either occupied or unoccupied modes of operation as described in Section 15985 - Automatic Temperature Controls and Sequence of Operation to provide for control of space temperature and humidity.

1.16 OPERATION AND MAINTENANCE INSTRUCTIONS

A. Upon completion of work, provide three (3) sets of complete operations and maintenance instructions of mechanical equipment, neatly bound in 3 ring binders. Provide each binder with the name of Owner, Architect/Engineer, Contractor, and Title. During the construction period, accumulate the following for inclusion in the Operating and Maintenance Manuals: 1. Tabulation of equipment by manufacturer, model number, and serial

number. 2. All warranties and guarantees and manufacturer's directions on

equipment and material covered by the Contractor. 3. Approved fixture brochures, wiring diagrams, and control diagrams. 4. Copies of shop drawings and submittals. 5. Operating instructions for all mechanical equipment and systems.

Operating instructions shall include maintenance and seasonal changeover procedures.

6. Recommended maintenance procedures. 7. Repair parts list of all major items and equipment including name,

address, and telephone number of local supplier or agent. 8. Valve tag charts and diagrams specified elsewhere herein. 9. Manufacturer’s letter certifying that the equipment has been installed

per manufacturer’s installation manuals. 10. Contractor’s one (1) year warranty letter including start and finish

dates.

B. Operation and Maintenance instructions shall be submitted and approved prior to instruction of Owner's personnel in the various systems operation and maintenance.

1.17 UTILITIES

The Contract Documents reflect the general location, size, and manner of routing for all utilities known to be required on this project. It shall be the responsibility of the Contractor to visit the site, meet with the local Utility Company personnel in order to coordinate and confirm the exact requirements for all utilities. The bid submitted by the Contractor shall include costs for all such coordination work as well as any and all utility company charges and/or fees.

1.18 BUILDING CONSTRUCTION AND LAYOUT OF WORK

The Contract Documents are diagrammatic in character and cannot show every connection in detail or every line or conduit its exact location. These details are subject to the requirements of ordinances and also Structural and Architectural

Page 145: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 12 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

conditions. The Contractor shall carefully investigate structural and finish conditions and shall coordinate the separate trades in order to avoid interference between the various phases of work. Work shall be laid out so that it will be concealed in furred chases unless specifically noted or indicated to be exposed. Work shall be installed to avoid crippling of structural members; therefore, inserts to accommodate hangers shall be set before concrete is poured, and proper openings through floor, walls, beams, etc. shall be provided as hereinafter specified or as otherwise indicated or required before concrete is poured. All work shall be run parallel or perpendicular to the lines of the building unless otherwise noted.

1.19 RECORD DRAWINGS

A. As part of the required mechanical work, a complete set of record drawings shall be made up and delivered to the Owner's representative.

B. The drawings shall reflect the following:

1. All mechanical work installed exactly in accordance with the original design.

2. All mechanical work installed as a modification or addition to the original design.

3. The dimensional information necessary to delineate the exact location of all ductwork and piping runs which are so concealed as to be untraceable by inspection through the regular means of access established for inspection and maintenance. Where shop drawings have been prepared and approved, the record drawings shall be cross referenced to the respective shop drawings. In this case dimensions need not be shown on the record drawings.

C. Record drawings shall include the updating of all equipment schedules.

D. The record drawings shall be of a reproducible type as directed.

1.20 WARRANTY

A. All materials and equipment, to be furnished and installed under this Division of the Specifications shall be warranted to meet the specified performance requirements and to be free of defects in materials and workmanship for a period of one year after final acceptance. The Contractor to the complete satisfaction of the Owner’s representative shall remedy deficiencies caused by other than normal usage, without cost to the Owner or Design Professionals.

B. If there is any indication that the equipment does not meet the specified

quantities, the Contractor shall, at his expense, institute a program to demonstrate the adequacy of the installation. This program shall include all necessary testing and testing equipment. Should the Contractor not have the equipment or technical skill to perform the tests, it shall be his responsibility to employ recognized experts to perform the tests and shall provide certified laboratory tests, certified factory reports and work sheets, or other certified data to support results of any tests required.

Page 146: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 13 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

1.21 BILLINGS

Contractor shall provide a schedule of values of the mechanical work with each payment application. Provide a line item for labor and materials for each section of specifications. Provide additional breakdown where requested by Owner’s Representative.

PART 2 PRODUCTS 2.1 EQUIPMENT

Coordinate exact electrical requirements of mechanical equipment prior to submittal and purchase. Equipment that is not compatible with electrical installation will be removed and replaced at no expense to the Owner or Design Professionals.

2.2 MATERIALS

A. Unless otherwise specified, provide only new, first grade equipment and materials which comply with requirements of this Specification and applicable Standards.

B. Furnish, if required, satisfactory evidence of kind and quality of materials

proposed for use.

C. Similar items of material and equipment shall be product of same manufacturer.

2.3 SUBSTITUTIONS

A. The Specifications indicate a standard of quality for materials. Manufacturer's names and catalog numbers are used to designate materials or equipment to establish grade and quality. Where several manufacturers are named, the bid shall be based on those named manufacturer's products. Where only one manufacturer is named, unless stated otherwise, manufacturers of equal quality products will be considered as substitutions only if submitted at least 5 days before the bid date and when in compliance with all criteria set forth within Section 2.3: 1. Contractor is responsible for all coordination and additional costs

which may be required for the work to be completed on time with no additional cost to the Owner or Design Professionals.

2. Contractor to verify during submittal that the product works dimensionally within the intent of the design. a. The ability to service components shall not be compromised. b. Any additional coordination due to interference with other

elements of the project will be the responsibility of the Contractor with no additional cost to the Owner or Design Professionals.

B. It is fully the Contractor's responsibility to assemble and submit sufficient

technical information to fully illustrate that the material or equipment proposed

Page 147: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 14 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

for substitution is equal or superior as the Architect or Engineer is under no obligation to perform the service for the Contractor. The proposal shall be accompanied by manufacturer’s complete engineering data, specification sheet, and a sample, if practical or if requested. In no event shall a proposal for substitution be cause for delay of work.

C. Substitutions and deviations shall be clearly marked, indicated, or otherwise

called to attention of the Owner’s representative in the submittal documents. Failure to indicate substituted materials and/or equipment or deviations from Contract Documents shall be construed as a representation that contractual obligations have not been meet and the submittal shall be rejected without further review.

D. Engineer reserves the right to accept or reject proposed substitutions and it is

understood that his judgment shall be final. 2.4 ELECTRICAL MOTORS

A. All motors furnished under any of the several Sections of these Specifications shall be of recognized manufacturer, of adequate capacity for the loads involved, and wound for the electrical characteristics indicated on the Drawings or specified herein. Verify all job site voltages and power source available before installation of any motor or controls. All motors shall conform to the standards of manufacture and performance of the National Electrical Manufacturers Association (NEMA) as shown in their latest publication. All motors shall be furnished with open-frame, unless otherwise noted, or required by NEC for the service conditions encountered.

B. Unless otherwise noted, fractional motors rated at less than 1/2 horsepower

shall be single phase, the motors rated at 1/2 horsepower or larger shall be three phase. Single phase motors shall be arranged for across-the-line starting. Motors exposed to weather shall be totally enclosed and weatherproof. Single phase motors shall be capacitor start, induction run type and shall be furnished with motor controller with pilot light where scheduled or indicated.

C. Except as otherwise specified, open motors over one (1) horsepower shall be

drip proof, squirrel cage, high efficiency type similar or equal to Reliance XE, Century E Plus III, Baldor Super E or General Electric Energy Saver, NEMA Design B, induction type rated for constant duty with 40 Deg. C. temperature rise. Furnish submittal data on all high efficiency motors furnished to include motor efficiencies as rated in accordance with IEEE Standard 112, Test Method B. Motors under one (1) horsepower shall be same as described herein, but standard efficiency rating.

D. All motors shall be of the same manufacturer unless they are an integral part

of the piece of equipment to which they are attached.

Page 148: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 15 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

2.5 MOTOR CONTROLLERS AND ELECTRIC INTERLOCKS

A. Except where otherwise specified or as included as an integral part of the normal and customary mechanical equipment, each starter shall be furnished by other divisions complete with the required control power transformers and auxiliary contacts necessary for control interlocks and wired by a licensed electrician in accordance to governing codes.

B. When interlocking of equipment is required all wiring in excess of 50 volts to

be provided by a licensed master electrician and coordinated by the Contractor. All other wiring 50 volts or less or as required by the controls/energy management system shall be fully coordinated by the Contractor to provide and assure a complete and fully operational system. All conduit for controls and or power wiring shall be in accordance with Division 16 requirements, and installed by licensed electrician and coordinated by the Contractor.

C. Except for such items that are normally wired up to their point of manufacture

and so delivered and unless specifically noted to the contrary herein, the Contractor shall do all electric wiring of every character for interlocking, pilot, and control in accordance with methods and materials described within Division 16 of these Specifications. This includes conduits and mounting of all electrical devices.

D. Furnishing of complete wiring diagrams showing proper control and interlock

wiring shall be work under the trade supplying the equipment. Diagrams shall be based on the approved equipment for this project and shall be complete integral drawings, not a series of manufacturers’ individual diagrams.

E. The electrical design and drawings are based on the equipment scheduled

and shown on the mechanical Drawings and should any mechanical equipment requiring changes to the electrical design be approved, the required electrical changes shall be made at no cost to the Owner.

2.6 CONTROL POWER AND EQUIPMENT POWER FOR CONTROLS

A. Control power, whether it be DDC, 24 volt, or 120 volt, should be delivered to each piece of mechanical equipment whether or not it is specifically indicated on the Contract Drawings.

B. It is the Contractor’s responsibility to include in his or her bid all costs in

connection with control wiring, and/or power, whether or not it is specifically indicated. Regardless of how large in nature or how incidental, no additional compensation will be approved by the Owner’s representative or Design Professionals concerning a failure on the Contractor’s part to include these costs in bid proposal or a failure on the Contractor’s part to properly coordinate these important functions.

Page 149: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 16 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

2.7 SAFETY GUARDS

A. Provide safety guards for moving equipment such as fan belt drives and motor drive couplings.

B. Use OSHA approved belt guards and couplings guards. Provide 1/2 inch

hole in guard at center of shaft of driven equipment where belt type drives are used.

PART 3 EXECUTION 3.1 PRODUCT HANDLING, RECEIVING, INSPECTION, AND STORAGE

A. Handling and Receiving: The Contractor shall receive and handle all materials and equipment with care so as not to cause damage. Use padded or strap slings, etc. as appropriate for the items being handled. Lift materials and equipment by lift points provided or recommended by the manufacturer.

B. Inspection: The Contractor shall upon receipt, inspect all materials and

equipment for defects, damage, and compliance with the Specifications. When materials and equipment are received in acceptable condition, assume full responsibility for its storage, handling, and installation. Materials and equipment found to be incomplete or damaged shall be reported to the Carrier and Owner's representative immediately, within a maximum of three (3) days, for its replacement.

C. Identification: Upon receipt of all materials and equipment, the Contractor

shall identify and tag, stencil, or otherwise permanently identify all materials and equipment with the appropriate equipment number.

D. Storage: Materials and equipment, which cannot be installed immediately

after delivery, shall be stored in a safe, dry location provided by the Contractor. Materials and equipment damaged or stolen while in storage shall be replaced by the Contractor at no cost to the Owner.

3.2 COORDINATION WITH OTHER DIVISIONS AND OWNER

A. General: Cooperate to fullest extent with other Divisions and Owner to the end that all work shall be executed economically without delay and that it will not interfere with their operations.

B. Progress Schedule: Contractor shall inform himself of progress schedules of

all Divisions and shall work in accordance with schedules for completion of work.

C. Examine work of other trades that comes in contact with or is covered by this

work. Do not attach to, cover, or finish against any defective work, or install work of this Division in a manner which will prevent other trades from properly installing their work. Consult all Drawings, Specifications, and details of other Divisions of the work.

Page 150: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 17 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

D. Do not install equipment with electrical characteristics that are not compatible with the electrical installation.

3.3 EQUIPMENT ACCESSORY REQUIREMENT

It shall be the Contractor's responsibility to assure all packaged equipment ancillary devices shall be completely wired, piped, tubed for pneumatics, and calibrated. All systems shall be commissioned for acceptance by the Owner.

3.4 INSTALLATION

A. Space And Equipment Arrangement: 1. All equipment shall be installed in a manner to permit access to parts

requiring service and to comply with code-mandated and manufacturer required clearances. Contractor shall notify Owner’s representative prior to installation of any equipment where said clearances cannot be maintained for further direction.

2. Any large piece of apparatus which is to be installed in any space in the building, and which is too large to permit access through stairways, doorways, or shafts shall be brought to the job and placed in the space before the enclosing structure is completed. Following placement in the space, such apparatus shall be thoroughly and completely protected from damage as hereinbefore specified.

B. Materials and equipment installed under this Contract shall be new in every

respect, and installed in a first-class manner in accordance with the manufacturer's recommendations and applicable codes and standards.

C. The Contractor shall plan and coordinate his Work to provide all equipment

and materials necessary to provide the Owner with a neat, functional, and serviceable installation.

D. The Contractor shall protect all work, materials, and equipment against

damage until Final Acceptance by the Owner’s representative. Replace, or repair to the satisfaction of the Owner's representative, any work, materials, or equipment that becomes damaged prior to Final Acceptance.

E. The Contractor shall make a detailed inspection of the work area and

adjoining construction prior to beginning installation of any materials or equipment. Verify governing dimensions and other permissible dimensional tolerances. The Contractor shall report in writing to the Owner's representative unsatisfactory conditions encountered; do not begin installation until conditions are correct. Beginning installation signifies acceptance of conditions.

3.5 CUTTING AND PATCHING

A. This Contractor shall be responsible for all necessary cutting and drilling of present walls, floor, ceilings, etc. for the installation of new work or for modifications to the existing work, but no structural work shall be cut unless specifically approved by the Owner's representative. Patching and painting

Page 151: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 18 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

of surfaces as required shall be by the Contractor, unless specified hereinafter.

B. Cutting and patching or repairing of work in place, made necessary by the

negligence of the Contractor or anyone employed by him, shall be paid for by the Contractor.

3.6 EXISTING FACILITIES

A. The Contractor shall be responsible for loss or damage to the existing facilities as used by him and his workmen, and shall be responsible for repairing or replacing such loss or damage. The Contractor shall send proper notices and receive written permission from the Owner’s representative to enter existing areas. The Contractor before beginning work in existing areas shall make necessary arrangements and perform other services required for the care, protection, and in service maintenance of all electrical, communication, plumbing, heating, air conditioning, and ventilating services for new and existing facilities. The Contractor shall erect temporary barricades with necessary safety devices, as required to protect personnel from injury, removing all such temporary protection upon completion of the work.

B. The Contractor shall provide temporary or new services to all existing

facilities as required to maintain their proper operation when normal services are disrupted as a result to the work being accomplished under this project.

C. Where existing construction is removed to provide working and extension

access to existing utilities, the Contractor shall be responsible for removing doors, piping, air conditioning ductwork, and equipment, etc. to provide this access and shall reinstall same upon completion of work in the areas affected.

D. Where partitions, walls, floors, or ceilings of existing construction are

indicated to be removed, the Contractor shall remove and reinstall in locations approved by the Owner’s representative all devices required for the operation of the various electrical systems installed in the existing construction. This is to include but is not limited to temperature control system devices, electrical switches, relays, fixtures, piping, conduit, etc.

