Loading...
HomeMy WebLinkAboutC2017-536 - 6/7/2017 - NA 2017-536 6/07/17 Barcom Construction Inc. 'Pt / FMAC TASK ORDER AGREEMENT 1!362uTw/ This FACILITIES MULTIPLE AWARD CONTRACT TASK ORDER AGREEMENT(ORDER) is between the City of Corpus Christi, a Texas home-rule municipal corporation (CITY), acting through its duly authorized City Manager or designee, the Director of Engineering Services or City Engineer, and Barcom Construction, Inc. (CONTRACTOR), acting by and through its duly authorized representative, Elaine Hoffman (Name), President (Title). The parties agree as follows: 1. This ORDER is issued under the Facilities Multiple Award Contract Master Agreement signed on July 26, 2016, pursuant to Request For Proposals No. 2016-04. All terms and conditions of the Master Agreement pertain to this ORDER. 2. CONTRACTOR was selected for award of this ORDER under Request for Task Order Proposal (RFTOP) No. E14075 3. CONTRACTOR shall construct and complete certain improvements in accordance with the plans and specifications described in Exhibit "A" (attached and incorporated herein), perform all work as provided in said plans and specifications, and do such additional work ----- ---as-may-be-considered necessary to complete the work in a satisfactory and acceptable --------------- manner (the"Work").The CITY reserves the right to make such changes in the plans and specifications and in the character of the work as may be necessary or desirable. Authorization for all changes must be made in writing. The CONTRACTOR shall furnish all labor, tools, material, machinery, equipment and incidentals necessary to the prosecution of the Work unless otherwise provided by the written terms of the plans and specifications. 4. The work described in the Task Order documents shall be completed within 190 Calendar Days of Notice To Proceed. 5. In consideration of the completion of the above-described Work, the CITY agrees to pay to CONTRACTOR the amount of $488,592.23 U.S.. for City Project 814075 ABC Convention Kitchen Freight Elevator . Said payment shall be conditioned upon the acceptance of the work by the CITY as certified by its final inspection following the receipt of notice from the CONTRACTOR that the work is completed and ready for acceptance. Upon completion of work and before acceptance and final payment is made,the CONTRACTOR shall clean and remove from the work site all surplus and discarded materials, temporary structures and debris of every kind in order to leave the work site in a neat, orderly condition, equal to that which originally existed.The CONTRACTOR shall submit a notarized affidavit that bills for all labor, equipment, materials and supplies associated with the project have been paid before final payment is released. Rev 09/2016 INDEXED ABC CONVENTION CENTER KITCHEN FREIGHT ELEVATOR REPLACEMENT PHASE 2 CITY OF CORPUS CHRISTI STRIDDE, CALLINS & ASSOCIATES, INC. F-6328 Section Title Pgs. Division 08 — Openings 08 11 13 Hollow Metal Doors, Frame, and Hardware Schedule for 3 Exterior Elevator Equipment Room Division 14— Conveying Equipment 14 24 00 Hydraulic Elevators 16 Division 15 - Mechanical 15100 HVAC Specifications 13 Division 16 - Electrical 16000 Electrical Specifications 15 SPECIFICATION INDEX 1 City of Corpus Christi American Bank Center—Elevator upgrades SECTION 081113 - HOLLOW METAL DOORS, FRAME, AND HARDWARE SCHEDULE FOR EXTERIOR ELEVATOR EQUIPMENT ROOM. � � PART 1 - GENERAL oNSCARc J;w OQ. 01 ix 1.1 SECTION REQUIREMENTS M . o � A. Submittals: Product Data and Shop Drawings. (P% 1§1792�N qrF OF PART 2 - PRODUCTS SEPT. 8TH, 2015 2.1 HOLLOW METAL DOORS AND FRAMES A. Manufacturers:[ One of the following:] 1. Amweld Building Products, LLC. 2. Benchmark; a division of Therma-Tru Corporation. 3. Ceco Door Products; an Assa Abloy Group company. 4. Curries Company; an Assa Abloy Group company. 5. Steelcraft; an Ingersoll-Rand company. 6. Windsor Republic Doors. B. Fire-Rated Doors and Frames: Labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, based on testing at positive pressure according to NFPA 252 or UL 10C. 1. Door and frame shall be 90 min. UL fire rated assembly C. Smoke- and Draft-Control Door Assemblies: Listed and labeled for smoke and draft control, based on testing according to UL 1784 and installed in compliance with NFPA 105. D. Windstorm tested and certified door and frame assembly. Tested and compliant with ASTM E1886 and E1996 test standards currently adopted by Texas Department of Insurance (TDI) Windstorm Division and any other standards and / or test certifications currently required for acceptance by TDI. NOTE subject to discretion of the project Windstorm Engineer a Florida Building Code certified assembly may be accepted if a corresponding TDI approval is not available provided that all relevant ASTM and other required test certifications as noted above are provided for review by the project Windstorm Engineer. Acceptance is solely at the discretion of the project Windstorm Engineer. E. Doors: Complying with SDI A250.8 for level and model and SDI A250.4 for physical- endurance level indicated, 1-3/4 inches thick unless otherwise indicated. 1. Exterior Doors: Level 3 and Physical Performance Level A (Extra Heavy Duty), Full Flush, Seamless, metallic-coated steel sheet faces. HOLLOW METAL DOORS AND FRAMES 081113 - 1 City of Corpus Christi American Bank Center—Elevator upgrades a. Thermal-Rated (Insulated) Doors: Where indicated, provide doors with thermal-resistance value (R-value) of not less than R-11 when tested according to ASTM C 1363. 2. Hardware Reinforcement: Fabricate according to SDI A250.6 with reinforcement plates from same material as door face sheets. 3. Provide (2) 3'-0" x 7'-0" door units paired F. Frames: ANSI A250.8; conceal fastenings unless otherwise indicated. 1. Steel Sheet for Exterior Frames: 16 Gauge minimum thickness. 2. Exterior Frame Construction: Full profile welded. 3. Hardware Reinforcement: Fabricate according to ANSI/SDI A250.6 with reinforcement plates from same material as frames. 4. Frame Anchors: As required for TDI Windstorm compliant assembly. 5. Provide single 6-0" x 7'-0" frame unit to receive paired doors. G. Door Silencers: Three on strike jambs of single-door frames and two on heads of double-door frames. H. Prepare doors and frames to receive mortised and concealed hardware according to SDI A250.6 and BHMA Al 56.115. I. Reinforce doors and frames to receive surface-applied hardware. J. Prime Finish: Manufacturer's standard, factory-applied coat of lead- and chromate-free primer complying with SDI A250.10 acceptance criteria. 2.2 MATERIALS A. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, A60. B. Frame Anchors, Inserts, Bolts, and Fasteners: Hot-dip galvanized according to ASTM A 153/A 153M. 2.3 HARDWARE A. Hardware schedule as specified is based on performance and quality of manufactures indicated. Proposed substitutions must be clearly indicated as intended substitution in the project submittal with data clearly documenting equal performance and quality. B. Hardware Schedule 6 each Butts TA2314 4-1/2" X 4-1/2" NRP US32D McKinney 1 each Lockset 8225 x LNL US26D Sargent 2 each Surface Bolts 988 US2C Sargent HOLLOW METAL DOORS AND FRAMES 081113 -2 City of Corpus Christi American Bank Center—Elevator upgrades 1 each Threshold 2005AV x 72" Pemko 1 set Weatherstrip 303AV 1 pc. 72", 2 pc. 84" Pemko 1 each Astragal 355CS x 84" Pemko PART 3 - EXECUTION 3.1 INSTALLATION A. Install hollow metal frames to comply with SDI A250.11. 1. Fire-Rated Frames: Install according to NFPA 80. B. Install doors to provide clearances between doors and frames as indicated in SDI A250.11. C. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of galvanized sheet and apply touchup of galvanizing repair paint. END OF SECTION 081113 HOLLOW METAL DOORS AND FRAMES 081113 - 3 SECTION 14 2400 HYDRAULIC ELEVATOR AMERICAN BANK CENTER PART 1 —GENERAL 1.01 SUMMARY A. Scope: It is the purpose of this specification to include all labor, material, tools, rigging and equipment necessary to: 1. Provide Alterations to One (1) hydraulic Freight Elevator, complete in every respect, make any code and ADA/TAS required changes, and meet the requirements as indicated and/or specified. Elevator is designated as Kitchen Freight [TXE# 014373]. 2. Related Work: A. Division 26 Electrical. B. Division 27 Communications C. Division 28 Electronic Safety and Security 3. Coordinate the work of this Section with work of other trades as required to properly execute the work as necessary to maintain satisfactory progress of the work of other Sections. All work shall be coordinated with the General Contractor. 4. The Alteration of the elevator must be properly coordinated so that the time for the elevator to be out of service is minimized. Schedule the removal of the Kitchen Elevator from service with the Owners representative. Elevator contractor shall provide all necessary and required protection in hoistway areas for the entire alteration process. 5. If these specifications are not complete as to any minor detail of a required feature, or with regard to the manner of combining or installing parts, material or equipment, but there exists an acceptable trade standard for good and workmanlike practices, such detail shall be deemed by implication to have been required by these specifications in accordance with such standard. B. Related Work and Existing Conditions: 1. Machine room and pit lighting and convenience outlets, 460/480 volt 3 phase, 60 hertz electrical power distribution to elevator machine rooms including emergency power distribution and products of combustion detection systems by others; elevator contractor to interface elevator controls with smoke initiating devices for recall to designated and alternate landing. 2. Elevator contractor to confirm pit ladder compliance with ASME A17.1-2007 Code; should pit ladder require replacement or modification it shall be the sole responsibility of the elevator contractor. 3. Cutting and patching: if the elevator contractor requires modifications to any hoistway enclosure spaces or spaces required to install signal fixture boxes, it shall be the sole responsibility of the elevator contractor to modify as required. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-1 C. Site Visit and Inspection of Existing Equipment: 1. By submitting a bid, elevator installer certifies that he has visited and inspected the site and existing facilities and has informed himself in detail as to all existing conditions that may affect the work and compared to the contract documents. Failure to do so will not be considered sufficient justification for additional compensation and/or extension of contract time. 1.02 SUBMITTALS A. Submittals are required on all new equipment and devices installed on this alteration. B. Submit drawing(s) showing: 1. Provide machine room layout of existing conditions and proposed location for new components and corresponding dimensions of hoistway, clear overhead and pit depth. Include all necessary weights and reaction loads. C. Descriptive Data: Submit project specific details of operation and auxiliary equipment for approval prior to manufacture. D. Samples: All exposed materials with finish and signal fixture devices. 1. Omit all logos from exposed finishes or components. E. Maintenance Data: Provide written information necessary for proper maintenance, safety tests and adjustment of the equipment prior to final acceptance as follows: 1. Straight line wiring diagrams of as-installed elevator circuits with index of location and function of all components. Wiring diagrams must be Project specific including serial numbers of new primary components. Provide 4 corrected sets for Owner's file 90 days after acceptance. One (1) set shall be permanently mounted in elevator machine room and one (1) set on Auto Cad CD or other acceptable electronic media. 2. Lubricating instructions and recommended lubricant grade. 3. Parts catalogs and maintenance manuals. Six (6) sets of elevator keys tagged and identified for feature and function. 4. Include any special tools, pass words, fault codes, fault code solutions, software package or manuals that are required for maintenance, trouble shooting, adjustments or performing safety tests of the elevators for the Owner's use. Service tool(s) shall be included at no additional cost to Owner or Owner's agent. 5. Provide a minimum of two (2) hours of onsite Owners training in the safe use of the elevator systems and owners information outlined in 1.02 E. Training shall be accomplished by supervisory level personnel. 6. Demonstrate the ability to use non proprietary means to adjust, trouble shoot and perform Code required Safety tests as outlined in 1.02, E. 1.03 REFERENCES A. Comply with applicable building codes and elevator codes at the project site, including but not limited to the following: 1. ASME A17.1 Safety Code for Elevators and Escalators, current adopted edition. 2. ASME A17.3-2002 Safety Code for Existing Elevators and Escalators. 3. ASME A17.2.2 Inspectors Manual for Hydraulic Elevators, current adopted edition 4. NEC/NFPA 70 National Electrical Code. 5. NFPA 80 Fire Doors and Windows. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-2 6. Americans with Disabilities Act— Accessibility Guidelines (ADAAG) current adopted edition and amendments. 7. ANSI A117.1, Buildings and Facilities, Providing Accessibility and Usability for Physically Handicapped People-current adopted edition. 8. Texas Accessibility Standards current adopted edition. 9. ASME UL 10B and ASTM E152, Fire tests of door assemblies. 10. International Building Code, current adopted edition City of Corpus Christi, Texas. 11. City of Corpus Christi, Texas Code Amendments. B. Make application for, secure and pay for all necessary permits and certificates of inspection for all equipment included herein, as required by the various departments of the Local and State Authorities [TDLR]. Furnish the Owner certificates and approval as required by the local governing authorities having jurisdiction. C. In addition to the permits, inspections and test specified and the governing codes, the elevator contractor will be required to have performed speed and load carrying capacity and heat tests at his own expense. D. Any damage of any kind to the car or the adjoining structure, which may develop through performance of any tests, shall be repaired at no additional costs to the Owner. 1.04 CONTRACTOR'S RESPONSIBILITY A. The electrical and mechanical design shall be based on the existing power characteristics and heat releases. The Contractor shall submit with bid any power characteristics or heat releases of this equipment that exceeds that of the equipment in place. Any additions or modifications requested at a later date will be at the expense of the Contractor. B. Store materials in a dry protected area. Protect and handle materials in accordance with manufacturer's recommendations to prevent damage, soiling, or deterioration. 1.05 WARRANTY A. For new equipment installed, provide warranty to replace, repair, or restore parts or components that fail or do not operate properly due to poor field or factory workmanship, engineering or design for a period 12 months from the date of signed final acceptance. 1.06 MAINTENANCE A. Furnish regular maintenance for the Elevator during the Alteration period (Interim Maintenance) beginning on Notice to Proceed and when on-site Elevator work begins through substantial completion and for the 1 year Warranty Period. The maintenance service shall comply with the scope of work for the existing elevator maintenance contract at American Bank Center, including regular examinations of the installation by competent and trained mechanics, and shall include all necessary adjustments, greasing, oiling, cleaning, and supply of parts and accessories necessary to keep the equipment in good operating condition, except such replacement of parts made necessary by misuse, accidents not attributable to failure of equipment or workmanship, and negligence of the Owner. Include 24 hour call back service. B. Interim Maintenance shall include the Kitchen Freight Elevator in Section 142400. Reference Interim Maintenance, Part 3, Execution. C. Terms and Conditions of the existing Maintenance Agreement in place shall prevail as the standard for Interim and Warranty Maintenance. Annual State of Texas QEI Inspections and safety test must be kept current during the Alteration and Warranty periods. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-3 1.08 QUALITY ASSURANCE A. The specific product or material manufactured by any of the following listed manufacturers is "acceptable" only if the specific product or material can evidence exact compliance with the contract documents and governing codes. 1. ThyssenKrupp Elevator Company 2. Schindler Elevator Corporation 3. Otis Elevator Company B. Elevator Contractor must be able to demonstrate that he has installed and maintained similar elevators to those specified and which have given satisfactory service; has been in successful operation for at least five (5) years; maintains locally an adequate stock of parts for replacement or emergency purposes; has available qualified persons to do the work. C. The controls shall not have any software embedded that shuts the elevator down if the equipment is not malfunctioning, and forces the Owner to call the Manufacturer for service. 1.09 PARTS AND PRINTED CIRCUIT BOARDS A. Contractor guarantees they will sell all parts and printed circuit boards to the Owner or the Owner's Agent. The same shall not be dependent on an exchange component. PART PRODUCTS 2.01 MANUFACTURES A. The following manufacturers and installers are acceptable: 1. For all elevators: Base Bid: ThyssenKrupp Elevator Company Alternate Bid #1: a. Otis Elevator Company b. Schindler Elevator Company 2. Approved Dispatching Control Systems: Motion Control Engineering Motion 2000 Elevator Controls Corporation H 900 American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-4 2.02 TYPE AND GENERAL CHARACTERISTICS A. Freight Elevator: Kitchen Freight Elevator Quantity of Elevators One (1) Capacity 7500 Lbs. Class A Loading Speed 65 FPM Rise No Change; field verify Stops/Openings 3 stops/3 openings; 1-2-3 Openings Front& Rear-field verify locations Machine Type Provide new hydraulic power unit and Hydraulic valve equal to Maxton Mfg. Company Machine Room Location Retain existing Platform Provide new car sling and platform as specified Platform Floor Covering Provide new aluminum tread plate as specified Car Motion Control Provide new microprocessor type as specified Hoistway Entrances: Retain and reuse channel door frames Provide new bi-door assembly as specified Interlocks Provide new as specified Door Operation New -Heavy Duty DC Master Operator Door Protection Provide new proximity type and safety edge Car Enclosures Provide new as specified Signals: Hall Buttons Provide new as specified Hall Lanterns Provide new as specified Car Position Indicators Provide new as specified Car Operating Panels Provide new as specified Communications Provide new as specified American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-5 Fireman Service Phase I and II Emergency Power Battery Lowering as specified 2.02 MACHINE ROOM EQUIPMENT A. Hydraulic Machines and Elevator Controller: manufacturer's standard single-acting under-the-car hydraulic plunger-cylinder unit(retain) for each elevator, with electric pump-tank-control system equipment in machine room as indicated. 1. Power Unit(New): a. Provide manufactures standard Oil Pumping and Control Mechanism. Oil pumping and control mechanism shall be compactly and neatly designed with components combined in a self-contained unit. Submerged oil-hydraulic pump shall be especially designed and manufactured for oil-hydraulic elevator service. Pump shall be of the positive displacement type, inherently designed for steady discharge with minimum pulsations to give smooth and quiet operation. b. Output of pump shall not vary more that 10 per cent between no-load and full-load on the elevator car. Drive shall be by direct coupling. c. Motor shall be especially designed for oil-hydraulic elevator service, of standard manufacture, and of duty rating to comply with herein specified speeds and loads. d. Oil Control Unit shall consist of the following components, built into a single housing. Welded manifolds with separate valves to accomplish each function will not be acceptable. Adjustments shall be accessible and shall be made without removing the assembly from the oil line: (1) Relief valve shall be externally adjustable, and shall be capable of bypassing the total oil flow without increasing back pressure more than 50 percent above working pressure. (2) Up Start and Stop Valve shall be externally adjustable, and designed to bypass oil flow during start and stop of motor pump assembly. Valve shall close slowly, gradually diverting oil to or from the Jack Unit, insuring smooth up starts and up stops. (3) Shut-off valve in supply line to cylinder in machine room and pit. Furnish and install all new hydraulic oil line and fittings with isolated couplings. (4) Check valve shall be designed to close quietly without permitting any perceptible reverse flow. (5) Lowering Valve and Leveling Valve shall be externally adjustable for drop-away speed, lowering speed, leveling speed and stopping speed to insure smooth "Down"starts and stops. The leveling valve shall be designed to level the car to the floor in direction car is traveling when slowdown is initiated. Maximum level variation shall be plus/minus '/4 inch. (6) Provide storage tanks constructed of steel in conformance with ASME A17.1, Section 304. Tank size shall be 120 per cent of normal size. An initial supply of hydraulic fluid shall be provided. A tank heater, thermostatically controlled, shall be placed in the storage tank to maintain proper oil temperature. (7) Oil cooler: suitable size oil cooler units shall be installed on or in the oil storage tank equal to Minnesota Elevator Products AOC or BOL. Cooler American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-6 shall be sized to insure oil temperature does not cause "oil odors" in machine room or hoistway, or heat shutdown of the elevator. e. Power controller shall contain necessary electrical contactors, electro- mechanical switches and thermal overload relays. Components shall be mounted in a NEMA 1 enclosure. Logic control system shall be microprocessor based, integrated solid state circuitry. System shall be protected from environmental extremes and excessive vibrations. Provide a solid state starter to limit current inrush during starting and to provide gradual acceleration of the motor. Motor starting shall not be initiated by mechanical contacts. The starter shall include a current limit adjustment range of 200 percent to 450 percent of the overload adjust range. B. Leveling: 1. Elevator car shall have two-way leveling to automatically bring the car to a stop approximately level with any floor for which a stop has been initiated, regardless of load, or direction of travel. Maximum level variation plus/minus 1/4 inch. 2. Automatic leveling control shall permit the synchronization of door opening with stopping of the car at a floor. Advanced door opening shall not be acceptable. C. Sound Reducing: New Hydraulic Power Units. 1. Provide resilient isolators to support all machines to eliminate sound transmission and vibration to building components. 2. Properly isolate oil hydraulic lines and connections to minimize sound transmission and vibration to building components. D. Identification 1. Provide identifying numbers on machines, controllers, power disconnect switches, car frame, and in the cab. E. Operation 1. Motion Control: a. Furnish and install new microprocessor motion controller. b. The motion control system shall perform all of the functions of safe elevator motion and elevator door control. This shall include all of the hardware and software required to connect, transfer and interrupt power, and protect the equipment against overloads. 2. Operations: a. Control of the elevator shall be automatic operation , Selective Collective for all single elevators as scheduled, by means push buttons in the car numbered to correspond to floors served, for registering car stops and by "up/down" push buttons at each intermediate landing and "call' push buttons at terminal landings. Momentary pressing of one or more buttons shall dispatch car to the designated landing in the order in which landings are reached by car, regardless of sequence in which the buttons are pressed. Each landing call shall be canceled when answered. The pressing of an "up" button when the car is traveling in the down direction shall not intercept the travel. (1) When the car has responded to the last stop, its direction of travel shall reverse automatically. (2) The control shall be arranged so that, normally, a car shall be parked at the main floor. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-7 b. A key operated switch shall be provided for the elevator for selecting independent service operation. When the switch is in the "Independent Service" position, the elevator shall be disconnected from the control system and all hall calls. The elevator taken out of service may be run from its car buttons for any special usage. C. In the event the car shall stall below the top landing due to low oil in the system or if for any other cause the car fails to reach the top landing within a predetermined time while traveling "up", a circuit shall be provided which shall automatically return the car to the bottom landing and open the doors, after which elevator shall be completely shut down. Service to the car can be restored by recycling the mainline switch. d. Car Reversal Operation: a car without registered car calls arriving at a floor where both up and down hall calls are registered shall initially respond to the hall call in the direction that the car is traveling. If no car call or hall call is registered for further travel in that direction, the car shall close its doors and immediately reopen them in response to hall call in the opposite direction. The direction lanterns shall indicate the change in direction when the doors reopen. If a car stops in an unoccupied zone and no demand for service exists, doors shall not open or hall lanterns illuminate. F. Auxiliary Operation: 1. General: In addition to primary control system features, provide the following controls or operational features for the passenger and service elevators, except where otherwise indicated. 2. Firefighters' Emergency Operation— Phase I: The activation of a key switch or a smoke detection device, in the elevator vestibule shall return all cars in the group express to the designated floor and by-pass all car and hall calls. The cars shall park at the designated floor with the doors open and will not respond to car or hall calls unless the SES-II switch in the car is activated. This system shall be in conformance with the current ASME Code A17.1, Section 2.27.3. 3. Firefighters' Emergency Operation— Phase II: In-car control of each elevator during the emergency operation, by means of a key switch in each car shall be provided. Operation and controls shall be per ASME A17.1, 2.27.3. 