request for proposal rfp # 16-018p design - build hvac ... design-build services for hvac...

400
REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC REPLACEMENT AND RELATED SERVICES Pinellas Suncoast Transit Authority Procurement Division 3201 Scherer Drive St. Petersburg, FL 33716 Telephone (727) 540-1800 Facsimile (727) 540-0681 www.psta.net

Upload: others

Post on 30-Jul-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

REQUEST FOR PROPOSAL RFP # 16-018P

DESIGN - BUILD HVAC REPLACEMENT AND RELATED SERVICES

Pinellas Suncoast Transit Authority Procurement Division

3201 Scherer Drive St. Petersburg, FL 33716

Telephone (727) 540-1800 Facsimile (727) 540-0681

www.psta.net

Page 2: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

SUBMIT

PROPOSAL TO:

Pinellas Suncoast Transit Authority

c/o Lou Emma Cromity

Attn: RFP No. 16-018P

3201 Scherer Drive

St. Petersburg, FL 33716

REQUEST FOR PROPOSAL

RFP No. 16-018P

Design-Build HVAC Replacement and Related

Services

Contact Person: Lou Emma Cromity, Director of Procurement, [email protected]

Procurement Schedule:

Issue Date: September 1, 2016

Non-Mandatory Pre-Proposal Meeting: September 13, 2016, 8:30. a.m. and September 20, 2016 8:30 a.m.

Deadline for Questions: September 23, 2016 2:00 p.m. via email

Response to Questions: October 7, 2016 (Tentative)

Proposal Due: October 21, 2016 2:00 p.m. EST.

Short List Evaluation: November 7, 2016 (Tentative)

In-Person Interviews for Short-Listed Firms : December 1, 2016 (Tentative)

Board Approval: January, 2017

PSTA’s Mission: PSTA provides safe, convenient, accessible and affordable public transportation services for Pinellas County residents and visitors, and supports economic vitality, thriving communities, and an enhanced quality of life.

Duration of Offer: All Proposals shall remain in effect for a minimum of one hundred twenty (120) days from the Proposal opening date. Offers that allow less than one hundred twenty (120) days for acceptance by PSTA will be considered non-responsive and will be rejected.

Non-Mandatory Pre-Proposal Meeting: All interested Proposers are invited to attend the Pre-Proposal meeting. The meeting will be held at the above address in the main Administration building. Questions may be discussed with Pinellas Suncoast Transit Authority at this meeting. Oral explanations provided by PSTA will not be binding until they are produced in writing by PSTA and issued as an Addendum. Only questions submitted in writing will be considered as possible Addendum items. Submittal Instructions: Place a label in front of your sealed Proposal envelope or package. The label should contain Purchasing Representative, Proposal number, Proposal title, opening date and time, and the name of the company submitting the Proposal. Number of copies required: One (1) original, seven (7) copies and one (1) CD or USB Flash Drive shall be enclosed and sealed in envelope(s) with the Proposer’s official name. The original Proposal must be clearly marked as “Original”.

Addendum: From time to time, an Addendum may be issued to the Request for Proposal. Any such Addendum will be posted on Pinellas Suncoast Transit Authority’s (PSTA) website, www.psta.net. Before submitting your Proposals please visit our website to download any Addendums that may have been issued. Please remember to sign and return the Addendum Acknowledgement Form Attachment 1 with your completed Proposal package.

2 of 554

Page 3: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

SECTION 1: INTRODUCTION

Profile of the Authority

The Pinellas Suncoast Transit Authority (PSTA or the Authority) was created in 1984 via a merger of the St. Petersburg Municipal Transit System and the Central Pinellas Transit Authority to provide Pinellas County with a cohesive public transit system. A fleet of 210 buses and 16 trolleys serve 39 routes throughout Pinellas County. Pinellas County is 280 square miles with approximately 916,542 residents (2010 Census). Pinellas County is located along the west coast of Florida and includes a corridor of smaller beach communities along the Gulf of Mexico. Pinellas County is the second smallest county in the state of Florida; however, it is the most densely populated county in the state and is nearly three times more densely populated than the next closest county. The Authority serves most of the unincorporated area and 21 of the County's 24 municipalities. This accounts for 98% of the County's population and 97% of its land area. The cities of St. Pete Beach, Treasure Island, Kenneth City, Belleair Beach, and Belleair Shore are not members of the Authority; however, St. Pete Beach and Treasure Island do contract for trolley service. During fiscal year 2015, PSTA’s vehicles traveled a total of 8.8 million revenue miles, providing approximately 617,000 hours of service, and 14.9 million passenger trips.

Officials

The Authority is governed by a Board of Directors comprised of thirteen elected officials, and two non-elected officials, one of which is appointed by the Pinellas County Board of Commissioners and the other by the St. Petersburg City Council. Operating expenses are covered through state and federal funds, passenger fares, and ad valorem taxes.

Services and Service Delivery

The Authority provides virtually all public transportation services in this area. These services include fixed route, demand response, and specialized services. The Authority maintains over 4,889 bus stops, 682 shelters, 14 transfer hubs, 4 customer service centers, and a fleet of 210 buses. Persons with disabilities who are unable to use regular bus service may be eligible for an ADA paratransit specialized service or Demand Response Transportation (DART). Since DART offers vehicles that are equipped with wheelchair lifts they are accessible to passengers in both wheelchairs and electric carts. DART service is a complement to the Authority’s fixed routes with service available to certified customers during the same days and hours as the fixed route bus service at a fare of not more than twice the regular bus fare.

3 of 554

Page 4: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

SECTION 2: SPECIAL CONDITIONS Pinellas Suncoast Transit Authority (PSTA) is soliciting Request for Proposals (RFP) for the design/build of a new high efficiency heating, venting and air conditioning (HVAC) system for its headquarters located at 3201 Scherer Drive. The successful Proposer will deliver an innovative, highly-efficient design in keeping with the facility aesthetics that best meets the needs of PSTA without sacrificing quality and durability of material systems. Proposer shall make energy, operations, and maintenance performance guarantees as a part of the final Design-Build Contract. PSTA requests qualified design-build Proposers (firms) to submit their qualifications and proposal for the following services:

Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials, tools, equipment, supplies, and related services for the installation of high efficiency HVAC equipment and controls in accordance with the Scope of Work (SOW) - Exhibit C and Design Drawings – Exhibit C.

This contract is design-build, and as such the Proposer shall have under contract a professional design firm which specializes in HVAC work.

The specific Scope of Work is described in Exhibit C of this Request for Proposal ("RFP"). Proposers must be able to demonstrate previous experience with similar projects described herein. The submitted Proposal should include the firm’s qualifications, project team, resumes, detailed scope of services/tasks, proposed schedule for the work, and not-to-exceed costs for completing the project. PSTA expects a collaborative, creative, and productive design-build process involving the design-builder, PSTA as owner, other government agencies, and PSTA’s consultants. 2.1 Non-Mandatory Pre-Proposal Meeting and Site Visit Due to the scope of this Project a site visit is highly recommended. A Pre-Proposal Meeting and Site Visit will be held, September 13, 2016 at 8:30 a.m. and September 20, 2016 8:30 a.m. at PSTA Administration Building located at 3201 Scherer Drive, St. Petersburg, FL 33716. PSTA will provide reasonable access to the project site for Proposers during the proposal preparation period to verify and evaluate existing conditions. Should a Proposer anticipate requiring additional project site access, it shall provide PSTA’s Director of Procurement with no less than four (4) days’ notice, and PSTA will endeavor to provide such access. 2.2 Existing Site Conditions It is highly recommended that Proposers visit the project site to review the existing conditions. 2.3 Work on Saturdays, Sundays and Recognized Holidays

A. PSTA may require alternative work hours due to specific individual project conditions when necessary. Work will not be performed beyond hours specified herein or on Saturdays, Sundays or holidays unless authorized in advance by PSTA’s Project Manager to meet special requirements.

4 of 554

Page 5: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

B. PSTA Observed Holidays

New Year's Day Martin Luther King's Birthday

President's Day Memorial Day

Independence Day Labor Day

Thanksgiving Day Day after Thanksgiving

Christmas Day

If a holiday falls on Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by PSTA. Also included would be any day specifically declared by the President of the United States of America as a national holiday.

2.4 Price Proposal The Proposer shall include all cost associated with design-build, installation, shipping, warrantees, start-up, removal of existing equipment, and training for this solicitation. Delivery Project Address PSTA Administration Facility 3201 Scherer Drive St. Petersburg, FL 33716 Attn: Project Manager 2.5 Prevailing Wage Proposers are advised that this contract will require compliance by the Proposer and all subcontractors with Federal Prevailing Wage requirements pursuant to the Davis-Bacon and Related Acts. The Contract shall be based upon payment by Proposer and its subcontractor of wage rates not less than the prevailing hourly wage rate for each classification of worker engaged on the work in accordance with the Davis-Bacon Act. The Proposer shall maintain certified time sheets and submit to PSTA with final invoice. 2.6 Maintenance Maintenance of the newly installed HVAC system shall be the responsibility of the Proposer and performed in accordance with the manufacturer’s instructions during the five year warrantee period. 2.7 Errors and Omissions Each Proposer is responsible for promptly giving PSTA written notice, in accordance industry best practices and the documents contained herein: (a) all conflicts, errors, ambiguities, or discrepancies that Proposer discovers in the RFP documents; and (b) aspects of the RFP documents that Proposer does not understand. Any failure to do so shall be at Proposer’s sole risk, and no relief for error or omission will be provided by PSTA.

5 of 554

Page 6: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

2.8 SAFETY DATA SHEETS REQUIREMENTS If any chemicals, materials, or products containing toxic substances, in accordance with OSHA Hazardous Communications Standards, are contained in the products purchased by PSTA as a result of this Proposal, the successful Proposer shall provide a Safety Data Sheet at the time of each delivery. 2.9 Other Rights

Proposer shall secure in writing from all patentees, copyright holders and assignees of all Project-related expression, all copyrights, assignments and licenses related to such expression (e.g., designs, drawings, Construction Documents, specifications, documents in computer form, models, etc.) as necessary to allow PSTA the full, unlimited and unencumbered reuse of that expression. Proposer shall immediately convey all such copyrights, assignments and licenses to PSTA without reservation except that which is expressly allowed. In the case of products, materials, systems, and other items, protected by patent, Proposer and Proposer’s consultants shall not specify or cause to be specified any infringing use of a patent. 2.10 Civil Litigation Proposer warrants that it is not plaintiff or defendant in any civil litigation currently pending in the United States and concerning the type of work/services to be performed under this Agreement that would materially impair its ability to perform its obligations under this Contract. If Proposer becomes either a plaintiff or defendant in such civil litigation during the term of this Contract, Proposer will inform PSTA as soon as practicable. If Proposer fails to inform PSTA of such civil litigation, PSTA may terminate this Agreement and Proposer will be responsible for all costs and damages incurred by PSTA as a result of said termination. 2.11 Financial Approach and Savings Guarantee Provide a detailed description of how the Proposer anticipates energy savings from their proposed solution and identify any energy rebates available. 2.12 Removal and Disposal of Existing Equipment Proposals shall also include the removal and disposal of the HVAC units and associated parts and equipment being replaced. PSTA has the first right of refusal on all disposal material and equipment. 2.13 Sufficiency of Services Nothing in this Contract is intended or shall be construed to require PSTA to determine the adequacy, accuracy or sufficiency of the design, Proposer’s work product or Proposer’s services and nothing in this Contract shall impose upon PSTA a duty to third-parties to assure that Proposer, Proposer’s consultants, construction manager, subcontractors or others are adhering to applicable laws. Further, PSTA’s review of, inspection of, acceptance of, or payment for any of Proposer’s services shall not constitute acceptance of or a waiver of any of PSTA’s rights or remedies relating to services that fail to conform to the requirements of this Contract, unless PSTA expressly accepts such non-conforming services in writing. 2.14 General Project Notes

This is a turn-key design and construction project.

The project is subject to Prevailing Wages.

6 of 554

Page 7: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

This is an energy efficiency project.

The selected Proposer shall be required to provide a 100% Performance Bond and 50% Payment Bond.

Design Notes:

Design shall be turn-key, including, but not limited to mechanical, electrical, plumbing, HVAC, and

structural.

Structure analysis by a State of Florida licensed professional engineer. Any re-enforcement and/or load

distribution plan shall also be designed and stamped by a State of Florida licensed professional

engineer.

The Designer shall be required to coordinate with local utilities including providing local utilities with

total load pressure requirements for new equipment during design.

The entire design shall be in compliance with any and all applicable building codes.

The designer shall conform to industry best management practices.

Construction Notes:

All construction shall be performed in a manner that facilitates the continued operations of the facility.

Disruption, including excessive noise, to the work spaces during normal working hours shall be kept to a

minimum.

The Proposer is responsible for the proper and legal disposal of all waste materials. PSTA shall have

first right of refusal on all disposal materials.

All work areas shall be kept neat and orderly throughout the construction.

A detailed as-built plan shall be submitted to PSTA upon completion of the project.

Proposals shall include the following:

General design concept with product literature indicating components, efficiency ratings, warranties,

output capabilities, etc.

Turn-key project cost based on all of the requirements stated above and implied requirements based

on industry standards.

Time for completion, taking into consideration lead time on system components and availability of

labor.

Thorough description of design team, including the company names of all primary contractor(s) and

sub-contractors and individual project managers, with resumes and references of similar successful

projects completed.

7 of 554

Page 8: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

2.15 Definitions Whenever the following terms, or pronouns used in place of them, are used in these Contract Documents they shall have the meanings given below: Addendum: A modification, revision or clarification of the Plans or other Contract Documents, issued by the Purchasing Department and distributed to prospective Proposers before the bid opening.

AHRI: Air-Conditioning, Heating, and Refrigeration Institute. Approved Equal: An approved equivalent item that is approved in writing, (via an Addendum to the Agreement), prior to the Proposal Opening. Proposer must submit their proposed equivalent item no later than question deadline date on the Project Schedule. Any information received after this deadline will not be considered.

ASME: American Society of Mechanical Engineers. ASHRAE: American Society of Heating, Refrigeration, and Air-conditioning Engineers. BAS: Building automation system. Bid/Request for Proposal: The offer to perform the Work described in the Contract Documents at a specified cost. Architect/Design Professional/Engineer of Record: The Professional Architect/Design Professional/Engineer or Architectural/Design Professional/Engineering Firm contracted by PSTA and registered in the State of Florida who develops criteria and concept for the Project, performs the analysis and is responsible for the preparation of the Contract Plans and Specifications. The Architect/Design Professional/Engineer of Record will be a Consultant retained by PSTA or a PSTA in-house staff member. Board of Directors: Governing body of Pinellas Suncoast Transit Authority hereinafter referred to as the Board. Calendar Day: Every day shown on the calendar, ending and beginning at midnight. Change Order: A written order authorized by PSTA, issued by the Design Professional/Engineer/Project Manager, and accepted by the Proposer directing certain changes, additions or reductions in the Work or in the materials used. CCP: Chiller control panel. Commencement Date: Date established in the Notice to Proceed. Proposer shall commence the Work within fifteen (15) consecutive calendar days from the date of the Notice to Proceed. Consultant: The Professional Engineer/Design Professional or Engineering Firm registered in the State of Florida who performs Professional Engineering Services for PSTA, other than PSTA personnel. The Consultant may be the Design Professional/Engineer of Record or may provide services through and be subcontracted to the Design Professional/Engineer of Record or maybe providing construction engineering and inspection (CEI) services, as applicable.

8 of 554

Page 9: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

Contractor: The General Contractor, the Individual, Partnership or Corporation agreeing to do the Work for PSTA as Prime Contractor. Contract Documents: All documents referred to herein in addition to all duly executed and issued addenda, legal advertisements and change orders. Construction Cost: Shall be the total cost or estimated cost to PSTA of all elements of the Project designed or specified by Proposer. Construction Cost shall include the cost at current market rates of labor and materials furnished by PSTA and Construction Manager and equipment designed, specified, selected or specially provided for, by Proposer, including connections to utilities, plus a reasonable allowance for Construction Manager's overhead and profit. Construction Cost does not include the compensation of Proposer, PSTA’s consultants, the costs of the land, rights-of-way, fixtures, moveable furnishings and equipment and contingencies or other costs which are the responsibility of PSTA. COP: Coefficient of performance. The ration of the rate of heat removal to the rate of energy input using consistent units for any given set of rating conditions. Design Professional: A collective term intended to apply to “Architect/Engineer of Record”, licensed and registered in the State of Florida, the prime party responsible for the design, engineering, and construction documentation of the project and contracted directly with the Owner. EER: Energy-efficiency Ratio. The ratio of the cooling capacity given in terms of BTU/H to the total power input given in terms of watts at any given set of rating conditions. ETL: Electric Testing Labs. Engineer: The Engineer, a staff member of the PSTA or his duly authorized representative, acting on behalf of PSTA. FDOT: The Florida Department of Transportation. FDOT Specifications: Florida Department of Transportation, “STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION”, (latest edition), and all supplemental specifications thereto. Final Acceptance: Whenever the Work provided for under the Agreement has been completely performed by the Contractor, and the final inspection has been made by the Design Professional/Engineer/Project Manager. Inspector: An authorized representative of the Design Professional/Engineer/Project Manager, assigned to make any or all necessary inspections of the Work performed and materials furnished by the Contractor. IPLV: Integrated part-loaded value at Standard AHRI conditions. IPLV: Integrated part-load value. A single-number part-load efficiency figure of merit calculated per the method defined by ANSI/AHRI 550/590 and referenced to ARI standard rating conditions. KW/Ton: The ratio of total power input of the chiller in kilowatts to the net refrigerating capacity in tons at any given set of rating conditions. Man Day: A unit of measure for work by one person in a calendar day.

9 of 554

Page 10: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

Notice of Award: The formal document informing the Contractor of its successful selection to construct the Project.

Notice to Proceed: Formal written document informing the Contractor to begin the Work, and notifying the Contractor of the architect, project engineer and other agency or person to which the Contractor may submit its payment request or invoice. NPLV: Nonstandard part-load value. A single-number part-load efficiency figure of merit calculated per the method defined by ANSI/AHRI 550/590 and intended for operating conditions other than AHRI standard rating conditions. Owner: Is Pinellas Suncoast Transit Authority (PSTA), a political subdivision of the State of Florida, herein after referred to as PSTA. OSHA: Occupational Safety and Health Act or Administration. Plans: Approved drawings or reproductions thereof, showing the location, character, dimension and details of the work to be done as issued by the Design Professional/Engineer. Project: All Work, materials or equipment (whether or not specifically called for) required to produce the intended result as described within the Contract Documents. Project Manager: The individual designated by PSTA to represent PSTA on all administrative matters related to the Project. Punch List: The written compilation of those items identified by the Design Professional/Engineer/Project Manager after Substantial Completion is achieved, which are required to render complete, satisfactory and acceptable the Project (or phase of a Project). Record Drawings: Record Drawings are a set of signed/sealed CONTRACT PLANS that are maintained by the Contractor for the express use of recording AS-BUILT INFORMATION. Recovered Materials: Materials that have recycling potential, can be recycled, and have been diverted or removed from the solid waste stream for sale, use or reuse, by separation, collection, or processing. Recycled Materials: Materials that contain recovered materials. This term may include internally generated scrap that is commonly used in industrial or manufacturing processes, waste or scrap purchased from another manufacturer and used in the same or a closely related product. Postconsumer Materials: Materials which have been used by a business or a consumer and have served their intended end use, and have been separated or diverted from the solid waste stream for the purpose of recycling, such as; newspaper, aluminum, glass containers, plastic containers, office paper, corrugated boxes, pallets or other items which can be used in the remanufacturing process. Regular Work Day or Business Day: Any calendar day from 7:30 AM to 4:30 PM except a Saturday, Sunday or recognized holiday.

10 of 554

Page 11: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

Schedule of Values: the individual values as set forth by the Contractor as payment for the proposed quantity units identified on the Proposal submittal sheets. The total of the extended units in the Schedule of Values determines the Contract amount. The Contract amount may only be modified by Change Order approved by the Board. Scope of Work: The general intent of the Work to be accomplished as defined by the Project Plans and Specifications or additional to the Standard Specifications, for a specific Project. Specifications: The directions, provisions and requirements contained herein, together with all stipulations contained in the plans or Contract Documents, setting out or relating to the method and manner of performing the Work, or to the quantities and qualities of materials and labor to be furnished under the Contract. Substantial Completion: The date of “Substantial Completion” of the Work (or designated portions thereof) is the date certified by the Consultant and approved by the Design Professional/Engineer/Project Manager when construction is sufficiently complete, in accordance with the Contract Documents, so PSTA can occupy or utilize the Work (or designated portions thereof) for the use for which it was intended. Survey Crew Day: A unit of measurement for Work by a survey crew in a calendar day. Technical Special Provisions: Specifications prepared, signed and sealed by the Consultant. These would be listed in the document hierarchy ahead of any other “Standard Specifications”, if applicable. Unforeseen Work: Conditions encountered during the performance of the Work, sub-surface or otherwise concealed, or of an unusual nature, which differ materially from those indicated in the Contract Documents. Unspecified: A pay item included for usage as directed by PSTA, and for usage under conditions or circumstances unforeseen at the time of Agreement. Work: All labor, materials and incidentals required for the construction of the improvement for which the Contract is made, including superintendence, use of equipment and tools, and all services and responsibilities prescribed or implied, which are necessary for the complete performance by the Proposer of their obligations under the contact. Unless otherwise specified herein or in the Contract, all costs of liability and of performing the Work shall be at the Proposer's expense.

11 of 554

Page 12: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

SECTION 3: GENERAL PROPOSAL REQUIREMENTS 3.1 MINIMUM QUALIFICATIONS OF PROPOSERS

A. The Proposer shall have a Registered, State of Florida, Mechanical Engineer, with at least 10 years of experience, in designing chiller and direct digital control systems.

B. Should have been in business a minimum of five (5) years performing the required or similar type services.

C. Must be a license General Contractor in the State of Florida and must comply with regulatory legislation, Chapter 76-489, Laws of Florida, as amended.

D. Proposer must provide a minimum of four (4) references that demonstrate experience Design-Build, for HVAC Replacement to public or private entities.

E. Proposer must or have the ability to be licensed to do business in the State of Florida by contract execution.

F. Ability to meet PSTA’s insurance requirement for minimum amounts of insurance: commercial general liability insurance and professional (errors and omissions). Proposer selected for award must be able to provide a copy of Certificates of Insurance evidencing coverage as required. Policies other than Worker’s Compensation shall be issued only by companies authorized to conduct business in the State of Florida.

G. The Proposer shall have all the required licenses and certifications necessary to perform the required services. The approved license for this service is a State of Florida General Contractor license. No other license will be accepted. It is the Proposer’s responsibility to verify that their subcontractors or other suppliers possess the proper licenses and certifications to perform the work within Pinellas County prior to submitting your proposal.

H. The Proposer must provide a 100% Performance Bond and a 50% Payment Bond. PSTA shall make such investigations as deemed necessary to determine ability of Proposer to perform the work and Proposer shall furnish to PSTA all such information and data for this purpose that PSTA may request. PSTA reserves the right to reject the Proposal of any Proposer, who has previously failed to perform properly, or to complete on time, contracts of similar nature; who is not in a position to perform required services, or who has habitually and without cause neglected payment of bills or otherwise disregarded obligations to a subcontractor, supplier, or their employees. 3.2 PUBLIC MEETINGS Notice of any public meetings pertaining to this solicitation shall be posted on PSTA’s website. 3.3 COMPLIANCE WITH SOLICITATION REQUIREMENTS

A. Each Proposal should meet the requirements specified in this solicitation.

12 of 554

Page 13: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

B. Failure to submit the required forms and information in the manner specified may result in the Proposal being found non-responsive, at the sole discretion of PSTA.

C. Proposals failing to demonstrate the stated minimum qualifications may be deemed non-responsible,

at the sole discretion of PSTA. D. PSTA objects to and shall not consider any additional terms or conditions submitted by a Proposer,

including documents attached to the Proposal. In submitting its response, Proposer agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a response, may be grounds for rejecting a Proposal.

E. Failure to submit requested references at the time of Proposal submittal may, in the sole discretion of

PSTA, result in the Proposal being declared non-responsive. In addition, Proposer may be declared non-responsible if the references provided cannot verify the required experience as described in this RFP.

3.4 ADDITIONAL INFORMATION PSTA reserves the right to request clarifications or additional information from any Proposer. Specific questions may be addressed to each of the Proposers as applicable. 3.5 LOBBYING/ CONTACTS WITH PSTA STAFF AND PSTA BOARD (Cone of Silence)

A. After the issuance of the solicitation, prospective Proposers or any agent, representative or person acting at the request of such Proposer shall not contact, communicate with or discuss any matter relating in any way to the solicitation with any officer, agent or employee of PSTA, including members of evaluation committees including, PSTA Board Members, members outside of PSTA, other than the Purchasing Agent’s named in the solicitation. Failure to comply with this provision may result in the disqualification of the Proposer, at the option of PSTA.

B. Notwithstanding the forgoing, during the negotiation period, Proposer may communicate with those

members of PSTA staff, consultants, or third parties designated by PSTA’s Director of Procurement.

C. Lobbying of any PSTA board member, officer, evaluation committee member, employee, agent or

attorney by a Proposer, any member of the Proposer’s staff, any agent or representative of the Proposer, whether compensated or not, or any person employed by any legal entity affiliated with or representing the Proposer shall be prohibited. Lobbying is strictly prohibited from the date of the advertisement or on a date otherwise established by the PSTA Board of Directors, until an award is final, any protest is finally resolved, or the competitive selection process is otherwise concluded. Nothing herein shall prohibit a Proposer from contacting the Procurement Division to address situations such as clarification and/or questions related to the procurement process or protest. PSTA Chief Executive Officer shall deem any Proposer who violates the provisions of this Paragraph non-responsible and non-responsive, and the Proposer’s proposal shall not be considered by the evaluation committee or the Board of Directors. Any board member, officer, evaluation committee member, employee, agent or attorney who has been lobbied shall immediately report the lobbying activity to the Chief Executive Officer.

13 of 554

Page 14: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

3.6 APPLICABLE LAWS Prior to entering into a contract with PSTA, the Proposer must be authorized to transact business in the State of Florida. Each Proposer is responsible for full compliance with all applicable local, state and federal laws, ordinances and regulations. The Proposer shall have and must provide all applicable insurance, permits, licenses, etc. which may be required by federal, state or local law. The successful Proposer shall be required to submit proof of all licenses and/or certifications required by PSTA upon request. 3.7 MATHEMATICAL ERRORS In the event of multiplication/extension error(s), the unit price will prevail. In the event of addition error(s) the extension totals will prevail. Written prices shall prevail over figures. All Proposals shall be reviewed mathematically and corrected, if necessary, using these standards, prior to additional evaluation. 3.8 SOLICITATION EXPENSES Proposers shall bear all costs and expenses incurred preparation of Proposal or Proposals in response to this solicitation, or to procure or contract for goods or services. Proposer shall be responsible for all costs incurred as part of their participation in this process. 3.9 OWNERSHIP AND FORMAT OF WORK PRODUCT All plans and specifications developed under any contract resulting from this solicitation shall become the property of PSTA and may not be re-used by the Proposer without PSTA’s permission, if applicable. Any product, whether acceptable or unacceptable, developed under a contract awarded as a result of this RFP is to be the sole property of PSTA unless stated otherwise in the contract. 3.10 ROYALTIES AND PATENTS The Proposer shall pay all royalties and license fees for equipment or processes in conjunction with the equipment and/or services being furnished. Proposers shall defend all suits or claims for infringement of any patent, trademark or copyright, and shall save PSTA harmless from loss on account thereof, including costs and attorney's fees. 3.11 SEALED PROPOSALS All Proposal sheets and the original forms must be executed and submitted in a sealed envelope. All Proposals are subject to the conditions specified herein. Proposals that do not comply with these conditions are subject to rejection, at the sole discretion of PSTA. 3.12 LATE PROPOSALS or WITHDRAWAL OF PROPOSALS

A. Any Proposal received at PSTA office designated in the solicitation after the time specified for receipt of Proposals will not be considered and will be returned to the Proposer unopened.

B. Modifications in writing received prior to the time set for the Proposal opening will be accepted, however will not be considered if received after the time set.

14 of 554

Page 15: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

C. A Proposal may be withdrawn by the Proposer or their authorized representative, provided their identity is made known and a receipt is signed for the Proposal or written authorization provided, and only if the withdrawal is made prior to the time specified for receipt of Proposals.

3.13 PUBLIC RECORDS All Proposals submitted are public records subject to production upon notice of intended decision or 30 days after bid opening, whichever is earlier, unless specifically exempt by Florida Statutes. Proposals which contain information that is “trade secret” as defined in Section 812.081, Florida Statutes, or otherwise exempt from Chapter 119, Florida Statutes shall be designated as such and the trade secret or exempt information shall be explicitly identified. However, any information marked as “trade secret” or exempt may be produced by PSTA in response to a public records request if PSTA determines, in its sole discretion, that the information does not meet the definition of “trade secret” in Section 812.081 or other specific statutory exemption and is not exempt from Chapter 119, Florida Statutes. Proposers may not designate its entire Proposal as confidential. The Proposer may not designate its cost proposal or any required proposal forms or certifications as confidential.

3.14 INTERPRETATION OF RFP DOCUMENTS No oral interpretations will be made to any Proposer as to the meaning of specifications or any other contracts documents. All questions pertaining to the terms and conditions or Scope of Work of this RFP must be sent in writing (e-mail, or fax) and received by the date specified. Responses to questions may be handled as an Addendum if the response would provide clarification to requirements of the Proposal. All such Addendum shall become part of the contract documents. PSTA will not be responsible for any other explanation or interpretation of the RFP made or given prior to the award of the contract. PSTA will be unable to respond to questions received after the specified time frame. If no request for clarification is submitted by Proposers all conditions and requirements contained within are accepted and understood by Proposers.

3.15 ADDENDUM TO RFP If it becomes necessary to revise this RFP, an Addendum will be posted to PSTA website.

3.16 GENERAL FORMAT In preparing the Proposal, please duplex print all sections to reduce paper consumption and use recycled products, where feasible. Proposals shall be prepared on 8.5” x 11" paper with 1" margins on all sides. Typing shall be single spaced and no smaller than font size 11. Use of 11” x 17" fold out sheets for large tables, charts or diagrams is permissible, but should be limited. Each part of the Proposal should be clearly labeled and tabbed for easy reference. The Proposals shall:

Contain concise written materials that enable the reviewer to clearly understand the Proposer's capabilities and approach to providing the requested services.

Specifically describe the Proposer's role in relationship to its Subcontractors and shall describe the interfaces with said Subcontractors, if applicable.

Reflect a level of understanding of the work required. The Proposals shall be addressed to: Pinellas Suncoast Transit Authority

15 of 554

Page 16: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

c/o: Lou Emma Cromity, Director of Procurement Attn.: Proposal # 16-018P 3201 Scherer Drive St. Petersburg, Florida 33716 If a Proposer’s submittal does not all fit in one box, please mark the boxes accordingly (example – Box 1 of 2, Box 2 of 2).

A. Cover Letter:

A cover letter transmitting the Proposal should be submitted and dated. The letter must indicate that the Proposer agrees to be bound by the Proposal without modifications, unless mutually agreed to upon further negotiations between PSTA and the Proposer.

The cover letter shall contain the name, title, address, e-mail address, and telephone number(s) of an individual(s) with authority to bind the Proposer during the period in which PSTA is evaluating Proposals. The cover letter should also identify the legal form of the Firm. If the Firm is a corporation, the cover letter shall identify in which state the company is incorporated. If a consortium, joint venture or team approach is being proposed, provide the above information for all participating firms. The Proposer should specifically describe the Proposer's role in relationship to its Subcontractors and shall describe the interfaces with said Subcontractors.

The cover letter shall be signed by a principal of the Proposer or other person fully authorized to act on behalf of the Proposer or team.

B. Table of Contents: The Table of Contents should identify locations of all sections in the Proposal.

C. References:

Proposers must provide a minimum of four (4) references. The reference will contain the companies name, address, phone number, point of contact, the size of the project and description. Should indicate whether private and/or public sector. References should be for similar or related services that proposed key staff members for this service have worked.

3.17 FORMS Proposer should comply with these requirements in order to be considered for contract award. All attachments should be completed, signed, and submitted with the Proposal.

ATTACHMENT 1 – Acknowledgement of Addenda

ATTACHMENT 2 – Proposer Information Form

ATTACHMENT 3 – Price Proposal

ATTACHMENT 4 – Statement of No Proposal

ATTACHMENT 5 – Non-Collusion Affidavit

ATTACHMENT 6 – Certification of Restrictions on Lobbying

ATTACHMENT 7 – Disclosure of Lobbying Activities

16 of 554

Page 17: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 8 – Certification of Contractor Regarding Debarment, Suspension, and Other

Responsibility Matters

ATTACHMENT 9 – Certification of Lower Tier Participants (Subcontractors) Regarding Debarment,

Suspension, and Other Ineligibility and Voluntary Exclusion

ATTACHMENT 10 - DBE Participation Form

ATTACHMENT 11 – DBE Good Faith Efforts Documentation Form

ATTACHMENT 12 – E-Verify Affidavit

ATTACHMENT 13 – Contractor’s Statement on Subcontractor’s

ATTACHMENT 14 – Drug Free Workplace Program

ATTACHMENT 15 – Contractor’s and Lower Tier Participant’s Reference Form

ATTACHMENT 16 – Buy America Certification

3.18 PROPOSAL STRUCTURE

1. Tab One Please include the below in Tab One of your proposals

Cover Letter

Company Licenses

Insurance Certification

All Executed Forms for this Solicitation (Attachment 1-16)

Response to Qualifications

Provide resumes/portfolios of individuals or subcontractors performing major duties and functions under the proposed contract; include role, responsibility, and qualifications.

Provide for Company and any sub-contractors: o Organizational chart o Resumes of key staff o History of company and partners

List any past and/or pending litigation or disputes relating to the work described herein that your firm has been involved in within the last three (3) years. This list shall include each project name and the nature of the litigation.

Financial Statements - The Proposer shall include an audited income statement and balance sheet from the two (2) most recent reporting periods in its proposal.

Bid, Performance, and Payment Bonds

References

List of all Prime and Subcontractors

2. Tab Two Please include the below in Tab Two of your proposals

Design-Build Overall Approach To Providing Services

Equipment Specifications

Energy Efficiency Certifications

General design concept with product literature indicating components, efficiency ratings,

warranties, output capabilities, etc.

17 of 554

Page 18: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

3. Tab Three Please include the below in Tab Three of your proposals

Rebates, if any

Labor and Equipment Warranties

Preventative Maintenance Plan

Other supporting documents, if any

MS Project Timeline

4. Tab Four Please include the below in Tab Four of your proposals

Pricing/Fee Schedule and Related Cost using Attachment 3.

Preventative Maintenance Cost.