3.7 OUTAGES

Outages of services as required by the project will be permitted, but only at a time approved by the Owner. The Contractor shall notify the Owner in writing two weeks in advance of the requested outage in order to schedule required outages. No outages shall be taken unless written approval has first been received from the Owner. The time allowed for outages will not be during normal working hours unless otherwise approved by the Owner. All costs of outages, including overtime charges, shall be included in the contract amount.

Page 152: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 19 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

3.8 INSPECTIONS

Contractor shall arrange for all inspections required by local building officials and state agencies. Correct deficiencies required to comply with codes and standards and to receive certificate of occupancy. Upon completion of this project, submit written evidence of compliance with the above to Owner’s representative. Final acceptance will not be issued and the warranty date will not be established until such compliance is demonstrated.

3.9 SYSTEMS START-UP

A. Upon completion of the installation of the work, start-up all mechanical systems and test, balance and adjust systems until they are fully operational and functioning as intended by Engineer.

B. Do not start-up or operate HVAC systems until construction of building envelope

is complete and system components will not be subjected to damage from dirt, dust, construction debris, and weather. Provide temporary caps on ductwork and piping to prevent entry of debris. Where adequate protection is not provided, all systems shall be cleaned or replaced to the satisfaction of the Owner.

C. Provide certified commissioning and start-up by a manufacturer employed

technician for all equipment provided (rooftop units, humidifiers, etc.). Submit start-up and commissioning reports generated by manufacturer’s technician for review prior to final acceptance.

3.10 FINAL CONSTRUCTION REVIEW

A. Schedule: Upon completion of the Contract, there shall be a final construction review of the completed installation. Prior to this walk through, all work under this Division shall have been completed, tested, balanced and adjusted in final operating condition and the test report shall have been submitted to and approved by the Owner's representative.

B. Personnel: A qualified person representing the Contractor must be present at

this final construction review to demonstrate the system and prove the performance of the equipment.

C. The building mechanical system shall have been in operation for a minimum

of fifteen (15) days after Test and Balance work is complete prior to this review.

3.11 CERTIFICATIONS

A. Before receiving final payment, the Contractor shall certify that all equipment furnished and all work done is in compliance with all applicable codes mentioned in these Specifications and with manufacturer’s requirements.

B. Certification is specifically required from the following:

1. Sterilization of all new water piping systems.

Page 153: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15010 - 20 of 20 T:\2013 WO\13695\Specs\HVAC\15010.doc

2. Equipment performance tests. 3.12 RENOVATION OR REMODEL PROJECTS

The Contract Drawings are diagrammatic in nature and are not intended to indicate each and every fitting, offset, or other appurtenance necessary to complete the system. It is the Contractor’s responsibility to visit the site and become familiar with the existing conditions and include in bid proposal all items necessary, regardless of the incidentiality, in order to provide the Owner with a complete and operational system. Any discrepancies noted by the Contractor shall be brought to the attention of the engineer in writing prior to the bid date. After the bids are turned in, the Contractor is expected to complete the systems at no additional cost to the Owner,

END OF SECTION

Page 154: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15020 - 1 of 3 T:\2013 WO\13695\Specs\HVAC\15020.doc

SECTION 15020 STARTING OF HVAC SYSTEMS

PART 1 GENERAL 1.1 SECTION INCLUDES

A. Starting of HVAC Systems.

B. Commissioning of HVAC Systems.

C. Demonstration and Instructions.

D. Testing, Adjusting, and Balancing. 1.2 RELATED SECTIONS

A. Section 15985 – Sequence of Operation.

B. Section 15990 – Testing, Adjusting, and Balancing.

C. All Divisions of Contract Documents. PART 2 PRODUCTS

Not Used. PART 3 EXECUTION 3.1 STARTING OF HVAC SYSTEMS

A. Coordinate schedule for startup of various equipment and systems.

B. Notify Owner’s representative seven (7) days prior to startup of each item.

C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or for other conditions that may cause damage.

D. Do not start-up or operate HVAC systems until construction of building

envelope is complete and system components will not be subjected to damage from dirt, dust, construction debris, and weather.

E. Clear dirt, dust, and grout from equipment on exterior of casings, interior

surfaces, heat exchangers, heating and cooling coils, burners, and the like, and interior surfaces of ductwork prior to acceptance by Owner.

F. Verify that tests, meter readings, and specified electrical characteristics agree

with those required by the equipment or system manufacturer.

Page 155: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15020 - 2 of 3 T:\2013 WO\13695\Specs\HVAC\15020.doc

G. Adjust electrical amp draw on motors to within 80% of rated amp draw.

H. Verify wiring and support components for equipment are complete and tested.

I. Execute startup under supervision of applicable manufacturer's

representative in accordance with manufacturers' instructions.

J. Activate and operate all HVAC equipment and systems and verify that the system is functioning properly in all modes and sequences of operation. When verification is complete, demonstrate all modes and sequences to Owner’s representative.

K. When specified in individual specification sections, require manufacturer to

provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to startup, and to supervise placing equipment or system in operation.

L. Adjust return air to 500 fpm at each air unit inlet.

M. Replace drive packages as necessary to achieve design air flows.

N. Submit a written report that equipment or system has been properly installed

and is functioning correctly. 3.2 DEMONSTRATION AND INSTRUCTIONS

A. Demonstrate operation and maintenance of HVAC equipment and systems to Owner's personnel two (2) weeks prior to date of final inspection.

B. Demonstrate project equipment and provide instruction by a qualified

manufacturers' representative who is knowledgeable about the Project.

C. For equipment or systems requiring seasonal operation, perform demonstration for other season within six (6) months.

D. Utilize operation and maintenance manuals as basis for instruction. Review

contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance.

E. Demonstrate startup, operation, control, adjustment, troubleshooting,

servicing, maintenance, and shutdown of each item of equipment at agreed time, at equipment location.

F. Prepare and insert additional data in operation and maintenance manuals

when need for additional data becomes apparent during instruction.

G. Digitally record training sessions and provide copy to Owner.

Page 156: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15020 - 3 of 3 T:\2013 WO\13695\Specs\HVAC\15020.doc

3.3 DEHUMIDIFICATION OF BUILDING

Start-up of cooling systems shall be accomplished in such a manner as to cool and dehumidify the space without the formation of condensation on building surfaces and elements, furniture, equipment, or appurtenances. Precautions should be taken by the contractor not to allow excessive humidity to develop in the building prior to final connection and activation of the HVAC system. Should it become necessary, the contractor shall procure the required equipment to properly dry and dehumidify the space so as not to force the HVAC to perform beyond its intended ability. Should damage occur due to start-up procedures, contractor shall be responsible for all costs associated with repair or replacement of damaged elements.

3.4 HVAC TESTING, ADJUSTING, AND BALANCING

A. Mechanical Division will secure the services of an independent firm to perform testing, adjusting, and balancing, as specified in Section 15990 – Testing, Adjusting, and Balancing.

B. The contractor or the independent firm will perform services specified in

Section 15990 – Testing, Adjusting, and Balancing.

C. Reports will be submitted by the testing agency to the Owner’s representative indicating observations and results of tests and indicating compliance or noncompliance with the requirements of the Contract Documents.

3.5 COMMISSIONING OF HVAC SYSTEMS

A. Upon completion of the HVAC installation, contractor shall test, balance, adjust, and operate all individual components of the HVAC system. Demonstrate that the installation is functioning in all modes of operation as a complete and integrated HVAC system and is performing in accordance with the Contract Documents. Owner’s personnel shall be trained in the operation and maintenance of the system. All operating schedules, parameters, and set-points shall be entered into the Facility Management System.

END OF SECTION

Page 157: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15030 - 1 of 4 T:\2013 WO\13695\Specs\HVAC\15030.doc

SECTION 15030 MECHANICAL DEMOLITION

PART 1 GENERAL 1.1 DESCRIPTION

A. Contractor shall remove several items of materials and equipment under this Section of the Specifications. Equipment and materials to be removed shall be as indicated and noted on the Drawings and as required to facilitate the new installations.

B. Generally, modifications to, replacing of, or making new connections into

existing service lines shall be accomplished only during the times as directed by the Owner’s representative.

1.2 DEMOLITION

A. Contractor shall visit the site prior to submitting a bid and determine all existing conditions which may affect his work. Any conditions resulting in work arising after award of contracts and start of construction which could have been avoided and/or resolved had the contractor visited the site and observed existing conditions shall be performed by the contractor at his own expense at no additional cost to Owner or Design Professionals.

B. It shall be the contractor’s responsibility to visit the jobsite prior to preparing

his bid to become familiar with both the existing conditions and the proposed new work. The contractor shall field investigate and review the existing conditions in the areas in which work is to be done to determine piping, equipment and general construction that must be removed. Contractor must field verify the location, size, and elevation of piping and make necessary adjustments to provide the new connections required. Failure to comply with this shall not be a basis for future change order claims.

1.3 DISRUPTION OF EXISTING FUNCTIONS

A. Under no conditions shall any work be done in the present building that would interfere with its natural or intended use unless special permission is granted by the Owner.

B. Disruptions: Maintain existing heating, air conditioning, plumbing, fire

protection, and other systems, and maintain existing functions in service, except for scheduled disruptions as allowed in Division 1, “General Conditions”.

C. Provide all temporary connections as necessary to facilitate the phasing of

construction.

D. Contractor’s attention is directed that all costs associated with required temporary services to keep existing building systems operational during this

Page 158: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15030 - 2 of 4 T:\2013 WO\13695\Specs\HVAC\15030.doc

modification of distribution piping are to be included in this bid. Failure to comply with this shall not be a basis for future change order claims.

1.4 EXISTING CONDITIONS

A. Owner assumes no responsibility for actual condition of structures to be demolished. Conditions existing at time of inspection for bidding purposes will be maintained by Owner insofar as practicable.

B. Minimize interference with adjacent facilities of areas of usage. Do not

obstruct existing ways of traffic circulation, vehicular or pedestrian.

C. Provide and maintain temporary fences, coverings, barriers, and/or safety devices required to protect damage to any persons or property.

D. Maintain egress, access, and exists at all times, unless obstruction is

approved forty-eight (48) hours in advance by the Owner.

E. Protect existing structures and surfaces scheduled to remain. Promptly repair damaged structures and surfaces at no additional cost.

F. Maintain existing utilities and protect from damage for duration of operations.

Interruption of services to be only with Owner approval forty-eight (48) hours in advance of interruption. When so required by the Owner, provide temporary services for duration of utilities interruption.

G. Where demolition operations require the removal of an item or structure

which will compromise the security of the existing facility, provide temporary closures or barrier until new material acquisition for such work so that such situations are minimized and provide Owner forty-eight (48) hours advance notice prior to commencement.

1.5 SALVAGE, DEMOLITION, AND RELOCATION

A. It shall be the responsibility of the contractor to remove and store those items of existing equipment as indicated on the Drawings to be removed. All items of equipment or fixtures removed shall be protected from damage insofar as is practical.

B. These items shall be stored on site for a minimum of two weeks unless

otherwise indicated by the Owner’s representative to allow for inspection by the Owner. Deliver all items tagged to be retained by the Owner to a designated storage location on site or to the Owner’s designated Service Center or Warehouse. All items not retained by the Owner shall be removed from the site by the contractor at no additional cost to the Owner.

C. The attendant piping, ductwork, hangers, foundations, etc., of those items of

existing equipment to be removed, shall also be removed in their entirety. No piping, hangers, etc., shall be abandoned in place. Where branch lines are removed, the branch shall be capped as close to the main as possible.

Page 159: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15030 - 3 of 4 T:\2013 WO\13695\Specs\HVAC\15030.doc

D. Drain water from existing coils, pipes, heat exchangers, tubes, or vessels prior to demolition. Cap all existing piping that is to remain and re-insulate to match existing.

E. Remove refrigerant charge, provide for cleaning and storage of charge, and

reuse in relocated equipment. Provide additional refrigerant to fill expanded capacity of system or as necessary to replace contaminated or unusable refrigerant.

F. Arrange for a licensed electrician to disconnect any electrical power or control

power wiring. Wiring to remain shall be properly terminated, capped, and concealed so as to pose no danger of electrical shock.

1.6 RESTORATION OF EXISTING

A. Replace or restore to Owner’s satisfaction existing structures, finishes, or items damaged by demolition operations. Replace or restore to Owner’s satisfaction all landscaping materials, including turf, damaged by demolition operations or by construction in this Contract.

B. Infill wall penetrations with materials similar to existing at all locations where

existing piping, ductwork, supports, equipment, power, or controls have been removed or demolished.

C. Patch roof penetrations with materials similar to existing at all locations where

existing piping, ductwork, supports, or equipment, power or controls have been removed or demolished.

D. Patch floors where foundations have been removed to a finish similar to

existing.

E. Patch, cap or seal existing ductwork and piping wherever demolished ductwork and piping is disconnected from systems that are to remain in use. Replace demolished ductwork or piping with new and extend and reconnect to existing systems where necessary for existing systems to remain operational.

F. Patch existing insulation on ductwork or piping wherever demolished

ductwork or piping is disconnected from existing systems. 1.7 CLEAN UP

A. Remove all debris, rubbish, and materials resulting from cutting, demolition, or patching operations from the work area on a daily basis.

B. Transport materials and legally dispose of off-site or return to Owner as

indicated on Drawings. PART 2 PRODUCTS

Not Used.

Page 160: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15030 - 4 of 4 T:\2013 WO\13695\Specs\HVAC\15030.doc

PART 3 EXECUTION 3.1 PREPARATION

A. Protect existing equipment, finishes, and structures adjacent to areas that are to be demolished as required.

B. The Owner will be responsible for the temporary removal, relocation, and

reinstallation of existing electrical and controls, as required to be removed to accomplish work in this contract.

3.2 EXECUTION

A. Perform all demolition required to effect the requirements of this project in an orderly and careful manner. Coordinate with Owner for demolition activities and timing.

B. Construct and maintain temporary dust partitions as needed to confine dirt,

dust, fumes, and other forms of air pollution to the construction area. Temporary dust partitions to have perimeters sealed. Protect HVAC system from intake and/or distribution of such contaminates.

C. Remove demolished materials not scheduled for reuse or turning over to

Owner from the site in a timely fashion. Broom clean demolished areas at end of each day’s work.

D. Do not burn or bury demolished materials on site.

END OF SECTION

Page 161: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15060 - 1 of 3 T:\2013 WO\13695\Specs\HVAC\15060.doc

SECTION 15060 HANGERS, SUPPORTS, AND FOUNDATIONS

PART 1 GENERAL 1.1 SUMMARY

Section includes pipe and equipment supports, hangers, flashings, curbs, equipment bases, foundations, sleeves, and sealing of work to adjacent construction.

1.2 SUBMITTALS

A. Section 15010 – Mechanical General Conditions: Submittals.

B. Shop Drawings: Indicate system layout with location and detail of trapeze hangers.

C. Product Data: Submit manufacturers catalog data including load capacity.

D. Design Data: Indicate load carrying capacity of trapeze, multiple pipe, and

riser support hangers.

E. Manufacturer's Installation Instructions: Submit special procedures and assembly of components.

1.3 QUALITY ASSURANCE

A. Perform work in accordance with code for piping support and in conformance with NFPA 13 and 14 for support of sprinkler piping and standpipes.

B. Perform Work in accordance with AWS D1.1 for welding hanger and support

attachments to building structure. PART 2 PRODUCTS 2.1 PIPE HANGERS AND SUPPORTS

A. Manufacturers: 1. Elcen. 2. Midland-Ross. 3. Michigan Hanger Co. 4. Sioux Chief. 5. ITT Grinnell. 6. B-Line. 7. Substitutions: Section 15010 – Mechanical General Conditions.

B. Condensate Drain Piping:

1. Conform to ASME B31.9 ASTM F708. 2. Hangers for Pipe Sizes 1/2 to 1-1/2 inch: Malleable iron or carbon

steel, adjustable swivel, split ring.