4. Emergency Power/Battery Lowering: The elevator control system shall include a self contained battery lowering feature that shall be activated upon loss of normal building power. The elevator shall safely lower to the designated landing if located above the designated landing and open the doors for a pre determined field adjustable time; if located at the designated landing or below, safely level into the floor landing position and cycle the elevator doors for a field adjustable time. G. Electrical Wiring: Electrical wiring shall comply with the ASME and National Electrical Codes and all applicable local codes. New wiring shall be included for all devices installed. 1. Furnish and install complete insulated wiring to connect all parts of the equipment. Properly ground all components as required by National Electric Code. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-8 2. Insulated wiring shall have a flame retarding and moisture resisting outer cover and shall be run in a metal conduit, metallic tubing, or wire ducts. (Existing conduit, tubing or duct may be re-used if in satisfactory condition and suits job conditions.) 3. Provide 6 percent spare wires between each controller, leveling device, hoistway junction box, and control panel, also, provide 6 percent spare conductors in each trail cable; all spares shall be properly tagged or otherwise identified with clear and indelible markings. 4. Tag code all field wiring at junction points; control wiring in traveling cables at their terminals in the machine room: elevator car junction box and connections within the car. Test entire wiring system for insulation to ground. 5. Provide total of eight (8) twisted/shielded pairs for security and other uses in the traveling cable for the elevator. The twisted/shielded pairs shall be located in a cable which is not used to carry alternating current circuits. The shielded wiring shall extend to junction box in the elevator machine room. 6. Existing feeders: If Contractor proposes any change in electrical service characteristics from those indicated in the documents, he shall alert the Owner prior to commencing Work of this elevator infrastructure upgrade phase. Contractor shall avail himself of every opportunity to survey existing equipment prior to execution of this sub contract. Any proposed infrastructure changes shall be submitted in writing. Any electrical infrastructure changes required after execution of this sub contract shall be in accordance with the Conditions of the Contract. 7. All travelling cable and hoistway wiring removed from machine room and hoistway spaces shall be removed from the premises and properly disposed in accordance with all applicable rules and regulations; reference Part 3 Execution. 2.03 HOISTWAY EQUIPMENT A. Rails: 1. Retain steel tee elevator guide rails. Clean free of all dust, rust and or other debris, correct any defective joints; check fastenings to the building structure and correct as required. 2. Provide manufactures lubricated slide guides, mounted on the top and bottom of the car frame to engage the guide rails. Slide guides shall be heavy duty type suitable for the elevator capacity and loading. B. Jack & Piston Unit: 1. The Jack unit assembly shall be retained and re-used. Clean all exposed components; seal pit floor at cylinder location as required. Elevator pit channels shall be replaced with new including a galvanized coating suitable for damp conditions. Submit galvanized material specification data for approval. C. Car Frame and Platform: 1. The car platform shall be constructed of steel with 3/" plywood sub-floor and fire proofing on the underside. The platform shall rest on rubber pads designed to form an isolating cushion between the car and car frame. Car frame shall be fabricated from formed or structural steel members and shall have adequate bracing to support the platform and car enclosure. 2. The car platform shall be designed for Class "A" loading. 3. The finished flooring shall be by the elevator contractor, approved and selected by the Owner or Owner's agent. Furnish and install aluminum tread plate flooring for the Freight Elevator; the flooring shall be secured to the platform with counter sunk fasteners and a minimum number of seems. All seems shall be sealed with a water proof caulking compound. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-9 D. Car Buffers: 1. Replace spring buffers and pit channel assembly; completely clean the pit space free of all debris. Each buffer shall be coated with a galvanized material suitable for damp conditions. Submit material specifications for approval. 2. Elevator pit space shall be broom clean of all dirt, dust and debris. E. Terminal Stopping Device: 1. Upper and lower normal terminal stopping devices may be reused. Arrange to slow down and stop the car automatically from any speed obtained under normal operation within the top and bottom over travels independent of the normal stopping means and final terminal stopping device, and the buffers. 2. Terminal stopping devices may be reused. Arranged to stop the car automatically after the car has passed a terminal landing independent of the operation of the normal terminal stopping device, but with the buffers compressed. F. Top of Car Operations: 1. Provide new car top inspection and maintenance station per ASME A17.1. 2. The car may be operated by constant pressure on the appropriate direction button. The normal car operating station shall be inoperative when the the-top- of-car operation station is in use. G. Car Top Light: 1. Provide Code approved car top electrical light with switch and suitable guard. Install Code required GFCI outlet. H. Pit Switch: 1. Emergency stop switch shall be located in each pit accessible from pit access ladder. I. Hoistway Doors: 1 Hoistway Entrances Freight Elevator: (1) Furnish and install power operated all-steel counterbalanced bi-parting hoistway doors with panels made of not less than #12 U.S. gauge sheet steel with#20 gauge stainless steel 5WL on corridor side door panels. (2) The upper edge of the lower door section shall be provided with a truckable sill to handle class "A" freight elevator loading. The lower edge of the upper door section shall be provided with a 1 inch astragal of neoprene complying with the American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 10 requirements of the ASME A17.1 code. Door panels shall be furnished with one web strap for emergency manual operation. (3) Provide a glass vision panel not less than 4"x10" in each upper door section. Each door shall be equipped with an approved interlock which prevents the operation of the elevator until all doors are closed and locked. Doors shall be given a heavy coat of rust inhibitive primer at the factory.- (4) Floor designations on hoistway door frames shall be permanently attached to frames. (5) Each door shall bear the 1-1/2 hour UL fire label. J. Door Hardware: 1. Provide new door closers on each door arranged to close the door automatically if car leaves the landing zone with the door open; adjust all door closer devices for smooth door operation. 1. Furnish and install device to restrict hoistway and car door opening to not exceed 4 inches when the car is outside the landing zone. K. Door Operation: 1. Hoistway Door Interlocks. Each elevator hoistway door shall be equipped with a hoistway unit system door interlock. The interlock shall prevent the operation of the elevator driving machine by the normal operating device unless the hoistway door is locked in the closed position. The interlocks shall also prevent the landing zone and is either stopped or being stopped. 2. Door Operator. Heavy duty, DC master door operator capable of opening doors at not less than 1-1/2 feet per second and accomplishing reversal in 2-1/2 inches maximum of door movement. Doors shall open automatically when car arrives at floor to permit transfer of passengers; after a timed interval, doors shall automatically close. Arrange operator so doors can be opened by hand from inside car in case of power failure, if cars are within the leveling zone. Include device to restrict car door and hoistway door opening to 4 inches if car is outside the unlocking zone. Provide closed loop circuits. 3. Door Protective Devices. a. Provide car doors with protective device which shall consist of a multiple- beam door detector that initiates a door reversal if any one of the beams is interrupted. The infrared beams shall provide a crisscross or parallel matrix of beams on 2-inch centers across the door opening that covers an area from the sill to a height of about 64 inches. Beams shall scan the opening at a scan rate of not less than 10 times per second. If while the door is closing, the matrix of invisible light beams is interrupted, the door will stop and reopen, after which the door shall again start to close. b. If the car door is prevented from closing for 20 seconds, the door shall close at a reduced speed, and a loud buzzer located on the car shall sound. Once the car door protective device is cleared, the door resumes normal closing speed. L. Car Enclosure: 1. Freight Elevator: Manufacture's 14 gauge freight enclosure: A. Provide manufacturers standard steel cab enclosure as specified. American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 11 B. Car shall be enclosed on two (2) sides to a height of 8' 0"with flat sheet steel of not less than #14 U.S. gauge steel properly braced and reinforced. Enclosure shall be practically flush on the inside securely and rigidly fastened. Provide capacity plate and certificate frame mounted on car enclosure. C. A solid sheet steel of not less than #12 U.S. gauge shall be installed over the car and properly supported to withstand a load of not less than 300 pounds on any 4 square feet of area. Provide recessed fluorescent lighting for a minimum of 10 fc at floor. Provide 2 speed squirrel cage exhaust fan, Morrison AA or equal. D. Car entrance(s) shall be protected by a 6'0" balanced steel gate (vertical sliding type). Gate shall consist of a braced steel frame filled with metal not less than #13 U.S. gauge. Gate shall be properly guided on steel tracks and counterbalanced by weights attached to gate by flexible wire ropes on sprocket chain running over suitable sheaves or sprockets. Counterweights shall be enclosed. E. All surfaces of car enclosure shall have heavy sprayed double coat of rust inhibitive primer enamel. F. A 1/8" aluminum checker plate wainscot shall be installed to 54" AFF securely fastened on all sides with butt joints. Fasteners shall be counter sunk. All edges shall be smooth and beveled. Two 4" neoprene bumpers shall be provided on two side and rear wall(s) equal to Pawling Corporation. Tops of bumpers shall be mounted 12" & 30" AFF or as required by the Owner or Architect. Refer to manufacturer's installation instructions and hardware for mounting bumper rails. 204 SIGNAL SYSTEMS A. Hall Buttons: 1. Furnish and install new call buttons in the same quantity as existing. At each terminal landing a single push button shall be provided, and at each intermediate landing a button fixture shall be provided containing "up" and "down" push buttons. 2. At the "Garage" floor landing furnish and install a key pad device which will control access for hall call registration. User must enter a pre-determined code which will register the up call. Submit key pad cut sheets and product data for approval. 3. When a call is registered by momentary pressure on a landing button, that button shall become illuminated and remain illuminated until the call is answered. 4. Faceplate of hall buttons shall be stainless steel, with No.4 satin finish. Include pictograph per ASME A17.1, 2.27.9 for each hall station cover plate. 5. Hall button faceplate at the designated landing shall include telephone jack with shielded pair wiring, Firefighter's Phase I, three position keyed switch with engraved instructions in accordance with ASME 17.1, 2.27.3.1. 6. Hall station fixture shall be equal to Innovation Industries vandal resistant Bruiser series. B. Hall Lanterns: 1. Furnish and install a hall lantern with a digital PI ate each entrance opening. Provide a vandal resistant triangle lens and faceplate with a field adjustable American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 12 electronic chime. The lanterns, when illuminated, shall indicate the elevator car which shall stop at the landing and in what direction the car is set to travel. When the car reaches a predetermined distance from the floor where it is going to stop, the corresponding hall lantern shall illuminate and shall sound once for up and twice for down. The hall lantern shall remain illuminated until the car doors close in preparation for leaving the floor. C. Car Position Indicators: 1. Provide new 2" LED type with direction arrows in car operating panel where scheduled. D. Car Operating Panels: Provide 1 new car operating panel for the freight elevator as scheduled. Elevator car panel location shall meet ADA/TAS requirements. The car operating panels shall include the following: 1. Self-illuminating floor registration without markings on buttons to match hall pushbutton type and design. Stainless steel#4 cover plate. 2. Alarm, door control buttons and emergency light. 3. Firefighter's key switch, pilot light, call cancel and buzzer per ASME A17.1. 4. Jack for Firefighter's headset and shielded pair wiring. 5. All buttons shall be designated by raised markings with Braille, applied with concealed fasteners to meet ADA/TAS requirements. Stick on markings are not acceptable. 6. Engraved elevator number and elevator capacity. Loading instructions for CC Freight Elevator. 7. Lockable service cabinet containing controls for car stop switch, fan switch, car light switch, keyed inspection switch, keyed independent service switch, emergency light test button and 110 volt convenience outlet. 8. Certificate frame sized for TDLR Certificate of Compliance. 9. Engraved Fire Service Phase II Instructions. 10. Logos or manufacturer's name are not permitted on exposed surfaces. E. Alarm Bell System with Electrical Power to Car: 1. Remote emergency alarm bell shall be located where directed, so it can be heard outside the hoistway, to be arranged to sound automatically in response to activation of the alarm button in the car operating panel. F. Emergency Car Lighting and Alarm Bell with No Electrical Power to Car. 1. Car mounted 12-volt battery unit shall be provided, including solid state charger and testing means enclosed in common metal container. Battery shall be rechargeable lead acid or nickel cadmium type with 10 year minimum life expectancy. When normal power to car fails, system shall automatically power to the emergency car light and to the alarm bell circuits and shall maintain the operation for not less than 4 hours. 2.05 COMMUNICATIONS SYSTEMS A. Provide for each elevator an emergency hands free phone meeting current ADA/TAS and ASME codes for elevators. All wiring shall be in accordance to the manufacturer's American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400- 13 recommended specifications, including but not limited to shielding and filtering to prevent external interference. B. The emergency communication system shall be mounted behind the main car-operating panel which will carry all of the appropriate engraving and ADA/TAS characters. C. The phone shall operate under any or all of the following conditions: 1. CO or POTS line, voltage 11 —52 VDC, up to six (6) phones on a single line. 2. Ring-down line, voltage 11 —52 VDC. 3. PBX system with Standard dial tone and CPC signal enabled. 4. If powered by AC power, the phone shall have battery backup in order to maintain service for at least 4 hours as specified by code. D. Phone shall be capable of offsite, on site and remote programming using touch-tone phone or a built in keypad. The program shall be stored in non-volatile memory. Programming instructions shall be interactive voice prompting with settings being able to be recalled for confirmation. Any special tools required shall be supplied with each phone. If required, auxiliary power shall be either 12VAC, or 6 or 12VDC. E. The phone shall be capable of the following functions: 1. After the button labeled "Push to Call" is depressed, an LED shall be provided to show the unit has been activated. 2. Upon the activating button being pressed, the phone will automatically dial up to 5 different phone numbers or extensions, up to 20 digits long each, continually switching to the next number based on a user programmed ring count (no answer) or busy signal. 3. Upon connection with emergency personnel, a voice activated, user programmable message will play announcing the location of the emergency after which 2-way communication will immediately commence. Emergency personnel can repeat this message as necessary. A second message can be activated by the called party for more information or used for another language. 4. The phone shall be capable of two way communication designed to minimize feedback and equipped with a speaker volume control. 5. The phone shall be equipped with an LED that will flash upon command from emergency personnel to inform passengers that help is on the way as noted on the faceplate. 6. The unit will automatically shut off when it detects a CPC or "wink" signal, or after a user programmed time period. In addition, the phone shall be capable of being manually shut off by the called party by pressing the star (*) and pound (#) sign. 7. The phone(s) must be individually, or as a group, be capable of automatically answering a call without additional equipment when installed on a single phone line. F. Emergency communication system shall comply with Federal Communication Commission (FCC) regulations and Americans with Disabilities Act (ADA). G. When the party called by someone in the cab hangs up, the telephone shall disconnect immediately without giving a busy signal in the cab. H. The elevator contractor shall include all requirements of ASME A17.1, Rule 2.27.1.1. PART 3— EXECUTION 3.01 SCOPE American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 14 A. Installation shall meet all of the standard requirements of paragraph 1.03 for installation and inspection, tolerances, and qualifications. All work required for completion of a first-class installation is the responsibility of the Contractor, even if not included in this specification. B. Performance of the elevator shall meet requirements of Paragraph 2.02. 3.02 PAINTING A. All elevator equipment not painted, wire duct, miscellaneous iron and steel work located within the machine room or hoistway shall be given a finish coat of paint. Material that has factory finish paint shall have all scratches or mars painted after installation. Galvanized material shall not be painted. B. Finish coat shall have hard, tough semi-gloss surface. Submit paint specifications for approval. 3.03 CLEAN UP A. Remove daily, all trash from hoistways, pits, and machine rooms including all packing material and debris resulting from this work. Leave all elevator spaces broom clean. B. Elevator contractor responsible for removing all existing elevator components that are specified to be replaced or individual contractor is not retaining as part of these specifications. Components to be completely removed from the premises. C. Each elevator pit shall be completely cleaned and painted with 2 coats of approved epoxy type paint suitable for concrete floor application. 3.04 ELEVATOR REMOVAL A. The Elevator Contractor shall be completely and solely responsible to properly remove the existing hydraulic elevator equipment from the hoistway and properly of all components and removed materials. 1. Removal of the existing elevator(s) shall be coordinated with the General Contractor. 2. The Elevator Contractor shall be responsible for removing all spoils from the site that can reasonably be recovered by its own workforce and what outsourced means are available such as vacuum disposal. All spoils shall be properly removed from the site including any necessary manifest of material to satisfy all Federal, State and Local authorities having jurisdiction (AHJ). 3. A documented means and methods narrative shall be presented to the General Contractor and agreed upon prior to commencement of elevator removal. 4. All elevator components removed shall become the property of the Elevator Contractor and shall be promptly removed from the Project site. 3.05 ACCEPTANCE TESTING A. Tests shall be performed by the Elevator Contractor at his expense in the presence of the Owner's representative. The elevators shall be subjected to the following acceptance inspection and tests: 1. Inspection and tests required by applicable portions of Requirements, 1.03. 2. Inspection and tests required by Federal, State, and Local codes and ordinances. Inspection Reports must be free of all violations prior to turning elevator equipment over to Owner or Owner's representative. American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 15 3. Test safety circuit, loop circuit, and the drive circuits at 500 volts. Minimum resistance to ground shall be one megohm. 4. General riding quality, leveling accuracy and quietness of operation shall be tested and acceptable to the Owner's representative. 3.06 USE OF ELEVATORS A. The elevators shall not be used for construction purposes or during the period prior to turning over the project to the Owner. Should the elevators be authorized for temporary use, the following conditions shall apply: B. As elevators are completed, the Owner shall have the prerogative of accepting and using them, shutting them down, or accepting them under an Interim Service Agreement described below: 1. The Owner shall continue the Interim Service Agreement until all elevators in the group are completed. 2. The guarantee period and new installation service will start at the termination of the interim service period. 3. The terms and conditions of the interim maintenance agreement shall be consistent with the TFC maintenance agreement in place as described in 1.06 A. 3.07 ACCEPTANCE A. Final acceptance of the installation shall be made only after all field inspections and tests are complete, punch list items are complete, all Owner's information items listed in 1.02.0 have been furnished, and the Owner's representative is satisfied that the installation has been satisfactorily completed. END OF SECTION 14 24 00 American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 16 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 00 S ,!+ SECTION 15100R.—DAVID MORALES i HVAC SPECIFICATIONS re 108769 :w.01 S/0*NAL F"��`7/o7/zoi6 PART 1 GENERAL �����.�•� F63z8 1.1 SCOPE A. The Work to be provided under this Division of Specification shall include the furnishing, installing, adjusting and testing of all materials, apparatus and equipment required for complete, properly adjusted and operable mechanical systems for this project in accordance with the Contract Documents. 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. 1.2 CODES AND STANDARDS All workmanship, material and equipment shall be in accordance with all applicable local, state and federal codes, ordinances and regulations. 1.3 CONTRACTOR'S RESPONSIBILITY A. Carefully examine all of the contract documents and 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. B. 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. C. 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 and to achieve HVAC sequence of operations specified elsewhere herein. D. Carefully examine conditions of the project site and to check the work of other divisions that might affect the mechanical work. 1. Visit the proposed project site prior to bid and carefully investigate existing streets, parking lots, paved areas, sidewalks, buildings and structures. E. Coordinate with general construction the location of chases, openings, sleeves, flashings, trenches, and the like required for the work covered by the HVAC SPECIFICATIONS 15100-1 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement Mechanical Division of the Contract Documents. No cutting of structural members shall be performed without approval of the Owner's Representative. F. Secure the services of an independent Testing, Adjusting and Balancing contractor specializing in this work to prepare a TAB report and submit to the engineer for review. Refer to PART 3, EXECUTION. 1.4 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. 1.5 SUPERVISION, LABOR AND WORKMANSHIP 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. 1.6 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. 1.7 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 insure 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. Interferences with other HVAC SPECIFICATIONS 15100-2 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 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 at no additional cost. 1.8 GENERAL REQUIREMENTS A. All equipment shall be handled carefully to avoid damage to components, enclosures and finish. Equipment shall be stored in a clean, dry place protected from weather and construction traffic in accordance with respective Installation, Operation and Maintenance manual instructions. B. 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. C. 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. D. 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. E. Dielectric Connection: Where dissimilar metals are connected, provide approved dielectric connector to protect against dielectric corrosion. F. All work shall be run parallel or perpendicular to the lines of the building unless otherwise noted on the drawings. G. Review existing millwork locations. Confirm location and size of equipment and openings before ordering equipment, rough-in and installation. H. Provide only new, first grade equipment and materials which comply with requirements of this Specification and applicable Standards. I. 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. 1.9 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. B. 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. HVAC SPECIFICATIONS 15100-3 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement C. 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. 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 not complying with all the provisions of this Section will be rejected in hand. 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. D. Coordinate exact electrical requirements of HVAC equipment and fixtures with electrical division prior to submittal of brochures. E. Contractor is responsible for the timely preparation and submission of/4"=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/2%V-0" shop drawings indicating all HVAC equipment, piping, and ductwork in mechanical room areas and or critical areas that mandate a thorough review of the systems. Engineer will review these drawings for compliance and offer comments and or suggestions. 1.10 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 Building Automation System. B. Refer to PART 3, EXECEUTION for testing, adjusting and balancing requirements. HVAC SPECIFICATIONS 15100-4 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.11 OPERATION AND MAINTENANCE INSTRUCTIONS A. Upon completion of work and as a condition for final payment, provide three (3) sets of complete operations and maintenance instructions of mechanical equipment, neatly bound in 3 ring binders, to the engineer for review. Provide each binder with the name of Owner, Architect/Engineer, Contractor and Title. Include a copy of the final approved submittals in O&M Manuals. B. Operation and Maintenance instructions shall be submitted and approved prior to instruction of Owner's personnel in the various systems operation and maintenance. C. Manuals shall include manufacturer's published data, submittal data, sequences of operation and any information pertinent to the project. D. Include Test and Air Balance reports in O&M manuals. E. Provide a list of replacement filter sizes and standards for all units. F. Provide contact information for mechanical contractor, manufacturer of units, thermostats, and sensors for each piece of equipment. 