18 of 554

Page 19: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

SECTION 4: PROPOSAL EVALUATIONS

PSTA reserves the right to accept or reject any or all Proposals and may select, and negotiate with one or more Proposers concurrently and enter into a Contract with such Proposer who is determined, in PSTA’s sole discretion, to provide the services which are in the best interest of PSTA. PSTA may agree to such terms and conditions as it may determine to be in its interest. PSTA Selection Evaluation Committee reserves the right to request additional information from Proposers, to negotiate terms and conditions of the Contract, request presentations, or ask Proposers to appear before the Selection Evaluation Committee to clarify their Proposal. If PSTA chooses to request presentations/interviews of some or all proposing Proposers, they will be held on December 1, 2016 at PSTA’s office. Proposals will be opened immediately after the Proposal submittal date and time by PSTA, Procurement Division. The public may attend the Proposal opening, but may not immediately review any Proposal submitted until PSTA provides a notice of intended decision. The names of Proposers only will be read aloud at the time of opening. The Selection Evaluation Committee will evaluate the Proposals in accordance with the evaluation criteria listed below. Proposers shall include sufficient information to allow the Selection Evaluation Committee to thoroughly evaluate and score their Proposals. 4.1 EVALUATION CRITERIA The evaluation criteria below shall define the factors that will be used by the Selection Evaluation Committee to evaluate and score responsive, responsible and qualified Proposers.

PROPOSAL EVALUATION CRITERIA WEIGHTED FACTORS

Project First Cost Overall cost of Proposal. (Labor and material for fully-functioning HVAC System)

20%

Reliability Overall reliability of the equipment.

15%

Warranty Ability of Warranty to protect PSTA’s interests over the lifetime of the HVAC System and associated components.

15%

Design Approach Thoroughness with which the proposed design acknowledges any and all possible means for obtaining maximum benefit from the HVAC System

10%

Lifecycle Cost Total cost of ownership over the life of the HVAC System. (Minimum 15 years, or as defined by the HVAC Manufacturer).

10%

Market Presence Prominence of Design-Build Proposer and Equipment Manufacturer within the HVAC market.

5%

Commercial Availability of Equipment Ease of procurement of major equipment and replacement parts.

5%

Proximity of Factory Support and Service Demonstrated speed and efficiency with which proposed service and maintenance personnel can respond to requests for support over the lifetime of service.

5%

19 of 554

Page 20: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

PROPOSAL EVALUATION CRITERIA WEIGHTED FACTORS

Reasonableness of Annual Operating Cost Total costs of consumables and maintenance for the typical operating year.

5%

Proposed construction Schedule Ability to design and construct the HVAC System as efficiently as possible, with minimal disruptions to normal operational activities of the system

5%

Disadvantage Business Enterprise Inclusion 5%

Oral Interview/Presentations PSTA may choose to conduct presentations/interviews on December 1, 2016 and make a final contract award based on the same criteria as the initial evaluation listed above. Following the interviews/presentations, the Selection Evaluation Committee may adjust the initial evaluation scores. Selected Proposers may be given a presentation topic to be addressed during their interviews/presentation. 4.2 QUALIFICATIONS FOR AWARD Award of this contract shall be made to the Proposer which is responsive and responsible in all respects to these procurement requirements, a determination that shall be made solely at the discretion of PSTA. The Proposer affirms and declares: A. The Proposer has the capacity to do business within the State of Florida.

B. The Proposer has the capability to assure completion of the required services within the time specified under this contract.

C. The Proposer presently has the necessary facilities, financial resources and licenses to complete the contract in a satisfactory manner and within the required time.

D. The Proposer is of lawful age and that no other person, firm or corporation has any interest in this Proposal or the contract proposed to be entered into.

E. The Proposer is not in arrears to the Pinellas Suncoast Transit Authority upon debt or contract and is not defaulting as surety or otherwise, upon any obligation to the Pinellas Suncoast Transit Authority.

F. No member, officer, or employee of PSTA during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof.

G. To be “qualified” by PSTA, the Proposer must have all State and Local licenses as legally required that are necessary to perform and complete the work as called for herein.

H. The Proposer is not on the Comptroller General’s list of ineligible consultants.

20 of 554

Page 21: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

No PSTA employee, officer, or agent, including any member of an evaluation committee for a PSTA project, may participate in the selection, award, or administration of a PSTA contract if a real or apparent conflict of interest would exist. Such a conflict would exist when any of the following parties has a material financial or other interest in a firm selected for award: any employee, officer, or agent of PSTA; any member of his/her immediate family; his/her partner; or an organization employing or about to employ any of the preceding. Any interest as owner or stockholder of one percent (1%) or less in such a firm shall not be deemed to be a material financial interest, but serving as Director, officer, consultant, or employee of such an organization would be deemed a material interest.

21 of 554

Page 22: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

SECTION 5: GENERAL CONDITIONS 5.1 RIGHTS OF PSTA IN REQUEST FOR PROPOSAL PROCESS PSTA may investigate the qualifications of any Proposer under consideration. PSTA may require confirmation of information furnished by a Proposer and require additional evidence of qualifications to perform the Services described in this RFP. In addition to any rights conveyed by Florida law, PSTA specifically reserves the right to:

Disqualify any Proposer in accordance with this RFP

Reject any or all of the Proposals, at its discretion

Remedy errors in the RFP

Cancel the entire RFP

Issue subsequent RFP

Rank firms and negotiate with the highest ranking firm

PSTA reserves the right to select the Proposal that it believes will serve the best interest of PSTA

Appoint evaluation committees to review Proposals

Seek the assistance of outside technical experts to review Proposals

Approve or disapprove the use of particular Subcontractors and Suppliers

Establish a short list of Proposers eligible for discussions after review of written Proposals

Solicit best and final offers (BAFO) from all or some of the Proposers

Determine whether or not a Proposer is a responsible Proposer

Negotiate with any, all or none of the Proposers

Award a contract to one or more Proposers

Accept other than the lowest priced Proposal

Request any necessary clarifications or Proposal data without changing the terms

Disqualify the Proposal(s) upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer(s)

Waive any informalities or irregularities in any Proposal, to the extent permitted by law

Make selection of the Proposer to perform the services required on the basis of the original Proposals without negotiation

This RFP does not bind or commit PSTA to enter into a contract with any of the Proposers. In the event PSTA rejects all Proposals and concurrently provides notice of its intent to reissue, all Proposals will be exempt from public record production until PSTA issues a notice of intended decision on the reissued Request for Proposals. 5.2 PROPOSAL PROTEST PROCEDURES For projects funded through a Federal grant, the protest procedures found in 49 CFR §18.26(b)(9) will govern the process.

22 of 554

Page 23: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

A. Right to Protest: Any interested party, as defined by FTA Circular 4220.1F, Chapter VII, as it may be amended from time to time, who wishes to protest a PSTA decision or intended decision concerning a bid or a contract award, shall file a written Notice of Protest with the CEO of PSTA within seventy-two hours after the posting of the bid tabulation or after the issuance of the notice of PSTA’s decision or intended decision and shall file a formal written protest within ten days after the date of the Notice of Protest. The formal written protest shall state with particularity the basis of the protest, including the facts and law upon which the protest is based and providing any supporting documentation. Failure to file a Notice of Protest of failure to file a formal written protest within the time periods set forth above shall constitute a waiver of protest.

B. Providing a Bond: Any firm or person who files a protest shall file with PSTA, at the time of filing the formal written protest, a bond payable to PSTA in an amount equal to one percent of the estimate of the total value of the contract or $5,000, whichever is less. Such bond shall be conditioned upon payment of all costs which may be adjusted against the protestor upon the conclusion of the protest proceedings. If the protest determination is not in favor of the protester, PSTA shall recover all costs, damages and charges incurred by it during the protest, excluding attorneys’ fees. Upon payment of such costs and charges by the person or firm protesting the decision or intended decision, the bond shall be returned.

C. Consideration of Protest: PSTA’s CEO will consider all protests of a PSTA decision or intended decision

concerning a bid solicitation or a contract award where the protestor has complied with the requirements of subsections A and B of this section. When the CEO is a member of the committee that makes a recommendation or intended decision, the CEO shall designate a Department Director to consider the protest. The CEO or his/her designee shall not consider any protest presented orally or not presented within the time limits set forth in subsection A. The CEO or his/her designee shall provide the protestor and all other proposers with a written determination of the protest within fifteen (15) days of receiving the formal written protest. The CEO or his/her designee may provide an opportunity to resolve the protest by mutual agreement between the parties within seven days, excluding Saturdays, Sundays and legal holidays, of PSTA’s receipt of the formal written protest.

D. Protest to FTA: Any protester whose protest has been denied by PSTA’s CEO or his/her designee may

file a protest with FTA within five days of the date the protestor has received actual or constructive notice of the CEO ’s or his/her designee’s decision. The protester must comply with FTA’s procedures and FTA Circular 4220.1F, Chapter VII. PSTA’s CEO or his/her designee shall submit any reports or documents requested by FTA in its consideration of the protest.

E. Stay of Procurement During Protests: When a protest has been timely filed with PSTA or timely filed

with FTA, during the pendency of that protest, PSTA shall not make an award of a contract. PSTA shall comply with all provisions of Chapter VII, if it proceeds to make an award during the pendency of a protest filed with FTA. If PSTA does not make an award while a protest is pending with PSTA, after five days from the date the CEO or his/her designee rendered his decision, the CEO or his/her designee shall confirm with FTA that FTA has not received a protest on the contract in question before PSTA proceeds with making an award or with the procurement if an award already had been made.

F. Notice to Proposers: Proposals with recommendations will be posted on PSTA’s website. Upon receipt

of a formal written protest, PSTA will give notice of the protest to all Proposers, or if the Proposal already was awarded at the time the protest was filed with PSTA, only to the successful proposer. When a protest results in a delay of an award of the contract pending the disposition of the protest, the proposer(s) whose Proposals might become eligible for award will be requested, before expiration of

23 of 554

Page 24: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

the time for acceptance of their Proposals (with consent of sureties, if any) to extend the time for acceptance so as to avoid the need for re-advertisement and re-submittal.

5.3 TAX EXEMPTION PSTA is exempt from payment of all Federal, State, and local taxes in connection with this RFP. Said taxes shall not be included in the Proposal or Proposal prices. PSTA will provide necessary tax exemption certificates. This provision does not relieve the Proposer from the responsibility to pay all applicable taxes for goods, services, and labor acquired in the performance of this Project. 5.4 WITHHOLDING AWARD This solicitation for Proposals does not bind or commit PSTA to award a Contract. 5.5 PROPOSAL ACCEPTANCE, REJECTION, AND POSTPONEMENT PSTA reserves the rights to postpone, accept, or reject any and all Proposals in whole or in part, on such basis as PSTA deems to be in its best interest to do so, subject to the rules and regulations set forth by the U.S. Department of Transportation. Any person, firm, corporation, joint venture/partnership, or other interested party that has been compensated by PSTA or a consultant engaged by PSTA for assistance in preparing the RFP Documents and/or estimate shall be considered to have gained an unfair competitive advantage in proposing and shall be precluded from submitting a Proposal in response to the RFP. Any person, firm, corporation, joint venture/partnership, or other interested party that has continued discussions regarding this RFP with PSTA or consultant staff other than the Procurement representative once the RFP is issued may be considered to have gained an unfair competitive advantage in proposing and may be precluded from submitting a Proposal in response to the RFP. 5.6 USE OF “PINELLAS SUNCOAST TRANSIT AUTHORITY” NAME IN CONTRACTOR ADVERTISING OR PUBLIC

RELATIONS PSTA reserves the right to review and approve any advertising copy related to this RFP in any way prior to publication. The successful Proposer will not allow such copy to be published in their advertisements or public relations programs until submitting such copy and receiving prior written approval from PSTA. The successful Proposer agrees that published information relating to this RFP will be factual and in no way imply that PSTA endorses the successful Proposers firm, service or product. In submitting a Proposal, the Proposer agrees not to use the results there from as a part of any commercial advertising. Proposers may not issue any news release nor make any statement to the news media or through social media channels pertaining to this RFP, any proposal, the contract, or work resulting therefrom, without first obtaining prior approval by PSTA. 5.7 USDOT/FTA/FDOT CONCURRENCE FOR CONTRACT AWARD The award of a contract for this solicitation may be subject to review and concurrence by the U.S. Department of Transportation, Federal Transit Administration and/or the Florida Department of Transportation.

24 of 554

Page 25: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

5.8 DISADVANTAGED BUSINESS ENTERPRISES (DBE) A. In connection with the performance of this Contract, the successful Proposer agrees to cooperate with

PSTA in meeting its commitments and goals with regard to maximum utilization of DBE. The policy and obligations for maximum utilization of DBE’s are herein set forth:

1. Policy: It is the policy of the Department of Transportation that Disadvantaged Business Enterprises, as defined in 49 CFR, Part 23, shall have the maximum opportunity to participate in the performance of contracts financed in whole or apart with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR, Part 23 apply to this Agreement.

2. DBE Obligation: PSTA and Proposer agrees to ensure that Disadvantaged Business Enterprises, as defined in 49 CFR, Part 23, have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard, PSTA or its consultants shall take all necessary and reasonable steps in accordance with 49 CF, Part 23, to ensure that Disadvantaged Business Enterprises have the maximum opportunity to compete for and to perform contracts. PSTA and its consultants shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT-assisted contracts.

Requirements and goals for DBE participation in this solicitation are as follows:

B. Firms are encouraged to utilize certified DBEs and compliance with the goal may be fulfilled by DBE’s

performing as either:

1. A member of a joint venture as a prime consultant;

2. An approved subcontractor;

3. An owner-operator of equipment;

4. A renter of equipment to a prime consultant;

5. A firm manufacturing and supplying goods used in the solicitation;

6. A firm supplying goods used in the project (when supplying goods, only 60 percent will be counted).

C. If no DBE utilization is proposed, the Proposer must demonstrate that sufficient good faith efforts were made to meet the DBE contract goals and shall document the steps he has taken to obtain DBE participation.

Proposer’s good faith efforts will include the following actions.

1. Soliciting through all reasonable and available means the interest of all certified DBE’s who have the capability to perform work under the Contract. This shall include attendance at pre-Proposal meetings, advertising and/or written notices. The Proposer shall allow sufficient time to allow the DBE’s to respond to the solicitation.

2. Selecting portions of the work to be performed by DBE’s.

3. Providing interested DBE’s with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation.

4. Negotiations in good faith with interested DBE’s. It will be the responsibility of the Proposer to make a portion of the work available to DBE Subcontractors and Suppliers and to select those portions of the

25 of 554

Page 26: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

work or materials consistent with the available DBE’s. Evidence of negotiations shall include the names, addresses, and telephone numbers of DBE’s that were considered and a description of the information provided regarding the plans and specifications for the work selected for Subcontractors, and evidence as to why additional agreements could not be reached for DBE’s to perform the work.

5. Not rejecting DBE’s as being unqualified without sound reasons based on a thorough investigation of their capabilities.

6. Efforts to assist interested DBE’s in obtaining bonding, lines of credit, or insurance as required.

7. Efforts to assist interested DBE’s in obtaining necessary equipment, supplies, materials, or related assistance or services.

8. Use of services of available minority/women community organizations; minority/women contractors’ groups; local, state, and federal minority/women business assistance offices; and other organizations that provide assistance in the recruitment and placement of DBE’s.

The Proposer agrees not to terminate for convenience a DBE subcontractor, and then perform the work of the terminated subcontract with its own forces or those of an affiliate, without PSTA’s prior written consent. When a DBE subcontractor is terminated, or fails to complete its work on the contract for any reason, Proposer must notify PSTA. 5.9 EXCLUSIONARY OR DISCRIMINATORY SPECIFICATIONS PSTA and Proposer agree that it will comply with the requirements of 49 U.S.C. Section 5323(h)(2) by refraining from using any federal assistance awarded by the Federal Transit Administration to support procurements using exclusionary or discriminatory specifications. PSTA and Proposers further agree to refrain from using state or local geographic preferences, except those expressly mandated or encouraged by federal statute. 5.10 COLLUSION Each Proposer must submit the Non-Collusion Affidavit form. Proposer certifies that its Proposal is made without previous understanding, agreement, or connections with any person, firm, or corporation making a Proposal for the same items and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 5.11 LEGAL REQUIREMENTS Federal, state, county and local laws and ordinances, rules and regulations shall govern submittal and evaluation of Proposals received and shall govern claims and disputes between Proposer(s) and PSTA by and through its officers, employees, authorized representatives, or any person, natural or otherwise. Lack of knowledge by Proposer is not a cognizable defense against legal effects. 5.12 PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a Proposal on a contract to provide any goods or services to a public entity, may not submit a Proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit Proposals of a public building or public work, may not submit Proposals on leases of real property to public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a contract with any public entity, and may not transact business with any public entity in

26 of 554

Page 27: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

excess of the threshold amount provided in Section 287.133, Florida Statutes, for Category two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. PSTA may make inquiries regarding alleged convictions of public entity crimes. The unreasonable failure of a Proposer to promptly supply information in connection with an inquiry may be grounds for rejection of a Proposal. Additionally, a conviction of a public entity crime may cause the rejection of a Proposal. 5.13 TYPE OF CONTRACT PSTA intends to award a firm, fixed price contract. The services of the Proposer will be based on the Specifications (or Statement of Work) as outlined in this RFP.

5.14 TERM OF CONTRACT This Contract shall become effective and commence on the date of award by PSTA’s Board of Director’s (“Effective Date”) and shall remain in effect for one (1) year for Construction, parts, equipment, training, and labor, three (3) years with the option to extend for one (1) year, but shall not exceed five (5) years. 5.15 CONTRACT EXECUTION Upon award, Proposer agrees to enter into and execute the Contract set forth in Section 6. The awarded Proposer (s) shall fully sign the Contract and send it back to PSTA for signatures within five (5) calendar days of receipt of notification of the award by the PSTA Board of Directors. 5.16 INSURANCE Proposer must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below by the Effective Date. Failure to provide insurance by the Effective Date shall constitute a material breach of this Agreement and may result in PSTA terminating this Agreement, without any penalty or expense to PSTA. All insurance renewal certificates must be on file with PSTA no less than fifteen (15) business days prior to the expiration of the current policy with the approved endorsements. Delays in commencement due to failure to provide satisfactory evidence of insurance shall not extend deadlines. Any penalties and failure to perform assessments shall be imposed as if the work commenced as scheduled. In the event Proposer has subcontractors, including independent contractors, perform any portion of the work in the Contract Documents; either Proposer shall name those subcontractors and independent contractors as "additional insured" or each Subcontractor and independent contractor shall be required to have the same insurance requirements as Proposer. Insurance must be maintained throughout the entire term of this Agreement, insurance of the types and in the amounts set forth. Failure to do so may result in suspension of all work until insurance has been reinstated or replaced or until termination of this Agreement. For services with a "Completion Operation Exposure", Proposer shall maintain coverage and provide evidence of insurance for two (2) years beyond final acceptance. Any penalties and failure to perform assessments shall be imposed as if the work had not been suspended. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have a minimum rating of "B+" as assigned by AM Best. Proposer shall provide PSTA with properly executed and approved Certificates of Insurance to evidence compliance with the insurance requirements to PSTA’s Purchasing/Risk Management Division. A copy of the additional insured endorsement(s) for Commercial General Liability needs to be attached to the certificates. If Proposer has been approved by the Florida State Department of Labor, as an authorized self-insured for Workers' Compensation, PSTA's Procurement/Risk Management Department shall recognize and honor such status. Proposer may be required to submit a Letter

27 of 554

Page 28: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on Proposer’s Excess Insurance Program. If Proposer participates in a self-insurance fund, updated financial statements may be required upon request, such self-insurance fund shall only be accepted, at the sole discretion of PSTA, and only if PSTA finds the financial statements to be acceptable. Proposer shall provide to PSTA's Purchasing/Risk Management Department, satisfactory evidence of the required insurance by, either:

A Certificate of Insurance with the additional insured endorsement. A Certified copy of the actual insurance policy. The Most Recent Annual Report or Audited Financial Statement (Self-Insured Retention

(SIR) or deductible exceeds $100,000). PSTA, at its sole option, has the right to request a certified copy of policies required by this Agreement. Notwithstanding the prior submission of a Certificate of Insurance, copies of endorsements, or other evidence initially acceptable to the PSTA, if requested by the PSTA, Proposer shall, within thirty (30) days after receipt of a written request from the PSTA, provide the PSTA with a certified copy or certified copies of the policy or policies providing the coverage required herein. Proposer may redact or omit, or cause to be redacted or omitted, those provisions of the policy or policies which are not relevant to the insurance required herein. The acceptance and approval of Proposer's Insurance shall not be construed as relieving Proposer from liability or obligation assumed under this Agreement or imposed by law. PSTA, Board Members, Officers and Employees will be included "Additional Insured" on all policies, except Workers' Compensation. Should at any time Proposer not maintain the insurance coverage's required by this Agreement, PSTA may either cancel or suspend delivery of goods or services as required by Proposer or, at its sole discretion, shall be authorized to purchase such coverage and charge Proposer for such coverage purchased. PSTA shall be under no obligation to purchase such insurance or be responsible for the coverages purchased or the responsibility of the insurance company/companies used. The decision of PSTA to purchase such insurance coverages shall in no way be construed to be a waiver of its rights. Any certificate of insurance evidencing coverage provided by a leasing company for either workers' compensation or commercial general liability shall have a list of employees certified by the leasing company attached to the certificate of insurance. PSTA shall have the right, but not the obligation to determine that Proposer is only using employees named on such a list to perform work on the jobsite. Should employees not be named be utilized by Proposer, Proposer has the option to work without penalty until PSTA identify proof of coverage or removal of the employee by Proposer occurs, or alternately find Proposer to be in default and takes over the protective measures as needed. The insurance provided by Proposer shall apply on a primary basis to any insurance or self-insurance maintained by any participating agency. Any insurance, or self-insurance, maintained by a participating agency shall be excess of, and shall not contribute with, the insurance provided by Proposer. Except as otherwise specifically authorized in this Agreement, or for which prior written approval has been obtained hereunder, the insurance maintained by Proposer shall apply on a first dollar basis without application of a deductible or self-insured retention. Under limited circumstances, PSTA may permit the application of a deductible or permit Proposer to self-insure, in whole or in part, one or more of the insurance coverages required by this Agreement. In such instances, Proposer shall pay on behalf of PSTA and PSTA’s board members, officers or employees, any deductible or self-insured retention applicable to a claim against PSTA and PSTA's board members, officer(s) or employee(s).

28 of 554

Page 29: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

Waivers. All insurance policies shall include waivers of subrogation in favor of PSTA, from Proposer and Proposer will ensure the compliance with any subcontractors.

I. Project Specific Insurance Requirements - The Following policies and minimum coverage shall be maintained throughout the entire term of this Agreement which shall remain in effect throughout its duration and for two (2) years beyond final acceptance for services with a Completed Operations exposure, are as follows:

A. Commercial General Liability Insurance: including, but not limited to, Independent Contractors,

Supplier Liability Premises/Operations, Completed Operations, and Personal Injury. Such insurance shall be no more restrictive than that provided by the most recent version of standard Commercial General Liability Form (ISO Form CG 00 01) as filed for use in the State of Florida without any restrictive endorsements. PSTA, its board members, officers, and employees shall be added as an “Additional Insured" on a form no more restrictive than ISO Form CG 20 10 (Additional Insured-Owners, Lessees, or Proposers).

Minimum required Commercial General Liability coverage will include: (i) Premises Operations (ii) Products and Completed Operations (iii) Blanket Contractual Liability (iv) Personal Injury Liability (v) Expanded Definition of Property Damage (vi) $2,000,000 Aggregate An Occurrence Form Policy is preferred. If coverage is a Claims Made Policy, provisions should include

for claims filed on or after the effective date of this Agreement. In addition, the period for which claims may be reported should extend for a minimum of two (2) years following the expiration of this Agreement.

B. Vehicle Liability Insurance - Recognizing that the work governed by the Contract Documents

requires the use of vehicles, Proposer, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of this Agreement and include, as a minimum, liability coverage for:

Owned, Non-owned, and Hired vehicles and with the minimum limits at $1,000,000

Combined Single Limit (CSL).

This policy should not be subject to any aggregate limit.

C. Workers' Compensation Insurance. Prior to beginning work, Proposer shall obtain Workers' Compensation Insurance with limits sufficient to meet the requirements of Florida Statutes Limits per Chapter 440. Proposer shall maintain throughout, and will remain in force during the term of this Agreement for all employees engaged in work under this contract.

The Employers' Liability Insurance with limits no less than: $500,000 Bodily Injury by Accident $1,000,000 Bodily Injury by Disease, policy limits $500,000 Bodily Injury by Disease, each employee.

29 of 554

Page 30: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

The Workers' Compensation policy must be endorsed to waive the insurer's right to subrogate against the all participating agencies, and their respective officers and employees in the manner which would result from the attachment of the NCCI Waiver Of Our Right To Recover From Others Endorsement (Advisory Form WC 00 03 13) with all participating agencies, and their officers and employees scheduled thereon. If not covered under the Contractor’s workers compensation policy, Subcontractor or Independent Contractors shall provide proof of coverage or exemption status to be maintained by Contractor.

D. Builders Risk/Installation Floater Insurance. PSTA property shall be covered by proof of a

Builders Risk policy and/or Installation Floater policy covering the interests of PSTA property until acceptance of installed equipment is granted. Coverage shall be maintained for the entire time the property and/or equipment is in the Contractor’s care, custody, and/or control, including transit. Limit and valuation shall be replacement cost. If the Contractor delivers the equipment and loads equipment using a crane, then no crane, boom, jig, or weight exclusion shall apply. Contractor’s property, installation floater, builder risk, if required, and/or equipment policy shall contain a waiver of subrogation in favor of PSTA. All deductibles will be the responsibility of the contractor. PSTA must be named as a Loss Payee.

The minimum limits shall be:

$500,000 per occurrence / $1,000,000 Aggregate 5.17 BONDING REQUIREMENTS

A. Bid (Proposal) Bond

All Proposals must be accompanied by a Bid Bond guarantee in the sum of five percent (5%) of the base bid and made payable to Pinellas Suncoast Transit Authority (PSTA). Said bid bond shall be a guarantee that should the bid be accepted, the Proposer will, within ten (10) days after the acceptance of its bid, enter into a Contract with PSTA for the services proposed to be performed and will at that time furnish an acceptable Contract surety. Cash, certified check, cashier check, trust company treasurer check, company or personal checks and bank draft of any national or state bank are not acceptable.

Said bid bond and the monies payable thereon, will, at the option of PSTA, be forfeited if the Proposer fails to execute the written Contract and furnish the required surety bond within ten (10) consecutive calendar days following written notice of the award of the Contract. Attorneys-in-fact who sign bonds must file with such bond one (I) certified copy of their power of attorney to sign said bond. Bid bond shall have been issued within thirty (30) days of the date for receiving bids.

B. Contract Security

The Proposer shall provide a Performance Bond of a 100% and a Payment Bond of 50% of the Contract amount, the costs of which are to be paid by the Proposer. The Bonds will be acceptable to PSTA only if the following conditions are met:

30 of 554

Page 31: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

The Surety Company:

is licensed to do business in the State of Florida;

holds a certificate of authority authorizing it to write surety bonds in this state and provides proof of same;

has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued;

is otherwise in compliance with the provisions of the Florida Insurance Code; and

holds a currently valid certificate of authority issued by the United States Department of Treasury under 31

Must have a current rating of at least Excellent (A or A-).

All bonds must be signed by an insurance agent who is licensed to do business in the state of Florida. The license may be held by a resident agent or a non-resident agent.

If the Surety for any Bond furnished by the Proposer is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Proposer shall, within five (5) calendar days thereafter, substitute another Bond and Surety, both of which shall be subject to PSTA's approval.

By execution of these bonds, the Surety acknowledges that it has read the Surety qualifications and Surety obligations imposed by the Contract Documents and hereby satisfies those conditions.

The Security shall be submitted to PSTA prior to providing the Services and shall be maintained at all times during the Contract Term and any Renewal Terms. The Security shall be conditioned upon full performance of all obligations imposed upon Proposer. The Security must be executed by a company licensed to do business in the State of Florida and must be in a form acceptable to and approved by PSTA’s General Counsel. The Security shall provide that in the event PSTA terminates the Contract for breach by Proposer, PSTA may have recourse against the Security for all damages that PSTA would be entitled to from Proposer under the Contract. In the event PSTA and the Proposer agree on a modification to increase the Contract Price, PSTA may require additional Security up to one hundred percent (100%) of the increase in the Contract Price by directing Proposer to increase the amount of the existing Security or to obtain additional Security.

31 of 554

Page 32: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENTS

32 of 554

Page 33: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 1

ACKNOWLEDGEMENT OF ADDENDA (Required with Proposal submittal if addenda issued)

The undersigned acknowledges receipt of the following Addenda. (Give number and date of each) Addendum Number __________ Dated __________ Addendum Number __________ Dated __________ Addendum Number __________ Dated __________ Addendum Number __________ Dated __________ Addendum Number __________ Dated __________ Addendum Number __________ Dated __________ Addendum Number __________ Dated __________ Failure to acknowledge receipt of all Addenda may cause the Proposal to be considered non‐responsive to this Request for Proposal, which will require rejection of the Proposal. __________________________________________________________________________________________ Company Name ____________________________________________ _____________________________________________________ Authorized Individual’s Name (Print) Authorized Signature ____________________________________________ _____________________________________________________ Date Title

33 of 554

Page 34: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 2 PROPOSER INFORMATION FORM

(Return with Proposal submittal)

The following information is mandatory. Failure to complete this section may jeopardize your eligibility to be awarded the contract. PLEASE PRINT OR TYPE YOUR INFORMATION. Company Name: ________________________________________________________________ Company Street Address: ________________________________________________________________ Company Mailing Address: ________________________________________________________________ Company Contact Person: ________________________________________________________________ Company Telephone & Fax #: _______________________________________________________________ Contractor Federal I.D. #: ________________________________________________________________ Company Contact Email: ________________________________________________________________ Age of the Firm (years): ________________________________________________________________ Annual Gross Receipts ($): ________________________________________________________________ Is your firm certified by the State of Florida as a Disadvantaged Business Enterprise? _____________________

I hereby agree to abide by all conditions of this Proposal and certify that I am authorized to sign this

Proposal for the Proposer.

____________________________________________ _____________________________________________________ Authorized Individual’s Name (Print) Authorized Signature ____________________________________________ _____________________________________________________ Date Title

34 of 554

Page 35: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 3 COST PROPOSAL FORM

(Required with Proposal submittal)

The undersigned hereby agrees to furnish the services as listed below in accordance with the specifications on file with the Pinellas Suncoast Transit Authority, 3201 Scherer Drive, FL 33716, which have been carefully examined and attached hereto.

Line Item No.

Description of Work New Equipment

Proposed Cost:

1 Demolition of Existing Chillers $

2 Chillers (New and unused) $

3 Chilled Water OA Coils $

4 MZ Unit Re-Configuration $

5 Eliminate ERV $

6 New Exhaust Fans $

7 New VAV Boxes $

8 Miscellaneous Piping at Plant /AHUs $

9 New Pumps $

DDC Controls $

11 New Chiller Plant Controls $

12 New AHU Controls $

13 New VAV Box Controls $

14 New Status Pressure Sensors $

15 New Front End BACNET Graphics/Controls $

16 OA Modulating Dampers $

17 CO2 Sensors $

18 $

19 Other Related Work $

20 Miscellaneous Electrical Work $

21 Test and Balance Complete System $

22 $

23 Training $

24 Onsite Classroom Training $

25 $

26 Preventative Maintenance $

27 Year 2 Annual Cost $

28 Year 3 Annual Cost $

29 Year 4 Annual Cost $

30 Year 5 Annual Cost $

Total Project Cost $

Please Note: The above pricing schedule is representative of the types of work/services that maybe requested the successful Proposers, but is not all inclusive. Proposer is encouraged to attach their proposed rate sheets for various services/products offered, but not listed above. However, this price form must be completed and returned with your proposal.

35 of 554

Page 36: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

Printed material may be required on our behalf via the successful Proposer will be procured under PSTA current Procurement Policy and Procedures. You may submit a more detailed pricing as a supplement to the above as an attachment to this page. However, this page must be completed, signed and included with your proposal. Cost/fees listed above shall include all overhead and profit. No billing will be accepted that shows any costs other than those listed above or on an attached pricing schedule. This includes, but is not limited to secretarial, printing, delivery, rent, phone calls, postage, overnight mail service, accounting and consulting fees. ____________________________________________________________________ Company Name ____________________________________________________________________ Authorized Signature __________________________________________________________________ Authorized Individual’s Name (Print) ____________________________________________________________________ Title __________________________________________________________________ Date

__________________________________________________________________ Email Address Telephone Number

36 of 554

Page 37: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 4 STATEMENT OF NO PROPOSAL

(Not required with Proposal submittal)

Note: If you do not intend to submit a Proposal on this requirement, please return this form immediately to the address below:

Pinellas Suncoast Transit Authority Lou Emma Cromity, Director of Procurement 3201 Scherer Drive St. Petersburg, FL. 33716

We, the undersigned, have declined to submit on your RFP # 16-018P for the following reasons:

_______ Specifications are too "tight", i.e., geared toward one brand or manufacturer only (explain below)

_______ Insufficient time to respond to the IFB

_______ We do not offer this product or service

_______ Our schedule would not permit us to perform

_______ Unable to meet bond requirements

_______ Unable to meet specifications

_______ Specifications unclear (explain below)

_______ Unable to meet insurance requirements

_______ Remove us from your "Contractors List" altogether

_______ Other (specify below)

Remarks: _____ _____ We understand that if the "no Proposal" letter is not executed and returned, our name may be deleted from the Contractors List for the Pinellas Suncoast Transit Authority. __________________________________________________________________________________________ Company Name ____________________________________________ _____________________________________________________ Authorized Individual’s Name (Print) Authorized Signature ____________________________________________ _____________________________________________________ Date Title

37 of 554

Page 38: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 5 NON-COLLUSION AFFIDAVIT

(Return with Proposal submittal)

Proposer certifies that this document is not a sham or collusive Proposal, or made in the interest of or on behalf of any collusive Proposal, or made in the interest of or on behalf of any person not herein named; and he/she further states that said Proposer has not directly or indirectly induced or solicited any other Proposer for this work to put in a sham Proposal, or any other person or corporation to refrain from proposing; and that said Proposer has not in any matter sought by collusion to secure to self-advantage over any other Proposer or Proposers. Proposer certifies that its Proposal is made without previous understanding, agreement, or connections with any person, firm, or corporation making a Proposal for the same items and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. __________________________________________________________________________________________ Company Name

____________________________________________ _____________________________________________________

Authorized Individual’s Name (Print) Authorized Signature

____________________________________________ _____________________________________________________

Date Title

State of __________County of _____

The foregoing instrument was acknowledged before me this___ day of______________, 20___, by

__________________________________________. Name of Person Acknowledging

_____________________________________ {NOTARY SEAL} Signature of Notary Public

_____________________________________ Name of Notary Typed, Printed, or Stamped

Personally known ________ OR Produced Identification ________

Type of Identification Produced ________________________________________________________________

38 of 554

Page 39: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 6 CERTIFICATION OF RESTRICTIONS ON LOBBYING

(Return with Proposal submittal)

(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-contractors shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. __________________________________________________________________________________________ Company Name ____________________________________________ _____________________________________________________ Authorized Individual’s Name (Print) Authorized Signature ____________________________________________ _____________________________________________________ Date Title

39 of 554

Page 40: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 7 DISCLOSURE OF LOBBYING ACTIVITIES

(To be completed by all contractors, prime or subcontractor, whose contract is greater than $100,000) Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See following page for public burden disclosure.)