Page 162: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15060 - 2 of 3 T:\2013 WO\13695\Specs\HVAC\15060.doc

3. Hangers for Pipe Sizes 2 inches and Over: Carbon steel, adjustable, clevis.

4. Wall Support for Pipe Sizes to 3 inches: Pipe clamps and channel bracing secured to wall framing.

5. Copper Pipe Support: Copper-plated, carbon-steel adjustable, ring. 6. Piping Concealed in Stud Walls: Galvanized steel or copper plated

stud brackets.

C. Natural Gas Piping: 1. Conform to ASME B31.9 ASTM F708. 2. Copper Pipe Support: Copper-plated, carbon steel ring. 3. Roof Support: Mapa Products, or equal, adjustable suppports.

2.2 ACCESSORIES

Hanger Rods: Hot dipped galvanized mild steel threaded both ends, threaded on one end, or continuous threaded.

2.3 PROTECTION OF HANGERS

A. Steel hangers, hanger rod and appurtenances located in crawl spaces, ventilated mechanical rooms, unconditioned attics or exposed to outdoors shall be hot dipped galvanized. 1. As an alternate method, components such as rollers, chairs, pipe

stands, steel supports, etc., may be primed with PPG or equal Inhibitor Red Primer 6-208, and painted with two (2) coats of PPG or equal Enamel 54 Line.

2. All surfaces to be painted shall be free of dust, rust, scale, grease, or other foreign material, and shall be dry at time of painting.

2.4 EQUIPMENT CURBS

A. Manufacturers: 1. RPS Corporation. 2. Pate. 3. Stiles. 4. Thy Curb. 5. Substitutions: Section 15010 – Mechanical General Conditions.

B. Fabrication: Welded 18 gage galvanized steel shell and base, mitered 3 inch

cant, 1-1/2 inch thick insulation, factory installed wood nailer. Curbs shall be concentric, minimum height required to transition from existing curb to rooftop unit dimension.

C. Curbs to be constructed of materials that are dielectrically compatible with

existing curb. Contractor to verify existing curb prior to submittal.

D. Refer to other sections of these Specifications for additional requirements or special requirements suitable for that section’s application, i.e. packaged rooftop units.

Page 163: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15060 - 3 of 3 T:\2013 WO\13695\Specs\HVAC\15060.doc

PART 3 EXECUTION 3.1 INSTALLATION

Install in accordance with manufacturer’s instructions. 3.2 PIPE HANGERS AND SUPPORTS

A. Piping systems shall be installed so as to be freely floating. They shall be securely supported from structure but shall be able to expand and contract independently of structure without causing undue stress or damage to the piping system. Piping shall not support itself. Piping systems shall be rigidly attached to structure only were shown on plans, as required by Specifications and codes, or as required for proper installation of equipment or fixtures. Provide sleeves, rollers, expansion fittings, expansion loops, or special fittings as required to prevent transmission or vibration to the structure or for the proper operation of systems whether specifically shown on plans or not.

B. Install in accordance with ASME B31.9, ASTM708.

C. Support horizontal piping as scheduled.

D. Install hangers with minimum 1/2-inch space between finished covering and

adjacent work.

E. Place hangers within 12 inches of each horizontal elbow.

F. Use hangers with 1-1/2 inch minimum vertical adjustment.

G. Support riser piping independently of connected horizontal piping.

H. Provide copper plated hangers and supports for copper piping.

I. Design hangers for pipe movement without disengagement of supported pipe.

J. Provide non-conducting dielectric connections wherever dissimilar metals

come in contact such as between pipe and hangers or pipe and metal structure and wall studs.

K. Paint pipe and equipment supports exposed to weather with galvanizing paint

or other approved method.

L. Where piping is suspended in excess of 18 inches, provide sway bracing to secure against horizontal movement.

M. Install hangers adjacent to motor driven equipment with vibration isolation;

refer to Section 15070 – Vibration Isolation.

END OF SECTION

Page 164: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15075 - 1 of 2 T:\2013 WO\13695\Specs\HVAC\15075.doc

SECTION 15075 MECHANICAL IDENTIFICATION

PART 1 GENERAL 1.1 SUMMARY

Section includes nameplates, tags, stencils, and pipe markers. 1.2 SUBMITTALS

Section 15010 - Mechanical General Conditions: Submittals. 1.3 CLOSEOUT SUBMITTALS

Project Record Documents: Record actual locations of tagged valves; include valve tag numbers.

1.4 QUALITY ASSURANCE

A. Materials: Flame spread/smoke developed rating of 25/50 or less in accordance with ASTM E84, NFPA 255, UL 723.

B. Conform to NFPA 99 requirements for labeling and identification of medical

gas piping systems and accessories.

C. Conform to ASME A13.1 for color scheme for identification of medical gas piping systems and accessories.

D. Maintain one copy of each document on site.

1.5 QUALIFICATIONS

Manufacturer: Company specializing in manufacturing products specified in this section with minimum three (3) years documented experience.

PART 2 PRODUCTS 2.1 NAMEPLATES

A. Manufacturers: 1. Brady. 2. Seton. 3. LEM. 4. Substitutions: Section 15010 - Mechanical General Conditions.

B. Product Description: Laminated three-layer plastic with engraved black

letters on light contrasting background color.

Page 165: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15075 - 2 of 2 T:\2013 WO\13695\Specs\HVAC\15075.doc

2.2 PIPE MARKERS

A. Color and Lettering: Conform to ASME A13.1.

B. Plastic Pipe Markers: 1. Manufacturers:

a. Brady. b. LEM. c. Seton. d. Substitutions: Section 15010 - Mechanical General Conditions.

2. Factory fabricated, flexible, semi-rigid plastic, preformed to fit around pipe or pipe covering. Larger sizes may have maximum sheet size with spring fastener.

PART 3 EXECUTION 3.1 PREPARATION

Degrease and clean surfaces to receive adhesive for identification materials. 3.2 INSTALLATION

A. Install identifying devices after completion of coverings and painting.

B. Install plastic nameplates with corrosive-resistant mechanical fasteners, or adhesive.

C. Install labels with sufficient adhesive for permanent adhesion and seal with

clear lacquer.

D. Identifypackaged rooftop units, humidifiers, and other mechanical equipment with plastic nameplates. Air devices do not require mechanical identification.

E. Identify control panels and major control components outside panels with

plastic nameplates.

F. Tag automatic controls, instruments, and relays. Key to control schematic.

G. Identify piping, concealed or exposed, with plastic pipe markers. Identify service, flow direction, and pressure. Install in clear view and align with axis of piping. Locate identification not to exceed 20 feet

on straight runs including risers and drops, adjacent to each valve and tee, at each side of penetration of structure or enclosure, and at each obstruction.

END OF SECTION

Page 166: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15080 - 1 of 5 T:\2013 WO\13695\Specs\HVAC\15080.doc

SECTION 15080 MECHANICAL INSULATION

PART 1 GENERAL 1.1 SUMMARY

Section includes ductwork insulation, duct liner, insulation jackets, equipment insulation, covering, breeching insulation, thermal insulation for piping systems including vapor retarders, jackets, and accessories.

1.2 SUBMITTALS

A. Section 15010 - Mechanical General Conditions: Submittals.

B. Product Data: Submit product description, thermal characteristics, and list of materials and thickness for each service, and location.

1.3 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three (3) years documented experience.

B. Applicator: Company specializing in performing work of this Section whose

primary business is insulation with minimum three (3) years documented experience.

1.4 QUALITY ASSURANCE

Materials: Flame spread/smoke developed rating of 25/50 or less in accordance with ASTM E84, NFPA 255, UL 723.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Accept materials on site in original factory packaging, labeled with manufacturer's identification, including product density and thickness.

B. Protect insulation from weather and construction traffic, dirt, water, chemical,

and mechanical damage, by storing in original wrapping. 1.6 ENVIRONMENTAL REQUIREMENTS

A. Install insulation only when ambient temperature and humidity conditions are within range recommended by manufacturer.

B. Maintain temperature during and after installation for minimum period of 24

hours.

Page 167: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15080 - 2 of 5 T:\2013 WO\13695\Specs\HVAC\15080.doc

1.7 REGULATORY COMPLIANCE

Comply with latest Department of Energy regulations and ASHRAE 90.1 Standards, International Energy Conservation Code.

PART 2 PRODUCTS 2.1 ELASTOMERIC CELLULAR FOAM For Piping

A. Manufacturers: Armstrong Model AP Armaflex.

B. Preformed Flexible Elastomeric Cellular Thermal Insulation in Sheet and Tubular form: ASTM C534; Type I, Tubular form. CFC, HCFC, HFC free. 1. K Value: ASTM C177 or ASTM C518, 0.27 at 75 degrees F. 2. Minimum Service Temperature: -70 degrees F. 3. Maximum Service Temperature: +220 degrees F. 4. Surface Burning Characteristics – Pipe Insulation: ASTM E84.

a. 3/4 inch thickness and less: Flame Spread – 25, Smoke Developed – 50.

5. Surface Burning Characteristics – Sheet Insulation: ASTM E84. a. 3/4 inch thickness and less: Flame Spread – 25, Smoke

Developed – 50. b. 1-inch thickness: Flame Spread – 25, Smoke Developed –

100. 6. Water Vapor Permeability: ASTM E-96-90, 0.10 perm-in. 7. Minimum R-Value: Refer to Part 3 Schedules.

C. Elastomeric Foam Adhesive:

1. Manufacturers: a. Armstrong Model 520. b. Substitutions: Section 15010 - Mechanical General Conditions.

2. Air dried, contact adhesive, compatible with insulation.

D. Insulation Tape: Elastomeric foam tape of same material as insulation.

E. Insert Material: Compression resistant elastomeric foam material. 2.2 GLASS FIBER DUCT LINER, FLEXIBLE Insulation for Interior of Sheet Metal Ducts

A. Manufacturers: 1. Johns Manville Model Permacoat Linacoustic HP. 2. Knauf. 3. Owens Corning.

B. Insulation: ASTM C1071 Type I flexible, noncombustible blanket.

1. K Value: ASTM C177, 0.25 at 75 degrees F. 2. Maximum service temperature: 250 degrees F. 3. Density: Minimum 1.50 lb/cu ft. 4. Noise Reduction Criteria: 0.60 for 1 inch, 0.75 for 1 1/2 inch, 0.85 for

2 inch thickness. 5. Maximum Velocity on Coated Air Side: 6,000 ft/min.

Page 168: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15080 - 3 of 5 T:\2013 WO\13695\Specs\HVAC\15080.doc

6. Minimum R-Value: Refer to Part 3 Schedules.

C. Adhesive: 1. Manufacturers:

a. Foster Model 85-60. b. Minnesota Mining Model EC104. c. Substitutions: Section 15010 - Mechanical General Conditions.

2. Waterproof, ASTM E84 (less than 25/50) fire-retardant type, ASTM C916, Type II.

D. Biocide: Coat liner with EPA-registered anti-microbial agent that will not

support the growth of fungus or bacteria. 1. Manufacturer: Foster 40-20. 2. ASTM D 5590 with 0 growth rating.

E. Liner Fasteners: Galvanized steel, self-adhesive pad with press-on head.

2.3 GLASS FIBER ROUND DUCT LINER

A. Manufacturers: 1. Johns Manville Model Spiracoustic Plus. 2. CertainTeed ToughGard Ultra Round.

B. Insulation: Round, preformed in cylindrical sections with acrylic polymer

meeting ASTM G21 impregnated surface coat. 1. K Value: ASTM C1071, 2. Maximum service temperature:

0.23 at 75 degrees F.

3. Maximum Velocity on Coated Air Side: 250 degrees F.

6,000 4. Minimum R-Value: Refer to Part 3 Schedules.

ft/min.

C. Biocide: Coat liner with EPA-registered anti-microbial agent that will not

support the growth of fungus or bacteria. PART 3 EXECUTION 3.1 EXAMINATION

A. Verify piping, equipment, and ductwork has been tested before applying insulation materials.

B. Verify surfaces are clean and dry, with foreign material removed.

3.2 INSTALLATION

A. Install in accordance with NAIMA National Insulation Standards and Manufacturers instructions.

B. It shall be the responsibility of the contractor to insure that an effective

insulation and vapor seal is achieved on all cold surfaces which will eliminate any sweating or condensation on any cold surfaces installed by the contractor.

Page 169: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15080 - 4 of 5 T:\2013 WO\13695\Specs\HVAC\15080.doc

C. Exposed Piping: Locate insulation and cover seams in least visible locations.

D. Equipment Connections: Seal duct and piping at point of connection to

equipment to maintain vapor barrier.

E. Continue insulation through penetrations of building assemblies or portions of assemblies having fire resistance rating of one (1) hour or less. Provide intumescent firestopping when continuing insulation through assembly. Finish at supports, protrusions, and interruptions.

F. Factory Insulated Equipment: Do not insulate, except when indicated on

Drawings, or other sections of Specifications.

G. Exposed Equipment: Locate insulation and cover seams in least visible locations.

H. Apply insulation close to equipment by grooving, scoring, and beveling

insulation. Fasten insulation to equipment with studs, pins, clips, adhesive, wires, or bands.

I. Fill joints, cracks, seams, and depressions with bedding compound to form

smooth surface. On cold equipment, use vapor retarder cement.

J. Insulated Equipment Containing Fluids below Ambient Temperature: Insulate entire system.

K. Finish insulation at supports, protrusions, and interruptions.

L. Nameplates and ASME Stamps: Bevel and seal insulation around; do not

insulate over.

M. Equipment Requiring Access for Maintenance, Repair, or Cleaning: Install insulation for easy removal and replacement without damage.

N. Insulated Ductwork Conveying Air Below Ambient Temperature:

1. Provide insulation with vapor retarder jackets. 2. Finish with tape and vapor retarder jacket. 3. Continue insulation through walls, sleeves, hangers, and other duct

penetrations. 4. Insulate entire system including fittings, joints, flanges, fire dampers,

flexible connections, expansion joints, diffuser plenums, and return plenums.

5. Seal insulation airtight where duct hanger straps penetrate insulation vapor barrier.

O. Duct Liner Application:

1. Adhere insulation with adhesive for 100 percent coverage. 2. Secure insulation with mechanical liner fasteners. SMACNA

Standards for spacing. 3. Seal and smooth joints. Seal and coat transverse joints.

Page 170: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15080 - 5 of 5 T:\2013 WO\13695\Specs\HVAC\15080.doc

4. Seal liner surface penetrations with adhesive. 5. Duct dimensions indicated are net inside dimensions required for

airflow. Increase duct size to allow for insulation thickness.

P. Install according to manufacturer’s recommended stretch out chart and to manufacturer’s installation instructions where more stringent than herein.

3.3 SCHEDULES

Provide minimum thickness or R-value as follows. Increase as necessary for compliance with local code. R-values are installed values.

A. Supply Ducts: lined with minimum 11/2 inch thick, 2 pound per cubic foot

density, Minimum Installed R=6.3.

B. Return Ducts: lined with minimum 11/2 inch thick, 2 pound per cubic foot density, Minimum Installed R=6.3.

C. Backside of Diffusers: Insulate to match existing.

D. Condensate Drain Pipe: ¾” elastomeric foam.

END OF SECTION

Page 171: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15180 - 1 of 3 T:\2013 WO\13695\Specs\HVAC\15180.doc

SECTION 15180 EQUIPMENT DRAIN PIPING

PART 1 GENERAL 1.1 SUMMARY

Section includes systems, accessories, valves, pipe, and pipefittings equipment drain piping.

1.2 SYSTEM DESCRIPTION

A. Where more than one piping system material is specified, provide compatible system components and joints. Provide flanges, union, and couplings at locations requiring servicing.