1.12 PAINTING A. Equipment that is shipped with a factory finish shall be touched up to repair any damage to the finish. B. All hangers, supports, etc., shall be primed with PPG Inhibitor Red Primer 6- 208. In addition to primer, exposed hangers, supports, etc., shall be painted with two (2) coats of PPG Enamel 54 Line. 1.13 WARRANTY 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. PART 2 PRODUCTS 2.1 ELECTRICAL COORDINATION 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 HVAC SPECIFICATIONS 15100-5 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 2.2 SUBSTITUTIONS A. 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. B. It is fully the Contractor's responsibility to assemble and submit sufficient technical information to fully illustrate that the material or equipment proposed 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. 2.3 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, fire/smoke dampers, and/or control panels 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. C. Provide all interlock and control wiring. All wiring shall be installed neatly and professionally, in accordance with Specification Division 16 and all national, state, and local electrical codes. Insulated wire should use copper conductors and shall be UL Listed for 200°F minimum service. D. All control wiring in mechanical, electrical, telephone rooms or exposed to be installed in raceways. All other wiring to be installed neatly and inconspicuously per local code requirements. If local code allows, control wiring above accessible ceiling spaces may be run with plenum rated cable (without conduit). All conduit outdoors shall be EMT with rain tight fittings. Line voltage control wiring shall be run in EMT. HVAC SPECIFICATIONS 15100-6 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 2.4 LIFE SAFETIES FIRE SMOKE DAMPERS It is the Contractor's responsibility to coordinate with the existing building construction and verify the need for fire and or fire smoke dampers whether or not they are specifically indicated. Additionally it is the Contractor's responsibility to include in bid proposal the cost to furnish and install fire and or fire/smoke dampers required by code, whether or not they are specifically indicated. 2.5 EQUIPMENT A. Wall Mounted Exhaust Fans: 1. Acceptable Manufacturers: a. Loren Cook. b. Greenheck. C. Penn Barry. d. Acme. e. I LG. 2. Fan shall be manufactured at an ISO 9001 certified facility. Fan shall be listed by Underwriters Laboratories (UL 705) and UL listed for Canada (cUL 705). Fan shall bear the AMCA certified ratings seal for sound and air performance. 3. Fan shall be of bolted and welded construction utilizing corrosion resistant fasteners. The spun aluminum structural components shall be constructed of minimum 16 gauge marine alloy aluminum, bolted to a rigid aluminum support structure. The spun aluminum wall flange shall have pre-punched key slot holes and a mounting template with wall opening location for ease of installation. The windband shall have a rolled bead for added strength. An integral conduit chase shall be provided into the motor compartment to facilitate wiring connections. The motor shall be enclosed in a weather-tight compartment, separated from the exhaust airstream. Unit shall bear an engraved aluminum nameplate. Nameplate shall indicate design CFM and static pressure. Unit shall be shipped in ISTA certified transit tested packaging. 4. Wheel shall be centrifugal backward inclined, constructed of 100% aluminum, including a precision machined cast aluminum hub. An aerodynamic aluminum inlet cone shall be provided for maximum performance and efficiency. Wheel shall be balanced in accordance with AMCA Standard 204-05, Balance Quality and Vibration Levels for Fans. 5. Motor shall be NEMA design B with a minimum of class B insulation rated for continuous duty and furnished at the specified voltage, phase and enclosure 6. Accessories: a. Side wall grille. b. Pre wired fan speed control. C. Back draft damper. d. Bird screen. e. Thermostat: Coordinate thermostat setting with Owner. HVAC SPECIFICATIONS 15100-7 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 2.6 HVAC DUCTWORK AND ACCESSORIES A. Materials: 1. Galvanized Steel Ducts: ASTM A525 and ASTM A527 galvanized steel sheet, lock-forming quality, having G90 zinc coating in conformance with ASTM A90. 2. Fasteners: Rivets, bolts, or sheet metal screws. 3. Hanger Rod: ASTM A36; steel, galvanized; threaded both ends, threaded one end, or continuously threaded. 4. Sealant: a. Manufacturers / Product: b. Rector Seal /Air-Lock 181. C. Design Polymerics / DP 1020. d. Non-hardening, Non-flammable; water-based; fiber reinforced; mildew, water and U.V. resistant; compatible with mating materials; UL listed 181A or 18113; liquid used alone or with tape or heavy mastic. 5. General Purpose Fire Stopping Sealant: a. Manufacturers: 1) 3M Model 2000. 2) Spec Seal Model 100. 3) Hilti. 4) Water based, non-slumping, premixed sealant with intumescent properties, rated for three (3) hours per ASTM E814 and UL 1479. B. Ductwork Fabrication: 1. Duct sizes shown on Plans are inside clear dimensions 2. Fabricate and support in accordance with the latest SMACNA HVAC Duct Construction Standards - Metal and Flexible, and as indicated on Drawings. Provide minimum gauges as required by the latest SMCNA duct design manual. Furnish duct material, gages, reinforcing, and sealing for operating pressures indicated. C. Installation: 1. Install ducts in accordance with the latest edition SMACNA HVAC Duct Construction Standards - Metal and Flexible. 2. 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. 3. 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. 4. 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. 5. During construction, install temporary closures of metal or taped polyethylene on open ductwork to prevent construction dust from entering ductwork system. HVAC SPECIFICATIONS 15100-8 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 6. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. 7. Ductwork installed above inaccessible ceiling to have operable quadrants on balancing dampers. 8. Sleeve wall openings at all wall louvers. 9. Seal openings in ducts where probes for TAB instruments are inserted. 10. Firestopping: Seal around all duct penetrations through fire barriers with fire stopping sealant. Provide firedampers and smoke dampers as shown on Plans. 11. Seal ductwork, as a minimum, in accordance with ASHRAE 90.1-2004 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. a. Supply, return, and outside air: Seal all transverse joints, longitudinal seams, duct connections, and duct wall penetrations. b. Pressure-sensitive tape shall not be used as the primary sealant. 12. Before any external insulation is applied to ductwork, perform leakage test in accordance with ASHRAE 90.1-2004 standards. Where leakage exceeds maximum allowable rate, provide remedial work as necessary for compliance. 13. 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. PART 3 EXECUTION 3.1 MECHANICAL DEMOLITION 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. C. 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. HVAC SPECIFICATIONS 15100-9 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement D. 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. E. 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. 1. 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". 2. Provide all temporary connections as necessary to facilitate the phasing of construction. F. 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. G. 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. H. Except as shown on electrical plans, 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. I. Relocations: 1. Repair and store to good functional condition materials and items scheduled for relocation and/or reuse and which are damaged during dismantling or reassembly operations. 2. New materials and items of like design and quality may be substituted for materials and items indicated to be relocated, in lieu of relocation, upon approval of shop drawings, product data and samples. 3. Remove carefully, in reverse to original assembly for placement, items that are to be relocated. 4. Protect items until relocation is complete. 5. Clean and repair and provide new materials, fittings, and appurtenances required to complete the relocation and to restore to restore to good operative order. 6. Perform the relocation work in accordance with pertinent sections of the Specifications, utilizing skilled workers. HVAC SPECIFICATIONS 15100-10 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 7. Refer to Drawings for specific requirements of temporary services and relocated equipment and fixtures. J. Replace or restore to Owner's satisfaction existing structures, sidewalks, curbs, parking lots, 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. K. 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. L. 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. M. Patch floors where foundations have been removed to a finish similar to existing. N. Backfill trenches, openings, holes, or pits where equipment, piping, or supports have been removed or demolished outdoors. O. 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. P. Patch existing insulation on ductwork or piping wherever demolished ductwork or piping is disconnected from existing systems. 3.2 TESTING, ADJUSTING, AND BALANCING 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. Submit brief written report of each inspection to Owner, Architect, Engineer, and Contractor. C. 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. D. Field verify equipment nameplate electrical data. Do not derive data from submittal documents. Include electrical information in TAB report. E. 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 HVAC SPECIFICATIONS 15100-11 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 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. F. Schedules: 1. Equipment Requiring Testing, Adjusting, and Balancing: a. Exhaust Fans. b. Air Inlets and Outlets. G. Air System Procedure: 1. Adjust air handling and distribution systems to provide required or design supply, return, and exhaust air quantities at site altitude. 2. Make air quantity measurements in ducts by Pitot tube traverse of entire cross sectional area of duct. 3. Measure air quantities at air inlets and outlets. 4. Adjust distribution system, including supply register and diffuser blade patterns, to obtain uniform space temperatures free from objectionable drafts and noise. 5. 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. 6. Vary total system air quantities by adjustment of fan speeds. Provide drive changes required. Vary branch air quantities by damper regulation. 7. Provide system schematic with required and actual air quantities recorded at each outlet or inlet. 8. 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. 9. Adjust outside air automatic dampers, outside air, return air, and exhaust dampers for design conditions. 10. Measure temperature conditions across outside air, return air, and exhaust dampers to check leakage. 11. Test Reports: Indicate data on AABC National Standards for Total System Balance forms, forms prepared following ASHRAE 111 or NEBB forms. H. Agencies: 1. PHI Service Agency, Inc. 2. Engineered Air Balance Co., Inc. 3. Testing Specialties, Inc 4. Substitutions approved by method described elsewhere herein. HVAC SPECIFICATIONS 15100-12 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement I. Installation Tolerances: Contractor shall adjust all equipment in accordance with the capacities shown on the drawings, with permissible tolerances as follows: Exhaust fans 0% to -10% END OF SECTION HVAC SPECIFICATIONS 15100-13 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement ` OF re ..+«t1��p1, 0. aw 1 fi 40 ��r SCOTT IDDE SECTION 16000 !!� 31p Ole ELECTRICAL SPECIFICATIONS �FS�*ICENSE�G�" as %%%%0NAL 07/o7/zo,6 1.1 GENERAL 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 the Electrical and/or Fire Alarm Contractor. B. Contractor shall examine all Drawings and Specifications, visit all sites of proposed renovation; become fully informed as to the extent and character of the work required and make provisions for same in the amount of his proposal. It will be assumed that the Contractor, in submitting his proposal, has visited the premises and his proposal 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 Engineer 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 Engineer 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 Engineer 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, Engineer 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 A. Work to be accomplished under these Specifications includes the furnishing of all electrical labor, materials, apparatus,and connections to complete, in finished operating condition the electrical work for American Bank Center—Convention Center Kitchen Freight Elevator Replacement—Phase II, Corpus Christi,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 ELECTRICAL SPECIFICATIONS 16000-1 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 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 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. Work is to be completed from point of service to each outlet indicated on Drawings and/or specified herein with all accessory construction as may be required to make the installation of each piece of equipment complete and ready for normal service. In general, this work consists of the following: 1. A system of power connections to the new elevator equipment as indicated on the Drawings. 2. A system of conduits,junction boxes, pull boxes,outlet boxes with plates, wiring devices, circuit breakers, lighting fixtures, conductors, disconnect switches, enclosed circuit breakers, and related items for the power and lighting system modifications. 3. A partial system of conduits, junction boxes, and a complete system of conductors, and related items for extensions and modifications to the existing fire alarm system. E. Installation of this work, including all materials and labor, shall be first class in every respect and in exact accordance with these Specifications and accompanying Drawings. It is intended that Specifications and accompanying Drawings shall include everything requisite and necessary for proper installation of electric wiring, even though every item may not be particularly mentioned in detail. 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. Engineer reserves the right to direct the removal or replacement of any item which in his opinion does 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 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, requirements of the codes, ordinances, and regulations shall govern. However, if the contract requirements ELECTRICAL SPECIFICATIONS 16000-2 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 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 the Engineer so that discrepancies may be corrected on 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 and the requirements of the local authority having jurisdiction. D. Contractor shall obtain all permits and pay all fees necessary in connection with his work. 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. 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. Covering shall not be done until so ordered by the Engineer. C. Contractor shall furnish to the Engineer, within a reasonable time after award of contract, and prior to commencing any work, complete brochures of all electrical gear and equipment which the Contractor proposes to furnish. Data shall include descriptive literature, performance data, diagrams, capacity information, etc.,to substantiate that proposed equipment 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 Engineer 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. 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. ELECTRICAL SPECIFICATIONS 16000-3 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement F. In furnishing data of proposed equipment and materials, Contractor must, in writing, specifically call to attention of the Engineer every deviation from the Contract Drawings and Specifications. G. Review of data, Drawings, etc., shall not be construed as releasing the Contractor from further responsibility, but rather as a means to coordinate the 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 Engineer 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 shall be amended and made good by the Contractor at his own cost. Owner shall furnish to the Contractor a letter indicating the date of Final Acceptance. B. Where such defective work results in damage to existing facilities or the work of other trades, 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 PROTECTION All work, equipment, and materials shall be protected at all times to prevent damage or breakage either in 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. 1.9 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. Contractor shall be responsible for the furnishing and setting for the proper and permanent location of all pull boxes, 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 of structural beams shall be done without permission of the Engineer. ELECTRICAL SPECIFICATIONS 16000-4 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.10 SLAB AND WALL PENETRATIONS All conduit passing through the floors or exterior walls shall have the space between the conduit and penetrated surface packed with oakum and caulked watertight and rodent proof. 1.11 CLEANING Contractor shall thoroughly clean all equipment furnished and set by him and shall remove all debris that may have accumulated during the job. After equipment and materials are inspected, any discrepancies shall be amended as directed. 1.12 DRAWINGS A. These Specifications are accompanied by Drawings indicating typical layouts, 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 existing conditions and actual requirements of equipment to be served. 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. C. Routing paths for all 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 nor detailed for every required offset. Contractor shall have his choice of routing paths for such raceways provided that this routing does not interfere with existing conditions and does not violate the requirements of the Owner. In cases where interference 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, conductors, conduit, boxes, fittings, and conduit supports required to install raceways indicated on the power riser diagram, and electrical floor plans are hereby included in the contract 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 new building conditions,which will fit into 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. ELECTRICAL SPECIFICATIONS 16000-5 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 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. 1.13 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. 1.14 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. 1.15 DEMOLITION AND WORK WITHIN EXISTING BUILDING A. This project shall be accomplished as required to accommodate the Owner's need to utilize the existing building during the course of construction. The contractor shall be responsible for planning, scheduling, and sequencing of required work such that the activities of the owner will not be disrupted. B. In the preparation of these documents, effort has been made to show the approximate locations of, and connections to the existing wiring, conduit, 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 Engineer during the bidding period. C. Conduit, power wiring, and electrical gear serving mechanical, plumbing, electrical, Owner's equipment, etc., which is to remain but which is served by conduit, power wiring, and electrical gear 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. ELECTRICAL SPECIFICATIONS 16000-6 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.16 REMOVED MATERIALS, FIXTURES, AND EQUIPMENT A. All fixtures, electrical gear, materials, and/or systems noted on the Drawings to be removed shall be removed including, associated conduit, power wiring, and conduit supports, except as otherwise implied by the Drawings and these Specifications. B. Certain existing materials, fixtures, and electrical gear are to be removed. Fixtures and electrical gear which are selected by the Owner shall remain the property of the Owner. Such fixtures and electrical gear shall be delivered by the Contractor to a designated location at the site of construction. Fixtures, materials, and electrical gear which are not selected by the Owner shall become the property of the Contractor. Such materials,fixtures, and equipment shall be removed from the premises by the Contractor. Contractor shall exercise extreme care in removing any fixtures and equipment to be retained by the Owner. 1.17 CONTINUITY OF SERVICE A. At no time during the progress of the work shall the Contractor interrupt the continuity of required electrical 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. B. Where service interruptions are required, Contractor shall arrange a minimum of 72 hours in advance by written notice to the Engineer 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 Engineer. 1.18 ELECTRICAL SERVICE A. The existing service utilization voltage is solidly grounded,277/480 volt, 3-phase, 4-wire nominal and 120/208 volt, 3-phase, 4-wire nominal. B. Contractor shall furnish all new service equipment and materials as indicated on the Drawings and as required for electrical service extensions to new equipment. 1.19 TEMPORARY POWER AND LIGHTING Contractor shall provide all necessary portable/temporary cables,service switches, ground fault protection equipment, etc., required for temporary power and lighting during the project. Service may be derived from the existing facility distribution system without cost of use charges. 1.20 GROUNDING A. All new electrical system extensions shall be grounded in accordance with Article 250 of the National Electrical Code, and as hereinafter specified. B. Grounding electrode and equipment conductors with a"green"colored insulated jacket shall be provided and installed in all raceways. ELECTRICAL SPECIFICATIONS 16000-7 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement C. Equipment shall have an effective equipment ground in accordance with the National Electrical Code. D. The main service entrance ground is existing. Contractor shall provide extensions from this existing ground as required for compliance with Article 250 of the National Electrical Code. 1.21 CONDUIT AND TUBING A. Conduit size shall be 1/2" unless otherwise indicated on the Drawings or otherwise specified. B. Conduit installed above grade in damp or wet locations shall be rigid hot-dip galvanized conduit as manufactured by Republic, Allied, Triangle, Wheatland, Western, or an approved equal, with screwed couplings and fittings. All fittings used shall be hot-dip galvanized. C. Fittings and connections involving dissimilar metals shall not be allowed in damp or wet locations. D. All conduit in furred ceiling spaces, interior masonry, or stud partitions and dry locations shall be galvanized thinwall (EMT) with die-cast watertight, insulated throat type compression fittings. Indentor type or setscrew type connectors and fittings will not be accepted. All conduit installed in finished spaces shall be concealed unless otherwise specifically indicated on the Drawings. E. Flexible metal conduit shall not be used for any purpose except as hereinafter specified and as specifically indicated on the Drawings. All flexible metal conduit shall be installed in strict accordance with Articles 348 and 350 of the National Electrical Code. Non-metallic flexible conduit will not be acceptable for any purpose. 1. Where flexible conduit is used for connections to equipment in damp or wet locations, conduit shall be liquid tight flexible metal conduit with approved fittings. 1.22 INSTALLATION AND ROUTING OF CONDUITS A. All conduit shall be run in the straightest possible path. B. Not more than three(3) 90 degree bends will be permitted in any one(1)conduit run and no run shall be longer than allowed by the National Electrical Code without the installation of pull boxes. There shall not be any pull boxes or junction boxes installed in inaccessible space. C. Exposed steel conduit shall be run in straight lines, at right angles to, or parallel with walls, beams, columns, or decks, and shall be supported at maximum of 6'- 0" by malleable conduit straps or suitable clamps on hangers to provide a rigid installation. PVC conduit shall not be utilized for any application. D. In no case shall conduit be fastened to other pipe or equipment or so installed as to prevent the ready removal of other pipes or equipment for repairs. ELECTRICAL SPECIFICATIONS 16000-8 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement E. All Schedule 40 steel conduit ends are to have a minimum of five(5)full threads. No running threads are to be used. All conduit shall be reamed after cutting and threading and before installation; runs shall be straight and true; elbows,offsets, and bends shall be uniform and symmetrical. All conduit after installation and prior to completion of project shall be capped to prevent entrance of moisture and foreign objects. Conduit shall be swabbed before installation of wire. PVC conduit joints shall be made in accordance with manufacturer's recommendations. 1.23 HANGERS AND SUPPORTS A. Contractor shall provide all hangers and supports for supporting all conduit, gutters, cabinets, and equipment of all types. All hangers and supports shall be secure and of a type appropriate in design, application, and dimensions for the particular application. B. Concrete inserts shall be malleable iron concrete inserts. Selection of inserts shall be made with a minimum safety factor of 100%over published load ratings. C. Perforated hanger strap and wire will not be acceptable for any supporting purpose. 1.24 PAINTING Electrical Contractor shall touch-up or refinish if so directed by the Engineer any panels, cabinets, switchboards, fixtures, and other equipment furnished with a factory finish which shall become damaged in shipment or installation. 1.25 CONDUCTORS A. All wiring and cables shall be insulated soft-drawn annealed 98% conductivity copper and shall be new. Voltage rating of wire and cable operating on voltages in excess of 50 volts shall be 600 volts A.C. For circuits operating on voltage less than 50 volts, the voltage rating shall be not less than 300 volts A.C. B. All wire No. 10 AWG and smaller shall be solid and wire of larger size shall be stranded unless otherwise specified herein. Stranded wire will not be permitted for termination at wiring devices rated 20 amperes or less. C. Power feeder and branch circuit wire and cables shall have insulation Type THWN unless indicated otherwise on Drawings. Standard wire size shall be No. 12 AWG copper and this size shall be used except where other sizes are indicated on the Drawings, otherwise specified herein, or otherwise required by the Code. On any run 100 feet in length or longer, No. 10 AWG copper shall be used in place of No. 12. Feeder cables shall be identified by suitable tags where they pass through pull boxes. Conductors as manufactured by Cablec, Capitol, American Insulated, Houston Wire and Cable, Southwire, and Okonite will be acceptable. D. All wire for special systems and special conditions shall be as specified and/or as indicated on the Drawings. ELECTRICAL SPECIFICATIONS 16000-9 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.26 WIRE PULLING LUBRICANTS Contractor shall use "Y-er-EAS" or approved equal wire pulling lubricants for all wire installation. Soaps or other substitute material having electrical conduction properties are not acceptable. 