1. Type of Federal action:

a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. insurance

2. Status of Federal Action:

a. bid/offer/application b. initial award c. post-award

3. Report Type:

a. initial filing b. material change

For Material Change Only: Year_____ quarter________ Date of last report_________

4. Name and Address of Reporting Entity: Prime Subawardee Tier ________, if known: Congressional District, if known:

5. If Reporting Entity in No. 4 is a subawardee, Enter Name and Address of Prime: Congressional District, if known:

6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable: ________________________

8. Federal Action Number, if known: 9. Award Amount, if known: $______________________

10. a. Name and Address of Lobbying Entity (if individual, last name, first name, MI):

b. Individuals Performing Services (attach Continuation Sheet(s) SF-LLLA, if necessary)

11. Amount of Payment (check all that apply): $______________ actual planned

13. Type of Payment (circle all that apply):

a. retainer b. one-time fee c. commission d. contingent fee e. deferred f. other; specify: _________________________

12. Form of Payment (check all that apply):

a. cash b. in-kind: specify: nature ____________ value ____________

14. Brief Description of Services Performed or to be Performed and Date(s) of Service, including officer(s), employee(s), or Member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) SF-LLLA, if necessary)

15. Continuation Sheet(s) SF-LLLA attached: Yes No

16. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to the Congress semi-annually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

Signature:___________________________________________ Print Name:_________________________________________ Title: _______________________________________________ Telephone No.__________________ Date:_________________

Federal Use Only Authorized for Local Reproduction Standard Form LLL (Rev. 7-97)

40 of 554

Page 41: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity, whether sub-awardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payments to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Use the SF-LLA Continuation Sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal

action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously

reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action.

4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate

classification of the reporting entity that designates if it is, or expects to be, a prime or sub-award recipient. Identify the tier of the sub-awardee, e.g., the first sub-awardee of the prime is the 1st tier. Sub-awards include but are not limited to subcontract, sub-grants and contract awards under grants.

5. If the organization filing the report in item 4 checks “Sub-awardee,” then enter the full name, address, city State and zip code of the prime Federal

recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if

known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic

Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP)

number, Invitation for Bid (IFB) number, grant announcement number, the contract grant or loan award number, the application/Proposal control number assigned by the Federal agency). Include prefixes, e.g., “RFP-DE-90-01.”

9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the

award/loan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, State and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the

covered Federal action.

(b) Enter the full names of the individual(s) performing services, and include full address if different from 10(a). Enter Last Name, First Name, and Middle Initial (MI).

11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10).

Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made.

12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the

in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed, or will be expected to perform, and the date(s) of any

services rendered. Include all preparatory and related activity, not just time spent in actual contact with Federal officials. Identify the Federal official(s) or employee(s) contacted or the officer(s) employee(s), or Member(s) of Congress that were contacted.

15. Check whether or not a SF-LLLA Continuation Sheet(s) is attached. 16. The certifying official shall sign and date the form print his/her name, title, and telephone number.

According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503.

41 of 554

Page 42: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 8 CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION AND

OTHER RESPONSIBILITY MATTERS (Required for prime contracts greater than $100,000)

The undersigned, an authorized official of the Proposer stated below, certifies to the best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this Proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of these offenses enumerated in paragraph (2) of this certification; and 4. Have not within a three-year period preceding this Proposal had one or more public transactions (federal, state, or local) terminated for cause or default. (If the undersigned is unable to certify to any of the statements in this certification, such official shall attach an explanation to this Proposal). THE UNDERSIGNED CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C. SECTIONS 3801 ET SEQ. ARE APPLICABLE THERETO.

__________________________________________________________________________________________ Company Name ____________________________________________ _____________________________________________________ Authorized Individual’s Name (Print) Authorized Signature ____________________________________________ _____________________________________________________ Date Title

State of __________County of _____

The foregoing instrument was acknowledged before me this___ day of_________,20___, by _________________________.

Name of Person Acknowledging

_____________________________________ {NOTARY SEAL} Signature of Notary Public

_____________________________________ Name of Notary Typed, Printed, or Stamped

Personally known ________ OR Produced Identification ________

Type of Identification Produced ________________________________________________________________

42 of 554

Page 43: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 9 CERTIFICATION OF LOWER‐TIER PARTICIPANTS (SUBCONTRACTORS) REGARDING DEBARMENT, SUSPENSION,

AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION (Required for subcontracts greater than $25,000)

The Undersigned Lower Tier Participant (Subcontractor to the Primary Contractor), certifies, by submission of this Proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. If the above named Lower Tier Participant (Subcontractor) is unable to certify to any of the statements in this certification, such participant shall attach an explanation to this Proposal. The Undersigned Lower‐Tier Participant (Subcontractor), certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31. U.S.C. Sections 3801 et seq. are applicable thereto. __________________________________________________________________________________________ Company Name ____________________________________________ _____________________________________________________ Authorized Individual’s Name (Print) Authorized Signature ____________________________________________ _____________________________________________________ Date Title

State of __________County of _____

The foregoing instrument was acknowledged before me this___ day of_________,20___, by _________________________.

Name of Person Acknowledging

_____________________________________ {NOTARY SEAL} Signature of Notary Public

_____________________________________ Name of Notary Typed, Printed, or Stamped

Personally known ________ OR Produced Identification ________

Type of Identification Produced ________________________________________________________________

NOTICE TO PROPOSER: THIS CERTIFICATION SHALL BE COMPLETED BY ALL SUBCONTRACTORS WHICH WILL HAVE A FINANCIAL INTEREST IN THIS PROJECT WHICH EXCEEDS $25,000 OR SUBCONTRACTORS WHICH WILL HAVE A CRITICAL INFLUENCE ON OR A SUBSTANTIVE CONTROL OVER THE PROJECT.

43 of 554

Page 44: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 10 DBE PARTICIPATION FORM

(Return with Proposal submittal)

PSTA has established a goal of 9.78% for this project.

Proposer must check the appropriate box, provide the information requested, sign and submit this form with its

bid/Proposal. Failure to complete and submit this form may result in rejection of the bid/Proposal as non-

responsive.

[ ] Proposer does not meet the DBE goal for this contract. Proposer certifies that it has made good faith

efforts in accordance with the Request for Proposal to meet the DBE goal, but, despite those efforts, has

been unable to meet the goal. The Good Faith Efforts Documentation Form is attached.

OR

[ ] Proposer will meet the DBE goal for this contract. Proposer is certified according to requirements of DOT

49 CFR Part 26 as a DBE eligible for participation on DOT-assisted contracts, and will be performing

_______ percent of the contract work. DBE Certification is attached.

OR

[ ] Proposer will meet the DBE goal for this contract. If awarded this contract, Proposer will subcontract with

the DBE(s) listed below which will be performing a total of _____ percent of the total dollar amount of

contract work. Each DBE listed below is certified according to requirements of DOT 49 CFR Part 26 for

participation on DOT-assisted contracts.

No. Subcontractor or

Supplier Description of Work or Specialty

Gender/ Ethnicity

Dollar Amount

Percent of Contract Amount

1

2

3

4

5

6

Please attach a copy of each Subcontractor or supplier FDOT DBE Certification. Total

Dollars DBE (s)

Total % of Contract Amount

$ %

__________________________________________________________________________________________ Company Name ____________________________________________ _____________________________________________________ Authorized Individual’s Name (Print) Authorized Signature ____________________________________________ _____________________________________________________ Date Title

44 of 554

Page 45: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 11 DBE GOOD FAITH EFFORTS DOCUMENTATION FORM

(Required if DBE goal is not met)

PSTA ANNUAL DBE GOAL: 9.78% If Proposer has indicated on the DBE Participation Form that it does not meet the DBE goal, Proposer must submit this form with its DBE Participation Form as documentation of its good faith efforts to meet the goal. Failure to submit this form with its Proposer may render this Proposal non-responsive. PSTA may require that Proposer provide additional substantiation of good faith efforts.

Date: Area of Expertise: Name: Company Name: Response:

____________________________________________________________________________________

Date: Area of Expertise: Name: Company Name: Response:

_____________________________________________________________________________________

Date: Area of Expertise: Name: Company Name: Response:

_____________________________________________________________________________________

Date: Area of Expertise: Name: Company Name: Response:

_____________________________________________________________________________________

45 of 554

Page 46: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 12 E-VERIFY AFFIDAVIT

(Return with Proposal submittal)

Contract #: RFP # 16-018P ____ Project Description: ____ Vendor acknowledges and agrees to utilize the U.S. Department of Homeland Security’s E-Verify System to verify the employment of:

a) All persons employed by Vendor/Proposer to perform employment duties within Florida during the

term of the contract; and

b) All persons (including/subcontractor's) assigned by Vendor to perform work pursuant to the contract

with the Department. Vendor acknowledges and agrees that use of the U.S. Department of Homeland

Security’s E-Verify System during the term of the contract is a condition of the contract with the

Department.

__________________________________________________________________________________________ Company Name ____________________________________________ _____________________________________________________ Authorized Individual’s Name (Print) Authorized Signature ____________________________________________ _____________________________________________________ Date Title

46 of 554

Page 47: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 13 CONTRACTOR’S STATEMENT ON SUB-CONTRACTORS (To be completed for all, DBE and non-DBE, sub-contractors)

1. There are NO sub-contractors associated with this Proposal.

____________________________________________________________________________________

Company Name

_______________________________________ _______________________________________________

Authorized Individual’s Name (Print) Authorized Signature

_______________________________________ _______________________________________________

Date Title

OR 2. Listed below are sub-contractors associated with this Proposal. Additional sheets are attached as required. Disadvantage Business Enterprise Certifications are also attached as appropriate.

____________________________________________________________________________________ Sub-contractor Company Name

____________________________________________________________________________________

Address

____________________________________________________________________________________

Contact Person

____________________________________________________________________________________

Telephone #

____________________________________________________________________________________

E-mail Address for Contact Person

_______________________________________ _______________________________________________

Age of Firm Gross Annual Receipts

____________________________________________________________________________________ Sub-contractor Company Name

____________________________________________________________________________________

Address

____________________________________________________________________________________

Contact Person

____________________________________________________________________________________

Telephone #

____________________________________________________________________________________

E-mail Address for Contact Person

___________________________________ __________________________________________

Age of Firm Gross Annual Receipts

47 of 554

Page 48: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 14 DRUG FREE WORKPLACE PROGRAM

(Return with Proposal submittal)

Equal preference shall be given to vendors submitting a certification with their offer certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes.

IDENTICAL OFFER - Whenever two or more offers which are equal with respect to quality, price, and service are received, an offer received from a business certifying it has implemented a Drug-Free Workplace policy shall be given preference. Established procedures for processing tie offers will be followed if none of the tied vendors have a program in place. In order to have a Drug-Free Workplace Program, a business shall:

1. Publish a statement notifying employees that the unlawful manufacturer, distribution, dispensing possession, or use of a controlled substance is prohibited in the Workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for violations.

3. Give each employee engaged in providing the commodities or contractual services that are under the offer a copy of the statement specified in subsection (1).

4. In the statement in subsection (1), notify employees that, as a condition of working on the commodities or contractual services that are under the offer, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, or of any controlled substance law of the US or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if available in the employee's community, by employees who are convicted.

Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

As the person authorized to sign this statement, I certify and state under oath that this firm complies fully with the above requirements.

__________________________________________________________________________________________ Company Name

____________________________________________ _____________________________________________________

Authorized Individual’s Name (Print) Authorized Signature

____________________________________________ _____________________________________________________

Date Title

State of __________County of _____

The foregoing instrument was acknowledged before me this___ day of_________,20___, by _________________________.

Name of Person Acknowledging

_____________________________________ {NOTARY SEAL} Signature of Notary Public

_____________________________________ Name of Notary Typed, Printed, or Stamped

Personally known ________ OR Produced Identification ________

Type of Identification Produced ________________________________________________________________

48 of 554

Page 49: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 15 CONTRACTOR’S AND LOWER TIER PARTICIPANT’S REFERENCE FORM

(To be completed by prime and sub consultants/subcontractors; Required with Proposal submittal) The following information is required in order that your bid may be reviewed and properly evaluated. Company Name: Address: City: State: Zip Code: Telephone #: Fax #: Authorized Individual’s Name (Print): Title: Authorized Signature: How Long at Present Location: Total Number of Employees: Full Time: Part Time: All references will be contacted by a PSTA Designee via e-mail, fax, or telephone call to obtain answers to questions, as applicable, before an evaluation decision is made. Please provide local commercial and/or governmental references for which you have previously performed similar contract services. All fields below must be completed: Reference #1: Reference #2: Company: Company: Address: Address: Phone/Fax #: Phone/Fax #: Contact: Contact: E-Mail: E-Mail: Reference #3: Reference #4: Company: Company: Address: Address: Phone/Fax #: Phone/Fax #: Contact: Contact: E-Mail: E-Mail:

Proposers are required to submit a minimum of four (4) references, but are encouraged to submit more than four (4). Please use a duplicate of this form to submit more references.

49 of 554

Page 50: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 16

BUY AMERICA CERTIFICATION (Required for contracts greater than $100,000)

Certification requirement for procurement of steel, iron, or manufactured products. The Proposer hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j)(1) and the applicable regulations in 49 CFR Part 661.5. __________________________________________________________________________________________ Company Name ____________________________________________ _____________________________________________________ Authorized Individual’s Name (Print) Authorized Signature ____________________________________________ _____________________________________________________ Date Title

Certificate of Non-Compliance with 49 U.S.C. 5323(j)(1) The Proposer hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7. __________________________________________________________________________________________ Company Name ____________________________________________ _____________________________________________________ Authorized Individual’s Name (Print) Authorized Signature ____________________________________________ _____________________________________________________ Date Title

Note: Documentation may be required during the project to confirm Buy America purchases.

50 of 554

Page 51: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

EXHIBIT A

CONTRACT

51 of 554

Page 52: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

EXHIBIT A – CONTRACT

AGREEMENT FOR DESIGN-BUILD HVAC REPLACEMENT AND RELATED SERVICES

THIS AGREEMENT is made on _________________ 2016, by and between the Pinellas Suncoast Transit Authority (“PSTA”), an independent special district with its principal place of business located at 3201 Scherer Drive, St. Petersburg, Florida, and ______________________, (“Contractor”), a ________________________with its principal place of business located at ______________________________________________(collectively, the “Parties”).

WHEREAS, PSTA issued a Request for Proposal No. ______ for HVAC Design-Build HVAC Replacement and

Related Services on __________________, 2016 (the “RFP”); and WHEREAS, Contractor submitted a response to the RFP on or before ___________________, 2016

(“Contractor’s Response”); and WHEREAS, PSTA’s Board of Directors awarded the RFP to Contractor at its Board of Directors Meeting on

__________________, 2016 for an amount not to exceed ________________ (the “Contract Sum”). NOW THEREFORE, the Parties for good and valuable consideration, the receipt and adequacy of which is

hereby acknowledged, agree as follows:

1. RECITALS The above recitals are true and correct and incorporated herein by reference.

2. CONTRACT DOCUMENTS The “Contract Documents” shall mean and refer to this Agreement, the RFP and all exhibits attached thereto including all duly executed and issued addenda (attached hereto as Exhibit A), the Federal Transit Administration Contract Clauses (attached hereto as Exhibit B) and Contractor’s Response (attached hereto as Exhibit C). All of the foregoing are incorporated herein by reference and are made a part of this Agreement. In interpreting this Agreement and resolving any ambiguities or conflicts between this Agreement and the exhibits, precedence will be resolved in the following order:

Federal Transit Administration Contract Clauses This Agreement The RFP Contractor's Response

3. SCOPE OF SERVICES Contractor shall provide design-build services for the removal and replacement of the HVAC control system, air cooled packaged water chillers and pumps, and other HVAC related work in accordance with the specifications and scope of work set forth in the RFP (the “Project”). Contractor acknowledges that it has read all specifications for the Project and understands them. The Parties acknowledge and agree that the scope of services for the Project is a general guide of the minimum requirements and is not intended to be a complete or comprehensive list of all requirements necessary to complete the Project.

4. EFFECTIVE DATE AND TERM OF AGREEMENT This Agreement shall become effective and commence on the date of award by PSTA’s Board of Directors (“Effective Date”) and shall remain in effect for two (2) years from the date of final completion of the Project, which shall be the date of acceptance by PSTA together with all waivers from materialmen and/or

52 of 554

Page 53: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

subcontractors (“Contract Term”). This Agreement may be renewed upon mutual written agreement of the Parties for two (2) additional one (1) years terms (each a “Renewal Term”).

5. TERMS OF PERFORMANCE

5.01 Time for Completion. Contractor shall commence work on the Project immediately upon receipt of a written “Notice to Proceed” from PSTA, and within five (5) days of the Notice to Proceed shall submitted a progress scheduled for the Project in accordance with the requirements set forth in the RFP (the “Progress Schedule”). Contractor shall submit the completed Project for PSTA to consider for final acceptance no later than the date for final completion set forth in the Progress Schedule, which shall be no later than one (1) year from the Effective Date (“Contract Time”).

5.02 Representatives. Prior to the start of any work on the Project, Contractor shall designate primary and alternate representatives, who will have management responsibility for the Project and who have authority to act on technical matters and resolve problems with the Project and the Contract Documents, to PSTA in writing (“Contractor’s Representative”). Such designation shall include the contact information (including mobile phone numbers) of Contractor’s Representative. PSTA will advise Contractor in writing of the personnel who will represent PSTA in the administration of the Contract Documents (“PSTA’s Project Manager”).

5.03 Design. Contractor shall submit a proposed final design and specifications for the Project to PSTA for review and approval within the time set forth on the Progress Schedule. Such design shall be prepared, signed and sealed by a duly licensed engineer identified in Contractor’s Response and shall conform with all specifications of the Project. Upon receipt, PSTA will either accept the proposed design or provide written comments to the proposed design within thirty (30) days of receipt. PSTA’s review is as to design intent only and no comments, acceptance, or approval by PSTA shall relieve Contractor of its obligation to ensure that the final design is accordance with the specifications for the Project, the Contract Documents, and the standard of care of professionals in its field.

5.04 Digital Deliverables. In addition to hard copies, Contractor shall provide PSTA with a digital copy of all deliverables, including: (a) design drawings and specifications; and (b) final as-constructed/as-built record drawings and specifications and construction documents, including those which are produced or created by Contractor, subcontractors, consultants or others.

5.04 Project Standards. Contractor shall cause the Project to be completed in a workmanlike manner, in accordance with the Contract Documents, and in accordance with the final design as approved pursuant to Section 5.03. Contractor shall provide services of first quality, and all work and workmanship associated with the Project must be in accordance with customary standards of the various trades and industries involved in the Project. Contractor shall enforce strict discipline and good order among its employees, subcontractors, representatives, agents, and any others carrying out the Project. Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures, and for coordinating all portions of the work on the Project. PSTA will provide access to its facilities as needed for Contractor to complete the Project. PSTA and PSTA’s Project Manager will communicate directly with Contractor’s Representative and shall have no authority to direct, oversee, or instruct Contractor’s employees, subcontractors, or materialmen, or any other individuals performing work on the Project. Contractor shall be responsible for cutting, fitting or patching required to complete the Project or to make its parts fit together properly. Contractor shall keep the premises and surrounding area free from accumulation of debris and trash related to its work. Upon completion of the Project, Contractor shall remove its tools, construction equipment, machinery and surplus material; and shall properly dispose of waste materials.

53 of 554

Page 54: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

5.05 Non-exclusive Contract. PSTA specifically reserves the right to contract with other entities for the services described in the Contract Documents or for similar services if it deems, in its sole discretion, such action to be in PSTA’s best interest.

5.06 Status Meetings and Reports. Contractor shall organize and hold preconstruction, pre-installation, and progress meetings in accordance with the scope of work set forth in the RFP to discuss the status of the Project and any issues related to the Project as set forth in the RFP. Contractor shall provide all reports and submittals associated with the Project as set forth in the Contract Documents.

5.07 Reviews. Throughout the Contract Term, Contractor shall allow representatives of PSTA to visit the offices and other places of Contractor’s work periodically without prior notice to monitor and inspect Contractor’s work or progress on the Project.

5.08 Contractor Responsibility. The Project and all work associated therewith shall be high-quality in all respects. No advantage will be taken by Contractor in the omission of any part or detail of the Project. Contractor hereby assumes responsibility for all materials, equipment, and processes used in the Project, whether the same is manufactured by Contractor or purchased readymade from an outside source.

5.09 Compliance with Laws. Contractor shall be solely responsible for compliance with all federal, state, county, and local laws, rules and/or regulations, and lawful orders of public authorities including those set forth in this Agreement and that, in any manner, could bear on the Project and Contractor’s services under the Contract Documents including, but not limited to all rules and regulations related to safety and compliance therewith. Omission of any applicable laws, ordinances, rules, regulations, standards or orders by PSTA in the Contract Documents shall not relieve Contractor of its obligations to comply with all laws fully and completely. Upon request, Contractor shall furnish to PSTA certificates of compliance with all such laws, orders and regulations. Contractor shall be responsible for obtaining all necessary permits and licenses required for performance and completion of the Project.

5.10 Prior Inspection. By executing this Agreement, Contractor hereby represents that it has visited the site for the Project, become familiar with local conditions under which the work is to be performed, and correlated observations with requirements of this Agreement. Before commencing construction, Contractor shall (1) take field measurements and verify field conditions; (2) carefully compare this and other information known to Contractor with this Agreement; and (3) report any errors, inconsistencies, or omissions discovered to PSTA prior to commencing any design, construction, or installation of the Project.

5.11 Payment and Performance Bonds. Contractor shall provide a performance bond, letter of credit, or certificate of deposit payable to PSTA (“Security”) in the full amount of the Contract Sum to secure Contractor’s performance of its obligations under this Agreement. The Security shall be submitted to PSTA prior to beginning work on the Project and shall be maintained at all times during the Contract Term. The Security shall be conditioned upon full performance of all obligations imposed upon Contractor under the Contract Documents. The Security must be executed by a company licensed to do business in the State of Florida and must be in a form acceptable to and approved by PSTA’s General Counsel. The Security shall provide that in the event PSTA terminates this Agreement for breach, PSTA may have recourse against the Security for all damages that PSTA would be entitled to from Contractor under this Agreement. In the event the Parties agree on a modification to increase the Contract Sum, PSTA may require additional Security up to one hundred percent (100%) of the increase in the Contract Sum by directing Contractor to increase the amount of the existing Security or to obtain additional Security. If Contractor uses subcontractors for any part of the work on the Project, it shall provide for a payment bond in the amount equal to the total of all subcontracts.

6. COMPENSATION In consideration of Contractor’s faithful performance of the Contract Documents, PSTA agrees to pay Contractor the Contract Sum pursuant to the prices set forth in Exhibit C. Except as provided by prior written change order

54 of 554

Page 55: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

approved in accordance with this Agreement, Contractor shall not receive more than the Contract Sum for all work completed under the Contract Documents. 6.01 Payment Terms – Progress Payments. All payments shall be made upon approval of the application for payment by PSTA and in accordance with the Florida Prompt Payment Act. All applications for payment shall be made in accordance with the requirements set forth in Exhibit A and in accordance with the payment schedule set forth on the Progress Schedule, and delivered to the following address:

Pinellas Suncoast Transit Authority Attention: Finance Department/Accounts Payable Purchase Order or Contract #: _______________ 3201 Scherer Drive

St. Petersburg, Florida 33716 Or via E-Mail : [email protected]

6.02 Release and Affidavits. Each application for payment shall be accompanied by a release and affidavit in a form approved by PSTA showing that all materials, labor, equipment and other bills associated with that portion of the Project have been paid in full. Further, Contractor shall attach a written DBE and Davis Bacon wage status report. PSTA shall not be required to make any payment until all such information requested by PSTA has been provided. 6.03 Application for Payment – PSTA Review. Contractor acknowledges and agrees that PSTA shall review each application for payment and each application is subject to PSTA’s review and approval. PSTA shall have the right to refuse to approve payments for any amounts, or portions thereof, if attributable to: (a) defective or deficient work on the Project not properly remedied in accordance with the terms of the Contract Documents; (b) the filing or reasonable evidence indicating the probably filing of third party claims against PSTA attributable to the fault or neglect of Contractor; (c) Contractor’s failure to make times and proper payments to all subcontractors and suppliers; (d) reasonable evidence that the remaining work on the Project cannot be completed within the Contract Sum; (e) reasonable evidence that the remaining work on the Project cannot be completed within the Contract Time; (f) Contractor’s failure to perform the work on the Project in an satisfactory manner to PSTA and in accordance with the requirements of the Contract Documents; (g) Contractors failure to submit documentation required by the Contract Documents, or requested by PSTA; or (g) any other breach of the requirements of the Contract Document by Contractor. If any such conditions are not remedied, PSTA may exercise its rights under Section 11.07 of this Agreement. 6.04 Payment Due Date. Payment due date is calculated from the date PSTA has approved an application for payment pursuant to the Florida Prompt Payment Act. 6.05 Disputed Invoices. In the event of a disputed invoice, only that portion so contested may be withheld from payment and the undisputed portion shall be due and payable on the terms set forth herein.

6.06 Final Payment. The final payment shall be considered amounts withheld as “retainage” from the amount approved in each application for payment. PSTA shall make final payment to Contractor within twenty-five (25) calendar days after the Project is fully and finally accepted by PSTA in accordance with the Contract Documents and Section 218.735, Florida Statutes, provided that, as an explicit condition precedent to final payment, Contractor shall have furnished PSTA with all close out documentation as set forth in Exhibit A, together with a properly executed and notarized final release, in the form approved by PSTA, a duly executed copy of surety’s consent to final payment, and such other documentation that may be required by the Contract Documents or requested by PSTA.

6.07 Effect of Final Payment. Contractor’s acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against PSTA arising out of this Agreement or otherwise relating to the Project, except

55 of 554

Page 56: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

those identified in writing by Contractor as unsettled in the final application for payment. Neither the acceptance of the Project nor payment by PSTA shall be deemed to be a waiver of PSTA’s right to enforce the warranties provided by Contractor in this Agreement, any obligations of Contractor under this Agreement, or to the recovery of damages for defective work.

6.08 Subcontractor Payments. In accordance with 49 CFR Part 26.29, Contractor shall pay each subcontractor for satisfactory performance of its contract with the subcontractor no later than thirty (30) days from the receipt of each payment Contractor receives from PSTA. Contractor shall further return retainage payments to each subcontractor within thirty (30) days after the subcontractor’s work is satisfactorily completed. Contractor shall include as part of its contract or agreement with each subcontractor for work and material a “Prompt Payment Clause”. The Prompt Payment Clause shall require payment to all subcontractors, not only DBEs, for all labor and material for work completed within thirty (30) days of receipt of progress payments from PSTA for said work. The Prompt Payment Clause shall further stipulate the return of retainage within 30 days after the subcontractor achieves the specified work as verified by payment from PSTA.

6.09 Failure to Abide by DBE Requirements. Failure by Contractor to carry out the requirements of PSTA’s DBE Program and the requirements of 49 CFR Part 26, and/or timely return of retainage, without just cause, is a material breach of this Agreement, which may result in PSTA withholding payment from Contractor until all delinquent payments have been made (no interest will be paid for the period that payment was withheld), termination of this Agreement, or other such remedy as PSTA deems appropriate.

7. MODIFICATION OF CONTRACT DOCUMENTS

7.01 The Contract Documents, including the scope, specification, and details of the Project may only be modified by written agreement of the Parties. 7.02 Changes to the Project. PSTA may, by written change order, make changes within the scope of the work to be performed by Contractor under the Contract Documents. However, no such written order shall serve to increase the Contract Sum or give Contractor any claim for monies in addition to the Contract Sum. If any such change causes an increase or decrease in the estimated cost of, or the time required for, the performance of any part of the work under the Contract Documents, whether or not changed by the order, Contractor shall notify PSTA within thirty (30) days in writing. In the case of an increase to the Contract Sum or Contract Time, the written notice shall state in all capital, bold letters that PSTA’s written order would result in an increase in the Contract Sum and/or Contract Time. Such notice must be submitted and approved by PSTA’s Board of Directors prior to performing any work. Any change in the Contract Sum or Contract Time must be approved by PSTA's Board of Directors and Contractor shall not be entitled to any compensation for such work unless and until approved by PSTA's Board of Directors. 7.03 No Stoppage of Work. Notwithstanding the foregoing, nothing in this clause shall excuse Contractor from proceeding with the Agreement as changed except for those changes which would increase the Contract Sum. 7.04 No Increase in Costs. No services for which an additional cost or fee will be charged by Contractor shall be furnished without the prior express written authorization of PSTA. Any increase in costs which would serve to increase the Contract Sum must be approved by PSTA’s Board of Directors before such costs are incurred. 7.05 Representative. PSTA’s Project Manager, Director of Finance, or Chief Executive Officer are the only PSTA representatives authorized to make changes to this Agreement, and only if such change does not serve to increase the Contract Sum, the Contract Time, or change the scope of services. Any instructions, written or oral, given to Contractor by someone other than the PSTA designated representatives that represent a change in the Project or any of its terms, will not be considered as an authorized change. Any action on the part of Contractor

56 of 554

Page 57: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

taken in compliance with such instructions will not be grounds for subsequent payment or other consideration in compliance with the unauthorized change.

8. WARRANTIES AND COVENANTS 8.01 Patent, Trademark, Copyright, and Trade Secret. Contractor warrants that the Project, and all goods and services associated therewith do not infringe on any patent, trademark, copyright or trade secret of any third parties and agrees to defend, indemnify and hold harmless PSTA, its officers, agents, employees, trustees and its successors and assigns, from and against any and all liabilities, loss, damage or expense, including, without limitation, court costs and reasonable attorneys' fees, arising out of any infringement or claims of infringement of any patent, trade name, trademark, copyright or trade secret by reason of the sale or use of any goods or services purchased under this Agreement. PSTA shall promptly notify Contractor of any such claim. PSTA makes no warranty that the production, sale or use of goods or services under this Agreement will not give rise to any such claim and PSTA shall not be liable to Contractor for any such claim brought against Contractor. 8.02 Covenants against Gratuities. Contractor warrants that he or she has not offered or given gratuities (in the form of entertainment, gifts, or otherwise) to any official or employee of PSTA with a view toward securing favorable treatment in the awarding, amending, or evaluating Contractor’s performance under this Agreement. 8.03 Warranty. Contractor hereby represents and warrants that: (1) materials and equipment furnished under this Agreement will be new and of good quality unless otherwise required or permitted by this Agreement; (2) the work will be free from defects for a period of five (5) year(s) from the date of final completion of the Project and acceptance by PSTA; and (3) the work will conform to all requirements of the Contract Documents. Upon completion of the Project, Contractor shall assign any subcontractor’s, manufacturer’s, and/or materialman’s warranties to PSTA. 8.04 Correction of Work. Contractor shall promptly correct any and all work rejected by PSTA as failing to conform to the requirements of the Contract Documents. If Contractor fails to correct work which is not in accordance with the Contract Documents, PSTA may direct Contractor in writing to stop the work until the correction is made. Contractor shall bear the cost of correcting such rejected work, including the costs of uncovering, replacement and additional testing. In addition to Contractor’s other obligations including warranties under the Contract Documents and for the entire period of such warranty, Contractor shall correct work not conforming to the requirements of the Contract Documents. 8.05. Survival. The terms of this section 8 shall survive the Contract Term, or termination of this agreement however terminated.

9. ASSIGNABILITY AND SUBCONTRACTING The terms and provisions of the Contract Documents shall be binding upon the Parties and each of their respective partners, successors, heirs, executors, administrators, assigns and legal representatives. 9.01 Written Approval Required. The rights and obligations of Contractor may not be transferred, assigned, sublet, mortgaged, pledged or otherwise disposed of or encumbered in any way without PSTA’s prior written consent. Contractor may subcontract a portion of its obligations to other firms or parties but only after having first obtained the written approval of the subcontractor by PSTA. 9.02 Responsibility for Subcontractors. If Contractor's assignee or subcontractor fails to perform in accordance with the terms of its assignment or subcontract, Contractor shall complete or pay to have completed the work which the assignee or subcontractor failed to complete at no additional cost to PSTA. In the event of any noncompliance by any assignee or subcontractors, Contractor shall be directly and wholly responsible for the noncompliance of its assignee or subcontractor and shall bear all attributable costs.

57 of 554

Page 58: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

9.03 Assignment by PSTA. PSTA may assign its rights and obligations under the Contract Documents to any successor to the rights and functions of PSTA or to any governmental agency to the extent required by applicable laws or governmental regulations or to the extent PSTA deems necessary or advisable under the circumstances. 9.04 E-Verify. Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify System to verify the employment eligibility of: (a) all persons employed by Contractor throughout the term of this Agreement; and (b) all persons, including subcontractors, retained or hired by Contractor, regardless of compensation, to perform work on the Project. 9.05 Provision for other Governmental Entities. Unless otherwise stated in Contractor’s Response, Contractor agrees to make the prices in Contractor’s Response available to any other governmental entity, should any such governmental entity desire to purchase under the terms and conditions of the Contract Documents. For purposes of this section, “governmental entity” shall mean all State of Florida agencies, the legislative and judicial branches, political subdivisions, counties, school boards, community colleges, municipalities, transit authorities, special districts, or other public agencies or authorities.

10. DELAY IN PERFORMANCE/FORCE MAJEURE 10.01 Time of the Essence. The timely receipt of the Project and all submittals and deliverables to PSTA is essential. If the Project and all deliverables associated therewith are not received on time, PSTA may cancel the unfilled portion of this Agreement for cause, purchase substitute requirements elsewhere, and recover from Contractor any increased costs and damages thereby incurred by PSTA. Notwithstanding the foregoing, PSTA may in its sole discretion suspend the work or any portion thereof by written notice to Contractor. If such suspension would cause a delay in performance, Contractor shall provide notice to PSTA in accordance with Section 10.05 below. 10.02 Force Majeure. Contractor shall be entitled to a reasonable extension of time from PSTA for the delays resulting from damage to Contractor’s and/or PSTA's property caused by fire, lightning, earthquakes, tornadoes, and other extreme weather conditions, power failures, riots, acts of war, strikes or lockouts beyond the control of Contractor and its subcontractors (“Force Majeure”). Any delay other than one mentioned above shall constitute a breach of Contractor’s obligations under the Contract Documents.