B. Use unions, flanges, and couplings downstream of valves and at equipment

or apparatus connections. Use non-conducting dielectric connections whenever jointing dissimilar metals. Do not use direct welded or threaded connections to valves, equipment or other apparatus.

C. Provide pipe hangers and supports in accordance with ASME B31.1 ASME

B31.9. 1.3 SUBMITTALS

A. Section 15010 – Mechanical General Conditions: Submittals.

B. Shop Drawings: Submit schematic layout of refrigeration system, including equipment, critical dimensions, and sizes.

C. Product Data: Submit data on pipe materials, pipefitting’s, valves, and

accessories. Submit manufacturers catalog information. Indicate valve data and ratings.

D. Design Data: Indicate pipe size. Indicate load carrying capacity of trapeze,

multiple pipe, and riser support hangers. 1.4 QUALITY ASSURANCE

Perform work in accordance with ASME B31.1, B31.9 code for installation of piping systems and ASME SEC IX for welding materials and procedures.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Accept valves on site in shipping containers with labeling in place. Inspect for damage.

B. Provide temporary end caps and closures on piping and fittings. Maintain in

place until installation.

Page 172: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15180 - 2 of 3 T:\2013 WO\13695\Specs\HVAC\15180.doc

C. Protect piping systems from entry of foreign materials by temporary covers,

completing sections of the work, and isolating parts of completed system protect.

D. Dehydrate and charge refrigeration components including piping and

receivers, seal prior to shipment. Maintain seal until connected into system. 1.6 FIELD MEASUREMENTS

Verify field measurements prior to fabrication. PART 2 PRODUCTS 2.1 EQUIPMENT DRAINS AND OVERFLOWS

A. Copper Tubing: ASTM B88, Type L, hard drawn. 1. Fittings: ASME B16.18, cast brass, or ASME B16.22 solder wrought

copper. 2. Joints: Solder, lead free, ASTM B32, 95-5 tin-antimony, or tin and

silver, with melting range 430 to 535 degrees F. (220 to 280 degrees C)

.

2.2 PIPE HANGERS AND SUPPORTS

Refer to Section 15060 – Hangers, Supports, and Foundations. PART 3 EXECUTION 3.1 PREPARATION

A. Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe.

B. Remove scale and dirt on inside and outside before assembly.

C. Prepare piping connections to equipment with flanges or unions.

D. Keep open ends of pipe free from scale and dirt. Protect open ends with temporary plugs or caps.

3.2 INSTALLATION

A. Route piping parallel to building structure and maintain gradient.

B. Install piping to conserve building space, and not interfere with use of space.

C. Group piping whenever practical at common elevations.

D. Provide clearance in hangers and from structure and other equipment for installation of insulation and access to valves and fittings. Refer to Section 15060 – Hangers, Supports, and Foundations.

Page 173: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15180 - 3 of 3 T:\2013 WO\13695\Specs\HVAC\15180.doc

E. Prepare unfinished pipe, fittings, supports, and accessories, ready for finish

painting.

F. Insulate piping and equipment; refer to Section 15080 – Mechanical Insulation.

G. Follow ASHRAE 15 procedures for charging and purging of systems and for

disposal of refrigerant.

END OF SECTION

Page 174: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15190 - 1 of 3 T:\2013 WO\13695\Specs\HVAC\15190.doc

SECTION 15190 NATURAL GAS PIPING

PART 1 GENERAL 1.1 SUMMARY

Section includes piping, fittings, valves, and equipment for natural gas piping systems.

1.2 DEFINITIONS

Where the designation LPG is used, it is the abbreviation for Liquefied Petroleum Gas, most commonly Propane.

1.3 SUBMITTALS

A. Section 15010 – Mechanical General Conditions: Submittals.

B. Product Data: Submit data on pipe materials, pipe fittings, valves and accessories. Submit manufacturers catalog information. Indicate valve data and ratings.

1.4 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of valves, regulators, piping system and system components.

B. Operation and Maintenance Data: Submit installation instructions, spare

parts lists, exploded assembly views. 1.5 QUALITY ASSURANCE

A. Perform Work in accordance with NFPA 30, NFPA 54 and NFPA 58.

B. Perform Work in accordance with ASME B31.1 ASME B31.2 ASME B31.4 ASME B31.9 code for installation of piping systems and ASME Section IX for welding materials and procedures.

1.6 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three (3) years documented experience.

B. Installer: Company specializing in performing Work of this Section with

minimum three (3) years documented experience.

Page 175: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15190 - 2 of 3 T:\2013 WO\13695\Specs\HVAC\15190.doc

1.7 DELIVERY, STORAGE, AND HANDLING

A. Accept valves on site in shipping containers with labeling in place. Inspect for damage.

B. Protect piping and fittings from soil and debris with temporary end caps and

closures. Maintain in place until installation. Furnish temporary protective coating on cast iron and steel valves.

1.8 ENVIRONMENTAL REQUIREMENTS

Do not install underground piping when bedding is wet or frozen. 1.9 FIELD MEASUREMENTS

Verify field measurements prior to fabrication. 1.10 EXTRA MATERIALS

Furnish two (2) packing kits for each size valve. PART 2 PRODUCTS 2.1 NATURAL GAS PIPING, ABOVE GRADE

A. Steel Pipe: ASTM A53 Schedule 40 black. 1. Fittings: ASME B16.3, malleable iron, or ASTM A234/A234M forged

steel welding type. 2. Joints: NFPA 54, threaded or welded to ASME B31.1 ASME B31.2

ASME B31.9 ASME Section 1. 2.2 FLANGES, UNIONS, AND COUPLINGS

A. Pipe Size 2 inches (50 mm) and Under: Ferrous pipe: 150 psi (1034 kPa)

malleable iron threaded unions.

B. Pipe Size Over 2 inches (50 mm): Ferrous pipe: 150 psi (1034 kPa) forged steel slip-on flanges; 1/16 inch (1.6 mm)

thick preformed neoprene gaskets.

2.3 PLUG VALVES

A. Manufacturer: Dezurik.

B. Other acceptable manufacturers offering equivalent products. 1. Stockham. 2. Rockwell. 3. Walworth. 4. Substitutions: Refer to Section 15010 – Mechanical General

Conditions.

Page 176: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15190 - 3 of 3 T:\2013 WO\13695\Specs\HVAC\15190.doc

C. Construction Up To and Including 2”: Bronze body, bronze tapered plug, non-lubricated, teflon packing, threaded ends.

D. Construction Over 2” Inches: 175 psi, cast iron body and plug, non-

lubricated, teflon or Buna N packing, flanged ends. Provide lever operator with set screw.

PART 3 EXECUTION 3.1 PREPARATION

A. Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe.

B. Remove scale and dirt, on inside and outside, before assembly.

C. Prepare piping connections to equipment with flanges or unions.

D. Excavate and Backfill in accordance with Architectural Specifications. 3.2 INSTALLATION

A. Install natural gas and LPG piping in accordance with ASME B31.2 ASME B31.4.

B. Install Work in accordance with Manufacturers instructions.

C. Provide non-conducting dielectric connections wherever jointing dissimilar

metals. Install in accordance with NACE RP-01-69.

D. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment.

E. Provide clearance for installation of insulation and access to valves and

fittings.

F. Prepare pipe, fittings, supports, and accessories not pre-finished, ready for finish painting. Paint steel gas piping exposed to weather with galvanizing compound.

G. Protect piping systems from entry of foreign materials by temporary covers,

completing sections of the work, and isolating parts of completed system.

END OF SECTION

Page 177: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 1 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

SECTION 15779 PACKAGED ROOFTOP AIR CONDITIONING UNITS WITH GAS HEATING

PART 1 GENERAL 1.1 RELATED DOCUMENTS

A. General Description: This section includes the design, controls and installation requirements for the packaged rooftop air handling unit.

B. Refer to Specification 01 45 00 – Windstorm Construction Requirements.

1.2 QUALITY ASSURANCE

A. Packaged air-cooled condenser units shall be certified in accordance with ANSI/AHRI Standard 340/360 performance rating of commercial and industrial unitary air-conditioning and heat pump equipment.

B. Unit shall be certified in accordance with UL Standard 1995/CSA C22.2 No.

236, Safety Standard for Heating and Cooling Equipment.

C. Unit and refrigeration system shall comply with ASHRAE 15, Safety Standard for Mechanical Refrigeration.

D. Unit Seasonal Energy Efficiency Ratio (SEER) shall be equal to or greater

that prescribed by ASHRAE 90.1, Energy Efficient Design of New Buildings except Low-Rise Residential Buildings.

E. Unit shall be safety certified by ETL and ETL US listed. Unit nameplate shall

include the ETL/ETL Canada label. 1.3 SUBMITTALS

A. Product Data: Literature shall be provided that indicates dimensions, operating and shipping weights, capacities, ratings, fan performance, filter information, factory supplied accessories, electrical characteristics and connection requirements. Installation, Operation and Maintenance manual with startup requirements shall be provided.

B. Shop Drawings: Unit drawings shall be provided that indicate assembly, unit

dimensions, construction details, clearances and connection details. Computer generated fan curves for each fan shall be submitted with specific design operation point noted. Wiring diagram shall be provided with details for both power and control systems and differentiate between factory installed and field installed wiring.

C. Submit sealed windstorm installation certification documentation.

Page 178: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 2 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

1.4 DELIVERY, STORAGE, AND HANDLING

A. Unit shall be shipped with doors bolted shut and outside air hood closed to prevent damage during transport and thereafter while in storage awaiting installation.

B. Follow Installation, Operation and Maintenance manual instructions for

rigging, moving, and unloading the unit at its final location.

C. Unit shall be stored in a clean, dry place protected from construction traffic in accordance with the Installation, Operation and Maintenance manual.

1.5 WARRANTY

A. Manufacturer shall provide a limited “parts only” warranty for a period of 24 months from the date of original equipment shipment from the factory. Warranty shall cover material and workmanship that prove defective, within the specified warranty period, provided manufacturer’s written instructions for installation, operation and maintenance have been followed. Warranty excludes parts associated with routine maintenance, such as belts and air filters.

B. Provide a (5) year parts warranty for compressor.

1.6 STARTUP REPAIR PROGRAM

Manufacturer shall provide startup repair for a period of 12 months from the date of original equipment shipment from the factory. Program shall cover labor for materials and workmanship that prove defective, within the specified warranty period, provided manufacturer’s written instructions for installation, operation and maintenance have been followed. Program excludes labor associated with routine maintenance, such as belt and air filter replacement.

PART 2 PRODUCTS 2.1 ROOFTOP UNITS (RTU-5)

A. Manufacturers: 1. Aaon (Basis of Design). 2. Packaged rooftop unit shall include first stage digital scroll

compressor, evaporator coil, hot gas reheat coil, modulating hot gas reheat valve, filters, supply fan, dampers, air-cooled condenser coils, condenser fan and gas heater.

3. Unit shall be factory assembled and tested including leak testing of the DX and reheat coils, pressure testing of the refrigeration circuit, and run testing of the completed unit. Run test report shall be supplied with the unit in the service compartment’s literature pocket.

4. Unit shall have decals and tags to indicate lifting and rigging, service areas and caution areas for safety and to assist service personnel.

5. Unit components shall be labeled, including refrigeration system components and electrical and controls components.

Page 179: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 3 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

6. Estimated sound power levels (dB) shall be shown on the unit ratings sheet.

7. Installation, Operation and Maintenance manual shall be supplied within the unit.

8. Laminated color-coded wiring diagram shall match factory installed wiring and shall be affixed to the interior of the control compartment’s hinged access door.

9. Unit nameplate shall be provided in two locations on the unit, affixed to the exterior of the unit and affixed to the interior of the control compartment’s hinged access door.

B. Construction:

1. All cabinet walls, access doors, and roof shall be fabricated of double wall, impact resistant, rigid polyurethane foam panels.

2. Unit insulation shall have a minimum thermal resistance R-value of 13. Foam insulation shall have a minimum density of 2 pounds/cubic foot and shall be tested in accordance with ASTM D-1929 for a minimum flash ignition temperature of 610°F.

3. Unit construction shall be double wall with G90 galvanized steel on both sides and a thermal break. Double wall construction with a thermal break prevents moisture accumulation on the insulation, provides a cleanable interior, prevents heat transfer through the panel, and prevents exterior condensation on the panel.

4. Unit shall be designed to reduce air leakage and infiltration through the cabinet. Cabinet leakage shall not exceed 1% of total airflow when tested at 3 times the minimum external static pressure provided in AHRI Standard 210/240. Panel deflection shall not exceed L/240 ratio at 125% of design static pressure, at a maximum 8 inches of positive or negative static pressure, to reduce air leakage. Deflection shall be measured at the midpoint of the panel height and width. Continuous sealing shall be included between panels and between access doors and openings to reduce air leakage. Piping and electrical conduit through cabinet panels shall include sealing to reduce air leakage.

5. Roof of the air tunnel shall be sloped to provide complete drainage. Cabinet shall have rain break overhangs above access doors.

6. Access to filters, dampers, cooling coil, reheat coil, heater, compressor, and electrical and controls components shall be through hinged access doors with quarter turn, lockable handles. Full length stainless steel piano hinges shall be included on the doors.

7. Exterior paint finish shall be capable of withstanding at least 2,500 hours, with no visible corrosive effects, when tested in a salt spray and fog atmosphere in accordance with ASTM B 117-95 test procedure.

8. Units shall include double sloped, insulated 304 stainless steel drain pans.

9. Unit shall be provided with through the base vertical discharge and return air openings. All openings through the unit shall have upturned flanges of at least 1/2 inch around the opening.

10. Unit shall include lifting lugs on the top of the unit.

Page 180: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 4 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

C. Electrical: 1. Unit shall be provided with factory installed and factory wired, non-

fused disconnect switch. 2. Unit shall be provided with a factory installed and factory wired 115V,

13 amp GFI outlet disconnect switch in the unit control panel. 3. Unit shall be provided with phase and brown out protection which

shuts down all motors in the unit if the electrical phases are more than 10% out of balance on voltage, the voltage is more than 10% under design voltage or on phase reversal.

4. Unit shall be provided with remote stop/start terminals which require contact closure for unit operation. When these contacts are open the low voltage circuit is broken and the unit will not operate.

D. Supply Fans:

1. Unit shall include direct drive, unhoused, backward curved, plenum supply fans.

2. Blowers and motors shall be dynamically balanced and mounted on rubber isolators.

3. Motor shall be a high efficiency electrically commutated motor.

E. Cooling Coils: 1. Evaporator Coils:

a. Coils shall be designed for use with R-410A refrigerant and constructed of copper tubes with aluminum fins mechanically bonded to the tubes and aluminum end casings. Fin design shall be sine wave rippled.

b. RTU 5: Coil shall be 6 row high capacity. c. Coils shall be helium hydrogen or helium leak tested. d. Coils shall be furnished with factory installed thermostatic

expansion valves.

F. Refrigeration System: 1. Unit shall be factory charged with R-410A refrigerant. 2. Compressors shall be scroll type with thermal overload protection and

carry a 5 year non-prorated warranty, from the date of original equipment shipment from the factory.

3. Compressors shall be mounted in an isolated service compartment which can be accessed without affecting unit operation. Lockable hinged compressor access doors shall be fabricated of double wall, rigid polyurethane foam injected panels to prevent the transmission of noise outside the cabinet.

4. Compressors shall be isolated from the base pan with the compressor manufacturer’s recommended rubber vibration isolators, to reduce any transmission of noise from the compressors into the building area.