1.27 COLOR-CODING AND TAGGING A. All wiring furnished shall be color-coded. Conductors #10 AWG and smaller shall have insulation colored as follows. Conductors larger than #10 AWG may be black with tape manufactured for this application and colored as follows. All such conductors shall be color code taped at all junctions and terminations. 1. 208/120 volt, 3-phase. a. Phase A— Black. b. Phase B — Red. C. Phase C — Blue. d. Neutral —White. 2. 480/277 volt, 3-phase. a. Phase A— Brown. b. Phase B —Orange. C. Phase C —Yellow. d. Neutral — Gray. 3. Ground conductors. a. Green. B. All control wiring shall be color-coded, and the same color shall be used for the same circuit throughout the system, and a different color shall be used for each separate control function. C. Identification shall be accomplished by means of Brady "Quick-Labels" or approved equal attached permanently to all wire requiring identification in addition to the color-coding. Acceptable manufacturers: Thomas and Betts, Ideal. 1.28 INSULATION OF SPLICES AND CABLE TERMINATION A. All connections for conductors No. 8 and larger must be made by means of a compression type connector UL listed and specifically approved for the purpose to which it is used. Wire No. 10 and smaller may connected with wire nuts in lieu of compression connections, if desired by Contractor. B. All wire shall be insulated at splices and connections with Scotch No. 33 electrical tape. Any wiring subject to abrasion shall be protected with Okonite "Manson" friction tape over the Scotch electrical tape. Similar UL listed insulation products may be used in lieu of tape, if the Contractor so desires. 1.29 OUTLET AND SWITCH BOXES A. All boxes shall be galvanized and shall be set with covers plumb and square with the finished surface. ELECTRICAL SPECIFICATIONS 16000-10 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement B. Junction boxes and pull boxes shall be furnished where indicated on the Drawings, or as required by the National Electrical Code. Boxes shall be of code gauge galvanized steel, and shall have removable screw cover. Where conduits are exposed, surface type boxes shall be used. C. Any boxes not installed in a workmanlike manner shall be removed by Contractor; wall repaired, and box reset. D. Boxes and conduit fittings for outdoor work shall be cast metal, watertight, and have gasketed coverplates. 1.30 LOCATION OF OUTLET BOXES A. Contractor shall determine from the electrical details and Drawings, and from other Contractors, the locations of all pieces of equipment prior to locating any outlet boxes or devices. B. All outlet boxes, devices, etc., shall be located so as to be clear of equipment, permanent fixtures, building trim, etc. If the exact location of any equipment is not clearly defined,the Contractor shall request direction from the Engineer prior to locating the facilities for the equipment. C. Locations of services for equipment connections shall be determined accurately from certified shop drawings on equipment to be served, or from actual measurements of the equipment itself. D. Outlet boxes for receptacles and light switches shall be mounted with long axis of the box vertical unless otherwise indicated on the Drawings. 1.31 HEIGHT OF OUTLETS A. The following table shall act as a general guide to aid the Contractor in locating elevations of outlet boxes where such elevations are not specifically indicated on the Drawings. OUTLET LOCATION ABOVE FLOOR TO BOTTOM OF BOX Convenience Receptacles Walls in general 18" or as directed by Engineer B. The exact location of all outlets shall be as approved by the Engineer who reserves the right to change the position of any outlet by a distance of five (5) feet in any direction, from the position indicated on the Drawings before work is roughed-in, without extra charge. Outlet heights are indicated in these Specifications as a guide. Regardless of heights indicated, the Contractor is ultimately responsible for confirming that all final outlet locations are in compliance with the requirements of Texas Architectural Barriers Act and Title III Provisions of the Americans with Disabilities Act. ELECTRICAL SPECIFICATIONS 16000-11 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.32 WIRING DEVICES Wiring devices, or approved equal, as scheduled and/or indicated on the Drawings shall be furnished and installed. All receptacles shall be grounding type, and shall be polarized in accordance with the latest standards of the National Electrical Code. 1.33 COVERPLATES A. All coverplates for switches, receptacles, and other wiring devices, except as hereinafter specified, shall be satin finish,Type 302 stainless steel, smooth with matching screws. B. All coverplates shall have matching screws. C. Coverplates for wiring devices in damp or wet locations shall be rain-tight while- in-use type die cast covers. 1.34 DISCONNECT SWITCHES A. All disconnect switches shall be Square D Type GD for 240 volt use and Square D Type HD, or approved equal, for 480 volt use, quick-make quick-break type safety switches with cover interlocked door. B. All switches on exterior of building and in damp or wet locations shall be in NEMA 3R enclosures. C. All motors and fixed equipment connections shall have disconnects as required by the National Electrical Code. D. All disconnect switches shall have the load served by the switch identified by 1/8" thick white thermoplastic with black (3/4" stroke) sunken letter nameplate screwed or riveted to outside cover of the switch. E. Disconnect switches as manufactured by Cutler-Hammer will be acceptable. 1.35 LOAD CENTER A. Contractor shall furnish the load center as indicated on Drawings, and riser diagrams. The load center shall be complete with door and trim. Branch circuits shall be equipped with plug-on type automatic circuit breakers for each circuit. The load center shall bear the Underwriter's Laboratories, Inc., seal of approval. The load center shall have tin plated copper bussing with capacity as indicated. Lugs shall be UL listed to accept solid or stranded copper and aluminum conductors. B. The load center shall be Square D Type QO with QO circuit breakers or equal for 120/240 volt use. Multi-pole breakers shall be one handle common trip. C. The load center shall have 100% rated copper neutral bus and copper ground bars. The isolated ground bar shall be insulated from load center enclosure. ELECTRICAL SPECIFICATIONS 16000-12 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement D. Branch circuits as indicated on the Drawings shall be connected to the corresponding breaker number of the load center insofar as possible. Each circuit bearing load shall be identified on a typewritten directory card inside the door of the load center. Spare circuit breakers and spaces shall be hand written in pencil on directory card. E. Load Center by Cutler-Hammer will be acceptable. 1.36 FUSES Fuses shall be furnished and installed in each device requiring same. Fuses shall be as manufactured by Bussmann of the size and kind required by the Drawings or load served. All fuses shall be Bussmann Fusetrons. 1.37 LIGHTING FIXTURES A. Lighting fixtures as hereinafter specified and as indicated on the Drawings shall be furnished and installed by the Contractor. Installation details and scheduled information indicated on the Drawings describe the requirements of each fixture type and shall apply where applicable. B. Supports of adequate capacity and rigidity shall be provided for all fixtures. Also, refer to "Hanger and Supports" Section of these Specifications. C. Lamps shall be furnished for all fixtures. Fluorescent lamps shall be T-8 tubes, 41 K color as manufactured by G.E., Phillips, and Sylvania. D. Sockets for all fixtures shall be heavy duty type make of high density material with all current carrying parts made of heavy copper. All sockets shall be white in color on all exposed lamp fixtures. E. All fluorescent ballasts shall be solid-state. Values of voltage rating, input power, output frequency, power factor, and total harmonic distortion shall be equal to the values of ballasts selected by scheduled information on the Drawings. F. Data furnished on lighting fixtures shall indicate specifically by manufacturer their compliance with the above special requirements where applicable. If this information is not provided, the data cannot be accepted. G. Substitutions may be offered by the Contractor, provided the substitute fixture is equal to the specified fixture in performance, physical appearance, mechanical features and efficiency. 1.38 WIRING OF MOTORS All motors specified under other divisions of the Specifications will be furnished by the respective Contractor. Electrical shall provide all power wiring and connections to same. See the"Control Equipment, Wiring, and Connections"Section of these Specifications. ELECTRICAL SPECIFICATIONS 16000-13 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.39 CIRCUITING Contractor shall connect all wires so as to provide the arrangement of circuits indicated on the Drawings. 1.40 IDENTIFICATION AND LABELING OF DISTRIBUTION GEAR A. Contractor shall furnish white thermoplastic(1/4"thick)with black sunken letters (1/2" stroke) for all enclosed circuit breakers, and disconnect switches. Labels shall be permanently attached to service side of all such gear. B. Identification and labeling of individual branch circuit devices shall be provided as hereinafter specified. 1.41 CONNECTIONS TO EQUIPMENT SPECIFIED ELSEWHERE A. Certain equipment will be furnished by other Contractors on the job which will require electrical services and connections by Electrical. Contractor shall refer to the "Disconnects", and "Wiring of Motors", and the "Location of Outlet Boxes" Sections of these Specifications. B. Certain equipment will be furnished under other sections of the Specifications. Equipment connections will be based on vendor furnished rough-in drawings,or actual requirements of equipment. This includes all elevator equipment. 1.42 ACCESSORY CONSTRUCTION APPARATUS It is the intention that these Specifications shall provide a complete installation,except as herein specifically excepted. All accessory construction and apparatus necessary or advantageous in the operation or testing of the work shall be included. Omission of specific references to any part of the work necessary for such complete installation shall not be interpreted as relieving the Contractor from furnishing such work. 1.43 TESTS/DEMONSTRATION A. The entire system upon completion shall be"Meggered"for faults in accordance with methods approved by I.E.E.E. and National Electrical Code if so directed by the Engineer. B. A demonstration shall be performed in the presence of a representative of the Owner. Equipment installed and/or connected by the Contractor shall be put through their normal operating paces and all such equipment shall be required to operate to the satisfaction of the representative of the Owner on completion of the job. 1.44 INSTRUCTIONS Contractor shall provide for instructing an employee or employees of the Owner in the operation and maintenance of the systems. Duplicate sets of manufacturer's certified drawings,specifications,operating instructions, maintenance manuals,and maintenance instructions on all equipment furnished by Contractor shall be furnished to the Owner. ELECTRICAL SPECIFICATIONS 16000-14 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.45 WORKMANSHIP AND INSTALLATION A. Contractor shall have his choice as to the location of conduits, pull boxes, etc., except for locations set by dimensions on Drawings, provided his choices do not interfere with piping, fixtures, and equipment installed by other Contractors working on the same project, and do not interfere with the characteristic features of the building. In cases of such interference, the Engineer will determine the locations of the interfering items. B. Contractor shall make such progress in his work that he will not delay the work of other trades unduly. C. Contractor shall provide service to all using connections. D. Cutting of any structural member, regardless of material, shall be kept at a minimum. Contractor shall pay for repairing damage to such members. E. All electrical fixtures and fittings of all types shall be properly supported to construction. END OF SECTION ELECTRICAL SPECIFICATIONS 16000-15 SHEET INDEX SHEET NO. DESCRIPTION Son P-kio County r 1-1 1111£SHFET iM-1 HVAC PLAfJ ���� -r ELFCTftICat PIAN ��\ PROJECT LOCATION NUECES BAY j s 44� ,I GRAPHIC MAP SCALE CORPUS CHRtSH BAY PRoaccT laarror+ � I' t;^"h � ••,'�'.7 .I" 'J w • �` Old VICINITY MAP o~i PLANS FOR V (PUBLIC BUILDING) r AMERICAN BANK CONVENTION KITCHEN FREIGHT ELEVATOR REPLACEMENT PROJECT# E14075 PREPARED BY 342 S. NAVIGATION BLV ASSOCIATES 36 S. 3-91 9 BLVD. actEas£o£oa Jy,1 t 3 (361) 883-9190 coesraucnaN: ° (^PBGM820 �t5]89-M1�t rci 1 PARTIAL PARKING LEVEL U a ut lIII FF ¢o � ul o W w U�- E AIR DEVICE SCHEDULE arc z y d FAN SCHEDULE �£.,am.,ow•a.. DETAIL WALL MOUNTED EXHAUST FAN 6 a .rte,.. 2....a PIAN GROUND LEVEL PEG820 --_=w oauo.nioxmw onyx amnruu-uEcrwrx:mounox: 15781 E�1" °.. >a �❑ o Efl a o a ❑ N ELECTRICAL FLOOR PLAN-GROUND LEVEL om>H ^� ❑ _ `"'° 3 ELECTRICAL ROOM"A" "S Al 0 0 O OO N ELECTRICAL DEMOLITION-GROUND LEVEL ® 1 FREIGHT ELEVATOR _ N ELECTRICAL FLOOR PLAN-LEVEL 1 ®4 ELECTRICAL ROOM 115 AND FREIGHT ELEVATOR (02 oN.. ID - U PIAN U tc Ors - _._ ___• _ _ _,.w,na� LEVEL 1 — ® - mr.n weFvecnrow. rt �w w N ELECTRICAL FLOOR PLAN-GROUND LEVEL ���� a 2 FREIGHT ELEVATOR IAV PIAN GROUND LEVEL �sr13 � 3 g 77720 EXHIBIT "A" GENERAL NOTES: 1. REFER TO SPECIFICATIONS FOR ALL DEMOLITION (MODIFICATIONS) INSTALLATION REQUIREMENTS. 2. FIRE SEAL ALL PENETRATIONS IN ELEVATOR MACHINE ROOM. ELEVATOR KEYED NOTES : 0 ELEVATOR CABS SHALL BE UPGRADED. REFER TO SPECIFACTIONS FOR SPECIFIC REQUIREMENTS. O2 ELEVATOR CONTROLS SHALL BE UPGRADED. REFER TO SPECIFICATIONS FOR SPECIFIC REQUIREMENTS. O3 ELEVATOR MACHINE SHALL BE UPGRADED. REFER TO SPECIFICATIONS FOR SPECIFIC REQUIREMENTS. O4 ELEVATOR CONTROL CABINETS SHALL BE UPGRADED. REFER TO SPECIFICATION FOR SPECIFIC REQUIREMENTS. O5 PIT LADDER TO BE MODIFIED. REFER TO SPECIFICATIONS FOR SPECIFIC REQUIREMENTS. 5 O FREIGHT ELEVATOR F 3 L- - - � 4 LA� 00 30 01 BID FORM Project Name: ABC ELEVATOR Project Number: Owner: City of Corpus Christi Bidder: Barcom Construction OAR: Designer: Basis of Bid Item DESCRIPTION uNff ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Division Ot-General Requirements(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 01.1 lGeneral requirments each 1 $ 120,845.25 $ 120,845.25 01.2 $ - 01.3 $ 01.4 $ 01.5 $ - 01.6 $ 01.7 $ - 01.8 $ 01.9 $ - 01.10 $ - SUBTOTAL DIVISION 01-GENERAL REQUIREMENTS(Items 01.1 thru 01.10) $ 120,845.25 Division 02-Existing Conditions(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 02.1 JDemo $15,000 02.2 $ - 02.3 $ - 02.4 $ 02.5 $ - 02.6 $ - 02.7 $ - 02.8 $ - 02.9 $ 02.10 $ - SUBTOTAL DIVISION 02-EXISTING CONDITIONS(items 02.1 thru 02.10) $ 15,000.00 Division 08-Doors and Windows(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) 08.1 Doors and hardware $3,084 08.2 $ - 08.3 $ - 08.4 $ - 08.5 $ - 08.6 $ - 08.7 $ 08.8 $ 08.9 $ - 08.10 $ - SUBTOTAL DIVISION 08-DOORS AND WINDOWS(08.1 THRU 08.10) $ 3,083.98 Division 10-Specialties(per SECTION 012310 ALTERNATES AND ALLOWANCES) 10.1 lElevator $333,045 Bid Form Page 1 of 3 Project Name-Project Number Rev 01.13.2016 00 30 01 BID FORM Item DESCRIVIION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTIFY AMOUNT 10.2 $ _ 10.3 $ 10.4 $ _ 10.5 $ _ 10.6 $ _ 10.7 $ _ 10.8 $ 10.9 $ _ 10.10 A $ _ SUBTOTAL DIVISION 10-SPECIALTIES(10.1 THRU 20.10) $ 333,045.OD Division 23-Heating,Ventilating and Air-Condition (per SECTION 012310 ALTERNATES AND ALLOWANCES) 23.1 Echaust fan $4,000 23.2 $ 23.3 $ _ 23.4 $ 23.5 $ _ 23.6 $ _ 23.7 $ 23.8 $ _ 23.9 $ 23.10 $ _ SUBTOTAL DIVISION 23-HEATING,VELTILATING AND AIR-CONDITION(23.1 THRU 23.101 $ 4,000.00 Division 26-Electrical(per SECTION 012310 ALTERNATES AND ALLOWANCES) 26.1 New power supplied to machine room $12,618 26.2 $ - 26.3 $ _ 26.4 $ _ 26.5 $ 26.6 $ _ 26.7 $ _ 26.8 $ 26.9 $ 26.10 $ SUBTOTAL DIVISION-ELECTRICAL(26.1 THRU 26.10) $ 12,618.00 BID SUMMARY SUBTOTAL DIVISION 01-GENERAL REQUIREMENTS(Items 01.1 thru 01.10) $ 120,845.25 SUBTOTAL DIVISION 02-EXISTING CONDITIONS(Items 02.1 thru 02.10) $ 15,000.00 SUBTOTAL DIVISION 03- CONCRETE(Items 03.1 thru 03.10) SUBTOTAL DIVISION 04-MASONRY(Items 04.1 thru 04.10) SUBTOTAL DIVISION 05-METALS(Items 05.1 thru 05.10) SUBTOTAL DIVISION 06-WOOD, PLASTIC,AND COMPOSITES(Items 06.1 thru 06.10) SUBTOTAL DIVISION 07-THERMAL AND MOISTURE PROTECTION(Items 07.1 thru 07.10) SUBTOTAL DIVISION 08-DOORS AND WINDOWS(Items 08.1 thru 08.10) $ 3,083.98 SUBTOTAL DIVISION 09-FINISHES(Items 09.1 thru 09.10) SUBTOTAL DIVISION 10-SPECIALTIES(Items 10.1 thru 10.10) $ 333,045.00 SUBTOTAL DIVISION 12-FURNISHINGS(Items 12.1 thru 12.10) Bid Form Page 2 of 3 Project Name-Project Number Rw01.13.2016 00 30 01 BID FORM ESTIMATED ' EXTENDED IteTn DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT SUBTOTAL DIVISION 22-PLUMBING(Items 22.1 thru 22.10) SUBTOTAL DIVISION 23-HEATING,VENTILATING,AND AIR-CONDITION(Items 23.1 thru 23.10) $ 4,000.00 SUBTOTAL DIVISION 26-ELECTRICAL(Items 26.1 thru 26.10) $ 12,618.00 SUBTOTAL DIVISION 31-EARTHWORK(Items 31.1 thru 31.10) TOTAL PROJECT BASE BID(DIVISION 01 THRU DIVISION 31) $ 488,592.23 Contract Times Bidder agrees to reach Substantial Completion in 190 Idays Bidder agrees to reach Final Completion in 1 210 Idays Ed does not include subtialjshopdrawing/submittal time Bid Form Page 3 of 3 Project Name-Project Number Rani-13.2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings,Specifications,and Contract Documents,this Bid Proposal is submitted by Barcom Construction,Inc. (type or print name of company) for American Bank Convention Kitchen Freight Elevator Replacement Proiect E14075. 1.02 Submit Bids, Bid Security and all attachments to the City of Corpus Christi-City Secretary's Office(see address below). If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-American Bank Convention Kitchen Freight Elevator Replacement Pro'ect Project No. E14075. All envelopes and packages (including FEDEX envelopes) must clearly identify,on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000. 1 American Bank Convention Freight Elevator Replacement E14075 Rev 01 13 2015 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions; A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations, and documents on: A. The cost, progress,and performance of the Work; B. The means, methods,techniques,sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. Bid Acknowledgement Form 003000-2 American Bank Convention Freight Elevator Replacement E14075 Rev 0113 2016 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations, investigations, explorations,tests,studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ 488,592.23 Add/Deduct Alternate 1 $ The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid.Owner will, at its discretion,award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value,and whether the Bidder has met the minimum specific project experience requirements,and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner,changed the responsibility of the Bidder. Bid Acknowledgement Form 003000-3 American Bank Convention Freight Elevator Replacement E14075 Rev 0113 2016 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 189 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 203 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. D. SECTION 00 30 05 DISCLOSURE OF INTEREST. E. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. Bid Acknowledgement Form 003000 -4 American Bank Convention Freight Elevator Replacement E14075 Rev 01 13 2016 ARTICLE 10—BID SUBMITTAL 10.01 This Bid is submitted by: Bidder: Barcom Construction,Inc. (typed or printed full legal name of Bidder) By: _ ; (individual's signature) Name: Elaine R.HoETmun (typed or printed) Title: President (typed or printed) Attest; AIU4 (individual's signature) State of Residency: Texas Federal Tax Id. No. 454563476 Address forgiving notices: 5826 Bear Lane Cornus Christi.Texas Phone: 361-851-1000 Email: elainc barcom.cc (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-5 American Bank Convention Freight Elevator Replacement E14075 Rev01-13 2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ® Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: Barcom Construction,Inc. (typed or printed) (5,+9n a--attach evidence of authority to sign) Name: Elaine R.Hoffman (typed or printed) Title: President Business address: 5826 Bear lane Corpus Christi,Texas Phone: 361-851-1000 Email: elame@barcom.cc END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 American Bank Convention Freight Elevator Replacement E14075 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest s0 BE A�ssl�BYCrtN KWHASM DIVISION city of CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Carpus Christi Ordinance 17112,as amended requires all persons or firms seeking to do business with the City to provide the following information. Every iuesdon must be answered. If the question is not , answer applicablewith "NA". See reverse side or piling Requirements, Certifications and definitions. COMPANY NAME: Barcom Construction,Inc. P.O.BOX: STREET ADDRESS: 5826 Ben,Lnne CITY: Corpus Chnsti ZIP: 78405 FIRM IS: 1. Corporation ® 2. Partnership 8 3. Sole Owner ❑ 4. Association 5. other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. I. State the names of each employee" of the City of Corpus Cmsti having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) NA 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title WA 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest" constituting 3%or more of the ownership in the above named"firm. Name Board,Commission or Committee NA 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant NA aty of Corpus Christi 00 30 05-1 Disclosure of interest Re,r01_13-2026 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on arty City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the intent of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that 1 have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Elaine R.Hoffman Title: President rrm or hint) Signature of Certifying Date: 8 172016 Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee" Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm" Any entity operated for economic gain,whether professional,industrial or commercial,and whether established to produce or deal with a product or service,including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official:' The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements" g. "Consultant"Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 00 30 05-2 Disclosure of interest W01-13-20M 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: American Bank Convention Kitchen Freight Elevator Replacement Prosect No.E14075 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding;or with any official or employee of the Owner as to quantity,quality, or price in the prospective contract,or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: Barcom Construction,Inc. (typed or printed) By: 2aim'L A. (sign t r --attach evidence of authority to sign) Name: Elaine R.Hoffman (typed or printed) Title: President Business address: 5826 Bear Lane Corpus Christi,Texas 78405 Phone: 361-851-1000 Email: eiaine®barcom.cc END OF SECTION Non-Collusion Certification 003006- 1 American Bank Convention Freight Elevator Replacement E14075 11-25-2013 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Barcom Construction, Inc. as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto City of Corpus Christi as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars ($ 5%of G.A.B. }, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for American Bank Center Kitchen Freight Elevator Project No. E14075 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 17th day of August, 2016. Barcom Construction, Inc. (Prin ' l) (Seat) (Witness) rLqlor � (TI ) Travelers Casualty and Surety Company of America (Surety) (Seat) Sheila Kink (Witness) C.A. McClure (Title)Attomey-In-Fact AIA DOCUMENT A310•BID BOND•AIA®•FEBRUARY 1870 ED•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N Y AVE.N W.WASHINGTON D C 20006 1 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AW POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Conlpuny St.Paul Mercury Insurance Company Fidelity and Guuranty Insurance Company Travelers Casually and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casually and Surely Company or America Sl.Paul Fire and Marine Insurance Company United Stales Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 227687 Certificate No. 0 0 6 8 4 8 9 7 2 KNOW :ALL MEN BY THESE PRESENTS: That Farminzton Casualty Company,St. Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company_St. Paul Mercury Insurance Company,Travelers Casually and Surety Company,Traders Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc„is a corporation duly organized under the Iawti of the State of Wi,consin{herein i ollectirely called the"Companies"),and that the Companies do hereby make,constitute and appoint C.A.McClure,Kelly J. Brooks, Kenneth L.Meyer,and Michelle Ulery of the City of Cypress -- .State of Texas their true and lawful Attorneys)-in Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizanccs,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate scats to be hereto affixed,this 30th da} of _June _ 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surely Company of America St.Paul Fire and Marine Insurance Company United Stales Fidelity and Guaranty Company St.Paul Guardian Insurance Company �rSu�t fid..•• .r•�1' ���.�47 +,Mly,O ,I'A* ?�pyr ty �y' f i PO! 49 meq'. �ti �• +� � � 4 1Ut1rTFm, lNNir01R K s{ cr y' 1gS� w9®e^ s5EAi,��o 'a�`S$JLL:� w CONK F t arse v 4896 4 �+ • A,i � l`R A C 7 wet fS:►MSL Ftp �..'�,a hr ',a � , � �AIN State of Connecticut By: } Uity of Hartford ss. Rol+crl L.Rages,$cnior Vit"v Presidcat On this the _30th= day of e June 3016 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vicc President of farmington Casualty Company, Fidelis}and Guaranty Insurance Company.E":delity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surely Company.Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he.as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of(lie corporations by himself as a duly authorized officer G,Tl7 In Wilncss Whereof,l hereunto set my hand and official seal. hly Commission expires the 301h day of June,2031. pU@L1� i Marie C.Teircault,Notary Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Travelers''` IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty &Surety Company of America,Travelers Casualty & Surety Company,Travelers Indemnity Company,Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower,Suite 2900 Philadelphia, PA 19102 (267)675-3000 (267)675-3102 Fax You may contact the Texas Department of insurance to obtain the information on companies,coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149 t04 Austin,TX 75714-9104 (800)252 3439 ATTACH THIS NOTICE TO YOUR BOND.This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021,Government Code,and Section 53.202,Property Code,effective September 1, 200 l. mus cr �G A Q FMAC TASK ORDER AGREEMENT f��A9PP A � xe�2 This FACILITIES MULTIPLE AWARD CONTRACT TASK ORDER AGREEMENT (ORDER) is between the City of Corpus Christi, a Texas home-rule municipal corporation (CITY), acting through its duly authorized City Manager or designee, the Director of Engineering Services or City Engineer, and Barcom Construction, Inc. (CONTRACTOR), acting by and through its duly authorized representative, Elaine Hoffman (Name), President (Title). The parties agree as follows: 1. This ORDER is issued under the Facilities Multiple Award Contract Master Agreement signed on July 26, 2016, pursuant to Request For Proposals No. 2016-04. All terms and conditions of the Master Agreement pertain to this ORDER. 2. CONTRACTOR was selected for award of this ORDER under Request for Task Order Proposal (RFTOP) No. E14075 3. CONTRACTOR shall construct and complete certain improvements in accordance with the plans and specifications described in Exhibit "A" (attached and incorporated herein), perform all work as provided in said plans and specifications, and do such additional work as may be considered necessary to complete the work in a satisfactory and acceptable manner (the"Work"). The CITY reserves the right to make such changes in the plans and specifications and in the character of the work as may be necessary or desirable. Authorization for all changes must be made in writing. The CONTRACTOR shall furnish all labor, tools, material, machinery, equipment and incidentals necessary to the prosecution of the Work unless otherwise provided by the written terms of the plans and specifications. 4. The work described in the Task Order documents shall be completed within 190 Calendar Days of Notice To Proceed. 5. In consideration of the completion of the above-described Work, the CITY agrees to pay to CONTRACTOR the amount of $488,592.23 U.S. for City Proiect E14075 ABC Convention Kitchen Freight Elevator . Said payment shall be conditioned upon the acceptance of the work by the CITY as certified by its final inspection following the receipt of notice from the CONTRACTOR that the work is completed and ready for acceptance. Upon completion of work and before acceptance and final payment is made, the CONTRACTOR shall clean and remove from the work site all surplus and discarded materials, temporary structures and debris of every kind in order to leave the work site in a neat, orderly condition, equal to that which originally existed. The CONTRACTOR shall submit a notarized affidavit that bills for all labor, equipment, materials and supplies associated with the project have been paid before final payment is released. 1 Rev 09/2016 6. All work shall be performed in a workmanlike manner and to the satisfaction of the CITY. The CITY shall determine the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the Work, sequence of construction and interpretation of the plans and specifications. 7. The CONTRACTOR agrees to provide Performance/Payment Bonds and insurance as required and outlined in the Task Order documents. S. The CONTRACTOR shall, at all times, observe and comply with City, federal, state and county laws, ordinances or regulations which in any manner affect the conduct of the Work. The CONTRACTOR shall be responsible for procuring all legally required building, plumbing, electrical and other permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the Work, unless otherwise provided by the written terms of the plans and specifications. 9. This Agreement or the Work provided may not be assigned or subcontracted by CONTRACTOR without the written permission of the CITY. 2 Rev 09/2016 IN WITNESS WHEREOF this Agreement is executed. CITY OF CORPUS CHRISTI CONTRACTOR: Digitally signed by Jeff Edmonds t DN:cn=Jeff Edmonds,o,—Engineering, Barcom ConstructInc. email=jeffreye@cctexas.com,-US , Date:2016.11.03 16:05:47-05'00' J.H. Edmonds, P.E. Company Director of Engineering Digitally signed by Elaine R.Hoffman Elaine R. Hoffman DN:cn-Elaine R.Hoffman,o-Barcom Donstmcdon, Inc.,ou-Acct,email-elaine@barcom.cc,c-US Date:2016.09.2914:24:59-05'00' 09/29/16 Original Authorized Signature Date Elaine R. Hoffman, President Print Name and Title 09/29/16 Approved to Legal Form: Date 2016.11.03 15:52:09 5826 Bear Lane -05'00' Address Janet Kellogg Asst. City Attorney Corpus Christi, Texas 78405 City, State, Zip 09/29/16 361-851-1000 / 361-851-1717 Date Phone/Fax elaine@barcom.cc Email 1030-13606-734-520130 E14075-01-1030 EXP Funding Source 3 Rev 09/2016 006116 PAYMENT BOND BOND NO, 106519763 Contractor as Principal Surety Travelers Casualty and Surety Company of Americo Name: Barcom Construction Inc. Name: Mailing address(principal place of business): Mailing address(principal place of business): 5826 Bear Lane 4650 Westway Park Blvd. Corpus Christi,Texas 78405 Houston,TX 77041 Physical address(principal place of business): Owner 4650 Westway Park Blvd. Name: City of Corpus Christi,Texas Houston,TX 77041 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78469 Connecticut By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract Its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): 281-606-8400 E14075 FMAC ABC Convention Kitchen Frelaht Elevator Telephone(for notice of claim): 860-277-0111 Local Agent for Surety Name: C.A. McClure Award Date of the Contract: September 19,2016 Address: 13823 Schmidt Road Contract Price: 5488,592.23 Cypress,TX 77429 Bond Telephone: 291-890-9294 Email Address: alm@southernamericanins.com Date of Bond: September 20 2016 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of daim should be sent may be obtained of Contract) from the Texas Dept.of Insurance by calling the following toll free number 1-800-2S2-3439 FMAC Payment Bond 006116-1 E14075 FMAC ABC Convention Kitchen Freight Elevator 7-8-2014 Surety and Contractor,intending to be legally bound and obligated to owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,Jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Barcom Constr cti n,Inc. Surety Traveler Casualty and Surety Company of Ameri a Signature: Signature; Name: j Name: C.A. McClure Title: r Title: Attorney in Fact _ Email Address; ejt r ri r �Ctf L Email Address: alm@soufhemamericanins.com (Attach Power of Attorney and place surety seat below) END OF SECTION FMAC Payment Bond 006116-2 E14075 FMAC ABC Convention Kitchen Freight Elevator 7-8-2014 • r: Com a . 3 t ..i '► L a. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company orAmerica St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Sl.Paul Guardian Insurance Company Attorney-In Fact No. 227687 Certificate No.O 0 6 V 4 9 5 8 1 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company.St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized wulcr the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters.Inc.,is a corporation duly organized under the lawN cif the State of Wisconsin(herein collectively called the"Companies").and that the Companies do hereby make,constitute and'appoint C.A.McClure, Kelly J. Brooks, Kenneth L.Meyer,and Michelle Ulery of Elie City of Cypress ,State of Texas their true and lawful Attorneys)-in-Fact. each in their separate capacity il'more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing,the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF.the Companies have caused this instrument to be signed and their corporate,cats to be hereto affixed,this 30th day of June 2016 Farmington Casualty Company Sl.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company C,hSU.��r � k�xF 44 `�� '4SG pr Ix5V9>� �ptii.iryOB ,F,'SI.A �ytY Ayr xt 482' O `'1.4iRtFD T` _. x r yo Ni �pF40g4rf rst tthATFORI) " 3 t4}4776${G1.1,S �� :?➢ State ofConnecticut B%- City of Hartford ss. Robert L.Raney.Senior Vice President On this the 30th day of June 2016 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty insurance Company.Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company.St.Paul Guardian Insurance Company,St.Paul Mercury Insurance;Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he.as such,being authorized so to do.executed the foregoing instrument for the purposes therein contained by signing ora behalf of the corporations by himself us a duly authorized officer. eNnIn Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2071. Marie C.Tetreault.Notary Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 30th day of September �t116 Kevin E.Hughes,Assistant Sec tary G1.SttAf �t\R[4� \!M IKS �,N34q tttr M'A �Q,,p��Pw°�0°w��t,♦ � � aconA�4*,s �` O4A O � 9i c ' S6OFott� a1{O t\a wr _rig ' cow • „ �4 � gess � ay• F� JL[ANGS� o�..[xyAj' etQ........n� ��} Nis 'A11..W!yd�`- To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us-at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AO Travelenj ` IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAWI: You may contact Travelers Casualty&Surety Company of America,Travelers Casualty &Surety Company,Travelers Indemnity Company,Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower,Suite 2900 Philadelphia,PA 19102 (267)675-3000 (267)675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies,coverages,rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin,TX 7 B714-9104 (800)252-3439 ATTACH THIS NOTICE TO YOUR BOND.This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021,Government Code,and Section 53.202,Property Code,effective September 1,2001. 006113 PERFORMANCE BOND BOND NO. 106519763 Contractor as Principal Surety Travelers Casualty and Surety Company of America Name: Barcom Construction Inc. Name: Mailing address(principal place of business): Mailing address(principal place of business): 5826 Bear Lane 4650 Westway Park Blvd. Corpus Christi,TX 78405 Houston,TX 77041 Physical address(principal place of business): Owner 4650 Westway Park Blvd. Name: City of Corpus Christi,Texas Houston,TX 77041 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78469 Connecticut By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): 281-606-8400 E14075 FMAC ABC Convention Kitchen Freight Elevator Telephone(for notice of claim): 860-277-0111 Local Agent for Surety Name: C.A.McClure Award Date of the Contract:September 19,2016 Address: 13823 Schmidt Road Contract Price: $488.592.23 Cypress,TX 77429 Bond Telephone: 281-890-9294 Email Address: alm@southemamericanins.com Date of Bond: September 30,2016 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date from the Texas Dept.of Insurance by calling the of the Contract) following tall free number:1-800-252-3439 FMAC Performance Bond 006113-1 E14075 FMAC ABC Convention Kitchen Freight Elevator 7-8-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its beholf by its authorized officer, agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract thea this obligation shall be null and void;otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2259 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the some extent as if it were copied at length herein. 'Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Barcom Ccnsiructi n,Inc. Surety Travelers Casualty and Surety Company of America Signature: Signature: 1 Name: Name: C.A. McClure Title: Pr Title: Attorney in Fact Email Address: Cla ei e CO b u rca M EC Email Address: almgsouthernamericanins.com (Attach Power of Attorney and place surety seal below) END OF SECTION FMAC Performance Bond 006113-2 E14075 FMAC ABC Convention Kitehen Freight Elevator 7-8-2014 � b �. - a .f i ,* .� - .. � _ _ .��, _ .. - ... .. .. -._ . . .,r .. .. .. � .. _ ,/ _- �.. ._ r �' _ - . _ , . •, .. , : .. - ,`\ \��. � . � _ ',,^ --," ``� ":-' �. `�t��,, �. - . WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER /� POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America Sl.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company SL Paul Guardian Insurance Company Attorney-In Fact No. 2276$7 (crtilitatc No.006849581 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company.St.Paul Mercury Insurance Company,Travelers Casually and Surety Company,Travelers Casualty and Surety Company of America.and United States Fidelity and Guaranty Company are corporations duly organized tutder the haws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa.and that Fidclily and Guaranty Insurance Underwriters,Inc.,is it corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint C.A.McClure, Kelly J. Brooks,Kenneth L.Meyer.and,Michelle Ulery of the City of Cypress .Slate of. Texas their true and lawful Attorney(s)-in-Fact, each in[heir separate capacity if more than one is named above,to sign,execute,sea]and acknowledge any and all bonds.recogni-r_ances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing,the fidelity of persons.guartntecing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF.the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 30th day of June 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company 'Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company united States Fidelity and Guaranty Company Si.Paul Guardian Insurance.Company 7F G'k FM 4S 4 IMSu 4TY dk �..,ww, Y g r '�` Jr� �•,Sr':1LL o. E�•.SEAL.s 6 t d•.., :'2`_f a•., a "'�t {� ✓ fy';'j� p��....�.•FHS 'aa': ,+b t v$ 1"!Al{Ib�'� State of Connecticut Bv: City of Hartford ss. Robert L.Raney.Senior Vice President On this the 30th day of June 2016 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company.Fidelity and Guaranty Insurance Underwriters.Inc..St.Paul Fire and Marine Insurance Company.St.Paul Guardian Insurance Company,S[.Paul Mercury Insurance Company.Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do.executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer- G• In Witness Whereof,1 hereunto set my hand and official sea[. My Commission expires the 30lh day of June,2I)2I, Maric C.Tetreault.Notary Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 30th day of September 2o16 Kevin E.Hughes,Assistant Sec tary ?pASU��r} eyLiRE 6y' �O�►M„�MS49 JPt.1N34g4� `Jf�TY AMp o` ���Iln �Y--gyp td 9926 r,0 �4 �� b y977 - m e t1At7rfOP0, liVSFrCAR < COW ; watt' a Rr�,t836� �'♦ A JLxANGf G ��f�A�� of'.....r'�,AO ��r 1� ,(� ''al To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.trivelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Travelers'' `` IMPORTANT NOTICE TO OBTAIN WFORMATION OR MAKE A COMPLAIIV'I`: You may contact Travelers Casualty&Surety Company of America,Travelers Casualty &Surety Company,Travelers Indemnity Company,Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower,Suite 2900 Philadelphia,PA 19102 (267)675-3000 (267)675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies,coverages,rights or complaints at: Texas Department of insurance P.O.Box 149104 Austin,TX 78714-9104 (800)252-3439 ATTACH TATS NOTICE TO YOUR BOND.This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021,Government Code,and Section 53.202,Property Code,effective September 1,200 l. SHEET INDEX SHEET NO. DESCRIPTION Son P-kio County r 1-1 1111£SHFET iM-1 HVAC PLAfJ ���� -r ELFCTftICat PIAN ��\ PROJECT LOCATION NUECES BAY j s 44� ,I GRAPHIC MAP SCALE CORPUS CHRtSH BAY PRoaccT laarror+ � I' t;^"h � ••,'�'.7 .I" 'J w • �` Old VICINITY MAP o~i PLANS FOR V (PUBLIC BUILDING) r AMERICAN BANK CONVENTION KITCHEN FREIGHT ELEVATOR REPLACEMENT PROJECT# E14075 PREPARED BY 342 S. NAVIGATION BLV ASSOCIATES 36 S. 3-91 9 BLVD. actEas£o£oa Jy,1 t 3 (361) 883-9190 coesraucnaN: ° (^PBGM820 �t5]89-M1�t rci 1 PARTIAL PARKING LEVEL U a ut lIII FF ¢o � ul o W w U�- E AIR DEVICE SCHEDULE arc z y d FAN SCHEDULE �£.,am.,ow•a.. DETAIL WALL MOUNTED EXHAUST FAN 6 a .rte,.. 2....a PIAN GROUND LEVEL PEG820 --_=w oauo.nioxmw onyx amnruu-uEcrwrx:mounox: 15781 E�1" °.. >a �❑ o Efl a o a ❑ N ELECTRICAL FLOOR PLAN-GROUND LEVEL om>H ^� ❑ _ `"'° 3 ELECTRICAL ROOM"A" "S Al 0 0 O OO N ELECTRICAL DEMOLITION-GROUND LEVEL ® 1 FREIGHT ELEVATOR _ N ELECTRICAL FLOOR PLAN-LEVEL 1 ®4 ELECTRICAL ROOM 115 AND FREIGHT ELEVATOR (02 oN.. ID - U PIAN U tc Ors - _._ ___• _ _ _,.w,na� LEVEL 1 — ® - mr.n weFvecnrow. rt �w w N ELECTRICAL FLOOR PLAN-GROUND LEVEL ���� a 2 FREIGHT ELEVATOR IAV PIAN GROUND LEVEL �sr13 � 3 g 77720 EXHIBIT "A" GENERAL NOTES: 1. REFER TO SPECIFICATIONS FOR ALL DEMOLITION (MODIFICATIONS) INSTALLATION REQUIREMENTS. 2. FIRE SEAL ALL PENETRATIONS IN ELEVATOR MACHINE ROOM. ELEVATOR KEYED NOTES : 0 ELEVATOR CABS SHALL BE UPGRADED. REFER TO SPECIFACTIONS FOR SPECIFIC REQUIREMENTS. O2 ELEVATOR CONTROLS SHALL BE UPGRADED. REFER TO SPECIFICATIONS FOR SPECIFIC REQUIREMENTS. O3 ELEVATOR MACHINE SHALL BE UPGRADED. REFER TO SPECIFICATIONS FOR SPECIFIC REQUIREMENTS. O4 ELEVATOR CONTROL CABINETS SHALL BE UPGRADED. REFER TO SPECIFICATION FOR SPECIFIC REQUIREMENTS. O5 PIT LADDER TO BE MODIFIED. REFER TO SPECIFICATIONS FOR SPECIFIC REQUIREMENTS. 5 O FREIGHT ELEVATOR F 3 L- - - � 4 LA� ABC CONVENTION CENTER KITCHEN FREIGHT ELEVATOR REPLACEMENT PHASE 2 CITY OF CORPUS CHRISTI STRIDDE, CALLINS & ASSOCIATES, INC. F-6328 Section Title Pgs. Division 08 — Openings 08 11 13 Hollow Metal Doors, Frame, and Hardware Schedule for 3 Exterior Elevator Equipment Room Division 14— Conveying Equipment 14 24 00 Hydraulic Elevators 16 Division 15 - Mechanical 15100 HVAC Specifications 13 Division 16 - Electrical 16000 Electrical Specifications 15 SPECIFICATION INDEX 1 City of Corpus Christi American Bank Center—Elevator upgrades SECTION 081113 - HOLLOW METAL DOORS, FRAME, AND HARDWARE SCHEDULE FOR EXTERIOR ELEVATOR EQUIPMENT ROOM. � � PART 1 - GENERAL oNSCARc J;w OQ. 01 ix 1.1 SECTION REQUIREMENTS M . o � A. Submittals: Product Data and Shop Drawings. (P% 1§1792�N qrF OF PART 2 - PRODUCTS SEPT. 8TH, 2015 2.1 HOLLOW METAL DOORS AND FRAMES A. Manufacturers:[ One of the following:] 1. Amweld Building Products, LLC. 2. Benchmark; a division of Therma-Tru Corporation. 3. Ceco Door Products; an Assa Abloy Group company. 4. Curries Company; an Assa Abloy Group company. 5. Steelcraft; an Ingersoll-Rand company. 6. Windsor Republic Doors. B. Fire-Rated Doors and Frames: Labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, based on testing at positive pressure according to NFPA 252 or UL 10C. 1. Door and frame shall be 90 min. UL fire rated assembly C. Smoke- and Draft-Control Door Assemblies: Listed and labeled for smoke and draft control, based on testing according to UL 1784 and installed in compliance with NFPA 105. D. Windstorm tested and certified door and frame assembly. Tested and compliant with ASTM E1886 and E1996 test standards currently adopted by Texas Department of Insurance (TDI) Windstorm Division and any other standards and / or test certifications currently required for acceptance by TDI. NOTE subject to discretion of the project Windstorm Engineer a Florida Building Code certified assembly may be accepted if a corresponding TDI approval is not available provided that all relevant ASTM and other required test certifications as noted above are provided for review by the project Windstorm Engineer. Acceptance is solely at the discretion of the project Windstorm Engineer. E. Doors: Complying with SDI A250.8 for level and model and SDI A250.4 for physical- endurance level indicated, 1-3/4 inches thick unless otherwise indicated. 1. Exterior Doors: Level 3 and Physical Performance Level A (Extra Heavy Duty), Full Flush, Seamless, metallic-coated steel sheet faces. HOLLOW METAL DOORS AND FRAMES 081113 - 1 City of Corpus Christi American Bank Center—Elevator upgrades a. Thermal-Rated (Insulated) Doors: Where indicated, provide doors with thermal-resistance value (R-value) of not less than R-11 when tested according to ASTM C 1363. 2. Hardware Reinforcement: Fabricate according to SDI A250.6 with reinforcement plates from same material as door face sheets. 3. Provide (2) 3'-0" x 7'-0" door units paired F. Frames: ANSI A250.8; conceal fastenings unless otherwise indicated. 1. Steel Sheet for Exterior Frames: 16 Gauge minimum thickness. 2. Exterior Frame Construction: Full profile welded. 3. Hardware Reinforcement: Fabricate according to ANSI/SDI A250.6 with reinforcement plates from same material as frames. 4. Frame Anchors: As required for TDI Windstorm compliant assembly. 5. Provide single 6-0" x 7'-0" frame unit to receive paired doors. G. Door Silencers: Three on strike jambs of single-door frames and two on heads of double-door frames. H. Prepare doors and frames to receive mortised and concealed hardware according to SDI A250.6 and BHMA Al 56.115. I. Reinforce doors and frames to receive surface-applied hardware. J. Prime Finish: Manufacturer's standard, factory-applied coat of lead- and chromate-free primer complying with SDI A250.10 acceptance criteria. 2.2 MATERIALS A. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, A60. B. Frame Anchors, Inserts, Bolts, and Fasteners: Hot-dip galvanized according to ASTM A 153/A 153M. 2.3 HARDWARE A. Hardware schedule as specified is based on performance and quality of manufactures indicated. Proposed substitutions must be clearly indicated as intended substitution in the project submittal with data clearly documenting equal performance and quality. B. Hardware Schedule 6 each Butts TA2314 4-1/2" X 4-1/2" NRP US32D McKinney 1 each Lockset 8225 x LNL US26D Sargent 2 each Surface Bolts 988 US2C Sargent HOLLOW METAL DOORS AND FRAMES 081113 -2 City of Corpus Christi American Bank Center—Elevator upgrades 1 each Threshold 2005AV x 72" Pemko 1 set Weatherstrip 303AV 1 pc. 72", 2 pc. 84" Pemko 1 each Astragal 355CS x 84" Pemko PART 3 - EXECUTION 3.1 INSTALLATION A. Install hollow metal frames to comply with SDI A250.11. 1. Fire-Rated Frames: Install according to NFPA 80. B. Install doors to provide clearances between doors and frames as indicated in SDI A250.11. C. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of galvanized sheet and apply touchup of galvanizing repair paint. END OF SECTION 081113 HOLLOW METAL DOORS AND FRAMES 081113 - 3 SECTION 14 2400 HYDRAULIC ELEVATOR AMERICAN BANK CENTER PART 1 —GENERAL 1.01 SUMMARY A. Scope: It is the purpose of this specification to include all labor, material, tools, rigging and equipment necessary to: 1. Provide Alterations to One (1) hydraulic Freight Elevator, complete in every respect, make any code and ADA/TAS required changes, and meet the requirements as indicated and/or specified. Elevator is designated as Kitchen Freight [TXE# 014373]. 2. Related Work: A. Division 26 Electrical. B. Division 27 Communications C. Division 28 Electronic Safety and Security 3. Coordinate the work of this Section with work of other trades as required to properly execute the work as necessary to maintain satisfactory progress of the work of other Sections. All work shall be coordinated with the General Contractor. 4. The Alteration of the elevator must be properly coordinated so that the time for the elevator to be out of service is minimized. Schedule the removal of the Kitchen Elevator from service with the Owners representative. Elevator contractor shall provide all necessary and required protection in hoistway areas for the entire alteration process. 5. If these specifications are not complete as to any minor detail of a required feature, or with regard to the manner of combining or installing parts, material or equipment, but there exists an acceptable trade standard for good and workmanlike practices, such detail shall be deemed by implication to have been required by these specifications in accordance with such standard. B. Related Work and Existing Conditions: 1. Machine room and pit lighting and convenience outlets, 460/480 volt 3 phase, 60 hertz electrical power distribution to elevator machine rooms including emergency power distribution and products of combustion detection systems by others; elevator contractor to interface elevator controls with smoke initiating devices for recall to designated and alternate landing. 2. Elevator contractor to confirm pit ladder compliance with ASME A17.1-2007 Code; should pit ladder require replacement or modification it shall be the sole responsibility of the elevator contractor. 3. Cutting and patching: if the elevator contractor requires modifications to any hoistway enclosure spaces or spaces required to install signal fixture boxes, it shall be the sole responsibility of the elevator contractor to modify as required. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-1 C. Site Visit and Inspection of Existing Equipment: 1. By submitting a bid, elevator installer certifies that he has visited and inspected the site and existing facilities and has informed himself in detail as to all existing conditions that may affect the work and compared to the contract documents. Failure to do so will not be considered sufficient justification for additional compensation and/or extension of contract time. 1.02 SUBMITTALS A. Submittals are required on all new equipment and devices installed on this alteration. B. Submit drawing(s) showing: 1. Provide machine room layout of existing conditions and proposed location for new components and corresponding dimensions of hoistway, clear overhead and pit depth. Include all necessary weights and reaction loads. C. Descriptive Data: Submit project specific details of operation and auxiliary equipment for approval prior to manufacture. D. Samples: All exposed materials with finish and signal fixture devices. 1. Omit all logos from exposed finishes or components. E. Maintenance Data: Provide written information necessary for proper maintenance, safety tests and adjustment of the equipment prior to final acceptance as follows: 1. Straight line wiring diagrams of as-installed elevator circuits with index of location and function of all components. Wiring diagrams must be Project specific including serial numbers of new primary components. Provide 4 corrected sets for Owner's file 90 days after acceptance. One (1) set shall be permanently mounted in elevator machine room and one (1) set on Auto Cad CD or other acceptable electronic media. 2. Lubricating instructions and recommended lubricant grade. 3. Parts catalogs and maintenance manuals. Six (6) sets of elevator keys tagged and identified for feature and function. 4. Include any special tools, pass words, fault codes, fault code solutions, software package or manuals that are required for maintenance, trouble shooting, adjustments or performing safety tests of the elevators for the Owner's use. Service tool(s) shall be included at no additional cost to Owner or Owner's agent. 5. Provide a minimum of two (2) hours of onsite Owners training in the safe use of the elevator systems and owners information outlined in 1.02 E. Training shall be accomplished by supervisory level personnel. 6. Demonstrate the ability to use non proprietary means to adjust, trouble shoot and perform Code required Safety tests as outlined in 1.02, E. 1.03 REFERENCES A. Comply with applicable building codes and elevator codes at the project site, including but not limited to the following: 1. ASME A17.1 Safety Code for Elevators and Escalators, current adopted edition. 2. ASME A17.3-2002 Safety Code for Existing Elevators and Escalators. 3. ASME A17.2.2 Inspectors Manual for Hydraulic Elevators, current adopted edition 4. NEC/NFPA 70 National Electrical Code. 5. NFPA 80 Fire Doors and Windows. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-2 6. Americans with Disabilities Act— Accessibility Guidelines (ADAAG) current adopted edition and amendments. 7. ANSI A117.1, Buildings and Facilities, Providing Accessibility and Usability for Physically Handicapped People-current adopted edition. 8. Texas Accessibility Standards current adopted edition. 9. ASME UL 10B and ASTM E152, Fire tests of door assemblies. 10. International Building Code, current adopted edition City of Corpus Christi, Texas. 11. City of Corpus Christi, Texas Code Amendments. B. Make application for, secure and pay for all necessary permits and certificates of inspection for all equipment included herein, as required by the various departments of the Local and State Authorities [TDLR]. Furnish the Owner certificates and approval as required by the local governing authorities having jurisdiction. C. In addition to the permits, inspections and test specified and the governing codes, the elevator contractor will be required to have performed speed and load carrying capacity and heat tests at his own expense. D. Any damage of any kind to the car or the adjoining structure, which may develop through performance of any tests, shall be repaired at no additional costs to the Owner. 1.04 CONTRACTOR'S RESPONSIBILITY A. The electrical and mechanical design shall be based on the existing power characteristics and heat releases. The Contractor shall submit with bid any power characteristics or heat releases of this equipment that exceeds that of the equipment in place. Any additions or modifications requested at a later date will be at the expense of the Contractor. B. Store materials in a dry protected area. Protect and handle materials in accordance with manufacturer's recommendations to prevent damage, soiling, or deterioration. 1.05 WARRANTY A. For new equipment installed, provide warranty to replace, repair, or restore parts or components that fail or do not operate properly due to poor field or factory workmanship, engineering or design for a period 12 months from the date of signed final acceptance. 1.06 MAINTENANCE A. Furnish regular maintenance for the Elevator during the Alteration period (Interim Maintenance) beginning on Notice to Proceed and when on-site Elevator work begins through substantial completion and for the 1 year Warranty Period. The maintenance service shall comply with the scope of work for the existing elevator maintenance contract at American Bank Center, including regular examinations of the installation by competent and trained mechanics, and shall include all necessary adjustments, greasing, oiling, cleaning, and supply of parts and accessories necessary to keep the equipment in good operating condition, except such replacement of parts made necessary by misuse, accidents not attributable to failure of equipment or workmanship, and negligence of the Owner. Include 24 hour call back service. B. Interim Maintenance shall include the Kitchen Freight Elevator in Section 142400. Reference Interim Maintenance, Part 3, Execution. C. Terms and Conditions of the existing Maintenance Agreement in place shall prevail as the standard for Interim and Warranty Maintenance. Annual State of Texas QEI Inspections and safety test must be kept current during the Alteration and Warranty periods. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-3 1.08 QUALITY ASSURANCE A. The specific product or material manufactured by any of the following listed manufacturers is "acceptable" only if the specific product or material can evidence exact compliance with the contract documents and governing codes. 1. ThyssenKrupp Elevator Company 2. Schindler Elevator Corporation 3. Otis Elevator Company B. Elevator Contractor must be able to demonstrate that he has installed and maintained similar elevators to those specified and which have given satisfactory service; has been in successful operation for at least five (5) years; maintains locally an adequate stock of parts for replacement or emergency purposes; has available qualified persons to do the work. C. The controls shall not have any software embedded that shuts the elevator down if the equipment is not malfunctioning, and forces the Owner to call the Manufacturer for service. 1.09 PARTS AND PRINTED CIRCUIT BOARDS A. Contractor guarantees they will sell all parts and printed circuit boards to the Owner or the Owner's Agent. The same shall not be dependent on an exchange component. PART PRODUCTS 2.01 MANUFACTURES A. The following manufacturers and installers are acceptable: 1. For all elevators: Base Bid: ThyssenKrupp Elevator Company Alternate Bid #1: a. Otis Elevator Company b. Schindler Elevator Company 2. Approved Dispatching Control Systems: Motion Control Engineering Motion 2000 Elevator Controls Corporation H 900 American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-4 2.02 TYPE AND GENERAL CHARACTERISTICS A. Freight Elevator: Kitchen Freight Elevator Quantity of Elevators One (1) Capacity 7500 Lbs. Class A Loading Speed 65 FPM Rise No Change; field verify Stops/Openings 3 stops/3 openings; 1-2-3 Openings Front& Rear-field verify locations Machine Type Provide new hydraulic power unit and Hydraulic valve equal to Maxton Mfg. Company Machine Room Location Retain existing Platform Provide new car sling and platform as specified Platform Floor Covering Provide new aluminum tread plate as specified Car Motion Control Provide new microprocessor type as specified Hoistway Entrances: Retain and reuse channel door frames Provide new bi-door assembly as specified Interlocks Provide new as specified Door Operation New -Heavy Duty DC Master Operator Door Protection Provide new proximity type and safety edge Car Enclosures Provide new as specified Signals: Hall Buttons Provide new as specified Hall Lanterns Provide new as specified Car Position Indicators Provide new as specified Car Operating Panels Provide new as specified Communications Provide new as specified American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-5 Fireman Service Phase I and II Emergency Power Battery Lowering as specified 2.02 MACHINE ROOM EQUIPMENT A. Hydraulic Machines and Elevator Controller: manufacturer's standard single-acting under-the-car hydraulic plunger-cylinder unit(retain) for each elevator, with electric pump-tank-control system equipment in machine room as indicated. 1. Power Unit(New): a. Provide manufactures standard Oil Pumping and Control Mechanism. Oil pumping and control mechanism shall be compactly and neatly designed with components combined in a self-contained unit. Submerged oil-hydraulic pump shall be especially designed and manufactured for oil-hydraulic elevator service. Pump shall be of the positive displacement type, inherently designed for steady discharge with minimum pulsations to give smooth and quiet operation. b. Output of pump shall not vary more that 10 per cent between no-load and full-load on the elevator car. Drive shall be by direct coupling. c. Motor shall be especially designed for oil-hydraulic elevator service, of standard manufacture, and of duty rating to comply with herein specified speeds and loads. d. Oil Control Unit shall consist of the following components, built into a single housing. Welded manifolds with separate valves to accomplish each function will not be acceptable. Adjustments shall be accessible and shall be made without removing the assembly from the oil line: (1) Relief valve shall be externally adjustable, and shall be capable of bypassing the total oil flow without increasing back pressure more than 50 percent above working pressure. (2) Up Start and Stop Valve shall be externally adjustable, and designed to bypass oil flow during start and stop of motor pump assembly. Valve shall close slowly, gradually diverting oil to or from the Jack Unit, insuring smooth up starts and up stops. (3) Shut-off valve in supply line to cylinder in machine room and pit. Furnish and install all new hydraulic oil line and fittings with isolated couplings. (4) Check valve shall be designed to close quietly without permitting any perceptible reverse flow. (5) Lowering Valve and Leveling Valve shall be externally adjustable for drop-away speed, lowering speed, leveling speed and stopping speed to insure smooth "Down"starts and stops. The leveling valve shall be designed to level the car to the floor in direction car is traveling when slowdown is initiated. Maximum level variation shall be plus/minus '/4 inch. (6) Provide storage tanks constructed of steel in conformance with ASME A17.1, Section 304. Tank size shall be 120 per cent of normal size. An initial supply of hydraulic fluid shall be provided. A tank heater, thermostatically controlled, shall be placed in the storage tank to maintain proper oil temperature. (7) Oil cooler: suitable size oil cooler units shall be installed on or in the oil storage tank equal to Minnesota Elevator Products AOC or BOL. Cooler American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-6 shall be sized to insure oil temperature does not cause "oil odors" in machine room or hoistway, or heat shutdown of the elevator. e. Power controller shall contain necessary electrical contactors, electro- mechanical switches and thermal overload relays. Components shall be mounted in a NEMA 1 enclosure. Logic control system shall be microprocessor based, integrated solid state circuitry. System shall be protected from environmental extremes and excessive vibrations. Provide a solid state starter to limit current inrush during starting and to provide gradual acceleration of the motor. Motor starting shall not be initiated by mechanical contacts. The starter shall include a current limit adjustment range of 200 percent to 450 percent of the overload adjust range. B. Leveling: 1. Elevator car shall have two-way leveling to automatically bring the car to a stop approximately level with any floor for which a stop has been initiated, regardless of load, or direction of travel. Maximum level variation plus/minus 1/4 inch. 2. Automatic leveling control shall permit the synchronization of door opening with stopping of the car at a floor. Advanced door opening shall not be acceptable. C. Sound Reducing: New Hydraulic Power Units. 1. Provide resilient isolators to support all machines to eliminate sound transmission and vibration to building components. 2. Properly isolate oil hydraulic lines and connections to minimize sound transmission and vibration to building components. D. Identification 1. Provide identifying numbers on machines, controllers, power disconnect switches, car frame, and in the cab. E. Operation 1. Motion Control: a. Furnish and install new microprocessor motion controller. b. The motion control system shall perform all of the functions of safe elevator motion and elevator door control. This shall include all of the hardware and software required to connect, transfer and interrupt power, and protect the equipment against overloads. 2. Operations: a. Control of the elevator shall be automatic operation , Selective Collective for all single elevators as scheduled, by means push buttons in the car numbered to correspond to floors served, for registering car stops and by "up/down" push buttons at each intermediate landing and "call' push buttons at terminal landings. Momentary pressing of one or more buttons shall dispatch car to the designated landing in the order in which landings are reached by car, regardless of sequence in which the buttons are pressed. Each landing call shall be canceled when answered. The pressing of an "up" button when the car is traveling in the down direction shall not intercept the travel. (1) When the car has responded to the last stop, its direction of travel shall reverse automatically. (2) The control shall be arranged so that, normally, a car shall be parked at the main floor. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-7 b. A key operated switch shall be provided for the elevator for selecting independent service operation. When the switch is in the "Independent Service" position, the elevator shall be disconnected from the control system and all hall calls. The elevator taken out of service may be run from its car buttons for any special usage. C. In the event the car shall stall below the top landing due to low oil in the system or if for any other cause the car fails to reach the top landing within a predetermined time while traveling "up", a circuit shall be provided which shall automatically return the car to the bottom landing and open the doors, after which elevator shall be completely shut down. Service to the car can be restored by recycling the mainline switch. d. Car Reversal Operation: a car without registered car calls arriving at a floor where both up and down hall calls are registered shall initially respond to the hall call in the direction that the car is traveling. If no car call or hall call is registered for further travel in that direction, the car shall close its doors and immediately reopen them in response to hall call in the opposite direction. The direction lanterns shall indicate the change in direction when the doors reopen. If a car stops in an unoccupied zone and no demand for service exists, doors shall not open or hall lanterns illuminate. F. Auxiliary Operation: 1. General: In addition to primary control system features, provide the following controls or operational features for the passenger and service elevators, except where otherwise indicated. 2. Firefighters' Emergency Operation— Phase I: The activation of a key switch or a smoke detection device, in the elevator vestibule shall return all cars in the group express to the designated floor and by-pass all car and hall calls. The cars shall park at the designated floor with the doors open and will not respond to car or hall calls unless the SES-II switch in the car is activated. This system shall be in conformance with the current ASME Code A17.1, Section 2.27.3. 3. Firefighters' Emergency Operation— Phase II: In-car control of each elevator during the emergency operation, by means of a key switch in each car shall be provided. Operation and controls shall be per ASME A17.1, 2.27.3. 4. Emergency Power/Battery Lowering: The elevator control system shall include a self contained battery lowering feature that shall be activated upon loss of normal building power. The elevator shall safely lower to the designated landing if located above the designated landing and open the doors for a pre determined field adjustable time; if located at the designated landing or below, safely level into the floor landing position and cycle the elevator doors for a field adjustable time. G. Electrical Wiring: Electrical wiring shall comply with the ASME and National Electrical Codes and all applicable local codes. New wiring shall be included for all devices installed. 1. Furnish and install complete insulated wiring to connect all parts of the equipment. Properly ground all components as required by National Electric Code. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-8 2. Insulated wiring shall have a flame retarding and moisture resisting outer cover and shall be run in a metal conduit, metallic tubing, or wire ducts. (Existing conduit, tubing or duct may be re-used if in satisfactory condition and suits job conditions.) 3. Provide 6 percent spare wires between each controller, leveling device, hoistway junction box, and control panel, also, provide 6 percent spare conductors in each trail cable; all spares shall be properly tagged or otherwise identified with clear and indelible markings. 4. Tag code all field wiring at junction points; control wiring in traveling cables at their terminals in the machine room: elevator car junction box and connections within the car. Test entire wiring system for insulation to ground. 5. Provide total of eight (8) twisted/shielded pairs for security and other uses in the traveling cable for the elevator. The twisted/shielded pairs shall be located in a cable which is not used to carry alternating current circuits. The shielded wiring shall extend to junction box in the elevator machine room. 6. Existing feeders: If Contractor proposes any change in electrical service characteristics from those indicated in the documents, he shall alert the Owner prior to commencing Work of this elevator infrastructure upgrade phase. Contractor shall avail himself of every opportunity to survey existing equipment prior to execution of this sub contract. Any proposed infrastructure changes shall be submitted in writing. Any electrical infrastructure changes required after execution of this sub contract shall be in accordance with the Conditions of the Contract. 7. All travelling cable and hoistway wiring removed from machine room and hoistway spaces shall be removed from the premises and properly disposed in accordance with all applicable rules and regulations; reference Part 3 Execution. 2.03 HOISTWAY EQUIPMENT A. Rails: 1. Retain steel tee elevator guide rails. Clean free of all dust, rust and or other debris, correct any defective joints; check fastenings to the building structure and correct as required. 2. Provide manufactures lubricated slide guides, mounted on the top and bottom of the car frame to engage the guide rails. Slide guides shall be heavy duty type suitable for the elevator capacity and loading. B. Jack & Piston Unit: 1. The Jack unit assembly shall be retained and re-used. Clean all exposed components; seal pit floor at cylinder location as required. Elevator pit channels shall be replaced with new including a galvanized coating suitable for damp conditions. Submit galvanized material specification data for approval. C. Car Frame and Platform: 1. The car platform shall be constructed of steel with 3/" plywood sub-floor and fire proofing on the underside. The platform shall rest on rubber pads designed to form an isolating cushion between the car and car frame. Car frame shall be fabricated from formed or structural steel members and shall have adequate bracing to support the platform and car enclosure. 2. The car platform shall be designed for Class "A" loading. 3. The finished flooring shall be by the elevator contractor, approved and selected by the Owner or Owner's agent. Furnish and install aluminum tread plate flooring for the Freight Elevator; the flooring shall be secured to the platform with counter sunk fasteners and a minimum number of seems. All seems shall be sealed with a water proof caulking compound. American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400-9 D. Car Buffers: 1. Replace spring buffers and pit channel assembly; completely clean the pit space free of all debris. Each buffer shall be coated with a galvanized material suitable for damp conditions. Submit material specifications for approval. 2. Elevator pit space shall be broom clean of all dirt, dust and debris. E. Terminal Stopping Device: 1. Upper and lower normal terminal stopping devices may be reused. Arrange to slow down and stop the car automatically from any speed obtained under normal operation within the top and bottom over travels independent of the normal stopping means and final terminal stopping device, and the buffers. 2. Terminal stopping devices may be reused. Arranged to stop the car automatically after the car has passed a terminal landing independent of the operation of the normal terminal stopping device, but with the buffers compressed. F. Top of Car Operations: 1. Provide new car top inspection and maintenance station per ASME A17.1. 2. The car may be operated by constant pressure on the appropriate direction button. The normal car operating station shall be inoperative when the the-top- of-car operation station is in use. G. Car Top Light: 1. Provide Code approved car top electrical light with switch and suitable guard. Install Code required GFCI outlet. H. Pit Switch: 1. Emergency stop switch shall be located in each pit accessible from pit access ladder. I. Hoistway Doors: 1 Hoistway Entrances Freight Elevator: (1) Furnish and install power operated all-steel counterbalanced bi-parting hoistway doors with panels made of not less than #12 U.S. gauge sheet steel with#20 gauge stainless steel 5WL on corridor side door panels. (2) The upper edge of the lower door section shall be provided with a truckable sill to handle class "A" freight elevator loading. The lower edge of the upper door section shall be provided with a 1 inch astragal of neoprene complying with the American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 10 requirements of the ASME A17.1 code. Door panels shall be furnished with one web strap for emergency manual operation. (3) Provide a glass vision panel not less than 4"x10" in each upper door section. Each door shall be equipped with an approved interlock which prevents the operation of the elevator until all doors are closed and locked. Doors shall be given a heavy coat of rust inhibitive primer at the factory.- (4) Floor designations on hoistway door frames shall be permanently attached to frames. (5) Each door shall bear the 1-1/2 hour UL fire label. J. Door Hardware: 1. Provide new door closers on each door arranged to close the door automatically if car leaves the landing zone with the door open; adjust all door closer devices for smooth door operation. 1. Furnish and install device to restrict hoistway and car door opening to not exceed 4 inches when the car is outside the landing zone. K. Door Operation: 1. Hoistway Door Interlocks. Each elevator hoistway door shall be equipped with a hoistway unit system door interlock. The interlock shall prevent the operation of the elevator driving machine by the normal operating device unless the hoistway door is locked in the closed position. The interlocks shall also prevent the landing zone and is either stopped or being stopped. 2. Door Operator. Heavy duty, DC master door operator capable of opening doors at not less than 1-1/2 feet per second and accomplishing reversal in 2-1/2 inches maximum of door movement. Doors shall open automatically when car arrives at floor to permit transfer of passengers; after a timed interval, doors shall automatically close. Arrange operator so doors can be opened by hand from inside car in case of power failure, if cars are within the leveling zone. Include device to restrict car door and hoistway door opening to 4 inches if car is outside the unlocking zone. Provide closed loop circuits. 3. Door Protective Devices. a. Provide car doors with protective device which shall consist of a multiple- beam door detector that initiates a door reversal if any one of the beams is interrupted. The infrared beams shall provide a crisscross or parallel matrix of beams on 2-inch centers across the door opening that covers an area from the sill to a height of about 64 inches. Beams shall scan the opening at a scan rate of not less than 10 times per second. If while the door is closing, the matrix of invisible light beams is interrupted, the door will stop and reopen, after which the door shall again start to close. b. If the car door is prevented from closing for 20 seconds, the door shall close at a reduced speed, and a loud buzzer located on the car shall sound. Once the car door protective device is cleared, the door resumes normal closing speed. L. Car Enclosure: 1. Freight Elevator: Manufacture's 14 gauge freight enclosure: A. Provide manufacturers standard steel cab enclosure as specified. American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 11 B. Car shall be enclosed on two (2) sides to a height of 8' 0"with flat sheet steel of not less than #14 U.S. gauge steel properly braced and reinforced. Enclosure shall be practically flush on the inside securely and rigidly fastened. Provide capacity plate and certificate frame mounted on car enclosure. C. A solid sheet steel of not less than #12 U.S. gauge shall be installed over the car and properly supported to withstand a load of not less than 300 pounds on any 4 square feet of area. Provide recessed fluorescent lighting for a minimum of 10 fc at floor. Provide 2 speed squirrel cage exhaust fan, Morrison AA or equal. D. Car entrance(s) shall be protected by a 6'0" balanced steel gate (vertical sliding type). Gate shall consist of a braced steel frame filled with metal not less than #13 U.S. gauge. Gate shall be properly guided on steel tracks and counterbalanced by weights attached to gate by flexible wire ropes on sprocket chain running over suitable sheaves or sprockets. Counterweights shall be enclosed. E. All surfaces of car enclosure shall have heavy sprayed double coat of rust inhibitive primer enamel. F. A 1/8" aluminum checker plate wainscot shall be installed to 54" AFF securely fastened on all sides with butt joints. Fasteners shall be counter sunk. All edges shall be smooth and beveled. Two 4" neoprene bumpers shall be provided on two side and rear wall(s) equal to Pawling Corporation. Tops of bumpers shall be mounted 12" & 30" AFF or as required by the Owner or Architect. Refer to manufacturer's installation instructions and hardware for mounting bumper rails. 204 SIGNAL SYSTEMS A. Hall Buttons: 1. Furnish and install new call buttons in the same quantity as existing. At each terminal landing a single push button shall be provided, and at each intermediate landing a button fixture shall be provided containing "up" and "down" push buttons. 2. At the "Garage" floor landing furnish and install a key pad device which will control access for hall call registration. User must enter a pre-determined code which will register the up call. Submit key pad cut sheets and product data for approval. 3. When a call is registered by momentary pressure on a landing button, that button shall become illuminated and remain illuminated until the call is answered. 4. Faceplate of hall buttons shall be stainless steel, with No.4 satin finish. Include pictograph per ASME A17.1, 2.27.9 for each hall station cover plate. 5. Hall button faceplate at the designated landing shall include telephone jack with shielded pair wiring, Firefighter's Phase I, three position keyed switch with engraved instructions in accordance with ASME 17.1, 2.27.3.1. 6. Hall station fixture shall be equal to Innovation Industries vandal resistant Bruiser series. B. Hall Lanterns: 1. Furnish and install a hall lantern with a digital PI ate each entrance opening. Provide a vandal resistant triangle lens and faceplate with a field adjustable American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 12 electronic chime. The lanterns, when illuminated, shall indicate the elevator car which shall stop at the landing and in what direction the car is set to travel. When the car reaches a predetermined distance from the floor where it is going to stop, the corresponding hall lantern shall illuminate and shall sound once for up and twice for down. The hall lantern shall remain illuminated until the car doors close in preparation for leaving the floor. C. Car Position Indicators: 1. Provide new 2" LED type with direction arrows in car operating panel where scheduled. D. Car Operating Panels: Provide 1 new car operating panel for the freight elevator as scheduled. Elevator car panel location shall meet ADA/TAS requirements. The car operating panels shall include the following: 1. Self-illuminating floor registration without markings on buttons to match hall pushbutton type and design. Stainless steel#4 cover plate. 2. Alarm, door control buttons and emergency light. 3. Firefighter's key switch, pilot light, call cancel and buzzer per ASME A17.1. 4. Jack for Firefighter's headset and shielded pair wiring. 