10.03 Unavoidable Delay. If delivery of the Project, and all deliverables thereunder, is unavoidably delayed, PSTA may, in its sole discretion, extend the time for completion for a determined number of days of excusable delay. A delay is unavoidable only if the delay was not reasonably expected to occur in connection with or during Contractor’s performance; was not caused directly or substantially by negligent errors, omissions, or mistakes of Contractor, its subcontractors, or its suppliers or their agents; was substantial; and, in fact, caused Contractor to miss delivery dates and could not adequately have been guarded against. No extension from PSTA shall extend the Contract Time, unless set forth in writing and approved by PSTA’s Board of Directors.

10.04 No Damages for Delay. Contractor shall not be entitled to any claim for damages on account of hindrances or delays in the work from any cause whatsoever, including any delays or hindrances caused by PSTA. This paragraph shall include, but not be limited to, any actions which result in delays in scheduling, changes to the Project, or increases in the costs of performing the work under the Contract Documents. 10.05 Notification of Delay. Contractor shall provide written notice to PSTA within five (5) working days if Contractor has, or should have, knowledge that an event has occurred which will delay completion of the Project. Such notice shall include as much detail as is available, including any request for extension of time. If the delay would cause an increase to the Contract Sum or Contract Time, the written notice shall state in all capital, bold letters that Contractor is requesting an increase in the Contract Sum and/or Contract Time. Such notice must be submitted and approved by PSTA’s Board of Directors prior to performing any work. Any change in the Contract Sum or Contract Time must be approved by PSTA's Board of Directors and Contractor shall not be entitled to any compensation for such work unless and until approved by PSTA's Board of Directors. Contractor

58 of 554

Page 59: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

shall supply, as soon as such data is available, any reasonable proofs that are required by PSTA to make a decision on any request for extension. PSTA will examine the request and any documents supplied by Contractor and will determine if Contractor is entitled to an extension and the duration of such extension. PSTA will notify Contractor of its decision in writing. It is expressly understood and agreed that Contractor will not be entitled to any extension unless it follows the provisions of this Section and the granting of such extension is in the sole discretion of PSTA. It is further expressly understood that Contractor shall not be entitled to any damages or compensation, and will not be reimbursed for any losses, on account of delays resulting from any cause.

10.06 Liquidated Damages. The Parties acknowledge and agree that, since time is of the essence for this Agreement, PSTA will suffer damages is the Project, and all work associated with the Project, is not completed within the time specified by the Progress Schedule and final completion and acceptance within the Contract Time. In such event, the total amount of PSTA’s damages will be difficult, if not impossible, to ascertain and quantify. It is therefore hereby agreed that it is appropriate and fair that PSTA receive liquidated damages from Contractor if Contractor fails to timely complete the Project within the Contract Time and all deliverables associated with the Project within the time set forth on the Progress Schedule. PSTA shall be entitled to assess Four Hundred U.S. DOLLARS and NO/100 ($400.00) per each calendars day until the Project is fully and finally completed and/or deliverable is received by PSTA with no cap on this assessment. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the liquidated damages set forth herein as a penalty, which the parties agree represents a fair and reasonable estimate of PSTA’s damages as of the Effective Date.

11. TERMINATION OF AGREEMENT This Agreement may be terminated with or without cause in accordance with the provisions below. Upon termination of this Agreement, however terminated, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, specifications and reports prepared or provided by Contractor in connection with this Agreement shall become the property of PSTA, whether the Project is completed or not, and shall be delivered to PSTA within fifteen (15) days of the receipt of termination, however terminated. PSTA may withhold any payments due to Contractor until Contractor complies with the provisions of this section. 11.01 Without Cause. For and in consideration of $10.00, if PSTA determines that it is in its best interest to do so, PSTA may terminate this Agreement without cause upon thirty (30) days’ written notice to Contractor. Any such termination shall be without any penalty or expense to PSTA. If PSTA terminates this Agreement pursuant to this subsection, Contractor shall promptly submit to PSTA its costs to be paid on work performed in accordance with the Contract Documents up to the time of termination. If Contractor has any property belonging to PSTA in its possession, Contractor shall account for the same and dispose of it as directed by PSTA, or return to PSTA.

11.02 With Cause. PSTA may terminate this Agreement with cause at any time immediately upon written notice to Contractor, if: (1) Contractor fails to fulfill or abide by any of the terms or conditions specified in the Contract Documents; (2) Contractor fails to perform in the manner called for in the Contract Documents; or (3) Contractor does not provide services in accordance with the requirements of the specifications in the Contract Documents. In its sole discretion, PSTA may allow Contractor an appropriately short period of time in which to cure a defect in performance or non-performance. In such case, PSTA’s written notice of termination to Contractor shall state the time period in which cure is permitted and other appropriate conditions, if applicable. Contractor may terminate this Agreement for cause if PSTA fails to fulfill or abide by any duties or conditions specified in the Contract Documents, provided that Contractor must first provide notice of the alleged breach to PSTA and give PSTA thirty (30) days written notice to cure the alleged breach. If PSTA cures the alleged breach or is making a good faith effort to cure said breach during the thirty (30) day cure period, Contractor may not terminate this Agreement.

59 of 554

Page 60: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

11.03 Re-procurement. Should this Agreement be terminated by PSTA for cause under this Section, Contractor shall be liable for all expenses incurred by PSTA in re-procuring elsewhere the same or similar items or services offered by Contractor.

11.04 Force Majeure. If it is later determined by PSTA that Contractor’s failure to perform was a result of a Force Majeure, PSTA may allow Contractor to continue performance under a new time for performance or treat the termination as if terminated without cause under Section 11.01 of this Agreement.

11.05 Appropriation. In the event PSTA, in its sole discretion, determines that sufficient budgeted funds are not available to appropriate for payments due to Contractor under this Agreement, PSTA shall notify Contractor of such occurrence and this Agreement shall terminate on the last day of the current fiscal period without any penalty or expense to PSTA.

11.06 Waiver of Remedies for any Breach. In the event that PSTA elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Agreement, such waiver by PSTA shall only be valid if set forth in writing and shall not limit PSTA's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Agreement.

11.07 Waiver of Incidental Damages. Notwithstanding anything contained herein, in no event shall Contractor be entitled to receive termination expenses, unabsorbed overhead, lost profit, or any other consequential, special, or incidental damages, all of which are hereby expressly waived by Contractor.

11.08 Right to Carry Out Work. If Contractor defaults or neglects to carry out the work in accordance with the Contract Documents and fails within a three (3) day period after receipt of written notice from PSTA to commence and continue correction of such default or neglect with diligence and promptness, PSTA may, without prejudice to other remedies, correct such deficiencies. In such case, the Contract Sum shall be adjusted to deduct the cost of correction from payments due Contractor.

12 DISPUTES, BREACHES, DEFAULTS OR OTHER LITIGATION 12.01 Notice of Claim. In the event that Contractor has any controversy, claim or dispute arising out of or related to this Agreement, whether such claim or dispute involves a claim by Contractor for additional time, compensation for a change order, any increase in the Contract Sum or extension of the Contract Time, or otherwise, Contractor shall present a written Notice of Claim to PSTA within five (5) days of Contractor’s knowledge, whether actual or whether Contractor should have known, of the controversy, claim, dispute or the facts out of which the controversy, claim or dispute arises. This written Notice of Claim must specifically indicate, in bold type, on the face of the notice, that it is a Notice of Claim, and whether part of the dispute is over Contractor seeking additional time, compensation or both. Additionally, Contractor must set forth in the Notice of Claim the nature of the controversy, claim or dispute, including all necessary facts. Contractor shall been deemed to have waived any claim which Contractor fails to present to PSTA within this time frame, and in the manner provided in this paragraph.

12.02 Continuation of Work. Unless otherwise directed by PSTA, Contractor shall continue performing while matters in dispute are being resolved, unless the continuation of performing will cause additional claims for additional compensation on the same grounds set forth in the claim provided to PSTA.

12.03 Remedies Cumulative. The duties and obligations described in this section and the rights and remedies available hereunder shall be in addition to and not a limitation of duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by PSTA shall constitute a waiver of right or duty afforded it under the Contract Documents, nor shall such action or failure to act constitute an approval of or acquiescence to any breach of this Agreement by the Contractor, unless specifically agreed to in writing. 12.04 Claims for Damages: Should Contractor suffer injury or damage to person or property because of any act or omission of PSTA or of any of its employees, agents or others for whose acts it is legally liable, a claim for

60 of 554

Page 61: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

damages therefore shall be made in writing to PSTA within ten (10) days after the first observance of such injury or damage, or shall be forever barred.

12.05 Attorneys’ Fees. In the event of legal action or other proceeding arising under this Agreement, PSTA shall be entitled to recover from Contractor all its reasonable attorneys’ fees and costs incurred by PSTA in the prosecution or defense of such action, or in any post-judgment or collection proceedings and whether incurred before suit, at the trial level, or at the appellate level. This shall include any bankruptcy proceedings filed by or against Contractor. PSTA also shall be entitled to recover any reasonable attorneys’ fees and costs incurred in litigating the entitlement to attorneys’ fees and costs, as well as in determining the amount of attorneys’ fees and costs due to PSTA. The reasonable costs to which PSTA will be entitled include costs that are taxable under any applicable statute, rule, or guideline, as well as costs of investigation, copying costs, electronic discovery costs, mailing and delivery charges, costs of conducting legal research, consultant and expert witness fees, travel expenses, court reporter fees and mediator fees, regardless of whether such costs are taxable under any applicable statue, rule or guideline.

13. INDEMNIFICATION 13.01 Indemnification. To the fullest extent permitted by law, Contractor shall indemnify and hold harmless PSTA, its elected officials, officers and employees, from any and all liabilities, any and all claims, including claims for equitable or injunctive relief, damages, losses and costs, including but not limited to reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of Contractor, its employees, agents, officers, subcontractors and other persons employed or utilized by Contractor in the performance of this agreement. It is the specific intent of the parties hereto that the foregoing indemnification provision comply with section 725.08, Florida Statutes. It is further the specific intent and agreement of the parties that all the contract documents of any project for which Contractor provided services be hereby amended to include the foregoing indemnification. Contractor expressly agrees that it will not claim, and waives any claim, that this article violates section 725.08 Florida Statutes, or is unenforceable pursuant to section 725.08, Florida Statutes. This indemnification obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this section, including but not limited to any immunity from or limitation of liability to which PSTA is entitled to pursuant to the doctrine of sovereign immunity or section 768.28, Florida Statutes. This indemnification provision shall include claims made by an employee of Contractor against PSTA and Contractor waives any entitlement to immunity under section 440.11, Florida Statutes. This indemnification provision shall survive the termination of this agreement however terminated. 13.02 Control of Defense. Subject to the limitations set forth is this provision, Contractor shall assume control of the defense of any claim asserted by a third party against PSTA arising from or in any way related to this Agreement and, in connection with such defenses, shall appoint lead counsel, in each case at Contractor’s expense. Contractor shall have the right, at its option, to participate in the defense of any third party claim, without relieving Contractor of any of its obligations hereunder. If Contractor assumes control of the defense of any third party claim in accordance with this paragraph, Contractor shall obtain the prior written consent of PSTA before entering into any settlement of such claim. Notwithstanding anything to the contrary in this provision, Contractor shall not assume or maintain control of the defense of any third party claim, but shall pay the fees of counsel retained by PSTA and all expenses including experts’ fees, if (i) an adverse determination with respect to the third party claim would, in the good faith judgment of PSTA, be detrimental in any material respect of PSTA’s reputation; (ii) the third party claim seeks an injunction or equitable relief against PSTA; or (iii) Contractor has failed or is failing to prosecute or defend vigorously the third party claim. Each party shall cooperate, and cause its agents to cooperate, in the defense or prosecution of any third party claim and shall furnish or cause to be furnished such records and information, and attend such conferences, discovery proceedings, hearings, trials, or appeals, as may be reasonably requested in connection therewith.

61 of 554

Page 62: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

14. INSURANCE Before beginning any work under this Agreement, including pre-staging and personnel, Contractor shall obtain insurance as specified in the RFP at Contractor’s sole expense and shall provide PSTA with proof of insurance as specified therein. Contractor shall maintain such insurance throughout the entire Contract Term.

15. FEDERAL PROVISIONS

As required by the Federal Transit Administration (FTA), the terms attached as Exhibit B to this Agreement are hereby incorporated by reference as if set forth fully herein and apply to all work performed or products delivered under this Agreement, which is funded by a grant from the United States of America.

16. MISCELLANEOUS PROVISIONS 16.1 Venue and Jurisdiction. The Contract Documents shall be governed by, construed and interpreted in

accordance with the laws of the State of Florida. Contractor and PSTA consent to jurisdiction over them and agree that venue for any state action shall lie solely in the Sixth Judicial Circuit in and for Pinellas County, Florida, and for any federal actions shall lie solely in the U.S. District Court, Middle District of Florida, Tampa Division.

16.2 Entire Agreement. The Contract Documents, including all exhibits, constitute the entire agreement between the parties with respect to the subject matter hereof and supersedes all previous written or oral negotiations, agreements, proposals and/or understandings. There are no representations or warranties unless set forth in the Contract Documents.

16.3 Public Records Requirements. Pursuant to section 119.0701, Florida Statutes, for any tasks performed by Contractor on behalf of the PSTA, Contractor shall: (a) keep and maintain all public records, as that term is defined in chapter 119, Florida Statutes (“Public Records”), required by the PSTA to perform the work contemplated by this Agreement; (b) upon request from the PSTA’s custodian of public records, provide the PSTA with a copy of the requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the costs provided in chapter 119, Florida Statutes, or as otherwise provided by law; (c) ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion or termination of this Agreement, if Contractor does not transfer the records to the PSTA in accordance with (d) below; and (d) upon completion or termination of this Agreement, (i) if the PSTA, in its sole and absolute discretion, requests that all Public Records in possession of Contractor be transferred to the PSTA, Contractor shall transfer, at no cost, to the PSTA, all Public Records in possession of Contractor within thirty (30) days of such request or (ii) if no such request is made by the PSTA, Contractor shall keep and maintain the Public Records required by the PSTA to perform the work contemplated by this Agreement. If Contractor transfers all Public Records to the PSTA pursuant to (d)(i) above, Contractor shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements within thirty (30) days of transferring the Public Records to the PSTA and provide the PSTA with written confirmation that such records have been destroyed within thirty (30) days of transferring the Public Records. If Contractor keeps and maintains Public Records pursuant to (d)(ii) above, Contractor shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to the PSTA, upon request from the PSTA’s custodian of public records, in a format that is compatible with the information technology of the PSTA. If Contractor does not comply with a Public Records request, or does not comply with a Public Records request within a reasonable amount of time, the PSTA may pursue any and all remedies available in law or equity including, but not limited to, specific performance. The provisions of this section only apply to those tasks in which Contractor is acting on behalf of the PSTA.

62 of 554

Page 63: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Telephone number: _____________ E-mail address: __________________ Mailing address: ____________________________________________ 16.4 Interest of Members of or Delegates to Congress. No member of or delegate to the Congress of the

United States shall be admitted to any share or part of this Agreement or to receive any benefit there from.

16.5 Notices. All notices required or made pursuant to this Agreement shall be made in writing and sent by certified U.S. mail, return receipt requested, addressed to the following:

To PSTA: To Contractor: Pinellas Suncoast Transit Authority ______________________________ Attn: Director of Procurement ______________________________

3201 Scherer Drive ______________________________ St. Petersburg, FL 33716 ______________________________

With required copy to: Sangita Land, C.C.O. Pinellas Transit Authority

3201 Scherer Drive St. Petersburg, Florida 33716

16.6 Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section.

16.7 Severability. If any one or more of the provisions of the Contract Documents shall be held to be invalid,

illegal, or unenforceable in any respect by a court of competent jurisdiction, the validity, legality, and enforceability of the remaining provisions hereof shall not in any way be affected or impaired thereby and the Contract Documents shall be treated as though that portion had never been a part thereof.

16.8 No Third Party Beneficiaries. This Agreement is entered into solely for the benefit of the Parties and shall not be construed as a benefit to any third parties, including but not limited to the general public, nor shall it be construed as enforceable by any third parties.

16.9 Headings and Section References. The headings and section references in this Agreement are inserted only for the purpose of convenience and shall not be construed to expand or limit the provisions contained in such sections.

16.10 Authorization. Both parties to this Agreement represent and warrant that they are authorized to enter into this Agreement without the consent and joinder of any other party and that the parties executing this Agreement have full power and authority to bind their respective parties to the terms hereof.

16.11 Mutual Drafting. This Agreement is the product of mutual drafting, each party having been represented by or having the opportunity to be represented by counsel, and therefore shall not be construed against either party.

16.12 Counterparts. This Agreement may be executed in one or more counterparts, any one of which need not contain the signatures of more than one party, but all such counterparts taken together will constitute one and the same instrument.

63 of 554

Page 64: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

IN WITNESS WHEREOF, the Parties have caused this Agreement to be duly executed on the date first above written. CONTRACTOR: PSTA: By: By: Duly Authorized Designee Brad Miller, CEO WITNESS: Approved as to form: By: By:

Alan S. Zimmet, B.C.S., General Counsel

64 of 554

Page 65: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

ATTACHMENT 1 FTA CONTRACT CLAUSES

65 of 554

Page 66: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

1 All Federal Transit Administration (FTA) Third-Party Contracts and Subcontracts

A. Americans with Disabilities Act.

All design and construction must be accessible to individuals with disabilities pursuant to Titles II and III of the Americans with Disabilities Act.

B. Application of Federal Laws.

Contractor understands that Federal, state and local laws, regulations, policies, and related administrative practices ("Laws") applicable to the Contract on the date the Contract was executed (the "Execution Date") may be modified from time to time, or new Laws may be established after the Execution Date. Contractor agrees that the most recent of such Laws will govern the administration of the Contract at any particular time, unless there is sufficient evidence in the Contract of a contrary intent. Such contrary intent might be evidenced by express language in the Contract, or a letter signed by the Federal Transit Administrator, the language of which modifies or otherwise conditions the text of a particular provision of the Contract.

C. Audits and Inspection.

The Contractor shall maintain books, records, documents, and other evidence directly pertinent to performance of the Work under the Contract in accordance with generally accepted accounting principles and practices consistently applied and Federal Acquisition Regulation Parts 30 and 31 (48 C.F.R. 30 and 31). The Contractor shall also maintain the financial information and data used by the Contractor in the preparation or support of the cost submissions required for the Contract, or any Change Order or claim, and a copy of the cost summary submitted to PSTA. PSTA, the U.S. Government, and the State Government or their authorized representatives shall have access, at all times during normal business hours, to such books, records, documents, and other evidence for the purpose of inspection, audit, and copying. The Contractor will provide proper facilities for such access and inspection. The rights granted PSTA and the government under this provision shall remain in full force and effect for the longer of: (a) three (3) years after termination of the Contract for whatever reason, or (b) the date on which all litigation, appeals, claims or exceptions related to any litigation or settlement of claims arising from the performance of the Contract are resolved or otherwise terminated. The foregoing record keeping obligations shall extend to any subcontractor performing Work valued in excess of ten thousand dollars ($10,000.00). In addition, with respect to major capital projects, Contractor agrees to provide access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. §5302(a)(1), which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311.

D. Civil Rights (EEO, Title VI & ADA).

Nondiscrimination: In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue.

Equal Employment Opportunity: The following equal employment opportunity requirements apply to the underlying contract:

Race, Color, Creed, National Origin, Sex: In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts

66 of 554

Page 67: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, Contractor agrees to comply with any implementing requirements FTA may issue.

Age: In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal Transit Law at 49 U.S.C. § 5332, Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, Contractor agrees to comply with any implementing requirements FTA may issue.

Disabilities: In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, Contractor agrees to comply with any implementing requirements FTA may issue.

Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.

E. Compliance with Law.

Contractor shall perform all Work hereunder in compliance with all applicable federal, state and local laws and regulations, including, but not limited to, any applicable licensing or permitting laws. The Contractor shall use only licensed personnel to perform Work required by law to be performed by such personnel and shall bear the costs of obtaining all necessary licenses and permits.

F. Contracts Involving Federal Privacy Act Requirements.

The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any Contract:

a. The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying Contract.

b. The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA.

G. Disadvantaged Business Enterprise.

Contractor will conform with 49 C.F.R. Part 26.

H. Energy Conservation.

67 of 554

Page 68: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the Florida energy conservation plan issued in compliance with the Energy Policy and Conservation Act.

I. Federal Assistance and Incorporation of Federal Transit Administration (FTA) Terms.

The procurements under the Contract may be supported in part by Federal assistance under grants made by the Department of Transportation, Federal Transit Administration, pursuant to the Federal Transit Laws, 49 U.S.C. Chapter 53; Transportation Equity Act for the 21st Century 1998 (TEA-21), P.L. 105-178 as amended, TEA-21 Restoration Act 1998, P.L. 105-206; Sections 401 and 1555 of the Federal Acquisition Streamlining Act of 1994, 41 U.S.C. §403(11) and 40 U.S.C. §481(b), respectively; 49 C.F.R. Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments; 49 C.F.R. Part 19, Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals and Other Non-Profit Organizations; Executive Order 12612, "Federalism," dated 10-26-1987; FTA Circular 5010.1C, "Grant Management Guidelines" dated 10-1-98; FTA Master Agreement; Appendix D, Best Practices Procurement Manual. When so funded, the Contract shall be subject to all rules and regulations promulgated pursuant thereto, as they may be amended from time to time during the course of the Contract. The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the Contract. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, as the same may be amended or superseded from time to time, are hereby incorporated by reference. Anything to the contrary, herein notw ithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in the Contract. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any PSTA requests which would cause PSTA to be in violation of the FTA terms and conditions.

J. Federal Changes.

Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the FTA Master Agreement between PSTA and FTA, as they may be amended or promulgated from time to time during the term of the Contract. Contractor’s failure to comply shall constitute a material breach of the Contract.

K. Federal, State and Local Taxes.

The Contract price includes all applicable federal, state, and local taxes and duties. PSTA is exempt from state and local sales and use taxes. In addition, any such taxes included on any invoice or voucher received by PSTA shall be deducted from the amount of the invoice or voucher for purposes of payment.

L. No Obligation by the Federal Government.

Contractor and PSTA agree that, notwithstanding any concurrence by the Federal Government in, or approval of the solicitation or award of the underlying Contract, absent the express written consent of the Federal Government, the Federal Government is not a party to the Contract and shall not be subject to any obligations or liabilities to PSTA, the Contractor or any other party pertaining to any matter resulting from the underlying Contract. Contractor further agrees to include this clause, without modification, in any subcontract issued hereunder.

M. Program Fraud and False or Fraudulent Statements or Related Acts.

Contractor agrees that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. Sec. 3801 et seq. and U.S. DOT regulations, “Program Fraud Civil Remedies,” 49 C.F.R. Part 31 apply to its actions pertaining to the Contract. Upon execution of the underlying Contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying Contract or the FTA assisted project for which the

68 of 554

Page 69: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

Contract Work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a Contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. Contractor further agrees to include this clause, without modification, in any subcontract issued hereunder.

N. Program Funding.

PSTA's performance and obligations to pay under the Contract are contingent upon the availability of various Federal, State and local funding.

O. Access to Records and Sites of Project Performance.

(a) Access to Contractor Records. The Contractor agrees to and assures its Subcontractors will agree to: (1) Provide and require its Subcontractor at each tier to provide, sufficient access to inspect and audit records and information pertaining to the Project to the:

(a) U.S. Secretary of Transportation or the Secretary’s duly authorized representatives, (b) Comptroller General of the United States, and the Comptroller General’s duly authorized representatives, and (c) PSTA

(2) Permit all interested parties of this Contract to: (a) Inspect all Project work and materials, and (b) Audit any information related to the Project under the control of PSTA within books, records, accounts, or other locations, and

(3) Otherwise comply with: (a) 49 U.S.C. § 5325(g), and (b) 49 C.F.R. 49 C.F.R. § 18.36(i)(10) and 49 C.F.R. § 19.53(e), until U.S. DOT promulgates new regulations that will supersede and apply in lieu of 49 C.F.R. parts 18 and 19, 36.

b. Access to Sites of Project Performance. Contractor agrees to permit, and to require its Subcontractor to permit, Federal awarding agencies, specifically FTA, to make site visits as needed in compliance with 49 C.F.R. § 18.40(e) or 49 C.F.R. § 19.51(g) until U.S. DOT promulgates new regulations that will supersede and apply in lieu of 49 C.F.R. parts 18 and 19. c. Project Closeout. Project closeout does not alter the access requirements of this section.

2. Awards Exceeding $10,000

A. Termination

a. Termination for Convenience. PSTA may terminate the Contract, in whole or in part, at any time and for any reason by written notice to the Contractor when it is in the best interest of PSTA. The Contractor shall be paid its costs and profit on Work performed up to the time of termination. The Contractor shall promptly submit its termination claim to PSTA to be paid the Contractor. If the Contractor has any property in its possession belonging to PSTA, the Contractor will account for the same, and dispose of it in the manner PSTA directs.

69 of 554

Page 70: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

b. Termination for Default. If the Contractor fails to make delivery of the goods or to perform the services within the time specified herein or any extension thereof; or if the Contractor fails to perform any of the other provisions of the Contract, or so fails to make progress as to endanger performance of the Contract in accordance with its terms and, in either of these two circumstances, does not cure such failure within a period of ten (10) days after receiving such notice from PSTA, thereafter, PSTA may terminate the Contract for default and have the Work completed and the Contractor shall be liable for any resulting cost to PSTA. In the event of termination for default, the Contractor will only be paid the Contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the Contract. If, after termination for failure to fulfill Contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of PSTA.

c. Termination Due to Insufficient Funds. If at any time during the term of the Contract the PSTA Governing Board makes a determination that PSTA has insufficient funds with which to carry out its performance and obligations under the Contract, then PSTA may terminate the Contract by delivering a notice of termination to the Contractor. The effective date of any termination shall be the date which is thirty (30) days following the delivery of the notice of termination or such later date, if any, specified in the notice of termination. The Contractor shall be paid its costs and profit on Work performed up to the time of termination. The Contractor shall promptly submit its claim for final payment to PSTA.

d. Termination Due to Failure to Receive a Grant or other Funding Device. If at any time during the term of the Contract PSTA ceases to receive a grant or other funding device from a third party with which it intended to pay for the goods or services Contracted for, then, unless otherwise directed by the PSTA Governing Board, PSTA may terminate the Contract by delivering a notice of termination to the Contractor. The effective date of any termination shall be the date which is thirty (30) days following the delivery of the notice of termination or such later date, if any, specified in the notice of termination. The Contractor shall be paid its costs and profit on Work performed up to the time of termination. The Contractor shall promptly submit its claim for final payment to PSTA.

e. Damages upon Termination. Any damages to be assessed to the Contractor as a result of a default termination or any claim by Contractor for costs resulting from a termination for convenience by PSTA, a termination due to insufficient funds by PSTA, or a termination due to a failure to receive a grant or other funding device by PSTA will be computed and allowable in accordance with federal regulations in effect at the time of termination.

70 of 554

Page 71: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

B. Special Termination Provisions

PSTA may terminate the Contract in whole or in part, for the convenience of PSTA or because of the failure of the Contractor to fulfill the Contract obligations. PSTA shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to PSTA all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing the Contract, whether completed or in process. If the termination is for the convenience of PSTA, PSTA shall make an equitable adjustment in the Contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the Contract obligations, PSTA may complete the Work by Contract or otherwise and the Contractor shall be liable for any additional cost incurred by PSTA. If, after termination for failure to fulfill Contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of PSTA.

C. Recovered Materials

With respect to contracts for items designated by the Environmental Protection Agency, when PSTA procures at least Ten Thousand Dollars ($10,000) of such materials per year, the Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 C.F.R. Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 C.F.R. Part 247.

D. Approval of Materials

When required by the Contract or by PSTA, the Contractor shall obtain PSTA’s approval of the material or articles, which the Contractor contemplates incorporating into the work. When requesting approval, the Contractor shall furnish to PSTA full information concerning the material or articles, including, but not limited to the name of the manufacturer, the model number, and other information concerning the performance, capacity, nature, and rating of the machinery and mechanical and other equipment. When directed to do so by PSTA, the Contractor shall submit samples for approval at the Contractor’s expense, with all shipping charges prepaid. Machinery, equipment, material, and articles that do not have the required approval shall be installed or used at the risk of subsequent rejection. All Work under the Contract shall be performed in a skillful and workmanlike manner, unless a higher standard of care is specified. PSTA may require, in writing, that the Contractor removes from the Work any employee PSTA deems incompetent, careless, or otherwise objectionable.

E. Changes

a. PSTA may, at any time, without notice to the sureties, if any, by written order designated or indicated to be a change order, make changes in the Work within the general scope of the Contract, including changes:

(i) In the specifications (including drawings and designs);

(ii) In the method or manner of performance of the work;

(iii) In the Government-furnished facilities, equipment, materials, services, or site; or

(iv) Directing acceleration in the performance of the work.

71 of 554

Page 72: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

b. Any other written or oral order (which, as used in this paragraph (b), includes direction, instruction, interpretation, or determination) from PSTA that causes a change shall be treated as a change order under this clause, provided, that the Contractor gives PSTA written notice stating:

(i) The date, circumstances, and source of the order; and

(ii) That the Contractor regards the order as a change order.

c. Except as provided in this clause, no order, statement, or conduct of PSTA shall be treated as a change under this clause or entitle the Contractor to an equitable adjustment.

d. If any change under this clause causes an increase or decrease in the Contractor’s cost of, or the time required for, the performance of any part of the Work under the Contract, whether or not changed by any such order, PSTA shall make an equitable adjustment and modify the Contract in writing. However, except for an adjustment based on defective specifications, no adjustment for any change under paragraph (b) of this clause shall be made for any costs incurred more than twenty (20) days before the Contractor gives written notice as required.

e. In the case of defective specifications for which the Government is responsible, the equitable adjustment shall include any increased cost reasonably incurred by the Contractor in attempting to comply with the defective specifications.

f. The Contractor must assert its right to an adjustment under this clause within thirty (30) days after:

(i) Receipt of a written change order under paragraph (a) of this clause or

(ii) The furnishing of a written notice under paragraph (b) of this clause, by submitting to PSTA a written statement describing the general nature and amount of the proposal, unless this period is extended by the Government. The statement of proposal for adjustment may be included in the notice under paragraph (b) above.

g. No proposal by the Contractor for an equitable adjustment shall be allowed if asserted after final payment under the Contract.

3. Awards Exceeding $25,000

A. Suspension and Debarment

The Contract is a "covered transaction" for purposes of 49 C.F.R. Part 29. As such, Contractor is required to verify that none of the Contractor, its principals, as defined at 49 C.F.R. 29.995, or affiliates, as defined at 49 C.F.R. 29.905, are excluded or disqualified as defined at 49 C.F.R. 29.940 and 29.945. Contractor is required to comply with 49 C.F.R. 29, Subpart C and must include the requirement to comply with 49 C.F.R. 29, Subpart C in any lower tier covered transaction it enters into. Contractor certifies as follows:

a. The certification in this clause is a material representation of fact relied upon by PSTA.

b. If it is later determined that the Contractor knowingly rendered an erroneous certification, in addition to remedies available to PSTA, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.

c. The Contractor agrees to comply with the requirements of 49 C.F.R. 29, Subpart C while its offer is valid and throughout the period of any contract that may arise from its offer.

d. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions.

72 of 554

Page 73: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

4. Award Exceeding $100,000 by Statute

A. Clean Air and Clean Water

The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. and the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to PSTA and understands and agrees that PSTA will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA.

B. Lobbying

Per 49 CFR Part 20, Contractor shall complete and submit as part of their proposal the Certification of Restrictions on Lobbying for all projects when the total aggregate value of the contract exceeds $100,000. The Contractor shall also submit a list of subcontracts and subcontractor that will exceed $100,000. A Certification of Restrictions on Lobbying shall be submitted by the Contractor to PSTA for each listed subcontractor prior to contract award. Lobbying of any PSTA board member, officer, evaluation/selection committee member, employee, agent or attorney by a Contractor, any member of the Contractor’s staff, any agent or representative of the Contractor, whether compensated or not, or any person employed by any legal entity affiliated with or representing the Contractor shall be prohibited on all competitive selection processes and contract awards, including but not limited to requests for proposals, requests for quotations, requests for qualification, invitation for bids, bids or the award of purchasing contracts of any type. Lobbying is strictly prohibited from the date of the advertisement or on a date otherwise established by PSTA's Board of Directors, until an award is final, any protest is finally resolved, or the competitive selection process is otherwise concluded. The purposes of this prohibition is to protect the integrity of the procurement process by shielding it from undue influences prior to the contract award, a protest is resolved, or the competitive selection process is otherwise concluded. Nothing herein shall prohibit a Contractor from contacting the purchasing division or PSTA’s general counsel to address situations such as clarification and/or questions related to the procurement process or protest. For the purposes of this Paragraph, lobbying shall mean influencing or attempting to influence action or non-action, and/or attempting to obtain the goodwill of persons specified herein relating to the selection, ranking, or contract award in connection with the bidding process through direct or indirect oral or written communication. Lobbying includes such actions whether performed by the Contractor itself, any employee of the Contractor, the Contractor’s attorney, agent or other paid or non-paid representative, or any person who performs such actions of behalf or at the behest of the Contractor. Further, lobbying includes the attempt to influence Board members while they are performing their functions for other governmental entities (e.g.) a city or Pinellas County). Any board member, officer, evaluation/selection committee member, employee, agent or attorney who has been lobbied shall immediately report the lobbying activity to the Chief Executive Officer.

73 of 554

Page 74: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

5. Awards Exceeding the Simplified Acquisition Threshold ($100,000)

A. Buy America The Contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, microcomputer equipment, software, and small purchases (currently less than $100,000) made with capital, operating, or planning funds. Contractor must submit to PSTA a Buy America certification with respect to all FTA-funded contracts, except those subject to a general waiver. B. Disputes

Disputes arising in the performance of the Contract which are not resolved by agreement of the parties shall be decided in writing by the Executive Director of PSTA. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the Executive Director. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the Executive Director shall be binding upon the Contractor and the Contractor shall abide be the decision.

C. Performance during Dispute

Unless otherwise directed by PSTA, Contractor shall continue performance under the Contract while matters in dispute are being resolved.

D. Rights and Remedies

Unless the Contract provides otherwise, all claims, counterclaims, disputes and other matters in question between PSTA and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within Hillsborough and Pinellas County, Florida. The duties and obligations imposed by the Contract and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by PSTA or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing.

6. Awards Exceeding $500,000

A. Notification of Federal Participation

Contractor agrees to provide notification to PSTA specifying the amount of Federal assistance intended to be used to finance the acquisition of goods or services (including construction services) having an aggregate value of $500,000 or more, and to express the amount of that Federal assistance as a percentage of the total cost of the Contract.