5. Each refrigeration circuit shall be equipped with thermostatic expansion valve type refrigerant flow control.

6. Each refrigeration circuit shall be equipped with automatic reset low pressure and manual reset high pressure refrigerant safety controls, Schrader type service fittings on both the high pressure and low pressure sides and a factory installed replaceable core liquid line filter driers.

Page 181: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 5 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

7. Unit shall include a variable capacity scroll compressor on the refrigeration circuit which shall be capable of modulation from 10-100% of its capacity.

8. Refrigeration circuit shall be provided with hot gas reheat coil, modulating valves, electronic controller, supply air temperature sensor and a control signal terminal which allow the unit to have a dehumidification mode of operation, which includes supply air temperature control to prevent supply air temperature swings and overcooling of the space.

G. Condensers:

1. Air-Cooled Condenser: a. Condenser fans shall be a vertical discharge, axial flow, direct

drive fans. b. Coils shall be designed for use with R-410A refrigerant. c. Coils shall be designed for a minimum of 10°F of refrigerant

sub-cooling. d. Coils shall be hydrogen or helium leak tested. e. Condenser fans shall be high efficiency electrically

commutated motor driven with factory installed head pressure control module. Condenser airflow shall continuously modulate based on head pressure and cooling operation shall be allowed down to 35°F with adjustable compressor lockout.

f. Condenser, evaporator and reheat coils shall have a flexible, epoxy polymer e-coat uniformly applied to all coil surface areas without material bridging between fins. Humidity and water immersion resistance shall be up to a minimum 1,000 and 250 hours respectively (ASTM D2247-92 and ASTM D870-92). Corrosion durability shall be confirmed through testing to no less than 6,000 hours salt spray per ASTM B117-90. Coated coils shall receive a spray-applied, UV-resistant polyurethane topcoat to prevent UV degradation of the e-coat. Coating shall carry a 5 year warranty, from the date of original equipment shipment from the factory. The first 12 months from the date of equipment startup, or 18 months from the date of original equipment shipment from the factory, whichever is less, shall be covered under the standard AAON limited parts warranty. The remaining period of the warranty shall be covered by Luvata Electrofin. The Luvata Electrofin written instructions for installation, operation, coil cleaning, maintenance, and recording keeping must be followed. Refer to the Luvata Electrofin Terms and Conditions of Sale.

H. Gas Heating Section:

1. Unit shall heat using natural gas fuel with modulating heat capacity control on each heat exchanger.

2. Unit shall be provided with a gas heating furnace consisting of a stainless steel heat exchanger with multiple concavities, an induced draft blower and an electric pressure switch to lockout the gas valve until the combustion chamber is purged and combustion air flow is

Page 182: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 6 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

established. Heat exchanger tubes with separate internal turbulators are not acceptable.

3. Unit shall be provided with a gas ignition system consisting of an electronic ignitor to a pilot system, which will be continuous when the heater is operating, but will shut off the pilot when heating is not required.

4. Unit shall have gas supply piping entrances in the outside cabinet wall.

5. Unit’s tubular gas heat exchanger will carry a 10 year warranty.

I. Provide gas pressure regulator as necessary for proper inlet pressure filters: 1. Unit shall include 2 inch thick, pleated panel filters with an ASHRAE

efficiency of 30% and MERV rating of 6, upstream of the cooling coil. 2. Unit shall include 1 inch aluminum mesh pre filters upstream of the

outside air opening.

J. Controls: 1. Factory Installed and Controls Manufacturer Provided Controller:

a. Controller shall be provided by the Owner’s existing Direct Digital Control system manufacturer for factory installation by the rooftop unit manufucturer. Coordinate with the Controls Contractor Automated Logic Controls contact Stephen Archer, refer the Specification 15985.

b. Unit controller shall be capable of controlling all features and options of the unit. Controller shall be factory installed in the unit controls compartment and factory tested.

c. Controller shall be capable of stand-alone operation with unit configuration, set point adjustment, sensor status viewing, unit alarm viewing, and occupancy scheduling available without dependence on a building management system.

d. Controller shall have an onboard clock and calendar functions that allow for occupancy scheduling.

e. Controller shall include non-volatile memory to retain all programmed values without the use of a battery, in the event of a power failure.

2.2 ROOFTOP UNITS (RTU-1,2,3,4)

A. Manufacturers: Rheem/Ruud (Basis of Design)

B. General: 1. Outdoor, rooftop mounted, electrically controlled, heating and cooling

unit utilizing a(n) hermetic scroll compressor(s) for cooling duty and gas combustion for heating duty.

2. Factory assembled, single-piece heating and cooling rooftop unit. Contained within the unit enclosure shall be all factory wiring, piping, controls, and special features required prior to field start-up.

3. Unit shall use environmentally safe, R410A refrigerant. 4. Unit shall be installed in accordance with the manufacturer’s

instructions.

Page 183: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 7 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

5. Unit must be selected and installed in compliance with local, state, and federal codes.

C. Quality Assurance:

1. Unit meets ASHRAE 90.1-2010 minimum efficiency requirements. 2. 3 phase units are Energy Star qualified. 3. Unit shall be rated in accordance with AHRI Standards 210 and 360. 4. Unit shall be designed to conform to ASHRAE 15, 2001. 5. Unit shall be UL-tested and certified in accordance with ANSI Z21.47

Standards and UL-listed and certified under Canadian standards as a total package for safety requirements.

6. Insulation and adhesive shall meet NFPA 90A requirements for flame spread and smoke generation.

7. Unit casing shall be capable of withstanding 1000-hour salt spray exposure per ASTM B117 (scribed specimen).

8. Unit casing shall be capable of withstanding Federal Test Method Standard No. 141 (Method 6061) 5000-hour salt spray.

9. Unit shall be designed in accordance with ISO 9001:2000, and shall be manufactured in a facility registered by ISO 9001:2000.

10. Roof curb shall be designed to conform to NRCA Standards. 11. Unit shall be subjected to a completely automated run test on the

assembly line. The data for each unit will be stored at the factory, and must be available upon request.

12. Unit shall be designed in accordance with UL Standard 1995, including tested to withstand rain.

13. Unit shall be constructed to prevent intrusion of snow and tested to prevent snow intrusion into the control box up to 40 mph.

D. Delivery, Storage, and Handling:

1. Unit shall be stored and handled per manufacturer’s recommendations.

2. Lifted by crane requires either shipping top panel or spreader bars. 3. Unit shall only be stored or positioned in the upright position.

E. Operating Characteristics:

1. Unit shall be capable of starting and running at 115°F (46°C) ambient outdoor temperature, meeting maximum load criteria of AHRI Standard 210/240 or 360 at ± 10% voltage.

2. Compressor with standard controls shall be capable of operation down to 50°F (10°C), ambient outdoor temperatures. Low ambient accessory kit is necessary if mechanically cooling at ambient temperatures to 0°F (-17.7°C).

3. Unit shall discharge supply air vertically or horizontally as shown on contract drawings.

4. Unit shall be factory configured for vertical supply & return configurations.

5. Unit shall be field convertible from vertical to horizontal configuration.

F. Electrical Requirements: Main power supply voltage, phase, and frequency must match those required by the manufacturer.

Page 184: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 8 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

G. Unit Cabinet: 1. Unit cabinet shall be constructed of galvanized steel. 2. Unit cabinet exterior paint shall be: powder coat paint. 3. Evaporator fan compartment interior cabinet insulation shall conform

to AHRI Standards 210 or 360 minimum exterior sweat criteria. Interior surfaces shall be insulated with a minimum 3/4-in. thick, 1-1/2 lb density, flexible fiberglass insulation, foil faced on the air side. Aluminum foil-faced fiberglass insulation shall be used in the gas heat compartment.

4. Base of unit shall have a location for thru-the-base gas and electrical connections standard.

5. Base Rail: a. Unit shall have base rails on a minimum of 4 sides. b. Holes shall be provided in the base rails for rigging shackles to

facilitate maneuvering and overhead rigging. c. Holes shall be provided in the base rail for moving the rooftop

for fork truck. d. Base rail shall be a minimum of 14 gauge thickness.

6. Condensate Pan and Connections: a. Shall be a sloped condensate drain pan made of a non-

corrosive material and be removable for cleaning. b. Shall comply with ASHRAE Standard 62. c. Shall use a 1" x 11-1/2 NPT drain connection, through the side

of the drain pan. d. Shall be able to be easily removed.

7. Top Panel: Shall be a single piece top panel over indoor section. 8. Gas Connections:

a. All gas piping connecting to unit gas valve shall enter the unit cabinet at a single location on side of unit (horizontal plane).

b. Thru-the-base capability. No basepan penetration, other than those authorized by the manufacturer, is permitted.

9. Electrical Connections: a. All unit power wiring shall enter unit cabinet a a single, factory-

prepared, continuous raised flange opening in the basepan. b. Thru-the-base capability. No basepan penetration, other than

those authorized by the manufacturer, is permitted. 10. Component Access Panels (standard):

a. Cabinet panels shall be easily opened for servicing. b. Panels covering control box, indoor fan, indoor fan motor, gas

components (where applicable), and filters shall have hinges with 1/4 turn fasteners.

c. 1/4 fasteners shall be permanently attached.

H. Gas Heat: 1. General:

a. Heat exchanger shall be an induced draft design. Positive pressure heat exchanger designs shall not be allowed.

b. Shall incorporate a direct-spark ignition system and redundant main gas valve.

Page 185: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 9 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

c. Heat exchanger design shall allow combustion process condensate to gravity drain; maintenance to drain the gas heat exchanger shall not be required.

d. Gas supply pressure at the inlet to the rooftop unit gas valve must match that required by the manufacturer.

2. The heat exchanger shall be controlled by an integrated furnace controller (IFC) microcompressor. a. Heat exchanger shall be of the tubular-section type

constructed of a minimum of 20-gauge steel coated with a nominal 1.2 mil aluminum-silicone alloy for corrosion resistance.

b. Burners shall be of the in-shot type constructed of aluminum-coated steel.

c. Burners shall incorporate orifices for rated heat output up to 2000 ft (610m) elevation. Additional accessory kits may be required for applications above 2000 ft (610m) elevation, depending on local gas supply conditions.

d. Each heat exchanger tube shall contain tubulators for increased heating effectiveness.

3. Stainless Steel Heat Exchanger constructed of a minimum of 20-gauge type 409 stainless steel.

4. Induced Draft Combustion Motor and Blower: a. Shall be a direct-drive, single inlet, forward-curved centrifugal

type. b. Shall be made from steel with a corrosion-resistant finish. c. Shall be permanently lubricated sealed bearings. d. Shall have inherent thermal overload protection. e. Shall have an automatic reset feature.

I. Coils: Standard Aluminum/Copper Coils:

1. Standard evaporator and condenser coils shall be aluminum lanced plate fins mechanically bonded to seamless internally grooved copper tubes with all joints brazed. (Note: 12-1/2 ton utilizes MicroChannel condensing coil).

2. Evaporator and condenser coils shall be leak tested to 150 psig, pressure tested to 400 psig, and qualified to UL 1995 burst test at 2,200 psi.

J. Refrigerant Components:

1. Refrigerant circuit shall include the following control, safety, and maintenance features: a. TXV metering system shall prevent mal-distribution of two-

phase refrigerant. C072 shall use orifice refrigerant control. b. Refrigerant filter drier. c. Service gauge connections on suction and discharge lines. d. External pressure gauge ports access shall be located in front

exterior of cabinet. 2. Compressors:

a. Unit shall use one fully hermetic, scroll compressor for each independent refrigeration circuit.

Page 186: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 10 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

b. Compressor motors shall be cooled by refrigerant gas passing through motor windings.

c. Compressors shall be internally protected from high discharge temperature conditions.

d. Compressors shall be protected from an over-temperature and over-amperage conditions by an internal, motor over-load device.

e. Compressor shall be factory mounted on rubber grommets. f. Compressor motors shall have internal line break thermal and

current overload protection. g. Crankcase heaters shall not be required for normal operating

range. h. Compressor shall have molded electrical plug.

K. Filter Section:

1. Filters access is specified in the unit cabinet section of this specification.

2. Filters shall be standard, commercially available sizes. 3. Only one size filter per unit is allowed.

L. Evaporator Fan and Motor:

1. Evaporator fan motor: a. Shall have permanently lubricated bearings. b. Shall have inherent automatic-reset thermal overload

protection. c. Shall have a maximum continuous bhp rating for continuous

duty operation; no safety factors above that rating shall be required.

2. Belt-driven Evaporator Fan: a. Belt drive shall include an adjustable-pitch motor pulley. b. Shall use sealed, permanently lubricated ball-bearing type. c. Blower fan shall be double-inlet type with forward-curved

blades. d. Shall be constructed from steel with a corrosion resistant finish

and dynamically balanced.

M. Condenser Fans and Motors: 1. Shall be a totally enclosed motor. 2. Shall use permanently lubricated bearings. 3. Shall have inherent thermal overload protection with an automatic

reset feature. 4. Shall use a shaft-down design. Shaft-up designs including those with

“rain-slinger devices” shall not be allowed. 5. Shall be a direct-driven propeller type fan. 6. Shall have aluminum blades riveted to corrosion-resistant steel

spiders and shall be dynamically balanced.

N. Special Features: 1. Integrated Economizer. 2. Flue Shield. 3. Condenser Coil Hail Guard Assembly.

Page 187: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 11 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

4. Convenience Outlet.

O. Adjustable Frequency Drive: 1. Unit shall be supplied with an electronic variable frequency drive for

the supply air fan. 2. Drive shall be factory installed in an enclosed cabinet. 3. Drive shall meet UL Standard 95-5V. 4. The completed unit assembly shall be UL listed. 5. Drives are to be accessible through a tooled access hinged door

assembly. 6. The unit manufacturer shall install all power and control wiring. 7. The supply air fan drive output shall be controlled by the factory

installed main unit control system and drive status and operating speed shall be monitored and displayed at the main unit control panel.

8. Drive shall be programmed and factory run tested in the unit.

P. Controls: Provide terminal strip for field mounting of controller by others. 2.3 CURB ADAPTERS

A. Curb adapters shall be flat bottom, fully gasketed between the curb adapter top and unit bottom as well as fully gasketed between the curb adapter bottom and existing curb top with the curb and curb adapter providing full perimeter support, cross structure support and air seal for the unit. Curb gasket shall be furnished within the control compartment of the rooftop unit to be mounted on the curb immediately before mounting of the rooftop unit.

B. Curb adapter shall be minimum height required to provide concentric

transition from top of existing curb to rooftop unit dimensions, solid bottom curb with R-8 insulation on sides and 1”- 2lb insulation on the bottom.

C. Curb adapter shall be of welded construction with G90 galvanized steel and

have factory manufactured installed duct transitions. All welds shall be treated with a corrosion-inhibiting compound.

D. Windstorm Certification: Provide windstorm rated curb, curb adapters and

installation instructions to meet local TDI windstorm requirements as required.

PART 3 Execution 3.1 INSTALLATION, OPERATION AND MAINTENANCE

A. Installation, Operation and Maintenance manual shall be supplied with the unit.

B. Installing contractor shall install unit, including field installed components, in

accordance with Installation, Operation and Maintenance manual instructions.

C. Start up and maintenance requirements shall be complied with to ensure safe and correct operation of the unit.

Page 188: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15779 - 12 of 12 T:\2013 WO\13695\Specs\HVAC\15779.doc

D. Coordinate with Structural Engineer for Windstorm Certification Requirements

for curb, curb adapter and rooftop unit.

E. Provide factory start-up and commissioning by a manufacturer employed technician.

END OF SECTION

Page 189: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15780 - 1 of 3

SECTION 15780 ULTRASONIC HUMIDIFIERS

PART 1 GENERAL 1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

B. Specifications throughout all Divisions of the Project Manual are directly

applicable to this Section, and this Section is directly applicable to them. 1.2 SUMMARY

Perform all Work required to provide an ultrasonic type humidifier that uses the principle of ultrasonic nebulization.