5. All buttons shall be designated by raised markings with Braille, applied with concealed fasteners to meet ADA/TAS requirements. Stick on markings are not acceptable. 6. Engraved elevator number and elevator capacity. Loading instructions for CC Freight Elevator. 7. Lockable service cabinet containing controls for car stop switch, fan switch, car light switch, keyed inspection switch, keyed independent service switch, emergency light test button and 110 volt convenience outlet. 8. Certificate frame sized for TDLR Certificate of Compliance. 9. Engraved Fire Service Phase II Instructions. 10. Logos or manufacturer's name are not permitted on exposed surfaces. E. Alarm Bell System with Electrical Power to Car: 1. Remote emergency alarm bell shall be located where directed, so it can be heard outside the hoistway, to be arranged to sound automatically in response to activation of the alarm button in the car operating panel. F. Emergency Car Lighting and Alarm Bell with No Electrical Power to Car. 1. Car mounted 12-volt battery unit shall be provided, including solid state charger and testing means enclosed in common metal container. Battery shall be rechargeable lead acid or nickel cadmium type with 10 year minimum life expectancy. When normal power to car fails, system shall automatically power to the emergency car light and to the alarm bell circuits and shall maintain the operation for not less than 4 hours. 2.05 COMMUNICATIONS SYSTEMS A. Provide for each elevator an emergency hands free phone meeting current ADA/TAS and ASME codes for elevators. All wiring shall be in accordance to the manufacturer's American Bank Center Hydraulic Elevators 14 2400 09-08-15 142400- 13 recommended specifications, including but not limited to shielding and filtering to prevent external interference. B. The emergency communication system shall be mounted behind the main car-operating panel which will carry all of the appropriate engraving and ADA/TAS characters. C. The phone shall operate under any or all of the following conditions: 1. CO or POTS line, voltage 11 —52 VDC, up to six (6) phones on a single line. 2. Ring-down line, voltage 11 —52 VDC. 3. PBX system with Standard dial tone and CPC signal enabled. 4. If powered by AC power, the phone shall have battery backup in order to maintain service for at least 4 hours as specified by code. D. Phone shall be capable of offsite, on site and remote programming using touch-tone phone or a built in keypad. The program shall be stored in non-volatile memory. Programming instructions shall be interactive voice prompting with settings being able to be recalled for confirmation. Any special tools required shall be supplied with each phone. If required, auxiliary power shall be either 12VAC, or 6 or 12VDC. E. The phone shall be capable of the following functions: 1. After the button labeled "Push to Call" is depressed, an LED shall be provided to show the unit has been activated. 2. Upon the activating button being pressed, the phone will automatically dial up to 5 different phone numbers or extensions, up to 20 digits long each, continually switching to the next number based on a user programmed ring count (no answer) or busy signal. 3. Upon connection with emergency personnel, a voice activated, user programmable message will play announcing the location of the emergency after which 2-way communication will immediately commence. Emergency personnel can repeat this message as necessary. A second message can be activated by the called party for more information or used for another language. 4. The phone shall be capable of two way communication designed to minimize feedback and equipped with a speaker volume control. 5. The phone shall be equipped with an LED that will flash upon command from emergency personnel to inform passengers that help is on the way as noted on the faceplate. 6. The unit will automatically shut off when it detects a CPC or "wink" signal, or after a user programmed time period. In addition, the phone shall be capable of being manually shut off by the called party by pressing the star (*) and pound (#) sign. 7. The phone(s) must be individually, or as a group, be capable of automatically answering a call without additional equipment when installed on a single phone line. F. Emergency communication system shall comply with Federal Communication Commission (FCC) regulations and Americans with Disabilities Act (ADA). G. When the party called by someone in the cab hangs up, the telephone shall disconnect immediately without giving a busy signal in the cab. H. The elevator contractor shall include all requirements of ASME A17.1, Rule 2.27.1.1. PART 3— EXECUTION 3.01 SCOPE American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 14 A. Installation shall meet all of the standard requirements of paragraph 1.03 for installation and inspection, tolerances, and qualifications. All work required for completion of a first-class installation is the responsibility of the Contractor, even if not included in this specification. B. Performance of the elevator shall meet requirements of Paragraph 2.02. 3.02 PAINTING A. All elevator equipment not painted, wire duct, miscellaneous iron and steel work located within the machine room or hoistway shall be given a finish coat of paint. Material that has factory finish paint shall have all scratches or mars painted after installation. Galvanized material shall not be painted. B. Finish coat shall have hard, tough semi-gloss surface. Submit paint specifications for approval. 3.03 CLEAN UP A. Remove daily, all trash from hoistways, pits, and machine rooms including all packing material and debris resulting from this work. Leave all elevator spaces broom clean. B. Elevator contractor responsible for removing all existing elevator components that are specified to be replaced or individual contractor is not retaining as part of these specifications. Components to be completely removed from the premises. C. Each elevator pit shall be completely cleaned and painted with 2 coats of approved epoxy type paint suitable for concrete floor application. 3.04 ELEVATOR REMOVAL A. The Elevator Contractor shall be completely and solely responsible to properly remove the existing hydraulic elevator equipment from the hoistway and properly of all components and removed materials. 1. Removal of the existing elevator(s) shall be coordinated with the General Contractor. 2. The Elevator Contractor shall be responsible for removing all spoils from the site that can reasonably be recovered by its own workforce and what outsourced means are available such as vacuum disposal. All spoils shall be properly removed from the site including any necessary manifest of material to satisfy all Federal, State and Local authorities having jurisdiction (AHJ). 3. A documented means and methods narrative shall be presented to the General Contractor and agreed upon prior to commencement of elevator removal. 4. All elevator components removed shall become the property of the Elevator Contractor and shall be promptly removed from the Project site. 3.05 ACCEPTANCE TESTING A. Tests shall be performed by the Elevator Contractor at his expense in the presence of the Owner's representative. The elevators shall be subjected to the following acceptance inspection and tests: 1. Inspection and tests required by applicable portions of Requirements, 1.03. 2. Inspection and tests required by Federal, State, and Local codes and ordinances. Inspection Reports must be free of all violations prior to turning elevator equipment over to Owner or Owner's representative. American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 15 3. Test safety circuit, loop circuit, and the drive circuits at 500 volts. Minimum resistance to ground shall be one megohm. 4. General riding quality, leveling accuracy and quietness of operation shall be tested and acceptable to the Owner's representative. 3.06 USE OF ELEVATORS A. The elevators shall not be used for construction purposes or during the period prior to turning over the project to the Owner. Should the elevators be authorized for temporary use, the following conditions shall apply: B. As elevators are completed, the Owner shall have the prerogative of accepting and using them, shutting them down, or accepting them under an Interim Service Agreement described below: 1. The Owner shall continue the Interim Service Agreement until all elevators in the group are completed. 2. The guarantee period and new installation service will start at the termination of the interim service period. 3. The terms and conditions of the interim maintenance agreement shall be consistent with the TFC maintenance agreement in place as described in 1.06 A. 3.07 ACCEPTANCE A. Final acceptance of the installation shall be made only after all field inspections and tests are complete, punch list items are complete, all Owner's information items listed in 1.02.0 have been furnished, and the Owner's representative is satisfied that the installation has been satisfactorily completed. END OF SECTION 14 24 00 American Bank Center Hydraulic Elevators 14 2400 09-08-15 14 24 00- 16 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 00 S ,!+ SECTION 15100R.—DAVID MORALES i HVAC SPECIFICATIONS re 108769 :w.01 S/0*NAL F"��`7/o7/zoi6 PART 1 GENERAL �����.�•� F63z8 1.1 SCOPE A. The Work to be provided under this Division of Specification shall include the furnishing, installing, adjusting and testing of all materials, apparatus and equipment required for complete, properly adjusted and operable mechanical systems for this project in accordance with the Contract Documents. 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. 1.2 CODES AND STANDARDS All workmanship, material and equipment shall be in accordance with all applicable local, state and federal codes, ordinances and regulations. 1.3 CONTRACTOR'S RESPONSIBILITY A. Carefully examine all of the contract documents and 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. B. 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. C. 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 and to achieve HVAC sequence of operations specified elsewhere herein. D. Carefully examine conditions of the project site and to check the work of other divisions that might affect the mechanical work. 1. Visit the proposed project site prior to bid and carefully investigate existing streets, parking lots, paved areas, sidewalks, buildings and structures. E. Coordinate with general construction the location of chases, openings, sleeves, flashings, trenches, and the like required for the work covered by the HVAC SPECIFICATIONS 15100-1 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement Mechanical Division of the Contract Documents. No cutting of structural members shall be performed without approval of the Owner's Representative. F. Secure the services of an independent Testing, Adjusting and Balancing contractor specializing in this work to prepare a TAB report and submit to the engineer for review. Refer to PART 3, EXECUTION. 1.4 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. 1.5 SUPERVISION, LABOR AND WORKMANSHIP 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. 1.6 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. 1.7 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 insure 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. Interferences with other HVAC SPECIFICATIONS 15100-2 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 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 at no additional cost. 1.8 GENERAL REQUIREMENTS A. All equipment shall be handled carefully to avoid damage to components, enclosures and finish. Equipment shall be stored in a clean, dry place protected from weather and construction traffic in accordance with respective Installation, Operation and Maintenance manual instructions. B. 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. C. 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. D. 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. E. Dielectric Connection: Where dissimilar metals are connected, provide approved dielectric connector to protect against dielectric corrosion. F. All work shall be run parallel or perpendicular to the lines of the building unless otherwise noted on the drawings. G. Review existing millwork locations. Confirm location and size of equipment and openings before ordering equipment, rough-in and installation. H. Provide only new, first grade equipment and materials which comply with requirements of this Specification and applicable Standards. I. 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. 1.9 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. B. 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. HVAC SPECIFICATIONS 15100-3 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement C. 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. 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 not complying with all the provisions of this Section will be rejected in hand. 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. D. Coordinate exact electrical requirements of HVAC equipment and fixtures with electrical division prior to submittal of brochures. E. Contractor is responsible for the timely preparation and submission of/4"=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/2%V-0" shop drawings indicating all HVAC equipment, piping, and ductwork in mechanical room areas and or critical areas that mandate a thorough review of the systems. Engineer will review these drawings for compliance and offer comments and or suggestions. 1.10 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 Building Automation System. B. Refer to PART 3, EXECEUTION for testing, adjusting and balancing requirements. HVAC SPECIFICATIONS 15100-4 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.11 OPERATION AND MAINTENANCE INSTRUCTIONS A. Upon completion of work and as a condition for final payment, provide three (3) sets of complete operations and maintenance instructions of mechanical equipment, neatly bound in 3 ring binders, to the engineer for review. Provide each binder with the name of Owner, Architect/Engineer, Contractor and Title. Include a copy of the final approved submittals in O&M Manuals. B. Operation and Maintenance instructions shall be submitted and approved prior to instruction of Owner's personnel in the various systems operation and maintenance. C. Manuals shall include manufacturer's published data, submittal data, sequences of operation and any information pertinent to the project. D. Include Test and Air Balance reports in O&M manuals. E. Provide a list of replacement filter sizes and standards for all units. F. Provide contact information for mechanical contractor, manufacturer of units, thermostats, and sensors for each piece of equipment. 1.12 PAINTING A. Equipment that is shipped with a factory finish shall be touched up to repair any damage to the finish. B. All hangers, supports, etc., shall be primed with PPG Inhibitor Red Primer 6- 208. In addition to primer, exposed hangers, supports, etc., shall be painted with two (2) coats of PPG Enamel 54 Line. 1.13 WARRANTY 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. PART 2 PRODUCTS 2.1 ELECTRICAL COORDINATION 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 HVAC SPECIFICATIONS 15100-5 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 2.2 SUBSTITUTIONS A. 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. B. It is fully the Contractor's responsibility to assemble and submit sufficient technical information to fully illustrate that the material or equipment proposed 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. 2.3 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, fire/smoke dampers, and/or control panels 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. C. Provide all interlock and control wiring. All wiring shall be installed neatly and professionally, in accordance with Specification Division 16 and all national, state, and local electrical codes. Insulated wire should use copper conductors and shall be UL Listed for 200°F minimum service. D. All control wiring in mechanical, electrical, telephone rooms or exposed to be installed in raceways. All other wiring to be installed neatly and inconspicuously per local code requirements. If local code allows, control wiring above accessible ceiling spaces may be run with plenum rated cable (without conduit). All conduit outdoors shall be EMT with rain tight fittings. Line voltage control wiring shall be run in EMT. HVAC SPECIFICATIONS 15100-6 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 2.4 LIFE SAFETIES FIRE SMOKE DAMPERS It is the Contractor's responsibility to coordinate with the existing building construction and verify the need for fire and or fire smoke dampers whether or not they are specifically indicated. Additionally it is the Contractor's responsibility to include in bid proposal the cost to furnish and install fire and or fire/smoke dampers required by code, whether or not they are specifically indicated. 2.5 EQUIPMENT A. Wall Mounted Exhaust Fans: 1. Acceptable Manufacturers: a. Loren Cook. b. Greenheck. C. Penn Barry. d. Acme. e. I LG. 2. Fan shall be manufactured at an ISO 9001 certified facility. Fan shall be listed by Underwriters Laboratories (UL 705) and UL listed for Canada (cUL 705). Fan shall bear the AMCA certified ratings seal for sound and air performance. 3. Fan shall be of bolted and welded construction utilizing corrosion resistant fasteners. The spun aluminum structural components shall be constructed of minimum 16 gauge marine alloy aluminum, bolted to a rigid aluminum support structure. The spun aluminum wall flange shall have pre-punched key slot holes and a mounting template with wall opening location for ease of installation. The windband shall have a rolled bead for added strength. An integral conduit chase shall be provided into the motor compartment to facilitate wiring connections. The motor shall be enclosed in a weather-tight compartment, separated from the exhaust airstream. Unit shall bear an engraved aluminum nameplate. Nameplate shall indicate design CFM and static pressure. Unit shall be shipped in ISTA certified transit tested packaging. 4. Wheel shall be centrifugal backward inclined, constructed of 100% aluminum, including a precision machined cast aluminum hub. An aerodynamic aluminum inlet cone shall be provided for maximum performance and efficiency. Wheel shall be balanced in accordance with AMCA Standard 204-05, Balance Quality and Vibration Levels for Fans. 5. Motor shall be NEMA design B with a minimum of class B insulation rated for continuous duty and furnished at the specified voltage, phase and enclosure 6. Accessories: a. Side wall grille. b. Pre wired fan speed control. C. Back draft damper. d. Bird screen. e. Thermostat: Coordinate thermostat setting with Owner. HVAC SPECIFICATIONS 15100-7 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 2.6 HVAC DUCTWORK AND ACCESSORIES A. Materials: 1. Galvanized Steel Ducts: ASTM A525 and ASTM A527 galvanized steel sheet, lock-forming quality, having G90 zinc coating in conformance with ASTM A90. 2. Fasteners: Rivets, bolts, or sheet metal screws. 3. Hanger Rod: ASTM A36; steel, galvanized; threaded both ends, threaded one end, or continuously threaded. 4. Sealant: a. Manufacturers / Product: b. Rector Seal /Air-Lock 181. C. Design Polymerics / DP 1020. d. Non-hardening, Non-flammable; water-based; fiber reinforced; mildew, water and U.V. resistant; compatible with mating materials; UL listed 181A or 18113; liquid used alone or with tape or heavy mastic. 5. General Purpose Fire Stopping Sealant: a. Manufacturers: 1) 3M Model 2000. 2) Spec Seal Model 100. 3) Hilti. 4) Water based, non-slumping, premixed sealant with intumescent properties, rated for three (3) hours per ASTM E814 and UL 1479. B. Ductwork Fabrication: 1. Duct sizes shown on Plans are inside clear dimensions 2. Fabricate and support in accordance with the latest SMACNA HVAC Duct Construction Standards - Metal and Flexible, and as indicated on Drawings. Provide minimum gauges as required by the latest SMCNA duct design manual. Furnish duct material, gages, reinforcing, and sealing for operating pressures indicated. C. Installation: 1. Install ducts in accordance with the latest edition SMACNA HVAC Duct Construction Standards - Metal and Flexible. 2. 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. 3. 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. 4. 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. 5. During construction, install temporary closures of metal or taped polyethylene on open ductwork to prevent construction dust from entering ductwork system. HVAC SPECIFICATIONS 15100-8 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 6. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. 7. Ductwork installed above inaccessible ceiling to have operable quadrants on balancing dampers. 8. Sleeve wall openings at all wall louvers. 9. Seal openings in ducts where probes for TAB instruments are inserted. 10. Firestopping: Seal around all duct penetrations through fire barriers with fire stopping sealant. Provide firedampers and smoke dampers as shown on Plans. 11. Seal ductwork, as a minimum, in accordance with ASHRAE 90.1-2004 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. a. Supply, return, and outside air: Seal all transverse joints, longitudinal seams, duct connections, and duct wall penetrations. b. Pressure-sensitive tape shall not be used as the primary sealant. 12. Before any external insulation is applied to ductwork, perform leakage test in accordance with ASHRAE 90.1-2004 standards. Where leakage exceeds maximum allowable rate, provide remedial work as necessary for compliance. 13. 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. PART 3 EXECUTION 3.1 MECHANICAL DEMOLITION 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. C. 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. HVAC SPECIFICATIONS 15100-9 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement D. 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. E. 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. 1. 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". 2. Provide all temporary connections as necessary to facilitate the phasing of construction. F. 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. G. 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. H. Except as shown on electrical plans, 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. I. Relocations: 1. Repair and store to good functional condition materials and items scheduled for relocation and/or reuse and which are damaged during dismantling or reassembly operations. 2. New materials and items of like design and quality may be substituted for materials and items indicated to be relocated, in lieu of relocation, upon approval of shop drawings, product data and samples. 3. Remove carefully, in reverse to original assembly for placement, items that are to be relocated. 4. Protect items until relocation is complete. 5. Clean and repair and provide new materials, fittings, and appurtenances required to complete the relocation and to restore to restore to good operative order. 6. Perform the relocation work in accordance with pertinent sections of the Specifications, utilizing skilled workers. HVAC SPECIFICATIONS 15100-10 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 7. Refer to Drawings for specific requirements of temporary services and relocated equipment and fixtures. J. Replace or restore to Owner's satisfaction existing structures, sidewalks, curbs, parking lots, 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. K. 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. L. 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. M. Patch floors where foundations have been removed to a finish similar to existing. N. Backfill trenches, openings, holes, or pits where equipment, piping, or supports have been removed or demolished outdoors. O. 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. P. Patch existing insulation on ductwork or piping wherever demolished ductwork or piping is disconnected from existing systems. 3.2 TESTING, ADJUSTING, AND BALANCING 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. Submit brief written report of each inspection to Owner, Architect, Engineer, and Contractor. C. 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. D. Field verify equipment nameplate electrical data. Do not derive data from submittal documents. Include electrical information in TAB report. E. 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 HVAC SPECIFICATIONS 15100-11 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 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. F. Schedules: 1. Equipment Requiring Testing, Adjusting, and Balancing: a. Exhaust Fans. b. Air Inlets and Outlets. G. Air System Procedure: 1. Adjust air handling and distribution systems to provide required or design supply, return, and exhaust air quantities at site altitude. 2. Make air quantity measurements in ducts by Pitot tube traverse of entire cross sectional area of duct. 3. Measure air quantities at air inlets and outlets. 4. Adjust distribution system, including supply register and diffuser blade patterns, to obtain uniform space temperatures free from objectionable drafts and noise. 5. 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. 6. Vary total system air quantities by adjustment of fan speeds. Provide drive changes required. Vary branch air quantities by damper regulation. 7. Provide system schematic with required and actual air quantities recorded at each outlet or inlet. 8. 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. 9. Adjust outside air automatic dampers, outside air, return air, and exhaust dampers for design conditions. 10. Measure temperature conditions across outside air, return air, and exhaust dampers to check leakage. 11. Test Reports: Indicate data on AABC National Standards for Total System Balance forms, forms prepared following ASHRAE 111 or NEBB forms. H. Agencies: 1. PHI Service Agency, Inc. 2. Engineered Air Balance Co., Inc. 3. Testing Specialties, Inc 4. Substitutions approved by method described elsewhere herein. HVAC SPECIFICATIONS 15100-12 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement I. Installation Tolerances: Contractor shall adjust all equipment in accordance with the capacities shown on the drawings, with permissible tolerances as follows: Exhaust fans 0% to -10% END OF SECTION HVAC SPECIFICATIONS 15100-13 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement ` OF re ..+«t1��p1, 0. aw 1 fi 40 ��r SCOTT IDDE SECTION 16000 !!