74 of 554

Page 75: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

7. Construction Activities

A. Davis-Bacon and Copeland Anti-Kickback Acts

With respect to all construction contracts and subcontracts over two thousand dollars ($2,000) at least partly financed by a loan or grant from the Federal Government, and including contracts for actual construction, alteration and/or repair, including painting and decorating, the following provisions shall apply.

a. Minimum wages.

(i) All laborers and mechanics employed or working upon the site of the Work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 C.F.R. part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 C.F.R. Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (a)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

(ii) (A) PSTA shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the Contract shall be classified in conformance with the wage determination. PSTA shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(1) Except with respect to helpers as defined as 29 C.F.R. 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and

(2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and

75 of 554

Page 76: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

(4) With respect to helpers as defined in 29 C.F.R. 5.2(n)(4), such a classification prevails in the area in which the work is performed.

(A) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and PSTA agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by PSTA to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise PSTA or will notify PSTA within the 30-day period that additional time is necessary.

(B) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and PSTA do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), PSTA shall refer the questions, including the views of all interested parties and the recommendation of PSTA, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise PSTA or will notify PSTA within the 30-day period that additional time is necessary.

(C) The wage rate (including fringe benefits where appropriate determined pursuant to paragraphs (a)(ii)(B) or (C) of this section, shall be paid to all workers performing Work in the classification under the Contract from the first day on which Work is performed in the classification.

(iii) Whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

(iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

(v) (A) PSTA shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the Contract shall be classified in conformance with the wage determination. PSTA shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met:

(1) The Work to be performed by the classification requested is not performed by a classification in the wage determination; and

(2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a

76 of 554

Page 77: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

reasonable relationship to the wage rates contained in the wage determination.

(B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and PSTA agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by PSTA to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise PSTA or will notify PSTA within the 30-day period that additional time is necessary.

(C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and PSTA do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), PSTA shall refer the questions, including the views of all interested parties and the recommendation of PSTA, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise PSTA or will notify PSTA within the 30-day period that additional time is necessary.

(D). The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(v)(B) or (C) of this section, shall be paid to all workers performing Work in the classification under the Contract from the first day on which Work is performed in the classification.

b. Withholding. PSTA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under the Contract or any other Federal contract with the same prime Contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the Contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the Work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the Contract, PSTA may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

c. Payrolls and basic records.

(vi) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the Work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the Work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours

77 of 554

Page 78: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 C.F.R. 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

(vii) (A) The Contractor shall submit weekly for each week in which any Contract Work is performed a copy of all payrolls to PSTA for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 C.F.R. part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors.

(B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 C.F.R. part 5 and that such information is correct and complete;

(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the Contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 C.F.R. part 3;

(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of Work performed, as specified in the applicable wage determination incorporated into the Contract.

(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (c)(i)(B) of this section.

(D) The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

(viii) The Contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized

78 of 554

Page 79: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 C.F.R. 5.12.

d. Apprentices and trainees

(ix) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the Work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire Work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of Work actually performed. In addition, any apprentice performing Work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the Work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractors registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the Work performed until an acceptable program is approved.

(x) Trainees. Except as provided in 29 C.F.R. 5.16, trainees will not be permitted to work at less than the predetermined rate for the Work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage

79 of 554

Page 80: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of Work actually performed. In addition, any trainee performing Work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the Work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the Work performed until an acceptable program is approved.

(xi) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 C.F.R. part 30.

e. Compliance with Copeland Act requirements.

The Contractor shall comply with the requirements of 29 C.F.R. part 3, which are incorporated by reference in the Contract.

f. Subcontracts.

The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 C.F.R. 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the Contract clauses in 29 C.F.R. 5.5.

f. Contract termination: debarment. A breach of the Contract clauses in 29 C.F.R. 5.5 may be grounds for termination of the Contract, and for debarment as a Contractor and a subcontractor as provided in 29 C.F.R. 5.12.

g. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of the Contract shall not be subject to the general disputes clause of the Contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 C.F.R. parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the Contracting agency, the U.S. Department of Labor, or the employees or their representatives.

h. Certification of eligibility.

(xii) By entering into the Contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government Contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 C.F.R. 5.12(a)(1).

(xiii) No part of the Contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 C.F.R. 5.12(a)(1).

80 of 554

Page 81: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

(xiv) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

(xv)

B. Occupational Safety and Health ("OSHA"). Contractor agrees to comply with section 107 of the Contract Work Hours and Safety Standards Act, 40 U.S.C. section 333, and applicable Department of Labor regulations, "Safety and Health Regulations for Construction" 29 C.F.R. Part 1926. Among other things, the Contractor agrees that it will not require any laborer or mechanic to work in unsanitary, hazardous, or dangerous surroundings or working conditions.

a. The Contractor also agrees to include the requirements of this section in each subcontract. The term "subcontract" under this section is considered to refer to a person who agrees to perform any part of the labor or material requirements of a Contract for construction, alteration or repair. A person who undertakes to perform a portion of a Contract involving the furnishing of supplies or materials will be considered a "subcontractor" under this section if the Work in question involves the performance of construction Work and is to be performed:

(i) directly on or near the construction site, or

(ii) for the specific project on a customized basis.

Thus, a Contractor of materials which will become an integral part of the construction is a "subcontractor" if the Contractor fabricates or assembles the goods or materials in question specifically for the construction project and the Work involved may be said to be construction activity. If the goods or materials in question are ordinarily sold to other customers from regular inventory, the supplier is not a "subcontractor" for the purposes of this section. The requirements of this section do not apply to Contracts or subcontracts for the purchase of supplies or materials or articles normally available on the open market.

C. Safety.

Contractor agrees to provide appropriate safety barricades, signs, and signal lights; comply with the standards issued by the Secretary of Labor at 29 C.F.R. Part 1926 and 29 C.F.R. Part 1910; and ensure that any additional measures PSTA determines to be reasonably necessary for the purposes are taken.

D. Seismic Safety.

Contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 C.F.R. Part 41 and will certify to compliance to the extent required by the regulation. The Contractor also agrees to ensure that all Work performed under the Contract including Work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project.

E. Special Termination for Default Provisions.

If the C o n t r a c t o r refuses or fails to prosecute the Work or any separable part, with the diligence that will ensure its completion within the time specified in the Contract or any extension or fails to complete the Work within this time, or if the Contractor fails to comply with any other provisions of the Contract, PSTA may terminate the Contract for default. PSTA shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, PSTA may take over the Work and compete it by Contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to PSTA resulting from the Contractor's refusal or failure to complete the Work within

81 of 554

Page 82: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

specified time, whether or not the Contractor's right to proceed with the Work is terminated. This liability includes any increased costs incurred by PSTA in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if:

a. the delay in completing the Work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of PSTA, acts of another Contractor in the performance of a Contract with PSTA, epidemics, quarantine restrictions, strikes, freight embargoes; and b. the Contractor, within ten (10) days from the beginning of any delay, notifies PSTA in writing of the causes of delay. If in the judgment of PSTA, the delay is excusable, the time for completing the Work shall be extended. The judgment of PSTA shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses, if applicable.

If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient.

F. Suspension of Work.

a. PSTA may order the Contractor, in writing, to suspend, delay, or interrupt all or any part of the Work of the Contract for the period of time that PSTA determines appropriate for the convenience of PSTA.

b. If the performance of all or any part of the Work is, for an unreasonable period of time, suspended, delayed, or interrupted:

(i) By an act of PSTA in the administration of the Contract, or

(ii) By PSTA’s failure to act within the time specified in the Contract (or within a reasonable time if not specified), an adjustment shall be made for any increase in the cost of performance of the Contract (excluding profit) necessarily caused by the unreasonable suspension, delay, or interruption, and the Contract modified in writing accordingly. However, no adjustment shall be made under this clause for any suspension, delay, or interruption to the extent that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the Contractor, or for which an equitable adjustment is provided for or excluded under any other term or condition of the Contract.

c. A claim under this clause shall not be allowed for any costs incurred more than twenty (20) days before the Contractor shall have notified PSTA in writing of the act or failure to act involved. Nevertheless, this requirement shall not apply as to a claim resulting from a suspension order unless the claim, in an amount stated, is asserted in writing as soon as practicable after the termination of the suspension, delay, or interruption, but not later than the date of final payment under the Contract.

G. Bonding.

a. Bid Bond Requirements (Construction).

(i) A Bid Bond must be issued by a fully qualified surety company acceptable to PSTA and listed as a company currently authorized under 31 CFR Part 223 as possessing a Certificate of Authority as described thereunder.

(ii) To the extent a defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check shall prove inadequate to fully recompense PSTA for the

82 of 554

Page 83: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

damages occasioned by default, then such bidder agrees to indemnify PSTA and pay over to PSTA the difference between the bid security and PSTA's total damages, so as to make PSTA whole.

b. Advance Payment Bonding Requirements. The Contractor may be required to obtain an advance payment bond if the Contract contains an advance payment provision and a performance bond is not furnished. PSTA shall determine the amount of the advance payment bond necessary to protect PSTA.

c. Patent Infringement Bonding Requirements (Patent Indemnity). The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtful. PSTA shall determine the amount of the patent indemnity to protect PSTA.

d. Performance and Payment Bonding Requirements (Construction). The Contractor shall be required to obtain performance and payment bonds as follows:

(iii) Performance bonds

(A) The penal amount of performance bonds shall be 100 percent of the original Contract price, unless PSTA determines that a lesser amount would be adequate for the protection of PSTA.

PSTA may require additional performance bond protection when a Contract price is increased. The increase in protection shall generally equal 100 percent of the increase in Contract price. PSTA may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond.

(iv) Payment bonds

(A) The penal amount of the payment bonds shall equal:

(1) Fifty percent ( 5 0 % ) of the Contract price if the Contract price is not more than $1 million.

(2) Forty percent ( 4 0 % ) of the Contract price if the Contract price is more than $1 million but not more than $5 million; or

(3) Two and one half million ($2.5 million) if the Contract price is more than $5 million. If the Contract price is $5 million or less, PSTA may require additional protection as required by (d)(ii)(A) if the Contract price is increased.

b. Performance and Payment Bonding Requirements (Non-Construction). The Contractor may be required to obtain performance and payment bonds when necessary to protect PSTA's interest.

(v) The following situations may warrant a performance bond:

(A) PSTA property or funds are to be provided to the Contractor for use in performing the Contract or as partial compensation (as in retention of salvaged material).

(B) A Contractor sells assets to or merges with another concern, and PSTA, after recognizing the latter concern as the successor in interest, desires assurance that it is financially capable.

(C) Substantial progress payments are made before delivery of end items starts.

(D) Contracts are for dismantling, demolition, or removal of improvements.

83 of 554

Page 84: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

(vi) When it is determined that a performance bond is required, the Contractor shall be required to obtain performance bonds as follows:

(A) The penal amount of performance bonds shall be 100 percent of the original Contract price, unless PSTA determines that a lesser amount would be adequate for the protection of PSTA.

PSTA may require additional performance bond protection when a Contract price is increased. The increase in protection shall generally equal 100 percent of the increase in Contract price. PSTA may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond.

(vii) A payment bond is required only when a performance bond is required, and if the use of payment bond is in PSTA's interest.

(viii) When it is determined that a payment bond is required, the Contractor shall be required to obtain payment bonds as follows:

(A) The penal amount of payment bonds shall equal:

(1) Fifty percent ( 5 0 % ) of the Contract price if the Contract price is not more than $1 million;

(2) Forty percent ( 4 0 % ) of the Contract price if the Contract price is more than $1 million but not more than $5 million; or

(3) Two and one half million ($2.5 million) if the Contract price is increased.

c. Warranty of the Work and Maintenance Bonds.

(ix) The Contractor warrants to PSTA, the Architect and/or Engineer that all materials and equipment furnished under the Contract will be of highest quality and new unless otherwise specified by PSTA, free from faults and defects and in conformance with the Contract. All Work not so conforming to these standards shall be considered defective. If required by PSTA, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment.

(x) The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by PSTA and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to PSTA. As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment, furnish separate Maintenance (or Guarantee) Bonds in form acceptable to PSTA written by the same corporate surety that provides the Performance Bond and Labor and Material Payment Bond for the Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100%) of the Contract SUM, as adjusted (if at all).

H. Contract Work Hours and Safety Standards.

The following provisions shall apply with respect to all U.S. federal government financed contracts and subcontracts in excess of $100,000, involving employment of laborers or mechanics, including watchmen and guards, provided, however, that these provisions shall not apply to contracts for transportation by

84 of 554

Page 85: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

land, air, or water, or for the transmission of intelligence, or for the purchase of supplies or materials or articles ordinarily available in the open market.

a. Overtime requirements. No Contractor or subcontractor contracting for any part of the Contract Work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such Work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

b. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a) of this section.

c. Withholding for unpaid wages and liquidated damages. PSTA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of Work performed by the Contractor or subcontractor under any such Contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b) of this section.

d. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (a) through (d) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (a) through (d) of this section.

e. Record Keeping Requirements. The Contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the Work and shall preserve them for a period of three years from the completion of the Contract for all laborers and mechanics, including guards and watchmen, working on the Contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. The records to be maintained under this paragraph shall be made available by the Contractor or subcontractor for inspection, copying, or transcription by authorized representatives of PSTA and the Department of Labor, and the Contractor or subcontractor will permit such representatives to interview employees during working hours on the job.

8. Intelligent Transportation Systems Projects

A. Conformance with ITS National Architecture.

With respect to all Contracts involving the provision of Intelligent Transportation Systems ("ITS"), Contractor agrees to conform to the ITS National Architecture, as promulgated by the United States Department of Transportation, Intelligent Transportation Systems, Joint Program Office.

85 of 554

Page 86: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

9. Materials and Supplies Contracts

A. Buy America.

The Contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, microcomputer equipment, software, and small purchases (currently less than $100,000) made with capital, operating, or planning funds. Contractor must submit to PSTA a Buy America certification on FTA-funded contracts, except those subject to a general waiver.

B. Cargo Preference - Use of United States-Flag Vessels. Contractor agrees:

a. To use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying Contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. To furnish within twenty (20) business days following the date of loading for shipments originating within the United States or within thirty (30) business days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to PSTA (through the Contractor in the case of a subcontractor's bill-of-lading.); and

c. To include these requirements in all subcontracts issued pursuant to the Contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel.

10. Planning, Research, Development, and Documentation Projects

A. Patent Rights.

The following requirements apply to each Contract involving experimental, developmental, or research work:

a. General. If any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under the Contract to which this Section applies and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, PSTA and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified.

b. Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), PSTA and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401.

86 of 554

Page 87: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

c. The Contractor also agrees to include the requirements of this clause in each subcontract for experimental, developmental, or research Work financed in whole or in part with Federal assistance provided by FTA.

B. Rights in Data and Copyrights.

The following requirements apply to each Contract involving experimental, developmental or research work:

a. The term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the Contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design-type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer software, engineering drawings and associated lists, specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses, and similar information incidental to contract administration.

b. The following restrictions apply to all subject data first produced in the performance of the Contract to which this Section applies:

(i) Except for its own internal use, PSTA or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may PSTA or Contractor authorize others to do so, without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to any contract with an academic institution.

(ii) In accordance with 49 C.F.R. § 18.34 and 49 C.F.R. § 19.36, the Federal Government reserves a royalty-free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes," any subject data or copyright described in subsections (b)(ii)(A) and (b)(ii)(B) of this clause below. As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party.

(A) Any subject data developed under that contract, whether or not a copyright has been obtained; and

(B) Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in part provided by FTA.

(iii) When FTA awards Federal assistance for experimental, developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the Work to participants in that work. Therefore, unless FTA determines otherwise, PSTA and the Contractor performing experimental, developmental, or research Work required by the underlying Contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that Contract, or a copy of the subject data first produced under the Contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of the underlying Contract, is not completed for any reason whatsoever, all data developed under

87 of 554

Page 88: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

that Contract shall become subject data as defined in subsection (i) of this clause and shall be delivered as the Federal Government may direct. This subsection (iii), however, does not apply to adaptations of automatic data processing equipment or programs for PSTA or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects.

(iv) Unless prohibited by state law, upon request by the Federal Government, PSTA and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by PSTA or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that Contract. Neither PSTA nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government.

(v) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent.

(vi) Data developed by PSTA or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into Work required by the underlying Contract to which this Section applies is exempt from the requirements of subsections (ii), (iii), and (iv) of this clause, provided that PSTA or Contractor identifies that data in writing at the time of delivery of the Contract work.

(vii) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research Work financed in whole or in part with Federal assistance provided by FTA.

b. Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (i.e., a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual, etc.), PSTA and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401.

c. The Contractor also agrees to include these requirements in each subcontract for experimental, developmental, or research Work financed in whole or in part with Federal assistance provided by FTA.

11. Rolling Stock Purchase

A. Bus Testing.

Contractor agrees to comply with 49 U.S.C. 5323(c) and FTA's implementing regulation at 49 C.F.R. Part 665 and shall perform the following:

a. A manufacturer of a new bus model or a bus produced with a major change in components or configuration shall provide a copy of the final test report to PSTA at a point in the procurement process specified by PSTA, which will be before PSTA's final acceptance of the first vehicle.

88 of 554

Page 89: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

b. A manufacturer who releases a report under paragraph (a) above shall provide notice to the operator of the testing facility that the report is available to the public.

c. If the manufacturer represents that the vehicle was previously tested, the vehicle being sold should have the identical configuration and major components as the vehicle in the test report. This must be provided to PSTA before PSTA's final acceptance of the first vehicle. If the configuration or components are not identical, the manufacturer shall provide a description of the change and the manufacturer's basis for concluding that it is not a major change requiring additional testing.

d. If the manufacturer represents that the vehicle is "grandfathered" (used in mass transit service in the United States before October 1, 1988, and is currently being produced without a major change in configuration or components), the manufacturer shall provide the name and address of the recipient of such a vehicle and the details of that vehicle's configuration and major components.

e. Contractor shall provide a certification of compliance with FTA bus testing requirements on such form as may be required by PSTA.

B. Buy America.

Contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, microcomputer equipment, software, and small purchases (currently less than $100,000) made with capital, operating, or planning funds. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. Contractor agrees to submit to PSTA a Buy America certification on FTA-funded contracts, except those subject to a general waiver.

C. Pre-Award and Post Delivery Audit Requirements.

Contractor agrees to comply with 49 U.S.C. 5323(1) and FTA’s implementation regulation at 49 C.F.R. Part 663 and to submit the following certifications:

a. Buy America Requirements. The Contractor shall complete and submit a declaration certifying either compliance or noncompliance with the Buy America requirements. If the Contractor certifies compliance with the Buy America requirements, it shall submit documentation which lists (i) component and subcomponent parts of the rolling stock to be purchased, identified by manufacturer of the parts, their country of origin and costs; and (ii) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly.

b. Solicitation Specification Requirements. The Contractor shall submit evidence that it will be capable of meeting the bid specifications.

c. Federal Motor Vehicle Safety Standards (“FMVSS”). The Contractor shall submit (i) manufacturer’s FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or (ii) manufacturer’s certified statement that the Contracted buses will not be subject to FMVSS regulations.

12. Transit Operations

A. Transit Employee Protective Provisions.

89 of 554

Page 90: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

With respect to Contracts for "Transit Operations" as classified by the FTA, and performed by employees of a Contractor recognized by FTA to be a transit operator, the Contractor agrees to the comply with applicable Transit Employee Protective requirements as follows:

a. General Transit Employee Protective Requirements. To the extent that FTA determines that transit operations are involved, the Contractor agrees to carry out the transit operations Work on the underlying Contract in compliance with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of employees employed under the Contract and to meet the employee protective requirements of 49 U.S.C. A 5333(b), and U.S. Department of Labor guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. Department Of Labor to FTA applicable to PSTA's project from which Federal assistance is provided to support Work on the underlying Contract. The Contractor agrees to carry out that Work in compliance with the conditions stated in that U.S. Department Of Labor letter. The requirements of this subsection (a), however, do not apply to any contract financed with Federal assistance provided by FTA either for projects for elderly individuals and individuals with disabilities authorized by 49 U.S.C. § 5310(a)(2), or for projects for nonurbanized areas authorized by 49 U.S.C. § 5311. Alternate provisions for those projects are set forth in subsections (b) and (c) of this Section.

b. Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C. § 5310(a)(2) for Elderly Individuals and Individuals with Disabilities. If the Contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5310(a)(2), and if the U.S. Secretary of Transportation has determined or determines in the future that the employee protective requirements of 49 U.S.C.§ 5333(b) are necessary or appropriate for PSTA, the Contractor agrees to carry out the Work in compliance with the terms and conditions determined by the U.S. Secretary of Labor to meet the requirements of 49 U.S.C. § 5333(b), U.S. Department of Labor guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the U.S. Department of Labor's letter of certification to FTA, the date of which is set forth in the Grant Agreement or Cooperative Agreement with PSTA. The Contractor agrees to perform transit operations in connection with the underlying Contract in compliance with the conditions stated in that U.S. Department of Labor letter. Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C. § 5311 in Nonurbanized Areas. If the Contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5311, the Contractor agrees to comply with the terms and conditions of the Special Warranty for the Nonurbanized Area Program agreed to by the U.S. Secretaries of Transportation and Labor, dated May 31, 1979, and the procedures implemented by U.S. Department of Labor or any revision thereto.

c. Requirements Apply to Subcontracts. The Contractor agrees to include any applicable requirements in each subcontract involving transit operations financed in whole or in part with assistance provided by FTA.

90 of 554

Page 91: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

B. Charter Service Operations.

The Contractor agrees to comply with 49 U.S.C. 5323(d) and 49 C.F.R. Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except under one of the exceptions at 49 C.F.R. 604.9. Any charter service provided under one of the exceptions must be "incidental," i.e., it must not interfere with or detract from the provision of mass transportation. Contractor agrees to include provisions to this effect in to include these requirements in all subcontracts issued pursuant to the Contract when the subcontract may involve charter service operations.

C. Drug and Alcohol Testing.

The Contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 C.F.R. Parts 653 and 654, produce any documentation necessary to establish its compliance with Parts 653 and 654, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of Florida, or PSTA, to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 C.F.R. Parts 653 and 654 and review the testing process. The Contractor agrees further to certify annually its compliance with Parts 653 and 654 before October 31st of each year and to submit the Management Information System (MIS) reports before January 1st of each year. To certify compliance the Contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register.

D. School Bus Operations.

Contractor agrees to comply with 69 U.S.C. 5323(f) and 49 C.F.R. Part 605, which provide that recipients and subrecipients of FTA assistance may not engage in school bus operations exclusively for the transportation of students and school personnel in competition with private school bus operators unless qualified under specified exemptions. When operating exclusive school bus service under an allowable exemption, Contractor agrees not to use federally funded equipment, vehicles, or facilities. Contractor agrees to include provisions to this effect in to include these requirements in all subcontracts issued pursuant to the Contract when the subcontract may involve school bus operations.

13. Transport of Property or Persons

6.12.1 Cargo Preference - Use of United States-Flag Vessels.

a. Contractor agrees to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying Contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels;

b. To furnish within twenty (20) business days following the date of loading for shipments originating within the United States or within thirty (30) business days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to PSTA (through the Contractor in the case of a subcontractor's bill-of-lading.); and

c. To include these requirements in all subcontracts issued pursuant to the Contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel.

91 of 554

Page 92: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

A. Fly America Requirements.

The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 C.F.R. Part 301-10, which provide that recipients and subrecipients of Federal funds and their Contractors are required to use U.S. Flag air carriers for U.S. Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation.

14. Miscellaneous Special Requirements

A. Preference for Recycled Products.

To the extent applicable, Contractor agrees to comply with U.S. Environmental Protection Agency (U.S. EPA) “Comprehensive Procurement Guidelines for Products Containing Recovered Materials,” 40 CFR Part 247, implementing section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. Section 6962, and otherwise provide a competitive preference for products and services that conserve natural resources and protect the environment and are energy efficient.

B. Access for Individuals with Disabilities (ADA). PSTA and Contractor agree to comply with 49 U.S.C. § 5301(d), which states the Federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly individuals and individuals with disabilities. PSTA and Contractor also agree to comply with all applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, with 29 U.S.C. § 794, which prohibits discrimination on the basis of disability; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities; and with the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities; and with other laws and amendments thereto pertaining to access for individuals with disabilities that may be applicable. In addition, PSTA and Contractor agree to comply with applicable implementing Federal regulations any later amendments thereto, and agree to follow applicable Federal directives except to the extent FTA approves otherwise in writing. Among those regulations and directives are:

(a) U.S. DOT regulations, “Transportation Services for Individuals with Disabilities (ADA),” 49 C.F.R. Part 37;

(b) U.S. DOT regulations, “Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance,” 49 C.F.R. Part 27;

(c) Joint U.S. Architectural and Transportation Barriers Compliance Board (U.S. ATBCB)/U.S. DOT regulations, “Americans With Disabilities (ADA) Accessibility Specifications for Transportation Vehicles,” 36 C.F.R. Part 1192 and 49 C.F.R. Part 38;

(d) U.S. DOJ regulations, “Nondiscrimination on the Basis of Disability in State and Local Government Services,” 28 C.F.R. Part 35;

(e) U.S. DOJ regulations, “Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities,” 28 C.F.R. Part 36;

92 of 554

Page 93: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

(f) U.S. General Services Administration (U.S. GSA) regulations, “Accommodations for the Physically Handicapped,” 41 C.F.R. Subpart 101-19;

(g) U.S. EEOC, “Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,” 29 C.F.R. Part 1630;

(h) U.S. Federal Communications Commission regulations, “Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled,” 47 C.F.R. Part 64, Subpart F;

(i) U.S. ATBCB regulations, “Electronic and Information Technology Accessibility Standards,” 36 C.F.R. Part 1194;

(j) FTA regulations, “Transportation for Elderly and Handicapped Persons,” 49 C.F.R. Part 609; and

(k) Federal civil rights and nondiscrimination directives implementing the foregoing Federal laws and regulations, except to the extent the Federal Government determines otherwise in writing.

C. DBE Participation. Contractor and any subcontractor(s) shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by Contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as PSTA deems appropriate. A minimum of eight point twenty-nine percent (8.29%) of the total contract price, as awarded, may be awarded to a certified DBE's by Contractor.

DBE Subcontractor’s Payment and Reporting Terms.

a. Contractor Reporting Requirements: Contractor agrees to count only the value of the work actually performed by the DBE firm toward its overall DBE goal. When a DBE performs as a participant in a joint venture, Contractor agrees to count the portion of the work of the contract that the DBE performs with its own forces toward its DBE goal only if the DBE is performing a commercially useful function of the contract. The factors listed in 49 CFR Part 26 will be used to determine whether a DBE trucking firm is performing a commercially useful function. Contractor understands that expenditures with DBEs for materials or supplies toward DBE goals will be counted according to the factors listed in 49 CFR Part 26. Contractor agrees to meet with the PSTA DBE Liaison Officer for the purpose of verifying Contractor reporting requirements prior to the signing of a contract.

b. Legal and Contract Remedies: Contractor agrees to report quarterly to the PSTA DBE Liaison Officer on all payments made to DBE Subcontractors. Further, Contractor shall provide all copies of canceled checks made to DBE Subcontractors showing proof of actual payment. Contractor understands that failure to report quarterly to the PSTA DBE Liaison Officer may result in the termination of this Agreement or such other remedy as PSTA deems appropriate.

c. Contractor understands that PSTA will bring to the attention of the Department of Transportation any false, fraudulent, or dishonest conduct in connection with the program, so that DOT can take the steps (e.g. referral to the Department of Justice for criminal prosecution, referral to the DOT inspector General, action under suspension and debarment of Program Fraud or Civil Penalties rules) provided in 26.109. Contractor understands that PSTA will consider similar action under their own legal authorities, including responsibility determinations in future contracts.

D. ASSIGNABILITY

93 of 554

Page 94: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

The terms and provisions of the Contract shall be binding upon PSTA and Contractor their respective partners, successors, heirs, executors, administrators, assigns and legal representatives.

Assignment by PSTA. PSTA may assign its rights and obligations under the Contract to any successor to the rights and functions of PSTA or to any governmental agency to the extent required by applicable laws or governmental regulations or to the extent PSTA deems necessary or advisable under the circumstances.

E. PROMPT PAYMENT It is the policy of PSTA that payment for all purchases are made in a timely manner. PSTA shall follow the Florida Statutes 218.73 in remitting timely payments for non-construction and construction services.

F. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS FOR CONSTRUCTION Equal Employment Opportunity Requirements for Construction Activities. In addition to the foregoing, when undertaking “construction” as recognized by the U.S. Department of Labor (U.S. DOL), the Recipient agrees to comply, and assures that each Third Party Participant will comply, with: (a) U.S. DOL regulations, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,” 41 C.F.R. chapter 60, and (b) Executive Order 11246, “Equal Employment Opportunity,” as amended by Executive Order 11375, “Amending Executive Order 11246, Relating to Equal Employment Opportunity,” 42 U.S.C. § 2000e note.

H. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS

Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any PSTA requests which would cause PSTA to be in violation of the FTA terms and conditions.

94 of 554

Page 95: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

EXHIBIT B – PREVAILING WAGES

95 of 554

Page 96: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

General Decision Number: FL160034 07/22/2016 FL34 Superseded General Decision Number: FL20150034 State: Florida Construction Type: Building County: Pinellas County in Florida. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 1 02/26/2016 2 04/15/2016 3 07/22/2016 CARP1000-002 07/01/2014 Rates Fringes MILLWRIGHT.......................$ 29.48 12.40 ---------------------------------------------------------------- ELEC0915-002 12/07/2015 Rates Fringes ELECTRICIAN Building Electrical Contracts over $200,000. Excludes all Educational, Theme Park, and Hospital Facilities..................$ 26.53 10.07

96 of 554

Page 97: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

Building Electrical Contracts under $200,000 and all work at Educational, Theme Park, Hospital Facilities.........$ 21.41 8.18 ---------------------------------------------------------------- ENGI0925-005 06/01/2013 Rates Fringes OPERATOR: Backhoe...............$ 29.61 11.50 OPERATOR: Crane Crawler Cranes; Truck Cranes; Pile Driver Cranes; Rough Terrain Cranes; and Any Crane not otherwise described below...$ 29.61 11.50 Hydraulic Cranes Rated 100 Tons or Above but Less Than 250 Tons; and Lattice Boom Cranes Less Than 150 Tons if not described below.$ 30.61 11.50 Lattice Boom Cranes Rated at 150 Tons or Above; Friction Cranes of Any Size; Mobile Tower Cranes or Luffing Boom Cranes of Any Size; Electric Tower Cranes; Hydraulic Cranes Rated at 250 Tons or Above; and Any Crane Equipped with 300 Foot or More of Any Boom Combination.................$ 31.61 11.50 OPERATOR: Mechanic..............$ 29.61 11.50 OPERATOR: Oiler.................$ 22.91 11.50 OPERATOR: Boom Truck.............$ 29.61 11.50 ---------------------------------------------------------------- * IRON0397-001 07/01/2016 Rates Fringes IRONWORKER, ORNAMENTAL, REINFORCING AND STRUCTURAL.......$ 29.10 15.39 ---------------------------------------------------------------- PAIN0078-001 07/01/2014 Rates Fringes GLAZIER..........................$ 22.00 8.45

97 of 554

Page 98: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

---------------------------------------------------------------- PAIN0088-003 08/01/2014 Rates Fringes PAINTER: Spray and Steel (Excludes Drywall Finishing/Taping)................$ 17.50 8.83 ---------------------------------------------------------------- PLUM0123-001 05/01/2015 Rates Fringes PIPEFITTER (HVAC Pipe Installation)....................$ 23.90 13.24 ---------------------------------------------------------------- SHEE0015-002 07/01/2013 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only)...............$ 20.26 13.73 ---------------------------------------------------------------- SUFL2009-030 05/22/2009 Rates Fringes ACOUSTICAL CEILING MECHANIC......$ 13.00 0.00 BRICKLAYER.......................$ 18.59 0.00 CABINET INSTALLER................$ 17.75 0.00 CARPENTER (Form Work Only).......$ 17.93 3.36 CARPENTER, Including Drywall Hanging..........................$ 15.74 2.89 CEMENT MASON/CONCRETE FINISHER...$ 12.50 1.78 DRYWALL FINISHER/TAPER...........$ 15.50 0.00 FENCE ERECTOR....................$ 7.25 0.19 INSULATOR - PIPE & PIPEWRAPPER...$ 13.13 3.03 LABORER: Asphalt Shoveler.......$ 7.88 0.00 LABORER: Common or General......$ 10.92 0.00

98 of 554

Page 99: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

LABORER: Concrete Saw (Hand Held/Walk Behind)................$ 12.63 0.00 LABORER: Mason Tender - Brick...$ 12.50 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 12.83 1.90 LABORER: Pipelayer..............$ 12.31 1.19 LABORER: Roof Tearoff...........$ 8.44 0.00 LABORER: Landscape and Irrigation.......................$ 9.80 0.00 OPERATOR: Asphalt Spreader......$ 11.41 0.00 OPERATOR: Bulldozer.............$ 15.01 0.00 OPERATOR: Distributor...........$ 12.37 0.00 OPERATOR: Excavator.............$ 11.00 0.00 OPERATOR: Forklift..............$ 14.00 0.00 OPERATOR: Grader/Blade..........$ 13.73 0.00 OPERATOR: Loader................$ 13.80 1.79 OPERATOR: Paver (Asphalt, Aggregate, and Concrete).........$ 11.69 0.00 OPERATOR: Pump..................$ 19.00 0.00 OPERATOR: Roller................$ 10.68 0.00 OPERATOR: Screed................$ 11.34 0.00 OPERATOR: Tractor...............$ 9.91 0.00 OPERATOR: Trencher..............$ 11.75 0.00 PAINTER: Brush and Roller, Excludes Drywall Finishing/Taping.................$ 12.00 0.00 PIPEFITTER, Excludes HVAC Pipe Installation................$ 21.00 0.00 PLUMBER, Excludes HVAC Pipe

99 of 554

Page 100: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

Installation.....................$ 16.25 0.00 ROOFER (Installation of Metal Roofs Only)......................$ 14.26 0.59 ROOFER, Includes Built Up, Hot Tar, Modified Bitumen, Shake & Shingle, Single Ply, Slate, & Tile Roofs (Excludes Installation of Metal Roofs).....$ 14.61 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation...........$ 18.79 3.21 SPRINKLER FITTER (Fire Sprinklers)......................$ 16.58 2.05 TILE SETTER......................$ 15.63 0.00 TRUCK DRIVER: Dump Truck........$ 10.00 0.00 TRUCK DRIVER: Lowboy Truck......$ 12.09 0.00 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers

100 of 554

Page 101: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

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

101 of 554

Page 102: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

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

102 of 554

Page 103: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION

103 of 554

Page 104: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

Section 1 Request for Proposal Pinellas Suncoast Transit Authority HVAC Direct Digital Control Systems and Chiller Replacement 1.1 Scope of Work

A. The Pinellas Suncoast Transit Authority (PSTA) is accepting proposals from qualified

firms experienced in “Turn-Key”, design build projects for the removal and replacement of the HVAC Direct Digital Control System (DDCS), the removal of two air cooled packaged water chillers and pumps, and some minor additional HVAC related work as requested by PSTA. All work shall be performed in a professional manner and shall be in compliance with all State, County, City, Federal and EPA regulations. The successful proposer shall provide a turn-key proposal to provide the following for PSTA’s replacement chillers.