1.3 REFERENCE STANDARDS

A. The latest published edition of a reference shall be applicable to this Project unless identified by a specific edition date.

B. All reference amendments adopted prior to the effective date of this Contract

shall be applicable to this Project.

C. All materials, installation and workmanship shall comply with the applicable requirements and standards addressed within the following references: 1. ARI 610 - Central System Humidifiers. 2. ARI 630 – Selection, Installation and Servicing of Humidifiers.

1.4 SUBMITTALS

A. Product Data: 1. Rated capacities, dimensions, duct sizes, piping inlet and outlet

dimensions, and electrical service connections and wire sizes, electric nameplate data, electrical and control wiring diagrams.

2. Manufacturer's descriptive literature, operating instructions, installation instructions, clearance requirements, maintenance and parts listing.

1.5 DELIVERY, STORAGE AND HANDLING

A. Deliver, store, protect and handle products to the Project Site under provisions of Division 01 and Division 20.

B. Protect humidifier and internals from entry of foreign material. Protect pipe

openings with the use of temporary caps.

Page 190: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15780 - 2 of 3

PART 2 PRODUCTS 2.1 GENERAL

All materials shall meet or exceed all applicable referenced standards, federal, state and local requirements, and conform to codes and ordinances of authorities having jurisdiction.

2.2 MANUFACTURERS

Humidifirst. 2.3 ULTRASONIC HUMIDIFIERS

A. Provide a ultrasonic type humidifier which meets the following requirements: 1. The ultrasonic humidification system shall include packaged, self-

contained ultrasonic humidifier module(s) using the principle of ultrasonic nebulization. Each transducer circuit shall use the “thickness vibration method” of humidification via a piezoelectric converter. The ultrasonic transducers shall convert the electric energy into mechanical energy, causing the water to cavitate, resulting in the production of one micron sized water particles. The design of the humidifier housing shall prevent larger droplets from leaving the humidifier assembly.

2. Each humidifier module shall use a multiple of ultrasonic transducers that vibrate at approximately 1.65 megahertz, producing a droplet size of approximately 1 micron (.52 cubic micron droplet volume).

3. The humidifier shall consume no more than 33 watts per pound of humidification generated.

4. The ultrasonic humidifier shall no produce any unacceptable noise. 5. The humidifier module(s) shall contain no fans and shall be designed

to be located inside of ductwork or air handlers and to receive air at velocities of 350 ft to 1500 ft per minute.

6. The ultrasonic humidifier shall not require a flush cycle and shall have instant on and off operation in order to maintain precise room relative humidity.

7. The humidifier housing and discharge nozzles shall be makde of stainless steel: plastic is not acceptable.

B. Provide an ultrasonic type humidifier which contains the following

components: 1. Solenoid valve to control water flow into the humidifier. 2. Float switch to control water level. 3. Float switch to provide for low water shutdown. 4. Piezoelectric crystals (transducers). 5. Mounting shelf (MP model).

Page 191: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15780 - 3 of 3

PART 3 EXECUTION 3.1 INSTALLATION

A. Installation shall meet or exceed all applicable federal, state and local requirements, referenced standards and conform to codes and ordinances of authorities having jurisdiction.

B. All installation shall be in accordance with manufacturer’s published

recommendations.

C. Provide galvanized steel rods to support distribution manifolds and mount in air system plenums.

END OF SECTION

Page 192: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15810 - 1 of 5 T:\2013 WO\13695\Specs\HVAC\15810.doc

SECTION 15810 DUCTS

PART 1 GENERAL 1.1 SUMMARY

Section includes metal ductwork and duct cleaning. 1.2 PERFORMANCE REQUIREMENTS

A. No variation of duct configuration or sizes other than those of equivalent or lower loss coefficient is permitted except by written permission. Size round ducts installed in place of rectangular ducts in accordance with ASHRAE table of equivalent rectangular and round ducts.

B. Seal ductwork in accordance with ASHRAE 90.1-2004 and International

Energy Conservation Code - 2003 standards and as described herein. 1.3 SUBMITTALS

A. Section 15010 – Mechanical General Conditions: Submittals.

B. Coordination Drawings: Indicate duct fittings, gages, sizes, welds, and configuration for all systems.

C. Product Data: Submit data for duct materials duct liner and duct connectors.

D. Test Reports: Indicate pressure tests performed. Include date, section

tested, test pressure, and leakage rate, following SMACNA HVAC Air Duct Leakage Test Manual.

1.4 CLOSEOUT SUBMITTALS

Project Record Documents: Record actual locations of ducts and duct fittings. Record changes in fitting location and type. Show additional fittings used.

1.5 QUALITY ASSURANCE

A. Perform Work in accordance with SMACNA - HVAC Duct Construction Standards - Metal and flexible.

B. Construct ductwork to NFPA 90A NFPA 90B and NFPA 96 standards.

C. Materials: Flame spread / smoke developed rating of 25/50 in accordance

with ASTM E84, NFPA 255, UL 723.

Page 193: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15810 - 2 of 5 T:\2013 WO\13695\Specs\HVAC\15810.doc

1.6 QUALIFICATIONS

Installer: Company specializing in performing Work of this Section with minimum three (3) years documented experience.

1.7 FIELD MEASUREMENTS

Verify field measurements prior to fabrication. PART 2 PRODUCTS 2.1 DUCT MATERIALS

A. Galvanized Steel Ducts: ASTM A525 and ASTM A527 galvanized steel sheet, lock-forming quality, having G90 zinc coating in conformance with ASTM A90.

B. Fasteners: Rivets, bolts, or sheet metal screws.

C. Hanger Rod: ASTM A36; steel, galvanized; threaded both ends, threaded

one end, or continuously threaded.

D. Sealant: 1. Manufacturers / Product:

a. Rector Seal / Air-Lock 181. b. Design Polymerics / DP 1020.

2. Non-hardening, Non-flammable; water-based; fiber reinforced; mildew, water and U.V. resistant; compatible with mating materials; UL listed 181A or 181B; liquid used alone or with tape or heavy mastic.

E. General Purpose Fire Stopping Sealant:

1. Manufacturers: a. 3M Model 2000. b. Spec Seal Model 100. c. Hilti.

2. Water based, non-slumping, premixed sealant with intumescent properties, rated for three (3) hours per ASTM E814 and UL 1479.

2.2 DUCTWORK FABRICATION

A. Fabricate and support in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible, and as indicated on Drawings. Furnish duct material, gages, reinforcing, and sealing for operating pressures indicated.

B. Construct Tees, bends, and elbows with minimum radius 1-1/2 times

centerline duct width. Where not possible and where rectangular elbows are used, provide airfoil turning vanes. Where acoustical lining is indicated, furnish turning vanes of perforated metal with glass fiber insulation.

Page 194: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15810 - 3 of 5 T:\2013 WO\13695\Specs\HVAC\15810.doc

C. Round ductwork in secondary supply and constant volume supply, return, outside air and exhaust systems shall be constructed with grooved seam pipe lock or flat lock longitudinal seams (Refer to SMACNA 1997 Figure 3-1). Snap-lock seams are not acceptable.

D. Increase duct sizes gradually, not exceeding 15 degrees divergence

wherever possible; maximum 30 degrees divergence upstream of equipment and 45 degrees convergence downstream.

E. Fabricate continuously welded round and oval duct fittings two gages

heavier than duct gages indicated in SMACNA Standard. Minimum 4 inch

cemented slip joint, brazed or electric welded. Prime coat welded joints.

F. On rectangular ductwork provide standard 45 degree lateral wye takeoffs. When space does not allow 45 degree lateral wye takeoff, use 90 degree conical tee connections.

G. When air velocity exceeds 5000 fpm, provide metal nosing on leading edge

of duct liner in accordance with SMACNA Standards, so that airflow does not dislodge liner from ductwork.

PART 3 EXECUTION 3.1 EXAMINATION

Verify sizes of equipment connections before fabricating transitions. 3.2 INSTALLATION

A. Install ducts in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible, Second Edition –1995 with Addendum No.1 November 1997.

B. Field verify all measurements and dimensions prior to fabrication of any

ductwork. Notify engineer where duct sizes require modifications. No additional compensation will be awarded for modifications to fit field conditions.

C. Minor changes in duct routing and dimensions to avoid structural members

and other obstructions will be allowed. Major departures from duct layout will require approval of the Owner’s representative.

D. Duct materials or prefabricated ductwork stored or installed at site shall be

protected from weather, dust and moisture. Damaged duct shall be removed and replaced at the Contractor's expense.

E. During construction, install temporary closures of metal or taped

polyethylene on open ductwork to prevent construction dust from entering ductwork system.

Page 195: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15810 - 4 of 5 T:\2013 WO\13695\Specs\HVAC\15810.doc

F. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities.

G. Use double nuts and lock washers on threaded rod supports.

H. Seal openings in ducts where probes for TAB instruments are inserted.

I. Firestopping: Seal around all duct penetrations through fire barriers with fire

stopping sealant. Provide firedampers and smoke dampers as shown on Plans.

3.3 SEALING OF DUCTWORK

A. Seal ductwork, as a minimum, in accordance with ASHRAE 90.1-1999 and IECC 2003 requirements, and as required herein. All supply, return, and outside air duct shall be sealed as Class A and all exhaust duct shall be sealed as Class B, regardless of static pressure classification of system.

1. Supply, return, and outside air: Seal all transverse joints, longitudinal seams, duct connections, and duct wall penetrations.

2. Pressure-sensitive tape shall not be used as the primary sealant. 3.4 VERIFICATION OF MINIMUM GAUGES

Contractor shall be required to cut samples of materials from installed ductwork at five (5) locations as designated by Engineer prior to installation of insulation. Samples will be provided to Engineer for verification that gauges are in compliance with SMACNA standards and with minimum gauges as specified herein. If any sample is found not to be in compliance with Contract Documents, ductwork shall be replaced and an additional set of five samples shall be provided until it is determined that all ductwork is in compliance. Contractor shall patch ductwork where samples are taken. All ductwork found to be non-compliant shall be removed and replaced by Contractor at no expense to the Owner or Design Professionals.

3.5 INTERFACE WITH OTHER PRODUCTS

Install openings in ductwork where required to accommodate thermometers and controllers. Install pitot tube openings for testing and balancing of systems. Install pitot tube complete with metal can with spring device or screw to prevent air leakage. Where openings are provided in insulated ductwork, install insulation material inside metal ring.

3.6 CLEANING

Clean duct system and force air at high velocity through duct to remove accumulated dust. To obtain sufficient air flow, clean one half of system completely before proceeding to other half. Protect equipment with potential to be harmed by excessive dirt with temporary filters, or bypass during cleaning.

Page 196: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15810 - 5 of 5 T:\2013 WO\13695\Specs\HVAC\15810.doc

3.7 SCHEDULES

DUCTWORK MATERIAL SCHEDULE

AIR SYSTEM MATERIAL Supply, Return and Outside Air-Rectangular

Galvanized Steel

DUCTWORK PRESSURE CLASS SCHEDULE

AIR SYSTEM PRESSURE CLASS Supply, Return,Outside Air 2 inch wg

MINIMUM SHEET METAL GAUGES

Maximum Rectangular Duct Size Inches

U.S. Standard Gauges

Up to 12 26 13 – 30 24 31 – 48 22 49 – 54 20 55 and above 18

3.8 ** Ductwork must be reinforced in accordance with pressure class and SMACNA

standard requirements.

END OF SECTION

Page 197: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15820 - 1 of 5 T:\2013 WO\13695\Specs\HVAC\15820.doc

SECTION 15820 DUCT ACCESSORIES

PART 1 GENERAL 1.1 SUMMARY

Section includes duct access doors, volume control dampers, flexible duct connections, and duct test holes.

1.2 SUBMITTALS

A. Section 15010 – Mechanical General Conditions: Submittals.

B. Manufacturer's Installation Instructions: Submit for Fire and Combination Smoke and Fire Dampers.

C. Manufacturer's Certificate: Certify products meet or exceed specified

requirements. 1.3 CLOSEOUT SUBMITTALS

A. Project Record Documents: Record actual locations of access doors.

B. Operation and Maintenance Data: Submit for Combination Smoke and Fire Dampers.

1.4 QUALIFICATIONS

Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three (3) years documented experience.

1.5 DELIVERY, STORAGE, AND HANDLING

Protect dampers from damage to operating linkages and blades. 1.6 FIELD MEASUREMENTS

Verify field measurements prior to fabrication. 1.7 WARRANTY

Furnish one (1) year manufacturer warranty for duct accessories. 1.8 EXTRA MATERIALS

Furnish two (2) of each size and type of fusible link.

Page 198: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15820 - 2 of 5 T:\2013 WO\13695\Specs\HVAC\15820.doc

PART 2 PRODUCTS 2.1 DUCT ACCESS DOORS

A. Manufacturers: 1. Ruskin Model ADC/H series. 2. Flexmaster. 3. Greenheck. 4. Philips. 5. Safe-Air.

B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards -

Metal and Flexible, and as indicated on Drawings.

C. 2 Inch w.g. and Less: Rigid and close fitting of galvanized steel with sealing gaskets and quick fastening locking devices. For insulated ductwork, furnish double wall door with 1” insulation. 1. Less Than 12 inches2. Up to

Square: Secure with sash locks. 18 Inches

3. Up to

Square: Furnish two (2) hinges and two (2) sash locks.

24 x 48 Inches

4. Larger Sizes: Furnish additional hinge.

: Three (3) hinges and two (2) compression latches with outside and inside handles.

5. Access panels with sheet metal screw fasteners are not acceptable. 6. Ruskin AD series.

D. Over 2 Inch w.g.: Heavy gauge galvanized steel outer frame with continuous

gasket, round self-sealing low leakage inner door, quick fastening latches, and cable. No raw edges shall be exposed. For insulated ductwork, furnish double wall door with1” insulation. 1. Access panels with sheet metal screw fasteners are not acceptable. 2. Flexmaster Inspector Series.

2.2 VOLUME CONTROL DAMPERS

A. Manufacturers: 1. Ruskin Model MD35, MDRS 25. 2. Greenheck. 3. Philips. 4. Safe-Air.

B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards -

Metal and Flexible, and as indicated on Drawings.

C. Multi-Blade Damper: Opposed blade pattern. Frame to be 16 gauge galvanized steel hat channel. Blades shall be single skin of 16 gauge galvanized steel with three longitudinal grooves for reinforcement. Maximum blade width of 8 inches. Linkage concealed in frame. ½ inch hex axle.

Page 199: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15820 - 3 of 5 T:\2013 WO\13695\Specs\HVAC\15820.doc

D. Round Damper: Fabricate of 20 gauge galvanized steel with 14 gauge butterfly damper blade, neoprene seal and stainless steel or nylon sleeve bearing.

E. End Bearings: Furnish end bearings. On multiple blade dampers, furnish oil-

impregnated nylon or sintered bronze bearings. Furnish closed end bearings on ducts having pressure classification over 2 inches wg.

F. Quadrants:

1. Furnish locking, indicating quadrant regulators on single and multi-blade dampers.

2. On insulated ducts mount quadrant regulators on standoff mounting brackets, bases, or adapters.

3. Where rod lengths exceed 30 inches4. On dampers concealed above inaccessible ceiling, provide concealed

damper regulators as manufactured by Young Regulator, Model 315, 927, 1200. In finished areas where appearance of instrument port is unacceptable, provide remote cable control as manufactured by Young Regulator, Model Bowden Cable Control.

furnish regulator at both ends.