� 31p Ole ELECTRICAL SPECIFICATIONS �FS�*ICENSE�G�" as %%%%0NAL 07/o7/zo,6 1.1 GENERAL 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 the Electrical and/or Fire Alarm Contractor. B. Contractor shall examine all Drawings and Specifications, visit all sites of proposed renovation; become fully informed as to the extent and character of the work required and make provisions for same in the amount of his proposal. It will be assumed that the Contractor, in submitting his proposal, has visited the premises and his proposal 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 Engineer 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 Engineer 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 Engineer 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, Engineer 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 A. Work to be accomplished under these Specifications includes the furnishing of all electrical labor, materials, apparatus,and connections to complete, in finished operating condition the electrical work for American Bank Center—Convention Center Kitchen Freight Elevator Replacement—Phase II, Corpus Christi,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 ELECTRICAL SPECIFICATIONS 16000-1 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 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 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. Work is to be completed from point of service to each outlet indicated on Drawings and/or specified herein with all accessory construction as may be required to make the installation of each piece of equipment complete and ready for normal service. In general, this work consists of the following: 1. A system of power connections to the new elevator equipment as indicated on the Drawings. 2. A system of conduits,junction boxes, pull boxes,outlet boxes with plates, wiring devices, circuit breakers, lighting fixtures, conductors, disconnect switches, enclosed circuit breakers, and related items for the power and lighting system modifications. 3. A partial system of conduits, junction boxes, and a complete system of conductors, and related items for extensions and modifications to the existing fire alarm system. E. Installation of this work, including all materials and labor, shall be first class in every respect and in exact accordance with these Specifications and accompanying Drawings. It is intended that Specifications and accompanying Drawings shall include everything requisite and necessary for proper installation of electric wiring, even though every item may not be particularly mentioned in detail. 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. Engineer reserves the right to direct the removal or replacement of any item which in his opinion does 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 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, requirements of the codes, ordinances, and regulations shall govern. However, if the contract requirements ELECTRICAL SPECIFICATIONS 16000-2 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 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 the Engineer so that discrepancies may be corrected on 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 and the requirements of the local authority having jurisdiction. D. Contractor shall obtain all permits and pay all fees necessary in connection with his work. 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. 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. Covering shall not be done until so ordered by the Engineer. C. Contractor shall furnish to the Engineer, within a reasonable time after award of contract, and prior to commencing any work, complete brochures of all electrical gear and equipment which the Contractor proposes to furnish. Data shall include descriptive literature, performance data, diagrams, capacity information, etc.,to substantiate that proposed equipment 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 Engineer 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. 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. ELECTRICAL SPECIFICATIONS 16000-3 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement F. In furnishing data of proposed equipment and materials, Contractor must, in writing, specifically call to attention of the Engineer every deviation from the Contract Drawings and Specifications. G. Review of data, Drawings, etc., shall not be construed as releasing the Contractor from further responsibility, but rather as a means to coordinate the 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 Engineer 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 shall be amended and made good by the Contractor at his own cost. Owner shall furnish to the Contractor a letter indicating the date of Final Acceptance. B. Where such defective work results in damage to existing facilities or the work of other trades, 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 PROTECTION All work, equipment, and materials shall be protected at all times to prevent damage or breakage either in 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. 1.9 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. Contractor shall be responsible for the furnishing and setting for the proper and permanent location of all pull boxes, 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 of structural beams shall be done without permission of the Engineer. ELECTRICAL SPECIFICATIONS 16000-4 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.10 SLAB AND WALL PENETRATIONS All conduit passing through the floors or exterior walls shall have the space between the conduit and penetrated surface packed with oakum and caulked watertight and rodent proof. 1.11 CLEANING Contractor shall thoroughly clean all equipment furnished and set by him and shall remove all debris that may have accumulated during the job. After equipment and materials are inspected, any discrepancies shall be amended as directed. 1.12 DRAWINGS A. These Specifications are accompanied by Drawings indicating typical layouts, 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 existing conditions and actual requirements of equipment to be served. 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. C. Routing paths for all 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 nor detailed for every required offset. Contractor shall have his choice of routing paths for such raceways provided that this routing does not interfere with existing conditions and does not violate the requirements of the Owner. In cases where interference 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, conductors, conduit, boxes, fittings, and conduit supports required to install raceways indicated on the power riser diagram, and electrical floor plans are hereby included in the contract 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 new building conditions,which will fit into 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. ELECTRICAL SPECIFICATIONS 16000-5 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 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. 1.13 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. 1.14 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. 1.15 DEMOLITION AND WORK WITHIN EXISTING BUILDING A. This project shall be accomplished as required to accommodate the Owner's need to utilize the existing building during the course of construction. The contractor shall be responsible for planning, scheduling, and sequencing of required work such that the activities of the owner will not be disrupted. B. In the preparation of these documents, effort has been made to show the approximate locations of, and connections to the existing wiring, conduit, 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 Engineer during the bidding period. C. Conduit, power wiring, and electrical gear serving mechanical, plumbing, electrical, Owner's equipment, etc., which is to remain but which is served by conduit, power wiring, and electrical gear 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. ELECTRICAL SPECIFICATIONS 16000-6 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.16 REMOVED MATERIALS, FIXTURES, AND EQUIPMENT A. All fixtures, electrical gear, materials, and/or systems noted on the Drawings to be removed shall be removed including, associated conduit, power wiring, and conduit supports, except as otherwise implied by the Drawings and these Specifications. B. Certain existing materials, fixtures, and electrical gear are to be removed. Fixtures and electrical gear which are selected by the Owner shall remain the property of the Owner. Such fixtures and electrical gear shall be delivered by the Contractor to a designated location at the site of construction. Fixtures, materials, and electrical gear which are not selected by the Owner shall become the property of the Contractor. Such materials,fixtures, and equipment shall be removed from the premises by the Contractor. Contractor shall exercise extreme care in removing any fixtures and equipment to be retained by the Owner. 1.17 CONTINUITY OF SERVICE A. At no time during the progress of the work shall the Contractor interrupt the continuity of required electrical 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. B. Where service interruptions are required, Contractor shall arrange a minimum of 72 hours in advance by written notice to the Engineer 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 Engineer. 1.18 ELECTRICAL SERVICE A. The existing service utilization voltage is solidly grounded,277/480 volt, 3-phase, 4-wire nominal and 120/208 volt, 3-phase, 4-wire nominal. B. Contractor shall furnish all new service equipment and materials as indicated on the Drawings and as required for electrical service extensions to new equipment. 1.19 TEMPORARY POWER AND LIGHTING Contractor shall provide all necessary portable/temporary cables,service switches, ground fault protection equipment, etc., required for temporary power and lighting during the project. Service may be derived from the existing facility distribution system without cost of use charges. 1.20 GROUNDING A. All new electrical system extensions shall be grounded in accordance with Article 250 of the National Electrical Code, and as hereinafter specified. B. Grounding electrode and equipment conductors with a"green"colored insulated jacket shall be provided and installed in all raceways. ELECTRICAL SPECIFICATIONS 16000-7 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement C. Equipment shall have an effective equipment ground in accordance with the National Electrical Code. D. The main service entrance ground is existing. Contractor shall provide extensions from this existing ground as required for compliance with Article 250 of the National Electrical Code. 1.21 CONDUIT AND TUBING A. Conduit size shall be 1/2" unless otherwise indicated on the Drawings or otherwise specified. B. Conduit installed above grade in damp or wet locations shall be rigid hot-dip galvanized conduit as manufactured by Republic, Allied, Triangle, Wheatland, Western, or an approved equal, with screwed couplings and fittings. All fittings used shall be hot-dip galvanized. C. Fittings and connections involving dissimilar metals shall not be allowed in damp or wet locations. D. All conduit in furred ceiling spaces, interior masonry, or stud partitions and dry locations shall be galvanized thinwall (EMT) with die-cast watertight, insulated throat type compression fittings. Indentor type or setscrew type connectors and fittings will not be accepted. All conduit installed in finished spaces shall be concealed unless otherwise specifically indicated on the Drawings. E. Flexible metal conduit shall not be used for any purpose except as hereinafter specified and as specifically indicated on the Drawings. All flexible metal conduit shall be installed in strict accordance with Articles 348 and 350 of the National Electrical Code. Non-metallic flexible conduit will not be acceptable for any purpose. 1. Where flexible conduit is used for connections to equipment in damp or wet locations, conduit shall be liquid tight flexible metal conduit with approved fittings. 1.22 INSTALLATION AND ROUTING OF CONDUITS A. All conduit shall be run in the straightest possible path. B. Not more than three(3) 90 degree bends will be permitted in any one(1)conduit run and no run shall be longer than allowed by the National Electrical Code without the installation of pull boxes. There shall not be any pull boxes or junction boxes installed in inaccessible space. C. Exposed steel conduit shall be run in straight lines, at right angles to, or parallel with walls, beams, columns, or decks, and shall be supported at maximum of 6'- 0" by malleable conduit straps or suitable clamps on hangers to provide a rigid installation. PVC conduit shall not be utilized for any application. D. In no case shall conduit be fastened to other pipe or equipment or so installed as to prevent the ready removal of other pipes or equipment for repairs. ELECTRICAL SPECIFICATIONS 16000-8 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement E. All Schedule 40 steel conduit ends are to have a minimum of five(5)full threads. No running threads are to be used. All conduit shall be reamed after cutting and threading and before installation; runs shall be straight and true; elbows,offsets, and bends shall be uniform and symmetrical. All conduit after installation and prior to completion of project shall be capped to prevent entrance of moisture and foreign objects. Conduit shall be swabbed before installation of wire. PVC conduit joints shall be made in accordance with manufacturer's recommendations. 1.23 HANGERS AND SUPPORTS A. Contractor shall provide all hangers and supports for supporting all conduit, gutters, cabinets, and equipment of all types. All hangers and supports shall be secure and of a type appropriate in design, application, and dimensions for the particular application. B. Concrete inserts shall be malleable iron concrete inserts. Selection of inserts shall be made with a minimum safety factor of 100%over published load ratings. C. Perforated hanger strap and wire will not be acceptable for any supporting purpose. 1.24 PAINTING Electrical Contractor shall touch-up or refinish if so directed by the Engineer any panels, cabinets, switchboards, fixtures, and other equipment furnished with a factory finish which shall become damaged in shipment or installation. 1.25 CONDUCTORS A. All wiring and cables shall be insulated soft-drawn annealed 98% conductivity copper and shall be new. Voltage rating of wire and cable operating on voltages in excess of 50 volts shall be 600 volts A.C. For circuits operating on voltage less than 50 volts, the voltage rating shall be not less than 300 volts A.C. B. All wire No. 10 AWG and smaller shall be solid and wire of larger size shall be stranded unless otherwise specified herein. Stranded wire will not be permitted for termination at wiring devices rated 20 amperes or less. C. Power feeder and branch circuit wire and cables shall have insulation Type THWN unless indicated otherwise on Drawings. Standard wire size shall be No. 12 AWG copper and this size shall be used except where other sizes are indicated on the Drawings, otherwise specified herein, or otherwise required by the Code. On any run 100 feet in length or longer, No. 10 AWG copper shall be used in place of No. 12. Feeder cables shall be identified by suitable tags where they pass through pull boxes. Conductors as manufactured by Cablec, Capitol, American Insulated, Houston Wire and Cable, Southwire, and Okonite will be acceptable. D. All wire for special systems and special conditions shall be as specified and/or as indicated on the Drawings. ELECTRICAL SPECIFICATIONS 16000-9 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.26 WIRE PULLING LUBRICANTS Contractor shall use "Y-er-EAS" or approved equal wire pulling lubricants for all wire installation. Soaps or other substitute material having electrical conduction properties are not acceptable. 1.27 COLOR-CODING AND TAGGING A. All wiring furnished shall be color-coded. Conductors #10 AWG and smaller shall have insulation colored as follows. Conductors larger than #10 AWG may be black with tape manufactured for this application and colored as follows. All such conductors shall be color code taped at all junctions and terminations. 1. 208/120 volt, 3-phase. a. Phase A— Black. b. Phase B — Red. C. Phase C — Blue. d. Neutral —White. 2. 480/277 volt, 3-phase. a. Phase A— Brown. b. Phase B —Orange. C. Phase C —Yellow. d. Neutral — Gray. 3. Ground conductors. a. Green. B. All control wiring shall be color-coded, and the same color shall be used for the same circuit throughout the system, and a different color shall be used for each separate control function. C. Identification shall be accomplished by means of Brady "Quick-Labels" or approved equal attached permanently to all wire requiring identification in addition to the color-coding. Acceptable manufacturers: Thomas and Betts, Ideal. 1.28 INSULATION OF SPLICES AND CABLE TERMINATION A. All connections for conductors No. 8 and larger must be made by means of a compression type connector UL listed and specifically approved for the purpose to which it is used. Wire No. 10 and smaller may connected with wire nuts in lieu of compression connections, if desired by Contractor. B. All wire shall be insulated at splices and connections with Scotch No. 33 electrical tape. Any wiring subject to abrasion shall be protected with Okonite "Manson" friction tape over the Scotch electrical tape. Similar UL listed insulation products may be used in lieu of tape, if the Contractor so desires. 1.29 OUTLET AND SWITCH BOXES A. All boxes shall be galvanized and shall be set with covers plumb and square with the finished surface. ELECTRICAL SPECIFICATIONS 16000-10 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement B. Junction boxes and pull boxes shall be furnished where indicated on the Drawings, or as required by the National Electrical Code. Boxes shall be of code gauge galvanized steel, and shall have removable screw cover. Where conduits are exposed, surface type boxes shall be used. C. Any boxes not installed in a workmanlike manner shall be removed by Contractor; wall repaired, and box reset. D. Boxes and conduit fittings for outdoor work shall be cast metal, watertight, and have gasketed coverplates. 1.30 LOCATION OF OUTLET BOXES A. Contractor shall determine from the electrical details and Drawings, and from other Contractors, the locations of all pieces of equipment prior to locating any outlet boxes or devices. B. All outlet boxes, devices, etc., shall be located so as to be clear of equipment, permanent fixtures, building trim, etc. If the exact location of any equipment is not clearly defined,the Contractor shall request direction from the Engineer prior to locating the facilities for the equipment. C. Locations of services for equipment connections shall be determined accurately from certified shop drawings on equipment to be served, or from actual measurements of the equipment itself. D. Outlet boxes for receptacles and light switches shall be mounted with long axis of the box vertical unless otherwise indicated on the Drawings. 1.31 HEIGHT OF OUTLETS A. The following table shall act as a general guide to aid the Contractor in locating elevations of outlet boxes where such elevations are not specifically indicated on the Drawings. OUTLET LOCATION ABOVE FLOOR TO BOTTOM OF BOX Convenience Receptacles Walls in general 18" or as directed by Engineer B. The exact location of all outlets shall be as approved by the Engineer who reserves the right to change the position of any outlet by a distance of five (5) feet in any direction, from the position indicated on the Drawings before work is roughed-in, without extra charge. Outlet heights are indicated in these Specifications as a guide. Regardless of heights indicated, the Contractor is ultimately responsible for confirming that all final outlet locations are in compliance with the requirements of Texas Architectural Barriers Act and Title III Provisions of the Americans with Disabilities Act. ELECTRICAL SPECIFICATIONS 16000-11 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.32 WIRING DEVICES Wiring devices, or approved equal, as scheduled and/or indicated on the Drawings shall be furnished and installed. All receptacles shall be grounding type, and shall be polarized in accordance with the latest standards of the National Electrical Code. 1.33 COVERPLATES A. All coverplates for switches, receptacles, and other wiring devices, except as hereinafter specified, shall be satin finish,Type 302 stainless steel, smooth with matching screws. B. All coverplates shall have matching screws. C. Coverplates for wiring devices in damp or wet locations shall be rain-tight while- in-use type die cast covers. 1.34 DISCONNECT SWITCHES A. All disconnect switches shall be Square D Type GD for 240 volt use and Square D Type HD, or approved equal, for 480 volt use, quick-make quick-break type safety switches with cover interlocked door. B. All switches on exterior of building and in damp or wet locations shall be in NEMA 3R enclosures. C. All motors and fixed equipment connections shall have disconnects as required by the National Electrical Code. D. All disconnect switches shall have the load served by the switch identified by 1/8" thick white thermoplastic with black (3/4" stroke) sunken letter nameplate screwed or riveted to outside cover of the switch. E. Disconnect switches as manufactured by Cutler-Hammer will be acceptable. 1.35 LOAD CENTER A. Contractor shall furnish the load center as indicated on Drawings, and riser diagrams. The load center shall be complete with door and trim. Branch circuits shall be equipped with plug-on type automatic circuit breakers for each circuit. The load center shall bear the Underwriter's Laboratories, Inc., seal of approval. The load center shall have tin plated copper bussing with capacity as indicated. Lugs shall be UL listed to accept solid or stranded copper and aluminum conductors. B. The load center shall be Square D Type QO with QO circuit breakers or equal for 120/240 volt use. Multi-pole breakers shall be one handle common trip. C. The load center shall have 100% rated copper neutral bus and copper ground bars. The isolated ground bar shall be insulated from load center enclosure. ELECTRICAL SPECIFICATIONS 16000-12 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement D. Branch circuits as indicated on the Drawings shall be connected to the corresponding breaker number of the load center insofar as possible. Each circuit bearing load shall be identified on a typewritten directory card inside the door of the load center. Spare circuit breakers and spaces shall be hand written in pencil on directory card. E. Load Center by Cutler-Hammer will be acceptable. 1.36 FUSES Fuses shall be furnished and installed in each device requiring same. Fuses shall be as manufactured by Bussmann of the size and kind required by the Drawings or load served. All fuses shall be Bussmann Fusetrons. 1.37 LIGHTING FIXTURES A. Lighting fixtures as hereinafter specified and as indicated on the Drawings shall be furnished and installed by the Contractor. Installation details and scheduled information indicated on the Drawings describe the requirements of each fixture type and shall apply where applicable. B. Supports of adequate capacity and rigidity shall be provided for all fixtures. Also, refer to "Hanger and Supports" Section of these Specifications. C. Lamps shall be furnished for all fixtures. Fluorescent lamps shall be T-8 tubes, 41 K color as manufactured by G.E., Phillips, and Sylvania. D. Sockets for all fixtures shall be heavy duty type make of high density material with all current carrying parts made of heavy copper. All sockets shall be white in color on all exposed lamp fixtures. E. All fluorescent ballasts shall be solid-state. Values of voltage rating, input power, output frequency, power factor, and total harmonic distortion shall be equal to the values of ballasts selected by scheduled information on the Drawings. F. Data furnished on lighting fixtures shall indicate specifically by manufacturer their compliance with the above special requirements where applicable. If this information is not provided, the data cannot be accepted. G. Substitutions may be offered by the Contractor, provided the substitute fixture is equal to the specified fixture in performance, physical appearance, mechanical features and efficiency. 1.38 WIRING OF MOTORS All motors specified under other divisions of the Specifications will be furnished by the respective Contractor. Electrical shall provide all power wiring and connections to same. See the"Control Equipment, Wiring, and Connections"Section of these Specifications. ELECTRICAL SPECIFICATIONS 16000-13 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.39 CIRCUITING Contractor shall connect all wires so as to provide the arrangement of circuits indicated on the Drawings. 1.40 IDENTIFICATION AND LABELING OF DISTRIBUTION GEAR A. Contractor shall furnish white thermoplastic(1/4"thick)with black sunken letters (1/2" stroke) for all enclosed circuit breakers, and disconnect switches. Labels shall be permanently attached to service side of all such gear. B. Identification and labeling of individual branch circuit devices shall be provided as hereinafter specified. 1.41 CONNECTIONS TO EQUIPMENT SPECIFIED ELSEWHERE A. Certain equipment will be furnished by other Contractors on the job which will require electrical services and connections by Electrical. Contractor shall refer to the "Disconnects", and "Wiring of Motors", and the "Location of Outlet Boxes" Sections of these Specifications. B. Certain equipment will be furnished under other sections of the Specifications. Equipment connections will be based on vendor furnished rough-in drawings,or actual requirements of equipment. This includes all elevator equipment. 1.42 ACCESSORY CONSTRUCTION APPARATUS It is the intention that these Specifications shall provide a complete installation,except as herein specifically excepted. All accessory construction and apparatus necessary or advantageous in the operation or testing of the work shall be included. Omission of specific references to any part of the work necessary for such complete installation shall not be interpreted as relieving the Contractor from furnishing such work. 1.43 TESTS/DEMONSTRATION A. The entire system upon completion shall be"Meggered"for faults in accordance with methods approved by I.E.E.E. and National Electrical Code if so directed by the Engineer. B. A demonstration shall be performed in the presence of a representative of the Owner. Equipment installed and/or connected by the Contractor shall be put through their normal operating paces and all such equipment shall be required to operate to the satisfaction of the representative of the Owner on completion of the job. 1.44 INSTRUCTIONS Contractor shall provide for instructing an employee or employees of the Owner in the operation and maintenance of the systems. Duplicate sets of manufacturer's certified drawings,specifications,operating instructions, maintenance manuals,and maintenance instructions on all equipment furnished by Contractor shall be furnished to the Owner. ELECTRICAL SPECIFICATIONS 16000-14 City of Corpus Christi American Bank Center— Kitchen Freight Elevator Replacement 1.45 WORKMANSHIP AND INSTALLATION A. Contractor shall have his choice as to the location of conduits, pull boxes, etc., except for locations set by dimensions on Drawings, provided his choices do not interfere with piping, fixtures, and equipment installed by other Contractors working on the same project, and do not interfere with the characteristic features of the building. In cases of such interference, the Engineer will determine the locations of the interfering items. B. Contractor shall make such progress in his work that he will not delay the work of other trades unduly. C. Contractor shall provide service to all using connections. D. Cutting of any structural member, regardless of material, shall be kept at a minimum. Contractor shall pay for repairing damage to such members. E. All electrical fixtures and fittings of all types shall be properly supported to construction. END OF SECTION ELECTRICAL SPECIFICATIONS 16000-15