B. “Turn-Key” installation shall include all phases of the project from pre-construction, design and engineering, coordination of construction crews, project time line management and accountability, ongoing construction oversight, post construction follow-up, post installation support, etc.

C. Contractor shall provide an estimated construction schedule/project timeline with

approximate completion dates for major project milestones as part of their Proposal. D. The project will be divided into two (2) Phases:

1) Phase (1) will be the Design Phase. The contractor shall have a

Registered, State of Florida, Mechanical Engineer, with at least 10 years of experience, in designing Chiller and Direct Digital Control Systems, who shall perform all required site surveys, thermal load calculations, evaluation of existing equipment capacities, evaluation of the existing control system and associated devices, existing structure, analysis drawings, specifications etc. for the replacement of the chillers. Even though the size of the existing chillers may be accurate, the engineer shall verify independently with block load data to determine if chiller capacity is the sufficient.

Contractor shall submit 30%, 60%, and 90% design documents for review by PSTA. Once the design is 100% complete and approved by PSTA, the Engineer is to provide design documents for the Contractor, Subcontractors and PSTA’s use, at no additional cost. The engineer shall provide PSTA, (3) copies, of original paper construction documents, to scale and electronic scanned copies in Auto Cadd and PDF format. Electronically scanned copies shall be 1:1 reproductions and shall not alter the scale or aspect ratio of the originals.

104 of 554

Page 105: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

2) Phase (2) will be the Construction Process. During the construction

process the Contractor shall provide all necessary project management, coordination of construction crews, project time line management and accountability, ongoing construction oversight, post construction follow-up, post installation support, etc. The Contractor shall furnish all necessary parts, labor, tools, materials, equipment and resources as may be required for the complete the removal of the existing chillers, including any piping and associated components in preparation for the new chillers and control system. The Contractor shall furnish, deliver and install the most energy efficient chillers and control system, which is to include all necessary parts, labor, tools, materials, equipment and resources as maybe require for the complete installation of the working system. The contractor must ensure that one chiller is operational at all times while any modifications are made to the system and/or the other chiller, is disconnected, and removed. Once the one new Chiller and the Direct Digital Control System, is 100% percent operational, tested and signed off by the manufacturer, design engineer, and PSTA, then contractor may start the installation of the other chiller.

E. Replace the complete HVAC Direct Digital Control System (DDCS) front end computer, software, graphics, controllers and modules as outlined on the attached mechanical drawings labeled M1.1, M-1.2, M-1.3, M-2.1, M-2.2, M-2.3, M-2.4, M-2.5, M-2.6, M-2.7, M-2.8, M-4.0, AND M-4.1 and the attached DDC control specification labeled 23 09 23.

F. Replace the existing two air cooled chillers with two new variable speed chillers.

Variable speed shall mean both variable speed condenser fans and variable speed compressors. In addition replace the two existing chilled water pumps with variable speed chilled water pumps. Miscellaneous piping and insulation at the chiller plant is identified for replacement to facilitate a replacement project and provide a parallel variable pumping configuration. This work is outlined on attached mechanical drawings M-0.0, M-2.4, AND M-3.0 and attached Chiller specification 23 64 00, pump specification 23 21 23, piping specification 23 21 13 and insulation specification 23 07 19.

G. Remove the existing ERV units at each of the existing five chilled water AHU’s.

Provide an OA CHW coil and control with duct in its place. Modify the exhaust and intake air as indicated. Provide additional piping insulation and control valves as indicated. Blank off all multi-zone hot deck air paths from the AHU and remove the multi-zone damper control. The intent is to modify the existing equipment into a dual path VAV CHW application. This work is outlined on drawings m-0.0, m-1.0, m-2.0, and m-3.0 and attached OA coil specification, piping specification 23 21 13, insulation specification 23 07 19, ductwork specification 23 31 13 and exhaust fan specification 23 34 01.

105 of 554

Page 106: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

H. Provide a complete HVAC Test and Balance of the renovated system upon completion.

I. Provide assistance with necessary trade contractors including mechanical, electrical,

T&B, and controls to facilitate a complete commissioning of the renovated system. It is expected that a commissioning process will take a minimum of 80 hours during occupied hours.

1.2 Definitions

A. EER: Energy-efficiency Ratio. The ratio of the cooling capacity given in terms of

BTU/H to the total power input given in terms of watts at any given set of rating conditions.

B. IPLV: Integrated part-loaded value at Standard AHRI conditions.

C. CCP: Chiller control panel.

D. BAS: Building automation system.

E. COP: Coefficient of performance. The ration of the rate of heat removal to the rate of energy input using consistent units for any given set of rating conditions.

F. IPLV: Integrated part-load value. A single-number part-load efficiency figure of merit

calculated per the method defined by ANSI/AHRI 550/590 and referenced to ARI standard rating conditions.

G. KW/Ton: The ratio of total power input of the chiller in kilowatts to the net

refrigerating capacity in tons at any given set of rating conditions.

H. NPLV: Nonstandard part-load value. A single-number part-load efficiency figure of merit calculated per the method defined by ANSI/AHRI 550/590 and intended for operating conditions other than AHRI standard rating conditions.

I. AHRI: Air-Conditioning, Heating, and Refrigeration Institute.

J. OHSA: Occupational Safety and Health Act.

K. ASHRAE: American Society of Heating, Refrigeration, and Air-conditioning

Engineers.

L. ASME: American Society of Mechanical Engineers.

M. ETL: Electric Testing Labs. N. DDCS: Direct Digital Control System

1.3 Quality Assurance

106 of 554

Page 107: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

A. Products shall be Designed, Tested, Rated and Certified in accordance with, and installed in compliance with applicable sections of the following Standards and Codes.

1) ANSI/AFBMA 9-1990 Load Ratings and Fatigue Life for Ball Bearings.

2) ANSI/AHRI 370-2011 Sound Performance Rating of Large Air Cooled

Outdoor Refrigeration and Air-Conditioning Equipment.

3) ANSI/AHRI 550/590-(IP) with Addendum 3, (dated September 2013) Standard for Performance Rating of Water Chilling Packages using the Vapor Compression Cycle.

4) ANSI/AHRI 575-2008 Method of Measuring Machinery Sound within an

Equipment Space.

5) ANSI/ASHRAE Standard 15 & 34-2013 Safety Standards for Refrigeration Systems.

6) ANSI/ASHRAE 90.1-2013 Energy Efficient Design of New Buildings.

7) ANSI/ASHRAE Standard 135-2010 LonTalk a Data communication protocol for building automation and control networks.

8) ANSI/ASHRAE Standard 147-2013 Reducing the release of halogenated

refrigerants from refrigerating and air-conditioning equipment and systems.

9) ANSI/ASME Section VIII Division1-2015 Boiler and Pressure Vessel Code.

10) ANSI/NEMA MG 1-2014 Motors and Generators.

11) ANSI/NFPA 70 National Electrical Code (N.E.C.)

12) ANSI/UL 465 Construction of Water Chillers

13) ANSI/UL 984-1996 Safety Standard for Hermetic Motor Compressors.

14) ASTM A123/A123M-2013 Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products.

15) ASTM A653/A653A-2013 Zinc (Hot-Dip Galvanized) Coatings on Sheet Steel

Products.

16) ASTM B117-2011 Standard Method of Salt Spray (Fog) Testing.

17) ASTM C534/C534M-2014, Grade (2) Standard Specification for Preformed Flexible Elastomeric Cellar Thermal Insulation in Sheet and Tubular Form.

18) ASTM D1654-2008 Evaluation of Painted or Coated Specimens, Subjected to

Corrosive Environments.

107 of 554

Page 108: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

19) ISO 9001, Unit shall be manufactured in a facility registered to ISO (International Organization for Standardization) 9001 Manufacturing Quality Standard.

20) UL G90-U, Guide No. DTHW2 Underwriters Laboratories Galvanized Steel

21) Provide Intertek ETL Listed Mark

B. The Chillers shall be pressure tested, evacuated and fully charged with refrigerant

and oil and shall be factory operational run tested with water flowing through the vessel at the manufacturing facility. PSTA is to be allowed to witness the test at the manufacturing facility. All test results are to be sent to PSTA.

C. Factory test Heat Exchangers hydrostatically at 1.50 times the design pressure.

D. Factory test and inspect evaporator and air-cooled condenser.

E. Factory test and inspect the water boxes at 1.5 times of working pressure.

F. Rate sound level according to ANSI/AHRI 370 and 575. G. Florida Building Code (5 Edition 2016) H. No refurbished, used or restocked equipment and/or parts etc., will to be used on this

project. All materials, parts and equipment are to be purchased new from the factory manufacture, (OEM).

I. Allow PSTA access to manufacturing facility where chillers are being Quality Control

Tested.

J. The selected Proposer shall establish and maintain an effective quality assurance procedure. The Quality Assurance Procedure shall guarantee quality control over all aspects of the project. The procedure shall also control the quality of equipment and services supplied. This section will be evaluated as a part of the responsibility criteria.

K. Testing and inspecting services are the sole responsibility of the Contractor.

L. When testing and inspecting services are required, those services shall be

performed either by the jurisdiction or by independent testing agency.

M. Contractor is responsible for scheduling times for tests, inspections, and obtaining samples and notifying testing agency. All results are to be submitted to PSTA.

N. Contractor shall pay for any additional testing and inspecting required as a result of

tests and inspections indicating noncompliance with requirements. O. The contractor shall notify PSTA, of any irregularities or deficiencies found during the

inspection or testing. Any materials provided and labor shall carry standard warranty coverage. Proposer shall state terms and conditions of warranty for all products in its

108 of 554

Page 109: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

proposal. Products shall be free from defects in material and workmanship from the date of their original purchase, for normal commercial use and for applicable warranty period specified. Products will conform to specifications, drawings and other descriptions and to accepted samples, will be merchantable, and if ordered for a specific purpose, will be fit for such purpose. Vendor shall repair or replace within 48 hours, without charge to the original purchase, any product or part thereof which fails as the result of such a defect during the warranty period.

P. The Contractors must agree to reimburse PSTA for any expenditure incurred by PSTA in the process of testing products supplied by the Contractor if said products prove to be defective and/or in other manners not in compliance with the specifications. Expenditures as defined therein shall include, but not limited to, the replacement value of products destroyed in testing, the cost paid by PSTA to testing laboratories and other entities utilized to provide tests, and the value of labor and materials expended by PSTA in the process of conducting the testing. Reimbursement of charges as specified herein shall not relieve the Contractor from other remedies.

1.4 Project Conditions

A. The Contractor acknowledges that he has examined the site, plans and specifications, and the submission of a proposal shall be considered evidence that examination has been made.

B. The contractor shall field verify all quantities, measurements, dimensions, and

existing conditions. The contractor shall review the contents of the specifications and verify discrepancies (if any) prior to submitting this proposal document. There will be no change orders based on mistaken quantity, count, measurements or dimensions.

C. Before submitting a Proposal, it shall be the Contractors responsibility to familiarize

themselves with the conditions of the site before bidding the Work and to have a full understanding of these conditions. Tendering of a Proposal for the work is evidence by the Contractor that they have a complete and thorough understanding of the site, utilities, local/state municipal requirements and conditions required to complete the work without additional cost to PSTA. The Proposal is to take into consideration and to include all costs for all conditions existing or required by local/state jurisdictions, municipalities, utilities, and/or others with jurisdiction over the site or work

D. By submitting a Proposal, the Contractor acknowledges that he has investigated and

satisfied himself as to the conditions affecting the work, including, but not restricted to, those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water and electric power. Any failure of the proposer to acquaint himself with the available information will not relieve him for responsibility for properly estimating the cost of successfully performing the work. PSTA shall not be responsible for any conclusions or interpretations made by the contractor of information made available by PSTA.

E. If necessary, the Contractor is to make any modifications needed to the existing

structural steel support system for the new chiller and associated components. All new and old structural components are to be prepped and painted with a two part

109 of 554

Page 110: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

epoxy coating. All surfaces are to be prepped in accordance with the painting manufacture recommendations. All modifications shall be designed and stamped, signed and sealed by a State of Florida Registered Engineer.

1.5 Protection

A. Perform all work the operation in a manner not to damage any equipment, structure

and/or surrounding areas. Grade and sod any disturbed areas, repair or replace damaged concrete pavement, sidewalk, signs, equipment or structures caused by the work at no additional cost to PSTA.

B. The Contractor shall at all times during the performance of the job, keep the premises and adjoining properties free from accumulations of waste material and rubbish. At the completion of the work, the Contractor shall remove from the premises all rubbish and implements and leave the project in an acceptable condition, to be checked by PSTA.

C. During all operations, any generated debris shall be contained by the contractor. All

debris shall be removed from PSTA property and disposed of at locations provided by the contractor, at no additional cost to PSTA. The contractor shall dispose of materials, equipment, and debris in compliance with all Federal, State, and Local codes and regulations.

D. Appropriate screens and barriers will be installed by the contractor to protect PSTA’s staff from construction activities (including excavation), materials, equipment, tools, and debris.

E. The Contractor will also protect PSTA’s property from damage in the process of the

job. In the event that damage does occur to any property, vehicles and/or equipment, notification must be made immediately to PSTA.

F. During the progress of the job, if waste material and rubbish are found or damage

resulting from the Contractor's operations is found, or the Contractor does not comply with the requirements by keeping the premises free of accumulations and correct the damage, it shall be PSTA’s prerogative to hire personnel to do so, and the cost of this work will be deducted from the total contract.

G. The Contractor shall be responsible for the charge and care of all work from damage

by the elements or from any cause whatsoever until PSTA, confirms in writing to the Contractor that said work is “complete" and/or "accepted". Contractor shall be responsible until said written notice is received to repair and make good at their expense any such damage.

H. The Contractor shall permit any portion of the new work, which is in suitable

condition, to be used by PSTA for the purpose for which it was intended, provided such use does not hinder or make more expensive the work still to be done by the Contractor.

110 of 554

Page 111: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

1.6 Qualification of Suppliers, Subcontractors or Proposers

A. PSTA shall make such investigations as deemed necessary to determine ability of Contractor to perform the Work, and Contractor shall furnish to PSTA all such information and data for this purpose that PSTA may request.

B. PSTA reserves the right to reject proposal of any Contractor, Sub-Contractor, or vendor who has previously failed to perform properly, or to complete on time, contracts of similar nature; who is not in a position to perform contract, or who has habitually and without cause neglected payment of bills or otherwise disregarded obligations to subcontractors, material suppliers, or employees.

C. It shall be the responsibility of the Contractor to determine the viability of entities who will be Sub-contractors, vendors, or suppliers to the work during the contract period. PSTA will not be responsible to increase the cost of the Work to change Sub-contractors, vendors, or suppliers of the work when they just fail to perform or start the work.

D. Subcontracting will be permitted on the basis that the Contractor shall list any and all

subcontractors in the Proposal. All Subcontractors are to be approved by PSTA. E. PSTA shall take measures as deemed necessary to determine the ability of the

Contractor to perform the obligations of the Contract. PSTA may reject any proposal where an investigation of the available information indicates a Contractor is not the most qualified to perform the obligation of the Contract. PSTA may require a Contractor to furnish additional statements of qualifications. Some or all of the following criteria may be used to select the proposal(s) that will provide the best value to the PSTA:

1. Have sufficient financial resources to complete the order 2. Can meet quoted delivery considering all other business commitments 3. Has a satisfactory record of performance 4. Has adequate staffing to fulfill requirements 5. Has the necessary production, technical equipment and facilities (or ability to

readily obtain them) 6. Has necessary organization experience, operational controls, and technical

skills (or ability to readily obtain them) 7. Contractor is a manufacturer, supplier, authorized distributor or vendor for the

requirement 8. The Contractor is qualified and eligible to receive an award under applicable

laws and regulations 9. Has bid within a competitive price range in relation to the needed goods,

services or construction 10. The skill and experience demonstrated by the Contractor in performing

contracts of a similar nature 11. The Contractor’s past performance with PSTA 12. Has met all requirements of the solicitation (delivery, quality and price) 13. Price: The element of price is but one of the criteria elements; When

considering a proposal: PSTA will evaluate the pricing offered by the Contractor; consider lifecycle costing, and depreciation

111 of 554

Page 112: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

14. Determine what proposal provides the best value to PSTA for the selected items

D. PSTA reserves the right to waive irregularities, reject and/or accept any and all

proposals, in whole or in part, to solicit and re-advertise for new proposals, abandon the project in its entirety, or take other such action as serves the best interests of the PSTA.

E. The Contractor must have all the required licenses and certifications necessary to perform this work. The approved License for this work is a State of Florida General Contractor License. No other license will be accepted. It is the Contractor's responsibility to verify that they possess the proper licenses and certifications to perform the work within Pinellas County prior to submitting a bid.

F. PSTA will not be responsible for any cost incurred by any Contractor in the

preparation of his proposal. It is the responsibility of the Contractor to consider federal, state, and local laws and regulations that may affect cost, progress, performance or furnishing of the work; to study and carefully correlate Contractor’s knowledge and observations with the Contract Documents and such other related data; and to promptly notify Engineer of all conflicts, errors, ambiguities or discrepancies, which any Contractor has discovered in or between the Contract Documents and such other related documents.

G. Contractors must agree to furnish all item(s) that are awarded to them as a result of

their response to this specification at the price(s) indicated on their respective Proposal Form. Contractors shall guarantee that said price(s) shall be firm, not subject to escalation, for the 120 days after bid opening period. Submittal of a bid shall be prima facie evidence of the Contractor's intent to comply with this requirement. Any bid submitted with escalation clauses shall be rejected.

H. Contractors shall have the necessary organization, experience, capital, license,

certification and equipment to carry out the provisions of the Contract to the satisfaction of the PSTA. Contractors must submit all licenses and certifications required to perform this project prior to award.

I. References are subject to verification by the PSTA and will be utilized as part of the award process. If requested, performance history, list of projects recently completed and in process, major equipment available for this project and experience of the principal members of the Contractor’s organization must be furnished within seven (7) days.

1.7 Coordination of Work

A. Coordination of the work, including the work between the various trades and

suppliers is the express responsibility of the Contractor. It is not PSTA’s, responsibility to determine the sequence of work, means or methods of the work, the installation procedures of any part or piece of the work and/or determine the extent of responsibility for the way the various trades or portions of the work are to be separated or divided amongst the various subcontractor, supplier, or vendors of the work.

112 of 554

Page 113: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

B. Contractor is to give special attention for coordination of the work by various trades

to provide uniform and symmetrical layout and spacing of exposed components which affect the finished design and appearance. Where spacing and related locations are not specifically shown on the drawings, or where in doubt, Contractor shall consult with PSTA, prior to installation of that part of the work.

C. Contractor shall provide coordination of construction crews, project time line

management and accountability, ongoing construction oversight, and post construction follow-up, post installation support, etc.

D. Contractor shall contact PSTA, to arrange the work schedule and the hours of the

day that the workmen may be working on PSTA’s property.

1.8 Permit, Inspections, Licenses. Etc.

A. PSTA will sign all documentation needed to obtain all relevant permits needed, but it shall remain the responsibility of the Contractor to prepare, assemble, submit, coordinate, deliver, or otherwise cause to be complete any and all Work required to properly receive the Permit(s), Inspection(s), etc. as required.

B. Coordination of all inspections shall be the responsibility of the Contractor. C. The Contractor must hold a current Contractor’s License and is responsible for

ensuring that all firms, persons, entities, subcontractors, etc. hold necessary Trade Licenses in order to be compliant with this project.

D. Any permits for the installation of construction of the work included under this

contract which are required by any of the legally constituted authorities having jurisdiction, shall be obtained and paid for by the Contractor, each at the proper time. He shall also arrange for and pay all costs in connection with any inspections and examinations required by these authorities.

1.9 Work on PSTA Property

A. The Contractor acknowledges that work to be accomplished under this Contract is to

be performed on PSTA property. The Contractor's work must be accomplished simultaneously with ongoing daily operations. Such operations include, but are not limited to, the passage of buses, storage of buses, and maintenance of buses, etc.

B. The available working hours for the Contractor to perform the required installations

shall be coordinated with PSTA. Work to be completed by the Contractor on any other day or period of time shall be at the approval of PSTA.

C. The Contractor shall coordinate with PSTA, prior to beginning the work to determine

the availability site and building. Contractor shall keep PSTA, informed of the progression of the work in order to provide continuous access to site and building without downtime for either the Contractor or PSTA.

113 of 554

Page 114: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

D. During the Pre-Construction Conference the Contractor shall be furnished a list of the PSTA personnel who will assist with coordination of the Work and availability of the site and building.

1.10 Construction Meeting and Communications

A. This section specifies administrative and procedural requirements for project

meetings including but not limited to the following:

1. Preconstruction conferences. 2. Pre-installation conferences. 3. Progress meetings. 4. Coordination meetings. 5. Monthly written job reports.

B. All requirements, work and coordination for meeting(s) and report(s) are the

responsibility of the Contractor. This includes work to organize attendees and producing notes and correspondence in summary for each meeting or action.

1.11 Preconstruction Conference

A. Contractor shall schedule a pre-construction conference before starting construction,

at a time convenient to PSTA, but no later than five (5) days after the contract award.

1. The conferences shall be held at the project site(s). 2. The pre-construction conference will be held to review responsibilities

and personnel assignments B. Authorized representatives of PSTA, consultants, the Contractor and its

superintendent; major subcontractors; manufacturers; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with the Project and authorized to conclude matters relating to the work.

C. The agenda for this meeting is to discuss items of significance that could affect

progress, including the following:

1. Tentative construction schedule. 2. Critical work scheduling. 3. Designation of responsible personnel. 4. Procedures for processing field designs and change orders. 5. Procedures for processing Applications for Payment. 6. Procedures for applying, processing, and securing of Permits. 7. Distribution of Contract Documents. 8. Submittal of Shop Drawings, Product Data, and Samples. 9. Preparation of record documents. 10. Use of premises. 11. Parking availability. 12. Office, work, and storage areas. 13. Equipment deliveries and priorities.

114 of 554

Page 115: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

14. Safety procedures. 15. Security. 16. Housekeeping. 17. Working Hours.

D. Within five (5) days after the Notice to Proceed, Contractor shall submit to PSTA, in

Micro-Soft Project, one (1) electronic version and three hard (3) copies of a bar-chart type progress schedule indicating time bar for each trade or operation of work to be performed. The time bar shall demonstrate planned work, properly sequenced and intermeshed, for expedited completion of work. The schedule shall include Task name, duration, start date, finish date, predecessors, etc. The project schedule is to be updated on a weekly basis and submitted to PSTA.

E. Contractor shall distribute progress schedule including all updates to PSTA,

Contractor’s, subcontractors, suppliers, fabricators, and other with need-to-know schedule compliance requirements.

F. All construction plans, drawings, manuals, blueprints, shop drawings, equipment

drawings, equipment manuals, etc. during all phases of this project shall be provided by the Contractor. One (1) original electronic scanned copy Auto-CADD, and PDF format and three (3) hard copies of all submittals shall be provided to Contractor’s, subcontractors, suppliers, fabricators, and other with need-to-know, as well as; PSTA. Electronically scanned copies shall be 1:1 reproductions and shall not alter the scale or aspect ratio of the originals.

G. Prior to construction, all Contractors shall coordinate with PSTA and/or his/her

designee, to minimize disruptions resulting from temporary system shut-downs associated with equipment tie-in or utility provider requirements. The Contractor must give PSTA (48) forty-eight hour notice prior to any disruptions.

H. Such disruptions shall be indicated on the progress schedule. I. All disruptions, power-downs, systems cut-offs, etc. must be made in writing and

approved (48) forty-eight hour in advance, in order to prepare for the outage. Due to the critical systems and operations of PSTA, failure to notify of service interruptions of any type, for any reason, will not be permitted

J. Contractor shall conduct a pre-installation conference at the Project Site before each

construction activity that requires coordination with other construction crews.

K. Contractor, subcontractors, Installers, and representatives of manufacturers and fabricators involved in or affected by the installation and it coordination or integration with other materials and installations that have proceeded or will follow, shall attend the meeting. The Contractor shall advise PSTA, of the scheduled meeting dates.

L. The conference shall consist of a review of the progress of other construction

activities and preparations for the particular activity under consideration at each pre-installation conference, including requirements of the following:

115 of 554

Page 116: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

1. Contract documents. 2. Shop Drawings, Product Data, and quality control samples. 3. Possible conflicts. 4. Compatibility problems. 5. Time schedules. 6. Weather limitations. 7. Manufacturer recommendations. 8. Warranty requirements. 9. Acceptability of substrates. 10. Safety. 11. Protection.

M. Contractor shall record significant discussions and agreements/disagreements of

each conference, and the approved schedule. Records of each meeting shall be distributed to everyone concerned, including One (1) original electronic copy in pdf format and three (3) hard copies PSTA.

N. Contractor shall not proceed with the installation if the conference cannot be successfully concluded. Contractor shall initiate whatever actions are necessary to resolve impediments to performance of Work and reconvene the conference at the earliest feasible date.

1.12 Progress Meetings

A. Progress meetings at the project site shall be scheduled every Tuesday at 8:30am in the maintenance conference room. Contractor shall conduct meetings and prepare minutes. Contractor shall publish notes and distribute notes after each meeting.

B. In addition to representatives of the Contractor, PSTA, each subcontractor, supplier,

or other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with the project and authorized to conclude matters relating to the Work.

C. Contractor shall develop and submit an updated construction schedule. This

schedule shall incorporate past schedule fluctuations and any and all changes to correct schedules that are anticipated.

D. The agenda of the progress meetings shall be to review and correct or approve

minutes of the previous progress meeting. Review other items of significance that could affect progress. Topics for discussion as appropriate to the status of the Project.

1) Contractor’s Construction Schedule: Review the progress since the last

meeting. Determine where each activity is in relation to the Contractor’s construction schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to insure that current and subsequent activities will be

116 of 554

Page 117: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

completed within the Contract Time. Detailed review of the Contractor’s next four weeks schedule. The Contractor shall submit to the attendees a copy of the construction schedule “FOUR WEEK LOOK AHEAD”. Review the present and future needs of each entity/party present, including the following:

a. Ongoing operations and operator concerns. b. Status of submittals. c. Interface requirements. d. Time & Sequencing. e. Quality and work standards. f. Deliveries. g. Off-site fabrication problems. h. Commissioning activities. i. Access & Site utilization. j. Housekeeping. k. Documentation of information for payment requests.

E. No later than two (2) days after each meeting, the Contractor shall distribute minutes

of the meeting to each party present and to parties who should have been present. 1) Contractor shall revise the Contractor’s construction schedule after each

progress meeting where revisions to the schedule have been made or recognized. The revised schedule shall be issued concurrently with the report of each meeting.

1.13 Monthly Written Job Report

A. Contractor shall prepare a monthly job report, if applicable, before submitting that month’s Payment Application. The monthly job report shall be published to include the following:

1) Update of current Request for Information (RFI), Submittal of PR/SI logs. 2) Update of Project time line and Completion Schedule up-date. 3) Copies of weekly meeting minutes. 4) Listing of any outstanding cost items. 5) Current site/construction photographs.

1.14 Utilities

A. Where possible, PSTA will make available all necessary utilities. If it is not possible

to obtain utilities from PSTA, the Contractor will be responsible for obtaining its own utilities.

1.15 Safety

A. The Contractor will also be responsible for complying with all OSHA (Occupational Safety and Health Act) regulations and will include in his bid any costs required for compliance.

117 of 554

Page 118: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

B. All contractors and subcontractors performing services for PSTA are required and

will comply with all Occupational Safety and Health Administration (OSHA), State and any other applicable rules and regulations. Also, all contractors and subcontractors will be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. Proposer shall provide all barricades and other safety equipment, as necessary.

C. Contractor is responsible for the storage and security of equipment and materials

and that of their subcontractors. Location of materials and equipment storage, vehicle parking and staging areas shall be established, only after approval by PSTA.

D. All employees working on site must have successfully completed a 10 Hour OHSA

Certification course. Copies of the certificates for each employee will be provided to PSTA upon request. The Contractor must agree that the products furnished and application methods will comply with applicable provisions of the Williams-Steiger Occupational Safety and Health Act of 1970.

E. The Contractor and his Subcontractors are required to provide a copy of the Safety

Data Sheets (SDS) for all chemicals used in the execution of their work. The SDS must be maintained by the user agency.

F. The Contractor shall erect and maintain all necessary safeguards for the protection of

the Contractor's employees and subcontractors, PSTA personnel, and the general public; including, but not limited to, posting danger signs, coned off vehicles, arrow boards and other warnings against hazards as is prudent and/or required by law to protect the public interest.

G. The Contractor shall be responsible to provide and maintain in a neat and sanitary

condition such accommodations for the use of employees as may be necessary to comply with the regulations of the County Board of Health or other bodies having jurisdiction. The Contractor shall commit no public nuisance.

H. Safety is entirely the responsibility of the Contractor and is to comply with all notification laws, regulations or customary requirements of the location, jurisdiction or place in which the work is to be performed. PSTA is not the responsible for safety and will not direct Contractor’s employees, subcontractors, or materialmen. It is not the responsibility of PSTA to indicate laws or applicable regulations for the location of the work and is the responsibility of the Contractor to obtain a full understanding of the conditions and requirements, laws and procedures for the work in the location the work is to be completed.

1.16 Entrance to Facility

A. The Contractor's employees are to use facility entrance and exit at Tech Drive or as directed by the PSTA.

118 of 554

Page 119: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

1.17 Supervision

A. The Contractor shall at all times during progress of the work, have on site a competent foreman or superintendent with authority to act for it and to cooperate with PSTA.

B. The Contractor shall provide competent, careful and reliable workmen engaged on special work, or skilled work, such as welding, piping, insulation, controls tech, operators, and demolition or in any trade, with sufficient experience in such work to perform it properly and satisfactorily and to operate the equipment involved. Contractor shall provide workmen that shall make due and proper effort to execute the work in the manner prescribed in the Contract Documents.

C. It is prohibited as a conflict of interest for a Contractor to subcontract with a consultant to perform Contractor Quality Control when the consultant is under contract with PSTA to perform work on any project described in the Contractor’s contract with PSTA. Prior to approving a consultant for Contractor Quality Control, the Contractor shall submit to PSTA a certificate from the proposed consultant certifying that no conflict of interest exists.

D. The Contractor will have a competent foreman in charge and on the job site at all

times working directly with PSTA. Changing foremen during the project is not permitted except under emergency conditions or as requested by the PSTA.

E. The Contractor shall keep PSTA, informed during the performance of all work on a

daily basis. A weekly progress report shall be completed and submitted to PSTA, at the end of each week.

1.18 Working Area for Contractor’s Employees

A. The contractor’s vehicles must observe and obey the traffic signs and speed limit while on PSTA property. PSTA’s vehicles shall have the right-a-way. The parking and work area will be determined by the PSTA.

B. PSTA will occupy site and existing building(s) during entire construction period. Contractor shall cooperate with PSTA during construction operations to minimize conflicts and facilitate PSTA’s usage. Perform the Work so as not to interfere with PSTA’s day to day operations.

C. Maintain existing exits unless otherwise indicated.

D. Maintain access to existing walkways, corridors, and other adjacent occupied or

used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without permission from PSTA.

E. Notify PSTA not less than (48) forty-eight hours in writing advance of activities that

will affect PSTA's operations.

119 of 554

Page 120: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

1.19 Personal Conduct A. The same rules of personal conduct that govern PSTA’s employees, shall govern

Contractor's employees. Included are:

1) No employee under the influence of alcohol or other drugs will be allowed on the jobsite.

2) A shirt, full-length trousers, and appropriate shoes are the minimum clothing requirements.

3) Possession or consumption of alcoholic beverages or illegal drugs on the job is not allowed. Violators will be dismissed.

4) Horseplay, wrestling, etc., is prohibited. 5) Fighting is strictly against the rules. Persons fighting on PSTA’s property will

be dismissed. 6) Smoking is only allowed outside of PSTA’s fence line or in the smoke shack.

1.20 PSTA Tools and Equipment

A. The contractor will not use PSTA’s tools or maintenance shop equipment unless

specific prior arrangements have been made.

1.21 Field Inspections

A. Regular inspections will be conducted by PSTA. Deficiencies in the workmanship and/or non-compliance to the design documents will promptly be identified to the Contractor's foreman, and must be corrected immediately by Contractor.

1.22 Payment Procedures

A. The contractor is to provide a Schedule of Values for approval that coincides with the project schedule.

B. Use application for payment forms AIA G702 and G703 and subcontractor releases

as approved by PSTA. C. Provide a breakdown of the Contract Sum in enough detail to facilitate continued

evaluation of Applications for Payment and progress reports. Coordinate with Scope of Work.

D. Provide multiple line items for principal subcontract amounts. E. Round amounts to nearest whole dollar; total shall equal the Contract Sum. F. Notarize and execute by a person authorized to sign legal documents on behalf of

the contractor. G. Submit three signed and sealed notarized copies, Waivers of Mechanic’s Lien

(Partial or Final). H. PSTA reserves the right to designate which entities involved in the Work must submit

waivers.

120 of 554

Page 121: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

I. PSTA has final approval on Waiver Forms. J. This is a Federal funded project; therefore you must submit all documents which are

required by the Davis Bacon Act with each application for payment. K. After completing Project closeout requirements, submit final Application for Payment

with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following:

1) Evidence of completion of Project closeout requirements. 2) Updated final statement, accounting for final changes to the Contract Sum 3) AIA Document G706, "Contractor's Affidavit of Payment of Debts and

Claims." 4) Subcontractor’s Affidavit of Release of Liens 5) AIA Document G706A, "Contractor's Affidavit of Release of Liens." 6) AIA Document G707, "Consent of Surety to Final Payment." 7) Final liquidated damages settlement statement.

L. Final payment shall be made to the Contractor when it has satisfied all of the

deliverable requirements called for by all provisions of the contract, including all of the required documentation. Requirements shall include but are not limited to:

1) Resolution of all contract changes, claims, and final quantities delivered; 2) Determination/recovery of liquidated damages 3) Settlement of all subcontracts by prime contractor 4) Performance of all inspections (and acceptance tests if any) by the grantee's

project management office, with appropriate documentation 5) Conduct of a cost audit and resolution of questioned costs, if any.

M. Prior to any payment, PSTA shall have received all required documentation from the

Contractor as maybe requested, including such items as: Final reports, final payroll records and wage rate certifications, spare parts list, manufacturer's warranties and guarantees, final corrected shop drawings, operation and maintenance manuals, Catalogues and brochures, invention disclosure (if applicable), resolution of final quantities, final invoice, Consent of Surety to release final payment to Contractor, Subcontractor Affidavit of Release of Liens, Contractor's Affidavit of Release of Liens, Contractor's General Release, etc.