G. Velocity and pressure rating of damper to match duct system characteristics

at installed location. 2.3 LOW LEAKAGE VOLUME CONTROL DAMPERS – OUTSIDE AIR

A. Manufacturers: 1. Ruskin CD-50, CDRS-25. 2. Greenheck. 3. Phillips. 4. Safe-Air.

B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards -

Metal and Flexible, and as indicated on Drawings.

C. Leakage Rate: 3 CFM per square foot maximum in accordance with International Energy Conservation Code.

D. Rectangular Multi Blade Damper: Opposed blade pattern. Frame to be

0.125 inch thick 6063-T-5 extruded aluminum hat channel with hat mounting flanges on both sides of frame. Blades to be airfoil type extruded aluminum with neoprene edge seals. Seals to be mechanically locked in blade and designed for easy replacement in field. Adhesive or clip-on seals are not acceptable. Linkage concealed in frame. Square or hexagonal axles. Jamb seals to be flexible metal compression type.

E. Round Damper: Butterfly damper pattern. All other materials and

construction methods to be similar to rectangular dampers.

F. End bearings: Corrosion resistant molded synthetic sleeve type.

Page 200: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15820 - 4 of 5 T:\2013 WO\13695\Specs\HVAC\15820.doc

G. Quadrants: 1. Furnish locking, indicating quadrant regulators on single and multi-

blade dampers. 2. On insulated ducts mount quadrant regulators on standoff mounting

brackets, bases, or adapters. 3. Where rod lengths exceed 30 inches4. On dampers concealed above inaccessible ceiling, provide concealed

damper regulators as manufactured by Young Regulator, Model 315, 927, 1200. In finished areas where appearance of instrument port is unacceptable, provide remote cable control as manufactured by Young Regulator, Model Bowden Cable Control.

furnish regulator at both ends.

H. Velocity and pressure rating of damper to match duct system characteristics

at installed location.

I. Provide damper position indication switch package, Ruskin SP-100, for interface with control system.

2.4 FLEXIBLE DUCT CONNECTIONS

A. Manufacturers: 1. Durodyne Model Therma Fab for indoor application, Durolon for

outdoor application. 2. Vent Fab. 3. Elgen.

B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards -

Metal and Flexible, and as indicated on Drawings.

C. Connector, indoors: Fabric crimped into metal edging strip. 1. Fabric: UL listed fire-retardant (500 deg. F. continuous) silicon rubber

coated woven glass fiber fabric conforming to NFPA 90A, minimum density 17 oz per sq yd

2. Net Fabric Width: Approximately .

3 inches3. Metal:

wide. 3 inch wide, 24 gage

galvanized steel.

D. Connector, Outdoors: Fabric crimped into metal edging strip. 1. Fabric: UL listed fire-retardant (500 deg. F. continuous) hypalon

coated woven glass fiber fabric conforming to NFPA 90A, minimum density 24 oz per sq yd

2. Net Fabric Width: Approximately .

3 inches3. Metal:

wide. 3 inch wide, 24 gage

galvanized steel

2.5 DUCT TEST HOLES

A. Temporary Test Holes: Cut or drill in ducts. Cap with neat patches, neoprene plugs, threaded plugs, or threaded or twist-on metal caps.

B. Permanent Test Holes: Factory fabricated, air tight flanged fittings with screw

cap. Furnish extended neck fittings to clear insulation.

Page 201: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15820 - 5 of 5 T:\2013 WO\13695\Specs\HVAC\15820.doc

PART 3 EXECUTION

3.1 INSTALLATION

A. Install in accordance with NFPA 90A, and follow SMACNA HVAC Duct Construction Standards - Metal and Flexible. Refer to Section 15810 - Ducts for duct construction and pressure class.

B. Install duct access doors for inspection and cleaning before and after filters,

coils, fans, automatic dampers, before and after duct mounted humidifiers, and as indicated on Drawings. Install minimum 8 x 8 inch

size for hand access, 24 x 24 inch size for shoulder access, and as indicated on Drawings. Review locations prior to fabrication.

C. Install duct test holes where indicated on Drawings and required for testing and balancing purposes.

D. Install balancing dampers a minimum of two (2) equivalent duct diameters

from duct takeoff.

END OF SECTION

Page 202: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15860 - 1 of 2 T:\2013 WO\13695\Specs\HVAC\15860.doc

SECTION 15860 AIR CLEANING DEVICES

PART 1 GENERAL 1.1 SECTION INCLUDES

Disposable, extended area panel filters and filter gages. 1.2 REFERENCES

A. ARI 850 - Commercial and Industrial Air Filter Equipment.

B. ASHRAE 52.2-1999 - Method of Testing Air Cleaning Devices Used in General Ventilation for Removing Particulate Matter.

C. UL 900 - Test Performance of Air Filter Units.

1.3 PERFORMANCE TOLERANCES

Conform to ASHRAE 52.2-1999. 1.4 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of Section 15010 – Mechanical General Conditions.

B. Operation and Maintenance Data: Include instructions for operation, changing, and periodic cleaning.

1.5 EXTRA MATERIALS

Provide MERV-8 disposable panel filters during construction. Periodically inspect temporary construction filters and change out when dirty or as directed by Owner’s representative whichever comes first. If, in the opinion of the Owner’s representative, the temporary construction filters require changing, then the filters shall be changed out with clean filters at no additional cost to the Owner. Provide one (1) clean set of MERV-8 for air balance, and one (1) spare set of MERV-8 to Owner at project completion. Clean coils free of dirt and debris at the end of construction. Complete cleaning before commissioning of equipment.

PART 2 PRODUCTS 2.1 DISPOSABLE PLEATED PANEL FILTERS – MERV-8

A. Manufacturers: 1. Camfil-Farr. 2. Precisionaire/Flanders. 3. American Air Filter PerfectPleat PF.

Page 203: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15860 - 2 of 2 T:\2013 WO\13695\Specs\HVAC\15860.doc

PART 3 EXECUTION 3.1 PREPARATION

Coordinate work of this Section with other affected work. 3.2 INSTALLATION

A. Install air-cleaning devices in accordance with manufacturer's instructions.

B. Prevent passage of unfiltered air around filters with felt, rubber, or neoprene gaskets.

C. Do not operate fan system until filters (temporary or permanent) are in place.

Replace temporary filters used during construction and testing with clean set.

D. Install filter gage static pressure tips upstream and downstream of filters. Mount filter gages on outside of filter housing or filter plenum, in accessible position. Adjust and level.

END OF SECTION

Page 204: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15985 - 1 of 5 T:\2013 WO\13695\Specs\HVAC\15985.doc

SECTION 15985 DIRECT DIGITAL CONTROLS AND SEQUENCE OF OPERATION

PART 1 GENERAL 1.1 SECTION INCLUDES

Direct Digital Controls System – Rooftop Units and Humidifiers. 1.2 SYSTEM DESCRIPTION

A. This Section defines the manner and method by which controls function. Requirements for each type of control system operation are specified. Equipment, devices, and system components required for control systems are specified in other Sections.

B. Provide all operations described in sequence of operations and as required

by Drawings.

C. RTU-1 through RTU-4: Provide controller capable of providing sequence of operation including hot gas reheat dehumidification sequence for field installation.

D. RTU-5: Provide controller to rooftop unit manufacturer for factory installation

and testing. Coordinate with equipment manufacturer. 1.3 SCOPE OF WORK

A. Prime Contractor to secure the services of Automated Logic Controls to provide Direct Digital Controls and all sensors for the new packaged rooftop units and humidifiers. Controls Contractor shall provide all sensors and controllers required to provide all operations described in the sequence of operations and to provide the conditions required by the Owner. Controls Contractor shall ship packaged rooftop unit controllers to the packaged rooftop unit manufacturer for installation. Coordinate with packaged rooftop unit manufacturer.

B. All new equipment to be integrated with the existing Owner’s front end

system. Modify control system graphics to include new project and update O&M and electronic data bases.

1.4 ACCEPTABLE MANUFACTURERS

A. Automated Logic. All bidding and construction coordination shall be arranged through the following Automated Logic contact:

Stephen Archer 848 West Byrd Blvd. Universal City, Texas 78148

Page 205: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15985 - 2 of 5 T:\2013 WO\13695\Specs\HVAC\15985.doc

Office: 210-658-0900 Cell: 210-383-4220

B. The Controls Contractor shall be a factory authorized and certified systems

and service provider for the control system.

C. Automated Logic of Texas “ALC” shall furnish new digital control systems for new project. ALC shall integrate new systems into existing ALC Facility Management System (FMS) infrastructure. All controls shall be manufactured by Automated Logic and shall be their latest edition. Equipment controllers shall communicate to building controller “LGR” via BACnet MS/TP. New LGR(s) shall communicate with existing front end located at the museum maintenance office via BACnet over IP. Existing FMS head end graphics shall be modified to reflect new project scope and equipment as detailed through this specification and contract documents.

1.5 DIRECT DIGITAL CONTROLS SYSTEM – ROOFTOP UNITS

A. HVAC System: 1. The Building Management Sytem (BAS) shall energize and de-

energize each component of HVAC system individually through the existing Building BAS and all other equipment requiring control in this Specification Section. Equipment shall operate on a predetermined schedule.

2. All rooftop package unit requiring new controllers shall be provided with a solid-state microprocessor based controller by the BAS Contractor and used to control each function of the applicable HVAC equipment using Direct Digital Control (DDC) and specifically designed software. The unitary controller may be factory mounted by the rooftop unit manufacturer. The BAS Contractor is responsible for coordination. Existing controllers removed and unable to be reused shall be returned to Owner’s representative Joe Cavanaugh.

3. Occupied Mode: The occupied mode shall be on a totally programmable time schedule. HVAC system shall operate to maintain space thermal conditions and ventilation rates.

4. Unoccupied Mode: The unoccupied mode shall be on totally programmable time schedule. HVAC system shall operate to maintain space thermal conditions and ventilation rates for purposes of set-back environment.

5. Combined Modes: The HVAC system shall be capable of assigning occupied mode status to any portion of the facility while simultaneously assigning unoccupied mode status to other portions in order to accommodate special events. As example, classrooms may be unoccupied in the evening while the Cafetorium is occupied.

6. Coordinate occupied/unoccupied/combined mode time schedules with the Owner.

7. The following minimum control points shall be adjustable through the BAS for all rooftop units: a. Supply air temperature. b. Space humidity.

Page 206: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15985 - 3 of 5 T:\2013 WO\13695\Specs\HVAC\15985.doc

c. Space CO2. d. Space temperature.

8. The following minimum information shall be displayed through the BAS for all rooftop units: a. Fan SS and status. b. Fan speed. c. Supply air temperature. d. Return air temperature and humidity. e. Outside air damper position. f. Space humidity g. Space CO2 h. Compressor status and amps. i. Condenser fan status. j. Filter status. k. Dew points calculations. l. Trend all points.

9. Provide supply air and return air temperature sensors and integrate with rooftop unit controls.

1.6 TEST AND CALIBRATION

A. After completion of installation, all controls shall be tested and calibrated to operate as required in this Specification.

B. Upon request by the Engineer's Representative, demonstration of proper

control system operation shall be provided prior to final job acceptance. 1.7 GENERAL REQUIREMENTS

A. Enclosures: All outdoor mounted DDC Unit Controllers shall be installed in a NEMA 4 metal enclosure. Indoors, the controller shall be mounted in a NEMA-1 metal panel.

B. All space temperature sensors have a temperature setpoint adjustment that

can be limited in software to plus or minus 2 Deg. F. adjustment range from set point. The set point range shall be adjustable. Coordinate range with Owner.

C. Existing duct smoke detectors operation shall be maintained. Smoke

detectors shall be interlocked as required to maintain current operation. A duct smoke detector is to be mounted at the supply and return air of each rooftop unit over 2,000 CFM, which will stop the unit upon a detection of smoke.

D. Dampers: All RTU’s: Outside air and return air control dampers will be

furnished by the unit manufacturer. Damper actuators shall be furnished and installed by the Controls Contractor. The outside air dampers will be closed when the rooftop units are de-energized, in the unoccupied mode or in the pre-cooling mode and pre-heating cycle.

Page 207: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15985 - 4 of 5 T:\2013 WO\13695\Specs\HVAC\15985.doc

E. Air Balance: The Test and Balance Contractor shall measure and verify the correct settings required for the outside air required by the sequence of operations and 100% scheduled OA by setting OA and RA dampers through software.

F. Actuators: All valve and damper actuators shall be electronic type. Only OA

damper actuators need to be spring return.

G. DDC Outputs: Separate DDC outputs will be provided for each valve, damper actuator.

H. DDC Control: All sensors and actuators described below shall be controlled

and/or monitored by the direct digital control system. Control system shall monitor and note current damper position by indicating percentage open. This position shall be accomplished by a feedback signal for all actuators. Thermostats and humidistats wired to actuators will not be allowed.

I. After Hours and Unoccupied Periods: Coordinate with Owner.

J. Building Automation System (BAS) Interface: Each unit will be provided with

a DDC Controls System (DDC) and will send the controller Occupied, Unoccupied, Optimal Start, Night Heat / Cool, and Timed Override commands to the BAS. If DDC control is not present, or communication is lost between the BAS and the unit DDC control system, the unit controller will operate using its local schedule and Occupied setpoints.

K. Set Points (adjustable):

1. Cooling: 72 degrees F. 2. Heating: 70 degrees F. 3. Humidity: 50% RH.

1.8 PACKAGED ROOFTOP UNITS

A. The unit shall consist of a filter/section, direct expansion cooling coil, digital scroll compressor, hot gas reheat valve and coil, gas heating, fan, and safety controls.

B. Each AHU shall be started and stopped under control of software.

C. Optimized starting shall be provided by varying the start time each morning

to get building temperature to desired set point by occupancy time. D. Provide coil discharge and return air temperature sensors.

E. Occupied Mode: Available cooling and modulating heating shall energize to

maintain Occupied Period space temperature set points. Software shall not allow compressors to be energized while the heater is energized, or vice versa.

Page 208: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15985 - 5 of 5 T:\2013 WO\13695\Specs\HVAC\15985.doc

F. Dehumidification Control: Provide one (1) digital, programmable space humidity sensor per unit. If the space temperature is satisfied and the space relative humidity rises above 52% RH, the dehumidification sequence shall energize to reduce the humidity level to 48% before stopping.

G. A current sensing relay shall prove fan status. If the sensor fails to prove

status, the FMS shall identify the unit and report an alarm.

H. Provide a manual reset freezestat in each AHU to stop fan when the mixed air temperature is less than 38° F.

1.9 HUMIDIFIERS

A. H-5: Provide one (1) digital, programmable space humidity sensor per unit. Should the space relative humidity drop below 48% RH, humidifier shall energize to increase the humidity level to 52% before stopping. Interlock humidifier controls with existing BMS.

B. Humidifiers H1 through H4: Interlock and control to match existing sequence of

operation.

END OF SECTION

Page 209: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15990 - 1 of 10 T:\2013 WO\13695\Specs\HVAC\15990.doc

SECTION 15990 TESTING, ADJUSTING, AND BALANCING

PART 1 GENERAL 1.1 SECTION INCLUDES

A. Testing, adjusting, and balancing of air systems.

B. Measurement of final operating condition of HVAC systems. 1.2 SCOPE OF WORK

A. Mechanical Division shall secure the services of an independent Testing, Adjusting, and Balancing Agency to perform complete testing, adjusting and balancing of the Heating, Ventilating and Air Conditioning system.

B. Responsibility of Mechanical Contractor:

1. Mechanical Contractor shall be responsible for complete system start-up prior to testing, adjusting and balancing and shall demonstrate operation of each item of mechanical equipment.

2. Motor amp draw shall be checked and adjusted to within 80% of rated amp draw during start-up procedures on all motors. Replace drive packages as necessary to achieve design conditions.