1.23 Submittal Procedures A. Contractor shall make one (1) original and three (3) copies of all submittals required

by the Contract Documents; revise and resubmit as necessary to establish compliance with specified requirements. Submittals which are received from sources other than through the Contractor’s office will be returned by PSTA without action. Submit at least one (1) original and three (3) copies of manufacturer’s product literature. The remainder of the number of copies required for submittal may be reproductions of manufacturer’s literature. FAX submittals, poor quality reproductions or illegible submittals will not be accepted.

121 of 554

Page 122: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

B. Contractor’s submittal of, and PSTA acceptance of, show drawings, product data or samples which suggest or request work not complying with the requirements of Contract Documents does not constitute an acceptable or valid request for a substitution, nor approval thereof. A separate cover letter specifically requesting such a substitution and approval of such is required. It is the Contractor’s responsibility to adequately inform PSTA of substitutions and not PSTA’s responsibility to determine that substituted Work has been suggested in Submittals, Shop Drawings, or other Submissions.

C. The numbering scheme for all submittals will be established and agreed upon at the

pre-construction conference. D. Contractor shall permanently mark each submittal to identify project, date, contractor,

subcontractor, submittal name, and similar information to distinguish it from other submittals. Contractor shall show executed review and approval marking.

E. Contractor shall indicate project, date, “TO”; “FROM”; names of subcontractors,

suppliers, manufacturers, required references, category and type of submittal, purpose, description, distribution record and signature of transmitter.

F. The numbering scheme for all submittals will be established and agreed upon at the

pre-construction conference. G. Prior to each submittal, the Contractor shall carefully review and coordinate all

aspects of each item being submitted. Contractor’s approval stamp to each submittal shall signify/certify that coordination has been performed.

H. Contractor shall verify that each item and submittal for its conformance in all aspects

with specified requirements. I. Review of Substitution Requests, Submittals, Shop Drawings, Samples or Other

Items during the Work by PSTA does not release the Contractor, subcontractor, vendor, and/or supplier from the proper performance of the work in accordance with the Contract Documents. Nothing in the act of Review or approval of such Submittals is an approval to use a Substituted Item (without separate written approval), change the amount, quantity or number of any item or to delete any Work or Item from the Project.

J. Nothing in the Review of Submittals, etc. will take the place of the proper verification

of conditions and installation requirements at the Site by the Contractor. Nothing in the Review of Submittals will take the place of Field Dimension Verification by the Contractor. Nothing in the Review of Submittal will present confirmation of Quantities, Dimensions, or Installation Requirements. The Contractor will retain all responsibilities for the verification of dimensions, quantities, coordination with manufacturer’s installation requirements, conformation with codes and the coordination of all portions of the Work with Jurisdictions having authority over the Work.

K. PSTA will respond to submittals from the Contractor by completing the “LETTER OF

TRANSMITTAL” form. Submittal review does not relieve Contractor of compliance

122 of 554

Page 123: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

with Contract Documents or local codes. Review is only for conformance with the design intent of the Project and compliance with information given in the Contract Documents. The Contractor is responsible to coordinate and to confirm all dimensions for use at the site. The Contractor is responsible for coordination of the work of all trades.

L. Where action and return is required or requested, PSTA will review each submittal

and mark per the following, and where possible return within five (5) working days of receipt. When a submittal must be coordinated with submittals of other trades, Contractor is responsible for gathering all information and forwarding to PSTA as a single submittal.

M. In terms of response, PSTA shall respond as follows:

1) Final Unrestricted Release: Work may proceed, provided it complies with

notations and corrections on submittal and the Contract Documents when submittal is returned with the following: MARKING: “Reviewed”

2) Final-But-Restricted Release: Work may proceed, provided it complies with notations and corrections on submittal and with Contract Documents, when submittal is returned with the following: MARKING: “Reviewed and Noted”.

3) Returned for Re-Submittal: Do not proceed with work. Revise submittal in accordance with notations thereon, and resubmit without delay to obtain a different action marking. Do not allow submittals with the following marking (or unmarked submittals where a marking is required) to be used in connection with performance of the Work: MARKING: “Revise and Resubmit”.

4) Other Action: Where submittal is returned for other reasons, with PSTA’s explanation included, it will not be marked or marked “Revise and Resubmit”.

1.24 Timing of Submittals

A. Submittals shall be made far enough in advance of scheduled dates of installation to provide required time for reviews, securing necessary approvals, possible revision and resubmittal, placing orders and securing delivery. Minimum timing of submittal processing by PSTA is five (5) working days not including weekends, or holidays, or weather delays where the Contractor is not working. Requests for review of submittals that involve the selection of colors or verification of materials by PSTA have minimum processing time of five (5) working days not including weekends, or holidays, or whether delay day where the Contractor is not working.

B. Contractor shall coordinate preparation and processing of submittals with

performance of work so that work will not be delayed by submittals. C. Contractor shall coordinate and sequence different categories of submittals for same

work, and for interfacing units of work, so that one will not be delayed for coordination of PSTA’s review with another.

123 of 554

Page 124: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

D. Upon award, the Contractor shall proceed with design drawing, shop drawings, working drawings, and all other submittals required to complete the work in accordance with the contract documents.

1.25 Substitution Requests

A. Products specified herein establish a quality standard for comparison by

manufacturers of similar products. Products of other manufacturers may be substituted for those specified herein on an “Approved Equal” basis. DO NOT propose the substitution of products that do not meet or exceed the quality standards established by the specified product.

1) Products proposed as equivalent MUST be submitted through the Contractor

for review by PSTA after the project is awarded. DO NOT request approval of products prior to the awarding of the project.

2) It is the suppliers and/or subcontractors responsibility to provide substitutions that are equal to or exceed the quality established by the original product or system.

3) It is not PSTA’s responsibility to determine or prove to the Contractor, subcontractor, or supplier that their products do not meet the requirements of the original product or system, only to indicate acceptance or non-acceptance of the system in general.

4) Acceptance by PSTA of a product or system for substitution does not relieve the supplier, subcontractor, or Contractor from the proper performance of the product or system(s) substituted.

B. Supporting technical data, samples, published specifications and the like must be submitted for comparison.

C. Contractor shall warrant that proposed substitutions, if accepted, will provide

performance equivalent to the materials specified herein. Should substitution be accepted and should the substitute material prove defective or otherwise unsatisfactory for the service intended and within the guaranty period, the Contractor shall replace this material or equipment with the material or equipment specified.

D. If any substitution will affect a correlated function, adjacent construction, or work of

other trades or contractors, the necessary changes and modifications to affected work are to be considered and included as part of substitution, to be accomplished without additional cost to PSTA.

E. Under no circumstances shall PSTA’s acceptance of any such substitution relieve

the Contractor from timely, full and proper performance of Work. F. Contractor’s request for substitution will be received and considered when extensive

revisions to contract documents are not required and changes are in keeping with general intent of Contract Documents; when timely, fully documented and properly submitted; and when one or more of the following conditions is satisfied, all as judged by PSTA. Otherwise, requests will be returned without action except to record non-compliance with these requirements:

124 of 554

Page 125: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

1) Where request is directly related to an “or equal” clause or other language of same effect in Contract Documents.

2) Where required product, material, or method cannot be provided within Contract Time, but not as a result of Contractor’s failure to pursue the Work promptly or to coordinate various activities properly.

3) Where required product, material or method cannot be provided in a manner which is compatible with other materials of the Work, or cannot be properly coordinated therewith, or cannot be warranted as required, or cannot be used without adversely affecting PSTA’s insurance coverage on completed work, or will encounter other substantial non-compliances which are not possible to otherwise overcome except by making requested substitution, which Contractor thereby certified to overcome such non-compatibility, non-coordination, non-warranty, non-insurability, or other non-compliance.

4) Where required product, material, or method cannot receive required approval by a governing authority, and requested substitution can be so approved.

5) Where substantial advantage is offered to PSTA, in terms of cost, time, energy conservation or other valuable considerations, after deducting offsetting responsibilities PSTA may be required to bear increased cost of other work by PSTA or separate contractors, and similar considerations.

1.26 Request for Supplementary Information

A. Contractor shall make timely requests of PSTA for additional information required in planning and production of work.

B. Contractor shall file Request for Information (RFI) requests in ample time to permit

appropriate action by all parties involved and avoid delay in performance of work. Minimum response time from PSTA is five (5) working days not including weekends, holidays, or weather delays when the Contractor is not working.

C. Requests can be made for more timely responses, PSTA will attempt to respond to critical needs as they are made, but regardless of timing, no costs, based on requests for additional information responses, will be borne by PSTA without minimum time requirement being completed. It is the Contractors responsibility to be sequencing the work and controlling the flow of work to eliminate the immediate need for information responses.

D. PSTA will not bear costs related to the submittal of RFI and/or the responses to

such, or the timing of responses to RFI questions regardless of the nature of the request.

E. Requests for Information are not a substitute for review of the Contract Documents

by the Contractor. Requests for Information that are contained in the Contract Documents will not be honored and any subsequent claim for time or costs will not be borne by PSTA. Contractor is responsible to review information requests from subcontractors and provide proper responses based on the information in the Contract Documents before subcontractors RFI’s are passed onto PSTA.

125 of 554

Page 126: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

1.27 Product Data

A. Include chiller refrigerant; rated capacity; full load and part load efficiencies, cooler pressure drop, (shipping, installed and operating weights; furnished specialties; accessories and electrical characteristic with complete wiring diagrams.

1) Provide computer selection data with ANSI/AHRI 550/590-2013 certified performance.

2) Performance at varying capacities with constant-design entering condenser-air temperature. Repeat performance at varying capacities for different entering condenser-air temperatures from the design to minimum in 10 degree increments.

3) Statement from manufacturer detailing minimum and maximum ambient outdoor temperature for safe operation, with continuous operation at load point from 10-100 percent. a. Air-cooled water chiller shall be designed to operate continuously from

40°F to 110°F entering air temperature with individual compressor operation from 20 to I00 percent load.

4) Product data for each chiller including the following: a. Minimum evaporator flow rate b. Refrigerant capacity of chiller. c. Oil capacity of chiller d. Fluid capacity of evaporator. e. Cooler pressure drop. f. Characteristics of safety relief valves g. Minimum entering condenser-air temperature. h. Maximum entering condenser –air temperature. i. Weights (shipping, installed, and operating). j. Furnished accessories. k. Installation and startup instructions.

B. Contractor shall collect all required data into one (1) original submittal and three (3)

copies for each unit of work or system; mark each copy to show which choices and options are applicable to project and which are available for selection by PSTA without additional cost. No payment will be made for additional cost of any choices or options submitted by the Contractor for selection by PSTA and not clearly shown as not available within the contract.

C. Contractor shall include manufacturer’s standard printed recommendations for

application and use, compliance with standards, application of labels and seals, notation of field measurements which have been checked, and special coordination requirements.

126 of 554

Page 127: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

D. Contractor shall maintain one set of product data (for each submittal) at project site, available for reference by PSTA and authorized others. Contractor shall maintain one clean set of all final “approved” submittals to be used to make copies for PSTA’s Close-Out Documents.

E. Contractor shall not submit product data until compliance with requirements of

contract documents has been confirmed. F. Contractor shall submit three (3) copies of product data for PSTA’s review for items

specified in various specification sections. Three (3) copies are required for mechanical and electrical data.

G. Contractor shall not proceed with installation of materials, products or systems until

final copy of applicable product data is in possession of installer.

H. In terms of Data Submittals:

1) Contractor’s submittal of (and PSTA’s acceptance of) shop drawings, product data or samples which relate to work not complying with requirements of Contract Documents, does not constitute an acceptable or valid request for a substitution, nor approval thereof.

2) It is not the responsibility of PSTA to find or otherwise locate changes in the work contained in product or data submittals. The Contractor is to provide a cover letter stating the details of the submittal or changes in the data or submittals from that specified by PSTA or by PSTA’s separate supplier or installer based on PSTA furnished products or systems to ask for written confirmation of such. Review and approval of submittal that do not make express written reference to changes or equal issues will not be the responsibility of PSTA to accept in the field and the Contractor will replace such deficient work with the originally specified work when the work is uncovered.

1.28 Shop Drawings

A. Contractor shall provide newly-prepared information, on reproducible sheets, with

graphic information at accurate scale (except as otherwise indicated), with name of preparer indicated (firm name). DO NOT duplicate and submit construction drawings as shop drawings. Show dimensions and notes which are based on field measurement. Identify materials and products in work shown. Indicate compliance with standards, and special coordination requirements.

B. Shop drawings must bear Contractor’s approval stamp. If such drawing includes

design, all such drawings shall be signed and sealed by a duly licensed Engineer. C. Submittals are reviewed by PSTA for design intent only. The Contractor is

responsible for verification of dimensional requirements, compliance with contract documents and local codes, quantities and coordination of all affected trades.

127 of 554

Page 128: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

D. Under no circumstances shall PSTA’s acceptance of shop drawings or submittals relieve Contractor from timely, full and proper performance of Work in accordance with the Contract Documents.

E. In terms of Work-Related submittals:

1) Contractor’s submittal of (and PSTA’s acceptance of) show drawings, product

data or samples which relate to work not complying with requirements of Contract Documents, does not constitute an acceptable or valid request for a substitution, nor approval thereof.

2) It is not the responsibility of PSTA to find or otherwise locate changes in the work contained in submittals or substitution request. The Contractor is to provide a cover letter stating the details of the shop drawing issues or changes in the shop drawings that affect the work to PSTA and to ask for written confirmation of such. Review and approval of shop drawings that do not make express written reference to changes or other issues will not be the responsibility of PSTA to accept in the field and the Contractor will replace such deficient work with the originally specified work when the work is uncovered.

F. The Shop Drawings must show the fabrication and installation of chiller, including

plans, elevations, sections, details of components, attachments, and other construction elements. Include the following:

1) Assembled unit dimensions. 2) Operating weight loadings and distribution. 3) Required clearances for maintenance and operation. 4) Size and location of piping and field wiring connections. 5) Manufacturer's installation instructions, including machine and all features,

options and accessories.

G. Provide detail wiring diagrams for power, signal, and control systems and differentiate between manufacturer-installed and field-installed wiring.

1) Provide Nameplate Data: Full load amps, maximum circuit amps, and

maximum over current protection amps.

H. Provide construction and coordination drawings which include but are not limited to: floor plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the item involved:

1) Structural modifications 2) Piping rough-in requirements 3) Wiring rough-in requirements, including spaces reserved for electrical

equipment. 4) Access requirements including working clearances for mechanical controls,

electrical equipment, tube pull and service clearances.

128 of 554

Page 129: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

D. Provide Certificates and Certifications of performance, factory tested, according to ANSI/AHRI 550/590-2013, and those chillers has been started and function properly. Provide in accordance with this Section "Quality Control".

E. Maintenance Data: For each chiller to include in the operation and maintenance manuals.

1) Operating and Maintenance Data. 2) PSTA's instruction report. 3) Certifications 4) Ratings 5) Test reports. 6) Sound test reports. Sound test per ANSI/AHRI 575-2008 at 100%, 75%, 50%

and 25% loads.

F. Provide all Quality Control certifications, test reports, ratings, etc.

G. Startup service reports.

H. Operation and Maintenance Data: For each water chiller to include in emergency, operation and maintenance manual.

1.29 Delivery, Storage and Handling

A. Deliver modular water chiller with protective crating and covering. Ship water chillers

from factory fully charged with refrigerant or nitrogen. If nitrogen, charge chiller by factory authorized and trained technicians.

B. The Contractor shall coordinate the exact delivery time and date with the Chiller manufacture. The Contractor shall be responsible for inspection of the equipment prior to acceptance. Once the Contractor accepts the Chiller, the Contractor assumes all responsibility and liability for the equipment. If the equipment is damaged or unacceptable, the chiller manufacture shall correct the deficiencies cited or provide a brand new replacement unit.

C. Materials must be delivered with manufacturers and Contractor's label intact and legible. Labels must be affixed to the outside of the package stating the type of product, name and address of manufacturer. All materials shall be stored and protected against weather, vandalism, and theft. Any materials found to be damaged or missing shall be replaced by the Contractor with no expense to PSTA. The Contractor shall be responsible for all receiving, unloading, storing and protecting of all.

1.30 Closeout Submittals

A. Upon completion of Work and prior to final payment, the following items must be submitted to PSTA:

1) Close-Out Document Binders. 2) As-Built Record Drawings. 3) Deficiency List (“Punch List”) completion Documentation.

129 of 554

Page 130: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

B. Contractor shall provide three (3) complete sets of all the Close-out Documentation to PSTA.

1.31 Close-out Documents A. Contractor shall provide three (3) sets of Close-Out Binders. Each must be provided

in punched three ring binders, tabbed in accordance with the Master Format matching the Project Manual and with a Table of Contents information including:

1) Project Directory and Subcontractor Listing: Listing of all subcontractors and

major suppliers for project stating portions of Work done, address and telephone number of firm, and contact at firm familiar with project and emergency contact information in case PSTA needs to contact with the subcontractor or supplier.

2) Copies of Jurisdiction’s “Occupancy Permit” (if applicable) or any other

approval process of certification obtained during the progress of work. 3) Contractor’s written Guarantee letters supported by warranty/guarantee

letters from all subcontractors, suppliers, and vendors. 4) Contractor’s “Certificates of Release of Liens” and supported by attachment

of full and complete lien releases from all subcontractors, suppliers, and vendors.

5) Guarantees and Warranties: Three (3) fully executed copies of each

guarantee and warranty specified. 6) Certificates and Testing Data: Three (3) copies of each certificate specified

and three (3) copies of all testing data completed for work including compaction testing and approved site work testing by the Testing Agency, materials testing by the Testing Agency and other testing data.

7) Contractor’s letter stating the completion of all “Deficiency” listed items for the

Work has been completed. 8) Instruction/Operations/Maintenance Manuals: Three (3) operating, three (3)

service, and three (3) maintenance manuals or instruction sets for each item as requested by specifications and required by PSTA.

9) Submittal of “approved” report approved by the Engineer of Record. 10) As-Built Record Drawings. 11) Product Certificate. 12) Full and complete itemized listing of all parts used in construction of this

project. 13) Full and complete itemized listing of all spare parts for all new equipment.

130 of 554

Page 131: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

14) Final inspections and approvals thereof. 1.32 As-Built Record Drawings

A. Contractor shall provide a complete “file set” of one (1) original and three (3) copies

of all completed Submittals with Contractor’s and PSTA’s approval markings for the

Work properly organized per the section of the Project Manual.

B. In terms of the As-Built Record Drawings: 1) The Contractor shall keep a set of prints at the site to be used exclusively for

daily mark-ups of “As-Built” information. 2) As the point of Substantial Completion, the Contractor will furnish one new

set of drawings for use in creating the As-Built Record Documents. For purpose of this section “Substantial Completion” shall mean that the project is complete and the Contractor is working on the final closeout requirements.

3) The Contractor shall then neatly transfer all the daily record changes from

installations originally indicated, and record final locations of underground lines by depth from finished grade and by accurate horizontal offset distances to permanent surface improvements such as buildings, curbs, edges, or walks. Record depths and location of all underground items whether they changed from their anticipated locations or not.

4) The Contractor shall (on this same set of plans) “paste-up” all information

issued to the Contractor during the work including, but not limited to, Change Orders, Supplemental Instructions, and any other instructions officially issued to the Work.

5) The Contractor shall have a reprographics company make electronic scan

copies of the As-Built Drawings in PDF format. Also provide AUTO-CADD electronic files of the As-Built Drawings, along with one (1) set of the original paper documents and three (3) copies to PSTA as part of the Close-Out Documents. Electronically scanned copies shall be 1:1 reproductions and shall not alter the scale or aspect ratio of the originals.

1.33 Deficiency List Completion Verification

A. Utilizing the Deficiency list provided by PSTA, Contractor will provide one (1) original

and three (3) copies of a cover letter stating completion of all Deficiency List items over a copy of the Deficiency List with each individual item crossed off the list as an indication that action was completed on each item indicated.

1.34 Final Cleaning

A. The contractor is to conduct a final cleaning and waste-removal operations to a condition expected in an average commercial building cleaning or maintenance program.

131 of 554

Page 132: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

B. The final cleaning must be completed and be acceptable to PSTA, before the requesting the inspection for the certification of Substantial Completion for the entire project.

C. Use cleaning materials and agents recommended by manufacturer or fabricator of

surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property, or that might damage finished surfaces.

D. Complete following cleaning operations before requesting inspection for Substantial

Completion: 1) Clean Project Site, yard and grounds, in areas disturbed by construction

activities, including landscape development areas, of rubbish, waste materials, litter and foreign substances.

2) Remove tools, construction equipment, machinery and surplus material from Project Site.

3) Remove labels that are not permanent labels. 4) Touch-up and otherwise repair and restore marred exposed finishes and

surfaces. Do not paint over “UL” and similar labels, including mechanical and electrical nameplates.

132 of 554

Page 133: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

A.

133 of 554

Page 134: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

134 of 554

Page 135: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

135 of 554

Page 136: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

136 of 554

Page 137: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

137 of 554

Page 138: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

138 of 554

Page 139: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

139 of 554

Page 140: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

140 of 554

Page 141: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

141 of 554

Page 142: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

142 of 554

Page 143: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

143 of 554

Page 144: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

144 of 554

Page 145: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

RFP # 16-018P Design-Build HVAC Replacement and Related Services

145 of 554

Page 146: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY SPECIFICATION INDEX HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT

SPECIFICATION INDEX

SPECIFICATION INDEX 22 00 00 – PLUMBING 22 05 03 PLUMBING PIPING 23 00 00 - HVAC 23 05 00 BASIC MECHANICAL REQUIREMENTS 23 05 01 BASIC MECHANICAL MATERIALS AND METHODS 23 05 15 BASIC PIPING MATERIALS AND METHODS 23 05 16 PIPING EXPANSION COMPENSATION 23 05 23 GENERAL DUTY VALVES 23 05 24 MOTORS 23 05 29 SUPPORTS AND ANCHORS 23 05 48 VIBRATION ISOLATION 23 05 53 MECHANICAL IDENTIFICATION 23 05 93 TESTING, ADJUSTING AND BALANCING 23 07 02 EQUIPMENT INSULATION 23 07 13 DUCTWORK INSULATION 23 07 19 PIPING INSULATION 23 09 13 INSTRUMENTATION 23 09 23 DDC SYSTEM 23 21 13 HYDRONIC PIPING 23 21 16 HYDRONIC SPECIALTIES 23 21 23 HVAC PUMPS 23 25 00 CHEMICAL WATER TREATMENT 23 31 13 DUCTWORK 23 33 00 DUCTWORK ACCESSORIES 23 34 00 CENTRIFUGAL FANS 23 34 01 POWER VENTILATORS 23 37 00 AIR INLETS AND OUTLETS 23 64 00 OUTDOOR AIR-COOLED CHILLERS 23 73 13 AIR HANDLING UNITS 26 00 00 - ELECTRICAL 26 00 01 BASIC ELECTRICAL REQUIREMENTS 26 00 02 BASIC ELECTRICAL MATERIALS AND METHODS 26 05 03 EQUIPMENT WIRING SYSTEMS 26 05 19 WIRES AND CABLE 26 05 26 GROUNDING AND BONDING 26 05 29 SUPPORTING DEVICES 26 05 33 CONDUIT 26 05 34 ELECTRICAL BOXES & FITTINGS 26 05 53 ELECTRICAL IDENTIFICATION 26 05 83 ELECTRICAL CONNECTIONS FOR EQUIPMENT 26 28 13 FUSES

146 of 554

Page 147: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PLUMBING PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 22 05 03-1

PLUMBING PIPING 22 05 03-1

SECTION 22 05 03 – PLUMBING PIPING PART 1 GENERAL 1.1 SECTION INCLUDES

A. Pipe and pipe fittings.

B. Specialty Valves.

C. Sanitary sewer and vent piping system.

D. Domestic water piping system.

E. Storm water piping system.

F. Natural and propane gas piping systems. 1.2 REFERENCES

A. ASME - Boiler and Pressure Vessel Code.

B. ASME Sec. 9 - Welding and Brazing Qualifications.

C. ASME B16.18 - Cast Copper Alloy Solder-Joint Pressure Fittings.

D. ASME B16.22 - Wrought Copper and Copper Alloy Solder-Joint Pressure Fittings

E. ASTM A53 – Specification for Pipe, Steel, Black and Hot-Dipped Zinc Coated, Welded and Seamless.

F. ASTM A74 - Specification for Cast Iron Soil Pipe and Fittings.

G. ASTM B32 - Specification for Solder Metal.

H. ASTM B88 - Specification for Seamless Copper Water Tube.

I. ASTM C564 - Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings.

J. ASTM D2513 - Thermoplastic Gas Pressure Pipe, Tubing and Fittings.

K. ASTM D2517 – Reinforced Epoxy Resin Gas Pressure, Pipe, Tubing and Fittings.

L. ASTM D2564 - Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic

Pipe and Fittings.

M. ASTM D2665 – Specification for Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste and Vent Pipe and Fittings.

N. ASTM D2846 - Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Hot and

Cold Water Distribution Systems.

147 of 554

Page 148: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PLUMBING PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 22 05 03-2

PLUMBING PIPING 22 05 03-2

O. ASTM D2855 – Standard Practice for Making Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings.

P. ASTM D3311 - Specification for Drain, Waste and Vent (DWV) Plastic Fittings Patterns.

Q. ASTM F437 – Specification for Threaded Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic

Pipe Fittings, Schedule 80.

R. ASTM F438 – Specification for Socket-Type Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe, Schedule 40.

S. ASTM F439 – Specification for Socket-Type Chlorinated Poly (Vinyl Chloride) (CPVC)

Plastic Pipe, Schedule 80.

T. ASTM F493 – Specification for Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings.

U. CISPI 301 – Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary

Systems and Storm Drain, Waste and Vent Piping Applications.

V. CISPI 310 – Specification for Coupling for Use in Connection with Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste and Vent Piping Applications.

W. NSF 14 – Plastic Piping Components and Related Materials.

1.3 SUBMITTALS

A. Submit under provisions of General Requirement section "SUBMITTALS".

B. Product Data: Provide data on pipe materials, pipe fittings, valves, and accessories. Provide manufacturers catalog information. Indicate valve data and ratings.

1.4 PROJECT RECORD DOCUMENTS

A. Submit under provisions of the General Requirements.

B. Record actual locations of valves. 1.5 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of the General Requirements.

B. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views.

1.6 QUALITY ASSURANCE

A. Valves: Manufacturer's name and pressure rating marked on valve body.

B. Welding Materials and Procedures: Conform to ASME Code and applicable state labor regulations.

148 of 554

Page 149: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PLUMBING PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 22 05 03-3

PLUMBING PIPING 22 05 03-3

C. Welders Certification: In accordance with ASME Sec 9.

D. Maintain one copy of each document on site. 1.7 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience.

B. Installer: Company specializing in performing the work of this section with minimum years

documented experience. 1.8 REGULATORY REQUIREMENTS

A. Perform Work in accordance with State and Municipality plumbing codes. B. Conform to applicable codes for installation of backflow prevention devices.

C. Provide certificate of compliance from authority having jurisdiction indicating approval of

installation of backflow prevention devices. 1.9 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products to site under provisions of the General Requirements.

B. Accept valves on site in shipping containers with labeling in place. Inspect for damage.

C. Provide temporary protective coating on cast iron and steel valves.

D. Provide temporary end caps and closures on piping and fittings. Maintain in place until

installation.

E. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system.

1.10 ENVIRONMENTAL REQUIREMENTS

A. Do not install underground piping when bedding is wet or frozen. 1.11 EXTRA MATERIALS

A. Furnish under provisions of the General Requirements. B. Provide two repacking kits for each size valve.

PART 2 PRODUCTS 2.1 SANITARY SEWER PIPING, BURIED WITHIN 5 FEET (1500 mm) OF BUILDING

A. Cast Iron Pipe: ASTM A74 extra heavy weight.

149 of 554

Page 150: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PLUMBING PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 22 05 03-4

PLUMBING PIPING 22 05 03-4

1. Fittings: Cast iron, ASTM A74. 2. Joints: Hub-and-spigot, CISPI HSN compression type with ASTM C564 neoprene

gaskets or lead and oakum.

B. PVC Pipe: ASTM D2665. 1. Fittings: PVC, ASTM D2665, ASTM D3311. 2. Joints: ASTM D2855, solvent weld with ASTM D2564 solvent cement.

C. Refer to drawings for type of pipe used.

2.2 SANITARY SEWER AND VENT PIPING, ABOVE GRADE

A. Cast Iron Pipe: ASTM A74, service weight. 1. Fittings: Cast iron, ASTM A74. 2. Joints: ASTM C564, neoprene gasket system or lead and oakum.

B. Cast Iron Pipe: CISPI 301, hubless, service weight. 1. Fittings: Cast iron, CISPI 301. 2. Joints: CISPI 310.

C. PVC Pipe: ASTM D2665.

1. Fittings: PVC, ASTM D2665, ASTM D3311 2. Joints: ASTM D2855, solvent weld with ASTM D2564 solvent cement.

D. Refer to drawings for type of pipe used.

2.3 VENTS

A. Vent Flashing Sleeves: Cast-iron caulking type roof coupling for cast-iron stacks, cast-iron threaded type roof coupling for steel stacks, and cast-bronze stack flashing sleeve for copper tubing.

B. Frost-Proof Vent Caps: Construct of galvanized iron, copper, or lead-coated copper,

sized to provide 1 inch air space between outside of vent pipe and inside of flashing collar extensions.

C. Vandal-Proof Vent Caps: Cast-iron body full size of vent pipe, with caulked base

connection for cast-iron pipes, threaded base for steel pipes.

D. Refer to drawings for type of pipe used. 2.4 WATER PIPING, BURIED WITHIN 5 FEET (1500 mm) OF BUILDING

A. Copper Tubing: ASTM B88, Type K, annealed. 1. Fittings: ASME B16.18, cast bronze or ASTM B16.22 wrought copper and bronze. 2. Joints: ASTM B32, solder, lead-free.

B. CPVC Pipe: ASTM D2846.

1. Fittings: ASTM F437, ASTM F438, ASTM F439. 2. Joints: ASTM D2846, solvent weld with ASTM F493 solvent cement.

150 of 554

Page 151: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PLUMBING PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 22 05 03-5

PLUMBING PIPING 22 05 03-5

C. Refer to drawings for type of pipe used. 2.5 WATER PIPING, ABOVE GRADE

A. Copper Tubing: ASTM B88, Type K, annealed. 1. Fittings: ASME B16.18, cast bronze, or ASME B16.22, wrought copper and

bronze. 2. Joints: ASTM B32, solder, lead-free.

B. Refer to drawings for type of pipe used.

2.6 STORM WATER PIPING, BURIED WITHIN 5 FEET (1500 mm) OF BUILDING

A. Cast Iron Pipe: ASTM A74 extra heavy weight. 1. Fittings: Cast iron, ASTM A74. 2. Joints: ASTM C564, neoprene gasket system or lead and oakum.

B. PVC Pipe: ASTM D2665.

1. Fittings: PVC, ASTM D2665. 2. Joints: ASTM D2855, solvent weld with ASTM D2564 solvent cement.

C. Refer to drawings for type of pipe used.

2.7 STORM WATER PIPING, ABOVE GRADE

A. Cast Iron Pipe: ASTM A74 extra heavy weight.

1. Fittings: Cast iron, ASTM A74. 2. Joints: ASTM C564, neoprene gasket system or lead and oakum.

B. PVC Pipe: ASTM D2665.

1. Fittings: PVC, ASTM D2665. 2. Joints: ASTM D2855, solvent weld with ASTM D2564 solvent cement.

C. Refer to drawings for type of pipe used.

2.8 NATURAL GAS PIPING, BURIED WITHIN 5 FEET (1500 mm) OF BUILDING

A. Steel Pipe: ASTM A53, Schedule 40 black.

B. Copper Tubing: ASTM B88 C. Plastic Piping: ASTM D2513 or ASTM D2517

2.9 NATURAL GAS PIPING, ABOVE GRADE

A. Steel Pipe: ASTM A53, Schedule 40 black.

B. Copper Tubing: ASTM B88

151 of 554

Page 152: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PLUMBING PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 22 05 03-6

PLUMBING PIPING 22 05 03-6

2.10 PROPANE GAS PIPING, BURIED WITHIN 5 FEET (1500 mm) OF BUILDING

A. Plastic Pipe: ASTM D2513

B. Copper Tubing: ASTM 88, Type "K" annealed. 2.11 PROPANE GAS PIPING, ABOVE GRADE

A. Plastic Pipe: ASTM D2513

B. Copper Tubing: ASTM 88, Type "K" annealed.

2.12 FLANGES, UNIONS, AND COUPLINGS

A. Pipe Size 2 Inches (50 mm) and Under: 1. Ferrous pipe: 150 psig (1 034 kPa) malleable iron threaded unions. 2. Copper tube and pipe: 150 psig (1 034 kPa) bronze unions with soldered joints.

B. Pipe Size Over 2 Inches (50 mm):

1. Ferrous pipe: 150 psig (1 034 kPa) forged steel slip-on flanges; 1/16 inch (1.6 mm) thick preformed neoprene gaskets.

2. Copper tube and pipe: 150 psig (1 034 kPa) slip-on bronze flanges; 1/16 inch (1.6 mm) thick preformed neoprene gaskets.

C. Grooved and Shouldered Pipe End Couplings:

1. Housing: Malleable iron clamps to engage and lock, designed to permit some angular deflection, contraction, and expansion; steel bolts, nuts, and washers; galvanized for galvanized pipe.

2. Sealing gasket: "C" shape composition sealing gasket.

D. Dielectric Connections: Union with galvanized or plated steel threaded end, copper solder end, water impervious isolation barrier.

2.13 FLOW CONTROLS

A. Construction: Brass or bronze body with union on inlet and outlet, temperature and pressure test plug on inlet and outlet blowdown/backflush drain.

B. Calibration: Control flow within 5 percent of selected rating, over operating pressure range

of 10 times minimum pressure required for control, maximum minimum pressure 3.5 psig. 2.14 WATER PRESSURE REDUCING VALVES

A. Up to 2 Inches (50 mm): Bronze body, stainless steel and thermoplastic internal parts, fabric reinforced diaphragm, strainer, threaded and single union or double union ends.

B. Over 2 Inches (50 mm): Cast iron body, bronze fitted, elastomeric diaphragm and seat

disc, flanged.

152 of 554

Page 153: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PLUMBING PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 22 05 03-7

PLUMBING PIPING 22 05 03-7

2.15 RELIEF VALVES

A. Bronze body, teflon seat, steel stem and springs, automatic, direct pressure actuated, capacities ASME certified and labeled.

2.16 STRAINERS

A. Size 2 inch (50 mm) and Under: Screwed brass or iron body for 175 psig (1200 kPa) working pressure, Y pattern with 1/32 inch (0.8 mm) stainless steel perforated screen.