3. Set return air velocity to 500 fpm at each air unit inlet during start-up procedures.

4. Attend pre-balancing conference with testing agency to demonstrate operation of system.

5. Install clean filters in all air units. 6. Verify that systems are complete and operable. Refer to Part 3,

paragraph 3.1A. 7. Cooperate with Testing and Balancing Agency to provide all necessary

data on the design and proper application of the system components and furnish all labor and material required to eliminate any deficiencies or malperformance.

8. Install all valves, dampers, sheaves, and miscellaneous adjustment devices in a manner that will leave them accessible and readily adjustable. The TAB Agency may be consulted if there is a questionable arrangement of a control or adjustable device.

Resolve all operational deficiencies prior to submission of final TAB report.

C. Responsibility of Testing, Adjusting and Balancing Agency:

1. During construction, inspect the installation of ductwork, Facility Management System and all other components of the HVAC system. Inspection will cover that part of the work relating to proper arrangement and adequate provisions for the testing and balancing. The inspections shall be performed periodically as the work progresses with a minimum of two inspections as follows: a. When 60% of ductwork is installed in each building. b. When 90% of ductwork is installed in each building.

Page 210: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15990 - 2 of 10 T:\2013 WO\13695\Specs\HVAC\15990.doc

2. Submit brief written report of each inspection to Owner, Architect, Engineer, and Contractor.

3. Provide all instruments and equipment required to accomplish necessary testing, adjusting and balancing and as required by the Engineer to verify performance. All instruments shall be in accurate calibration and shall be calibrated in ranges that will be expected.

4. Field verify equipment nameplate electrical data. Do not derive data from submittal documents.

5. Upon completion of the installation and start-up of the mechanical equipment by the Mechanical Division, the Testing, Adjusting and Balancing Agency will test, adjust and balance the system components to obtain optimum conditions in each conditioned space in the facility. TAB Agency shall work with the Automatic Temperature Controls Contractor in commissioning the operation of all motorized/balancing duty control dampers. The TAB Agency is advised that deficiencies in HVAC construction are often encountered during final TAB services and Agency should include in bid proposal an amount it deems adequate to compensate for time in identifying the deficiencies to the Mechanical Contractor and awaiting their correction.

6. Fourteen days, or earlier, prior to Owner's Final Inspection as requested by the General Contractor, the Testing and Balancing Agency shall prepare seven copies of the completed Testing and Balancing Report and submit one copy to Owner and six copies to the Architect/Engineer. The reports shall be certified accurate and complete by a principal Engineer of the Agency.

Resolve all operational deficiencies prior to submission of final report.

1.3 REFERENCES

A. AABC - National Standards for Total System Balance.

B. ADC - Test Code for Grilles, Registers, and Diffusers.

C. ASHRAE 111 - Practices for Measurement, Testing, Adjusting, and Balancing of Building Heating, Ventilation, Air-conditioning, and Refrigeration Systems.

D. NEBB – Procedural Standards for Testing, Adjusting, and Balancing of

Environmental Systems.

E. SMACNA - HVAC Systems Testing, Adjusting, and Balancing. 1.4 SUBMITTALS

A. Submit under provisions of Section 15010 – Mechanical General Conditions: Submittals.

B. Submit name of adjusting and balancing agency for approval within 30 days

after award of Contract.

Page 211: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15990 - 3 of 10 T:\2013 WO\13695\Specs\HVAC\15990.doc

C. Field Reports: Indicate deficiencies in systems that would prevent proper testing, adjusting, and balancing of systems and equipment to achieve specified performance.

D. Prior to commencing work, submit report forms or outlines indicating adjusting,

balancing, and equipment data required.

E. Submit draft copies of report for review prior to final acceptance of Project. Provide final copies for Architect/Engineer and for inclusion in operating and maintenance manuals.

F. Provide reports in 3-ring binder manuals, complete with index page and

indexing tabs, with cover identification at front and side. Include set of reduced drawings with air outlets and equipment identified to correspond with data sheets, and indicating thermostat locations.

G. Include detailed procedures, agenda, sample report forms prior to

commencing system balance.

H. Test Reports: Indicate data on AABC National Standards for Total System Balance forms, forms prepared following ASHRAE 111 or NEBB forms.

1.5 PROJECT RECORD DOCUMENTS

A. Submit under provisions of Section 15010 – Mechanical General Conditions.

B. Record actual locations of flow measuring stations, balancing valves and rough setting.

1.6 QUALITY ASSURANCE

Perform total system balance in accordance with AABC National Standards for Field Measurement and Instrumentation, Total System Balance or ASHRAE 111 or NEBB Procedural Standards for Testing, Balancing and Adjusting of Environmental Systems.

1.7 QUALIFICATIONS

A. Agency: Company specializing in the testing, adjusting, and balancing of systems specified in this Section with minimum three years documented experience certified by AABC.

B. Perform Work under supervision of AABC Certified Test and Balance Engineer

or NEBB Certified Testing, Balancing and Adjusting Supervisor. 1.8 PRE-BALANCING CONFERENCE

Convene one (1) week prior to commencing work of this section.

Page 212: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15990 - 4 of 10 T:\2013 WO\13695\Specs\HVAC\15990.doc

1.9 SEQUENCING

Sequence work to commence after completion of systems and schedule completion of work before Substantial Completion of Project.

1.10 DESIGN CONDITIONS

A. The HVAC systems have been designed to maintain the inside conditions indicated below when operating with the outside conditions stated. HVAC systems are intended to operate 24 hours a day, year-round, in either occupied or unoccupied mode as described in Specification 15985. Install, test, adjust and balance the systems so that they will produce the inside conditions for design. Mechanical Contractor shall be prepared to provide a suitable test to prove that equipment is producing capacities scheduled.

B. Inside Conditions:

1. Summer: 72 degrees Fahrenheit dry bulb. 50% relative humidity.

2. Winter: 70 degrees Fahrenheit dry bulb.

C. Outside Conditions: 1. Summer: 98 degrees Fahrenheit dry bulb.

74 degrees Fahrenheit wet bulb. 2. Winter: 30 degrees Fahrenheit dry bulb.

PART 2 PRODUCTS

Not Used. PART 3 EXECUTION 3.1 AGENCIES

A. Engineered Air Balance Co., Inc.

B. PHI Service Agency, Inc.

C. Testing Specialties, Inc.

D. Other Acceptable Agencies: Section 15010 – Mechanical General Conditions. 3.2 EXAMINATION

A. Verify that systems are complete and operable before commencing work. Ensure the following conditions: 1. Systems are started and operating in a safe and normal condition. 2. Temperature control systems are installed complete and operable. 3. Proper thermal overload protection is in place for electrical equipment. 4. Final filters are clean and in place. If required, install temporary media

in addition to final filters. 5. Duct systems are clean of debris.

Page 213: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15990 - 5 of 10 T:\2013 WO\13695\Specs\HVAC\15990.doc

6. Fans are rotating correctly. 7. Dampers are in place and open. 8. Air coil fins are cleaned and combed. 9. Access doors are closed and duct end caps are in place. 10. Air outlets are installed and connected. 11. Duct system leakage is minimized.

B. Submit field reports. Report defects and deficiencies noted during performance

of services that prevent system balance.

C. Beginning of work means acceptance of existing conditions. 3.3 PREPARATION

A. Provide instruments required for testing, adjusting, and balancing operations. Make instruments available to Architect/Engineer to facilitate spot checks during testing.

B. Drive Assemblies: In the event that the drive assembly requires a change in

belts and pulleys, or requires an increase in motor horsepower, it shall be the responsibility of the HVAC Division to: 1. Determine the size of the replacement equipment. 2. Obtain and install the replacement equipment at no additional cost to

Owner.

C. Manual volume dampers: 1. In all cases, air volumes shall be adjusted by means of manual dampers

in the ductwork, not by integral dampers in the terminal outlets or inlets. 2. Duct damper positions shall be marked with permanent-ink markers or

black spray paint after the final setting has been made. 3.4 INSTALLATION TOLERANCES

A. Contractor shall adjust all equipment in accordance with the capacities shown on the drawings, with permissible tolerances as follows:

Supply fans +0% to +10% Return +5% to -10% Diffusers/supply grilles -5% to +10% Return grilles 0% to -10%

3.5 ADJUSTING

A. Ensure recorded data represents actual measured or observed conditions.

B. Permanently mark settings of valves, dampers, and other adjustment devices allowing settings to be restored. Set and lock memory stops.

Page 214: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15990 - 6 of 10 T:\2013 WO\13695\Specs\HVAC\15990.doc

C. After adjustment, take measurements to verify balance has not been disrupted or that such disruption has been rectified.

D. Leave systems in proper working order, replacing belt guards, closing access

doors, closing doors to electrical switch boxes, and restoring thermostats to specified settings.

E. At final inspection, recheck random selections of data recorded in report.

Recheck points or areas as selected and witnessed by the Owner.

F. Check and adjust systems approximately six months after final acceptance and submit report.

3.6 AIR SYSTEM PROCEDURE

A. Adjust all existing and new air handling and distribution systems to provide required or design supply and return air quantities at site altitude.

B. Make air quantity measurements in ducts by Pitot tube traverse of entire cross

sectional area of duct.

C. Measure air quantities at air inlets and outlets.

D. Adjust distribution system, including supply register and diffuser blade patterns, to obtain uniform space temperatures free from objectionable drafts and noise.

E. Use volume control devices to regulate air quantities only to extent that

adjustments do not create objectionable air motion or sound levels. Effect volume control by duct internal devices such as dampers and splitters.

F. Vary total system air quantities by adjustment of fan speeds. Provide drive

changes required. Vary branch air quantities by damper regulation.

G. Provide system schematic with required and actual air quantities recorded at each outlet or inlet.

H. Measure static air pressure conditions on air supply units, including filter and

coil pressure drops, and total pressure across the fan. Make allowances for 50 percent loading of filters.

I. Adjust outside air automatic dampers, outside air, return air, and exhaust

dampers for design conditions.

J. Measure temperature conditions across outside air, return air, and exhaust dampers to check leakage.

K. Where modulating dampers are provided, take measurements and balance at

extreme conditions. Balance variable volume systems at maximum air flow rate, full cooling, and at minimum air flow rate, full heating.

Page 215: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15990 - 7 of 10 T:\2013 WO\13695\Specs\HVAC\15990.doc

L. Measure building static pressure and adjust supply, return, and exhaust air systems to provide required relationship between each to maintain approximately 0.05 inches positive static pressure near the building entries.

3.7 SCHEDULES

A. Equipment Requiring Testing, Adjusting, and Balancing: 1. Air Filters. 2. Air Inlets and Outlets. 3. Packaged Rooftop Units.

3.8 REPORT FORMS

A. Title Page: 1. Name of Testing, Adjusting, and Balancing Agency. 2. Address of Testing, Adjusting, and Balancing Agency. 3. Telephone number of Testing, Adjusting, and Balancing Agency. 4. Project name. 5. Project location. 6. Project Architect. 7. Project Engineer. 8. Project Contractor. 9. Report date.

B. Summary Comments:

1. Design versus final performance. 2. Notable characteristics of system. 3. Description of systems operation sequence. 4. Summary of outdoor air and exhaust flows to indicate amount of building

pressurization. 5. Nomenclature used throughout report. 6. Test conditions.

C. Instrument List:

1. Instrument. 2. Manufacturer. 3. Model number. 4. Serial number. 5. Range. 6. Calibration date.

D. Electric Motors:

1. Manufacturer. 2. Model/Frame. 3. HP/BHP. 4. Phase, voltage, amperage; nameplate, actual, no load. 5. RPM. 6. Service factor. 7. Starter size, rating, heater elements. 8. Sheave Make/Size/Bore.

Page 216: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15990 - 8 of 10 T:\2013 WO\13695\Specs\HVAC\15990.doc

E. V-Belt Drive: 1. Identification/location. 2. Required driven RPM. 3. Driven sheave, diameter and RPM. 4. Belt, size and quantity. 5. Motor sheave diameter and RPM. 6. Center to center distance, maximum, minimum, and actual.

F. Cooling Coil Data:

1. Identification/number. 2. Location. 3. Service. 4. Manufacturer. 5. Air flow, design and actual. 6. Entering air DB temperature, design and actual. 7. Entering air WB temperature, design and actual. 8. Leaving air DB temperature, design and actual. 9. Leaving air WB temperature, design and actual. 10. Saturated suction temperature, design and actual. 11. Air pressure drop, design and actual.

G. Heating Coil Data:

1. Identification/number. 2. Location. 3. Service. 4. Manufacturer. 5. Air flow, design and actual. 6. Entering air temperature, design and actual. 7. Leaving air temperature, design and actual. 8. Air pressure drop, design and actual.

H. Air Moving Equipment:

1. Location. 2. Manufacturer. 3. Model number. 4. Serial number. 5. Arrangement/Class/Discharge. 6. Air flow, specified and actual. 7. Return air flow, specified and actual. 8. Outside air flow, specified and actual. 9. Total static pressure (total external), specified and actual. 10. Inlet pressure. 11. Discharge pressure. 12. Sheave Make/Size/Bore. 13. Number of Belts/Make/Size. 14. Fan RPM.

I. Return Air/Outside Air Data:

1. Identification/location. 2. Design air flow. 3. Actual air flow.

Page 217: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15990 - 9 of 10 T:\2013 WO\13695\Specs\HVAC\15990.doc

4. Design return air flow. 5. Actual return air flow. 6. Design outside air flow. 7. Actual outside air flow. 8. Return air temperature. 9. Outside air temperature. 10. Required mixed air temperature. 11. Actual mixed air temperature. 12. Design outside/return air ratio. 13. Actual outside/return air ratio.

J. Duct Traverse:

1. System zone/branch. 2. Duct size. 3. Area. 4. Design velocity. 5. Design air flow. 6. Test velocity. 7. Test air flow. 8. Duct static pressure. 9. Air temperature. 10. Air correction factor.

K. Air Distribution Test Sheet:

1. Air terminal number. 2. Room number/location. 3. Terminal type. 4. Terminal size. 5. Area factor. 6. Design velocity. 7. Design air flow. 8. Test (final) velocity. 9. Test (final) air flow. 10. Percent of design air flow.

L. Packaged Rooftop Unit:

1. Identification/number. 2. Location. 3. Manufacturer. 4. Model number. 5. Serial number. 6. Condensing Section Data:

a. Entering DB air temperature, design and actual. b. Leaving DB air temperature, design and actual. c. Number of compressors.

7. Evaporator Coil Data: a. Air flow, design and actual. b. Entering air DB temperature, design and actual. c. Entering air WB temperature, design and actual. d. Leaving air DB temperature, design and actual. e. Leaving air WB temperature, design and actual.

Page 218: BUSH GALLERY RTU REPLACMENT PROJECT 340 …...Bush Gallery RTU Replacement Project Stridde, Callins & Associates, Inc. Project No. 13695 PREFACE Page 1 of 1 PREFACE The Specifications

15990 - 10 of 10 T:\2013 WO\13695\Specs\HVAC\15990.doc

f. Saturated suction temperature, design and actual. g. Air pressure drop, design and actual.

8. Natural Gas Heater: a. Design capacity. b. Number of stages. c. Air flow, specified and actual. d. Temperature rise, specified and actual.

9. Evaporator Fan: a. Arrangement/Class/Discharge. b. Air flow, specified and actual. c. Return air flow, specified and actual. d. Outside air flow, specified and actual. e. Total static pressure (total external), specified and actual. f. Inlet pressure. g. Discharge pressure. h. Sheave Make/Size/Bore. i. Number of Belts/Make/Size. j. Fan RPM.

END OF SECTION