B. Size 2-1/2 inch (65 mm) to 4 inch (100 mm): Flanged iron body for 175 psig (1200 kPa)

working pressure, Y pattern with 3/64 inch (1.2 mm) stainless steel perforated screen.

C. Size 5 inch (125 mm) and Larger: Flanged iron body for 175 psig (1200 kPa) working pressure, basket pattern with 1/8 inch (3.2 mm) stainless steel perforated screen.

2.17 PLASTIC PIPE AND FITTING CONFORMANCE

A. All plastic pipe, fittings and components shall conform to NSF 14.

PART 3 EXECUTION 3.1 EXAMINATION

A. Verify that excavations are to required grade, dry, and not over-excavated. 3.2 PREPARATION

A. Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe.

B. Remove scale and dirt, on inside and outside, before assembly.

C. Prepare piping connections to equipment with flanges or unions. 3.3 INSTALLATION

A. Install in accordance with manufacturer's instructions.

B. Provide non-conducting dielectric connections wherever jointing dissimilar metals.

C. Route piping in orderly manner and maintain gradient. D. Install piping to conserve building space and not interfere with use of space.

E. Group piping whenever practical at common elevations. F. Install piping to allow for expansion and contraction without stressing pipe, joints, or

connected equipment.

G. Provide clearance for installation of insulation and access to valves and fittings.

153 of 554

Page 154: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PLUMBING PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 22 05 03-8

PLUMBING PIPING 22 05 03-8

H. Provide access where valves and fittings are not exposed. Coordinate size and location of access doors with other sections.

I. Establish elevations of buried piping outside the building to ensure adequate cover per

code.

J. Where pipe support members are welded to structural building framing, scrape, brush clean, and apply one coat of zinc rich primer to welding.

K. Provide support for utility meters in accordance with requirements of utility companies.

L. Prepare pipe, fittings, supports, and accessories not prefinished, ready for finish painting.

Refer to other sections.

M. Excavate in accordance with other Sections.

N. Backfill in accordance with other Sections.

O. Install bell and spigot pipe with bell end upstream.

P. Install valves with stems upright or horizontal, not inverted.

Q. Provide one plug valve wrench for every ten plug valves sized 2 inches and smaller, minimum of one. Provide each plug valve sized 2-1/2 inches and larger with a wrench with set screw.

R. Pipe vents from gas pressure reducing valves to outdoors and terminate in weather proof

hood.

S. Use fittings for all changes in direction and all branch connections.

T. Install exposed piping at right angles or parallel to building walls. Diagonal runs are not permitted, unless expressly indicated.

U. Install piping free of sags or bends and with ample space between piping to permit proper

insulation applications.

V. Conceal all pipe installations in walls, pipe chases, utility spaces, above ceilings, below grade or floors, unless indicated to be exposed to view.

W. Install piping tight to slabs, beams, joists, columns, walls and other permanent elements

of the building. Provide space to permit insulation applications, with 1 inch clearance outside the insulation. Allow sufficient space above removable ceiling panels to allow for panel removal.

X. Install drains at low points in mains, risers, and branch lines consisting of a tee fitting, 3/4

inch ball valve, and short 3/4 inch threaded nipple and cap.

Y. Exterior Wall Penetrations: Seal pipe penetrations through exterior walls using sleeves and mechanical sleeve seals. Pipe sleeves smaller than 6 inches shall be steel; pipe sleeves 6 inches and larger shall be sheet metal.

154 of 554

Page 155: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PLUMBING PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 22 05 03-9

PLUMBING PIPING 22 05 03-9

Z. Fire Barrier Penetrations: Where pipes pass through fire rated walls, partitions, ceilings, and floors, maintain the fire rated integrity. Refer to Division 7 for special sealers and materials.

AA. Vent Flashing Sleeves: Install on stacks passing through roof, secure over stack flashing

in accordance with manufacturer's instructions.

BB. Make changes in direction for drainage and vent piping using appropriate 45 degree wyes, half-wyes, or long sweep quarter, sixth, eighth, or sixteenth bends. Sanitary teels or short quarter bends may be used on vertical stacks of drainage lines where the change in direction of flow is from horizontal to vertical, except use long-turn tees where two fixtures are installed back to back and have a common drain. Straight tees, elbows, and crosses may be used on vent lines. No change in direction of flow greater than 90 degrees shall be made. Where different sizes of drainage pipes and fittings are connected, use proper size, standard increasers and reducers. Reduction of the size of drainage piping in the direction of flow is prohibited.

CC. Reference drawing for types of piping to be used in specific application.

3.4 APPLICATION

A. Use grooved mechanical couplings and fasteners only in accessible locations.

B. Install unions downstream of valves and at equipment or apparatus connections.

C. Install brass male adapters each side of valves in copper piped system. Sweat solder adapters to pipe.

D. Install gate, ball or butterfly valves for shut-off and to isolate equipment, part of systems,

or vertical risers.

E. Install globe, ball or butterfly valves for throttling, bypass, or manual flow control services.

F. Provide spring loaded check valves on discharge of water pumps.

G. Provide plug valves in Natural and propane gas systems for shut-off service.

H. Provide flow controls in water recirculating systems where indicated.

I. Drain Valves: Install drain valves on each plumbing equipment item, located to completely drain equipment for service or repair. Install drain valves at the base of each riser, at low points of horizontal runs, and elsewhere as required to completely drain use of gate or ball valves; for drain valves 2-1/2" and larger, use gate or butterfly valves.

J. Balancing Cocks: Install in each water recirculating loop, discharge side of each pump,

and elsewhere as indicated. 3.5 ERECTION TOLERANCES

A. Establish invert elevations, slopes for drainage to 1/4 inch per foot minimum for piping 3" and smaller, 1/8" per foot minimum for piping 4" and larger. Maintain gradients.

155 of 554

Page 156: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PLUMBING PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 22 05 03-10

PLUMBING PIPING 22 05 03-10

B. Slope water piping and arrange to drain at low points. 3.6 WATER DISTRIBUTION PIPING TEST

A. Test for leaks and defects all new water distribution piping systems and parts of existing systems, which have been altered, extended or repaired. If testing is performed in segments, submit a separate report for each test, complete with a diagram of the portion of the system tested.

B. Leave uncovered and unconcealed all new, altered, extended, or replaced water

distribution piping until is has been tested and approved. Expose all such work for testing that has been covered or concealed before it has been tested and approved.

C. Cap and subject the piping system to a static water pressure of 50 psig above the

operating pressure without exceeding the pressure rating of the piping system materials. Isolate the test source and allow to stand for a period of 4 hours. Leaks and loss in test pressure constitute defects which must be repaired.

D. Repair all leaks and defects using new materials and retest system or portion thereof until

satisfactory results are obtained.

E. Prepare reports for all tests and required corrective action. 3.7 DRAINAGE AND VENT SYSTEM TESTS

A. Piping System Test: Drainage and vent system in accordance with the procedures of the authority having jurisdiction.

B. Test for leaks and defects all new drainage and vent piping systems and parts of existing

systems, which have been altered, extended or repaired. If testing is performed in segments, submit a separate report for each test, complete with a diagram of the portion of the system tested.

C. Leave uncovered and unconcealed all new, altered, extended, or replace drainage and

vent piping until it has been tested and approved. Expose all such work for testing that has been covered or concealed before it has been tested and approved.

D. Rough Plumbing Test Procedure: Except for outside leaders and perforated or open

jointed drain tile, test the piping of plumbing drainage and venting systems upon completion of the rough piping installation. Tightly close all openings in the piping system, and fill with water to the point of overflow, but not less than 10 feet head of water. Water level shall not drop during the period from 15 minutes before the inspection starts, through completion of the inspection. Inspect all joints for leaks.

E. Finished Plumbing Test Procedure: After the plumbing fixtures have been set and their

traps filled with water, their connections shall be tested and proved gas and water-tight. Plug the stack openings on the roof and building drain where it leaves the building, and introduce air into the system equal to a pressure of 1" water column. Use a "U" tube of manometer inserted in the trap of a water closet to measure this pressure. Air pressure shall remain constant without the introduction of additional air throughout the period of inspection. Inspect all plumbing fixture connections for gas and water leaks.

156 of 554

Page 157: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PLUMBING PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 22 05 03-11

PLUMBING PIPING 22 05 03-11

F. Repair all leaks and defects using new materials and retest system or portion thereof until satisfactory results are obtained.

G. Prepare reports for all tests and required corrective action.

3.8 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM

A. Prior to starting work, verify system is complete, flushed and clean. B. Ensure PH of water to be treated is between 7.4 and 7.6 by adding alkali (caustic soda or

soda ash) or acid (hydrochloric).

C. Inject disinfectant, free chlorine in liquid, powder, tablet or gas form, throughout system to obtain 50 to 80 mg/L residual.

D. Bleed water from outlets to ensure distribution and test for disinfectant residual at

minimum 15 percent of outlets.

E. Maintain disinfectant in system for 24 hours.

F. If final disinfectant residual tests less than 25 mg/L, repeat treatment.

G. Flush disinfectant from system until residual equal to that of incoming water or 1.0 mg/L.

H. Take samples no sooner than 24 hours after flushing, from 10 percent of outlets and from water entry, and analyze in accordance with AWWA C651.

3.9 CONNECTIONS

A. Piping runouts to Fixtures: Provide drainage and vent piping runouts to plumbing fixtures and drains, with approved trap, of sizes indicated; but in no case smaller than required by the plumbing code.

B. Locate piping runouts as close as possible to bottom of floor slab supporting fixtures or

drains.

3.10 SERVICE CONNECTIONS

A. Provide new sanitary and storm sewer services. Before commencing work check invert elevations required for sewer connections, confirm inverts and ensure that these can be properly connected with slope for drainage and cover to avoid freezing.

B. Provide new water service complete with backflow preventer and water meter with

by-pass valves pressure reducing valve, and sand strainer.

C. Provide new gas service complete with gas meter and regulators. Provide regulators on each line serving gravity type appliances, sized in accordance with equipment.

END OF SECTION

157 of 554

Page 158: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC MECHANICAL REQUIREMENTS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 00-1

BASIC MECHANICAL REQUIREMENTS 23 05 00-1

SECTION 23 05 00 - BASIC MECHANICAL REQUIREMENTS PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General Conditions apply to this and the other sections of this Division.

1.2 SUMMARY

A. This Section includes general administrative and procedural requirements for

mechanical installations. The following administrative and procedural requirements are included in this Section to expand the requirements specified in General Requirements: 1. Submittals. 2. Coordination drawings. 3. Record documents. 4. Maintenance manuals. 5. Rough-ins. 6. Mechanical installations. 7. Cutting and patching.

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

section:

C. Section "ELECTRICAL REQUIREMENTS FOR MECHANICAL EQUIPMENT," for factory-installed motors, controllers, accessories, and connections.

D. Section "BASIC MECHANICAL MATERIALS AND METHODS," for materials and

methods common to the remainder of Division, plus general related specifications including: 1. Access to mechanical installations. 2. Excavation for mechanical installations within the building boundaries,

and from building to utilities connections.

1.3 SUBMITTALS

A. General: Follow the procedures specified in General Requirements Section "SUBMITTALS."

1.4 COORDINATION DRAWINGS

A. Prepare coordination drawings in accordance with General Requirement Section

"PROJECT COORDINATION," to a scale of 1/4"=1'-0" or larger; detailing major elements, components, and systems of mechanical equipment and materials in relationship with other systems, installations, and building components. Indicate locations where space is limited for installation and access and where sequencing and coordination of installations are of importance to the efficient flow of the Work, including (but not necessarily limited to) the following: 1. Indicate the proposed locations of piping, ductwork, equipment, and

materials. Include the following:

158 of 554

Page 159: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC MECHANICAL REQUIREMENTS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 00-2

BASIC MECHANICAL REQUIREMENTS 23 05 00-2

a. Clearances for installing and maintaining insulation. b. Clearances for servicing and maintaining equipment, including

tube removal, filter removal, and space for equipment disassembly required for periodic maintenance.

c. Equipment connections and support details. d. Exterior wall and foundation penetrations. e. Fire-rated wall and floor penetrations. f. Sizes and location of required concrete pads and bases. g. Valve stem movement.

2. Indicate scheduling, sequencing, movement, and positioning of large equipment into the building during construction.

3. Prepare floor plans, elevations, and details to indicate penetrations in floors, walls, and ceilings and their relationship to other penetrations and installations.

4. Prepare reflected ceiling plans to coordinate and integrate installations, air outlets and inlets, light fixtures, communication systems components, sprinklers, and other ceiling-mounted items.

1.5 RECORD DOCUMENTS

A. Prepare record documents in accordance with the requirements in General

Requirements Section "PROJECT CLOSEOUT." In addition to the requirements specified in the General Requirements, indicate the following installed conditions: 1. Ductwork mains and branches, size and location, for both exterior and

interior; locations of dampers and other control devices; filters, boxes, and terminal units requiring periodic maintenance or repair.

2. Mains and branches of piping systems, with valves and control devices located and numbered, concealed unions located, and with items requiring maintenance located (i.e., traps, strainers, expansion compensators, tanks, etc.). Valve location diagrams, complete with valve tag chart. Refer to Section "Mechanical Identification." Indicate actual inverts and horizontal locations of underground piping.

3. Equipment locations (exposed and concealed), dimensioned from prominent building lines.

4. Approved Substitutions, Contract Modifications, and actual equipment and materials installed.

5. Contract Modifications, actual equipment and materials installed.

1.6 MAINTENANCE MANUALS

A. Prepare maintenance manuals in accordance with General Requirements Section "PROJECT CLOSEOUT." In addition to the requirements specified in the General Requirements, include the following information for equipment items: 1. Description of function, normal operating characteristics and limitations,

performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts.

2. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions.

3. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and

159 of 554

Page 160: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC MECHANICAL REQUIREMENTS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 00-3

BASIC MECHANICAL REQUIREMENTS 23 05 00-3

adjusting instructions. 4. Servicing instructions and lubrication charts and schedules.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver products to the project properly identified with names, model numbers,

types, grades, compliance labels, and other information needed for identification. 1.8 CLOSEOUT DOCUMENTS

A. The contractor shall provide electronic as-built construction drawings in AutoCAD dwg and Adobe pdf format. The mechanical drawings will be available in electronic format at the beginning of the project. The contractor shall sign the release provided by the engineer prior to receiving the files.

PART 2 - PRODUCTS (NOT APPLICABLE)

END OF SECTION

160 of 554

Page 161: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC MECHANICAL MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 01-1

BASIC MECHANICAL MATERIALS & METHODS 23 05 01-1

SECTION 23 05 01 - BASIC MECHANICAL MATERIALS AND METHODS PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General Conditions, apply to this Section.

B. Requirements specified in Mechanical Section "Basic Mechanical Requirements"

apply to this Section.

1.2 SUMMARY

A. This Section includes limited scope general construction materials and methods for application with mechanical installations as follows: 1. Mechanical equipment nameplate data. 2. Selective demolition including:

a. Nondestructive removal of materials and equipment for reuse or salvage as indicated.

b. Dismantling mechanical materials and equipment made obsolete by these installations..

3. Miscellaneous metals for support of mechanical materials and equipment.

4. Wood grounds, nailers, blocking, fasteners, and anchorage for support of mechanical materials and equipment.

5. Joint sealers for sealing around mechanical materials and equipment; and for sealing penetrations in fire and smoke barriers, floors, and foundation walls.

6. Access panels and doors in walls, ceilings, and floors for access to mechanical materials and equipment.

1.3 SUBMITTALS

A. General: Submit the following in accordance with Conditions of Contract and

General Requirements Section "SUBMITTALS."

B. Product data for the following products: 1. Access panels and doors. 2. Joint sealers.

C. Shop drawings detailing fabrication and installation for metal fabrications, and

wood supports and anchorage for mechanical materials and equipment. D. Coordination Drawings for access panel and door locations in accordance with

Section "Basic Mechanical Requirements."

E. Samples of joint sealer, consisting of strips of actual products showing full range of colors available for each product.

F. Welder certificates, signed by Contractor, certifying that welders comply with

requirements specified under "Quality Assurance" article of this Section.

161 of 554

Page 162: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC MECHANICAL MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 01-2

BASIC MECHANICAL MATERIALS & METHODS 23 05 01-2

G. Schedules indicating proposed methods and sequence of operations for selective

demolition prior to commencement of Work. Include coordination for shut-off of utility services and details for dust and noise control.

H. Coordinate sequencing with construction phasing and Owner occupancy

specified in General Requirements Section "Summary of Work."

1.4 QUALITY ASSURANCE

A. Installer Qualifications: Engage an experienced Installer for the installation and application joint sealers, access panels, and doors.

B. Qualify welding processes and welding operators in accordance with AWS D1.1

"Structural Welding Code - Steel."

C. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone re-certification.

D. Fire-Resistance Ratings: Where a fire-resistance classification is indicated,

provide access door assembly with panel door, frame, hinge, and latch from manufacturer listed in the UL "Building Materials Directory" for rating shown.

E. Provide UL Label on each fire-rated access door.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver joint sealer materials in original unopened containers or bundles with

labels informing about manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multi-component materials.

B. Store and handle joint sealer materials in compliance with the manufacturers'

recommendations to prevent their deterioration and damage.

1.6 PROJECT CONDITIONS

A. Conditions Affecting Selective Demolition: The following project conditions apply: 1. Protect adjacent materials indicated to remain. Install and maintain dust

and noise barriers to keep dirt, dust, and noise from being transmitted to adjacent areas. Remove protection and barriers after demolition operations are complete.

B. Locate, identify, and protect mechanical services passing through demolition area

and serving other areas outside the demolition limits. Maintain services to areas outside demolition limits. When services must be interrupted, install temporary services for affected areas.

C. Uncharted or Incorrectly Charted Utilities: Contact utility owner immediately for

instructions.

D. Provide temporary utility services to affected areas. Provide minimum of 48-hour

162 of 554

Page 163: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC MECHANICAL MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 01-3

BASIC MECHANICAL MATERIALS & METHODS 23 05 01-3

notice to PSTA prior to utility interruption.

E. Environmental Conditions: Apply joint sealers under temperature and humidity conditions within the limits permitted by the joint sealer manufacturer. Do not apply joint sealers to wet substrates.

1.7 SEQUENCE AND SCHEDULING

A. Coordinate the shut-off and disconnection of utility services with the Owner and

the utility company.

B. Notify the PSTA at least 48 hours prior to commencing demolition operations.

C. Perform demolition in phases as indicated. PART 2 - PRODUCTS

2.1 MECHANICAL EQUIPMENT NAMEPLATE DATA

A. Nameplate: For each piece of power operated mechanical equipment provide a permanent operational data nameplate indicating manufacturer, product name, model number, serial number, capacity, operating and power characteristics, labels of tested compliances, and similar essential data. Locate nameplates in an accessible location.

2.2 MISCELLANEOUS METALS

A. Steel plates, shapes, bars, and bar grating: ASTM A 36. B. Cold-Formed Steel Tubing: ASTM A 500.

C. Hot-Rolled Steel Tubing: ASTM A 501.

D. Steel Pipe: ASTM A 53, Schedule 40, welded.

E. Non-shrink, Nonmetallic Grout: Premixed, factory-packaged, nonstaining,

noncorrosive, nongaseous grout, recommended for interior and exterior applications.

F. Fasteners: Zinc-coated, type, grade, and class as required.

2.3 MISCELLANEOUS LUMBER

A. Framing Materials: Standard Grade, light-framing-size lumber of any species.

Number 3 Common or Standard Grade boards complying with WCLIB or AWPA rules, or Number 3 boards complying with SPIB rules. Lumber shall be preservative treated in accordance with AWPB LP-2, and kiln dried to a moisture content of not more than 19 percent.

B. Construction Panels: Plywood panels; APA C-D PLUGGED INT, with exterior

glue; thickness as indicated, or if not indicated, not less that 15/32 inches.

163 of 554

Page 164: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC MECHANICAL MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 01-4

BASIC MECHANICAL MATERIALS & METHODS 23 05 01-4

2.4 ACCESS DOORS

A. Steel Access Doors and Frames: Factory-fabricated and assembled units, complete with attachment devices and fasteners ready for installation. Joints and seams shall be continuously welded steel, with welds ground smooth and flush with adjacent surfaces.

B. Locking Devices: Flush, screwdriver-operated cam locks. C. Locking Devices: Where indicated, provide 5-pin or 5-disc type cylinder locks,

individually keyed; provide 20 keys.

D. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Bar-Co., Inc. 2. J.L. Industries. 3. Karp Associates, Inc. 4. Milcor Div. Inryco, Inc. 5. Nystrom, Inc.

END OF SECTION

164 of 554

Page 165: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC PIPING MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 15-1

BASIC PIPING MATERIALS & METHODS 23 05 15-1

SECTION 23 05 15 - BASIC PIPING MATERIALS AND METHODS PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General Conditions apply to work of this section.

1.2 SUMMARY

A. This Section specifies piping materials and installation methods common to more

than one section of the Mechanical Division and includes joining materials, piping specialties, and basic piping installation instructions.

B. Related Sections:

1. Section "BASIC MECHANICAL REQUIREMENTS" applies to work of this Section.

2. Piping materials and installation methods peculiar to individual systems are specified within their respective system specification sections of the Mechanical Division.

3. Valves are specified in a separate section and in individual piping system sections of the Mechanical Division.

4. Section "EXPANSION COMPENSATION". 5. Section "SUPPORTS AND ANCHORS". 6. Section "MECHANICAL IDENTIFICATION".

1.3 SUBMITTALS

A. Refer to Basic Mechanical Requirements for administrative and procedural

requirements for submittals.

B. Product Data: Submit product data on the following items: 1. Escutcheons 2. Dielectric Unions and Fittings 3. Mechanical Sleeve Seals 4. Strainers

C. Quality Control Submittals:

1. Submit welders' certificates specified in Quality Assurance below.

1.4 QUALITY ASSURANCE

A. Welder's Qualifications: All welders shall be qualified in accordance with ASME Boiler and Pressure Vessel Code, Section IX, Welding and Brazing Qualifications. Welding procedures and testing shall comply with ANSI Standard B31.1.0 - Standard Code for Pressure Piping, Power Piping, and The American Welding Society, Welding Handbook.

B. Soldering and Brazing procedures shall conform to ANSI B9.1 Standard Safety

Code for Mechanical Refrigeration.

165 of 554

Page 166: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC PIPING MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 15-2

BASIC PIPING MATERIALS & METHODS 23 05 15-2

1.5 DELIVERY, STORAGE, AND HANDLING

A. Provide factory-applied plastic end-caps on each length of pipe and tube, except for concrete, corrugated metal, hub-and -spigot, clay pipe. Maintain end-caps through shipping, storage and handling to prevent pipe-end damage and prevent entrance of dirt, debris, and moisture.

B. Protect stored pipes and tubes. Elevate above grade and enclose with durable,

waterproof wrapping. When stored inside, do not exceed structural capacity of the floor.

C. Protect flanges, fittings, and specialties from moisture and dirt by inside storage

and enclosure, or by packaging with durable, waterproof wrapping. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturer uniformity: conform with the requirements specified in Section "BASIC MECHANICAL REQUIREMENTS", under "Product Options."

B. Manufacturer: Subject to compliance with requirements, provide piping materials

and specialties from one of the following: 1. Dielectric Unions:

a. Eclipse, Inc. b. Perfection Corp. c. Watts Regulator Co.

2. Strainers: a. Armstrong Machine Works. b. Hoffman Specialty ITT, Fluid Handling Div. c. Metraflex Co. d. R-P&C Valve; Div. White Consolidated Industries, Inc. e. Spirax Sarco. f. Trane Co. g. Victaulic Co. of America. (low pressure applications only) h. Watts Regulator Co.

2.2 PIPE AND FITTINGS

A. Refer to the individual piping system specification sections in the Mechanical

Division for specifications on piping and fittings relative to that particular system.

2.3 JOINING MATERIALS

A. Welding Materials: Comply with Section II, Part C, ASME Boiler and Pressure Vessel Code for welding materials appropriate for the wall thickness and chemical analysis of the pipe being welded.

B. Brazing Materials: Comply with SFA-5.8, Section II, ASME Broiler and Pressure

Vessel Code for brazing filler metal materials appropriate for the materials being joined.

166 of 554

Page 167: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC PIPING MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 15-3

BASIC PIPING MATERIALS & METHODS 23 05 15-3

C. Soldering Materials: Refer to individual piping system specifications for solder appropriate for each respective system.

D. Gaskets for Flanged Joints: Gasket material shall be full-faced for cast-iron

flanges and raised-face for steel flanges. Select materials to suit the service of the piping system in which installed and which conform to their respective ANSI Standard (A21.11, B16.20, or B16.21). Provide materials that will not be detrimentally affected by the chemical and thermal conditions of the fluid being carried.

2.4 PIPING SPECIALTIES

A. Unions: Malleable-iron, Class 150 for low pressure service and class 250 for high

pressure service; hexagonal stock, with ball-and-socket joints, metal-to-metal bronze seating surfaces; female threaded ends.

B. Dielectric Unions: Provide dielectric unions with appropriate end connections for

the pipe materials in which installed (screwed, soldered, or flanged), which effectively isolate dissimilar metals, prevent galvanic action, and stop corrosion. Dielectric Waterway Fittings: electroplated steel or brass nipple, with an inert and non-corrosive, thermoplastic lining.

C. Y-Type Strainers: Provide strainers full line size of connecting piping, with ends

matching piping system materials. Screens shall be Type 304 stainless steel, with 3/64" perforations at 233 per square inch. 1. Provide strainers with 125 psi working pressure rating for low pressure

applications, and 250 psi pressure rating for high pressure application. 2. Threaded Ends, 2" and Smaller: Cast-iron body, screwed screen retainer

with centered blowdown fitted with pipe plug. 3. Threaded Ends, 2-1/2" and Larger: Cast-iron body, bolted screen

retainer with off center blowdown fitted with pipe plug. 4. Flanged Ends, 2-1/2" and Larger: Cast-iron body, bolted screen retainer

with off center blowdown fitted with pipe plug. 5. Butt Welded Ends, 2-1/2" and Larger for Low Pressure Application:

Schedule 40 cast carbon steel body, bolted screen retainer with off-center blowdown fitted with pipe plug.

6. Butt Welded Ends, 2-1/2" and Larger for High Pressure Application: Schedule 80 cast carbon steel body, bolted screen retainer with off-center blowdown fitted with pipe plug.

7. Grooved Ends, 2-1/2" and Larger: Tee pattern, ductile-iron or malleable-iron body and access end cap, access coupling with EDPM gasket.

END OF SECTION

167 of 554

Page 168: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PIPING EXPANSION COMPENSATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 16-1

PIPING EXPANSION COMPENSATION 23 05 16-1

SECTION 23 05 16 - PIPING EXPANSION COMPENSATION PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Flexible pipe connectors.

B. Expansion joints and compensators.

C. Pipe loops, offsets, and swing joints.

1.2 RELATED SECTIONS

A. Section - "HYDRONIC PIPING".

1.3 CODES

A. EJMA Compliance: Construct expansion compensation products in accordance with standards of the Expansion Joint Manufacturer's Association (EJMA).

1.4 PERFORMANCE REQUIREMENTS

A. Provide structural work and equipment required to control expansion and

contraction of piping. Verify that anchors, guides, and expansion joints provided, adequately protect system.

B. Expansion Calculations:

1. Installation Temperature: 50° F (10° C). 2. Safety Factory: 30 percent.

1.5 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Product Data:

1. Flexible Pipe Connectors: Indicate maximum temperature and pressure rating, face-to-face length, live length, hose wall thickness, hose convolutions per foot (meter) and per assembly, fundamental frequency of assembly, braid structure, and total number of wires in braid.

2. Expansion Joints: Indicate maximum temperature and pressure rating, and maximum expansion compensation.

C. Design Data: Indicate selection calculations.

D. Manufacturer's Installation Instructions: Indicate special procedures, and external

controls.

1.6 PROJECT RECORD DOCUMENTS

A. Submit under provisions of General Requirements.

168 of 554

Page 169: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PIPING EXPANSION COMPENSATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 16-2

PIPING EXPANSION COMPENSATION 23 05 16-2

B. Record actual locations of flexible pipe connectors, expansion joints, anchors, and guides.

1.7 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of General Requirements.

B. Maintenance Data: Include adjustment instructions.

1.8 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing the products specified in

this section with minimum five years documented experience.

1.9 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products to site under provisions of General Requirements.

B. Accept expansion joints on site in factory packing with shipping bars and

positioning devices intact. Inspect for damage.

C. Protect equipment from exposure by leaving factory coverings, pipe end protection, and packaging in place until installation.

PART 2 - PRODUCTS

2.1 FLEXIBLE PIPE CONNECTORS

A. Steel Piping: 1. Inner Hose: Stainless Steel. 2. Exterior Sleeve: Single braided, stainless steel. 3. Pressure Rating: 200 psig WOG and 250° F. 4. Joint: As specified for pipe joints. 5. Size: Use pipe sized units. 6. Maximum offset: 3/4 inch (20 mm) on each side of installed center line.

B. Copper Piping:

1. Inner Hose: Bronze 2. Exterior Sleeve: Braided bronze. 3. Pressure Rating: 125 psig WSP and 450° F (232° C) 200 psig (1380 kPa)

WOG and 250° F (121° C). 4. Joint: As specified for pipe joints. 5. Size: Use pipe sized units. 6. Maximum offset: 3/4 inch (20 mm) on each side of installed center line.

END OF SECTION

169 of 554

Page 170: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY GENERAL DUTY VALVES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 23-1

GENERAL DUTY VALVES 23 05 23-1

SECTION 23 05 23- GENERAL DUTY VALVES PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General Conditions and apply to this section.

B. Requirements of the following Mechanical Sections apply to this section:

1. "Basic Mechanical Requirements." 2. "Basic Mechanical Materials and Methods." 3. "Basic Piping Materials and Methods."

1.2 SUMMARY

A. This Section includes general duty valves common to most mechanical piping

systems.

B. Special purpose valves are specified in individual piping system specifications.

C. Valve tags and charts are specified in Section "MECHANICAL IDENTIFICATIONS."

1.3 SUBMITTALS

A. General: Submit the following in accordance with General Requirements Section

"SUBMITTALS".

B. Product data, including body material, valve design pressure and temperature classification, end connection details, seating materials, trim material and arrangement, dimensions and required clearances, and installation instructions.

1.4 QUALITY ASSURANCE

A. American Society of Mechanical Engineers (ASME) Compliance: Comply with

ASME B31.9 for building services piping and ASME B31.1 for power piping.

B. Manufacturers Standardization Society of the Valve and Fittings Industry MSS Compliance: Comply with the various MSS Standard Practices referenced, including MSS-SP25 "Valve Identification".

1.5 DELIVERY, STORAGE, AND HANDLING

A. Preparation For Transport: Prepare valves for shipping as follows:

1. Ensure valves are dry and internally protected against rust and corrosion. 2. Protect valve ends against damage to threads, flange faces, and weld-

end preps. 3. Set valves in best position for handling. Set globe and gate valves closed

to prevent rattling; set ball and plug valves open to minimize exposure of functional surfaces; set butterfly valves closed or slightly open; and block swing check valves in either closed or open position.

170 of 554

Page 171: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY GENERAL DUTY VALVES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 23-2

GENERAL DUTY VALVES 23 05 23-2

B. Storage: Use the following precautions during storage: 1. Do not remove valve end protectors unless necessary for inspection;

then reinstall for storage. 2. Protect valves from weather. Store valves indoors. Maintain valve

temperature higher than the ambient dew point temperature. If outdoor storage is necessary, support valves off the ground or pavement in watertight enclosures.

C. Handling: Use a sling to handle valves whose size requires handling by crane or

lift. Rig valves to avoid damage to exposed valve parts. Do not use hand wheels and stems as lifting or rigging points.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturer: Subject to compliance with requirements, provide products from one of the following manufacturers: 1. Milwaukee 2. Nibco 3. Watts

2.2 VALVE FEATURES, GENERAL

A. Valve Design: Rising stem or rising outside screw and yoke stems.

B. Non-rising stem valves may be used where headroom prevents full extension of

rising stems.

C. Pressure and Temperature Ratings: As scheduled and required to suit system pressures and temperatures.

D. Sizes: Same size as upstream pipe, unless otherwise indicated.

E. Operators: Provide the following special operator features:

1. Hand wheels, fastened to valve stem, for valves other than quarter turn. 2. Lever handles, on quarter-turn valves 6-inch and smaller, except for plug

valves. Provide plug valves with square heads; provide one wrench for every 10 plug valves.

3. Chain-wheel operators, for valves 2-1/2-inch and larger, install 72 inches or higher above finished floor elevations. Extend chains to an elevation of 5'-0" above finished floor elevation.

4. Gear drive operators, on quarter-turn valves 8-inch and larger.

F. Extended Stems: Where insulation is indicated or specified, provide extended stems arranged to receive insulation.

G. Bypass and Drain Connections: Comply with MSS SP-45 bypass and drain

connections.

H. End Connections: As indicated in the valve specifications.

171 of 554

Page 172: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY GENERAL DUTY VALVES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 23-3

GENERAL DUTY VALVES 23 05 23-3

I. Threads: Comply with ANSI B1.20.1.

J. Flanges: Comply with ANSI B16.1 for cast iron, ANSI B16.5 for steel, and ANSI B16.24 for bronze valves.

K. Solder-Joint: Comply with ANSI B16.18.

L. Caution: Where soldered end connections are used, use solder having a melting

point below 840° F for gate, globe, and check valves; below 421° F for ball valves.

2.3 BALL VALVES

A. Ball Valves, 1 Inch and Smaller: Rated for 150 psi saturated steam pressure, 400

psi WOG pressure; two-piece construction; with bronze body conforming to MSS-SP110, standard (or regular) port, chrome-plated brass ball, replaceable "Teflon" or "TFE" seats and seals, blowout-proof stem, and vinyl-covered steel handle. Provide solder ends for condenser water, chilled water, and domestic hot and cold water service; threaded ends for heating hot water and low-pressure steam.

B. Ball Valves, 1-1/4-Inch to 4-Inch: Rated for 150 psi saturated steam pressure,

400 psi WOG pressure; 3-piece construction; with bronze body conforming to ASTM B 62, full port, chrome-plated brass ball, replaceable "Teflon" or "TFE" seats and seals, blowout proof stem, and vinyl-covered steel handle. Provide solder ends for condenser water, chilled water, and domestic hot and cold water service; threaded ends for heating hot water and low-pressure steam.

2.4 GLOBE VALVES

A. Globe Valves, 2-Inch and Smaller: MSS SP-80; Class 125; body and screwed

bonnet of ASTM B 62 cast bronze; with threaded or solder ends, brass or replaceable composition disc, copper-silicon alloy stem, brass packing gland, "Teflon" impregnated packing, and malleable iron hand wheel. Provide Class 150 valves meeting the above where system pressure requires.

B. Globe Valves, 2-1/2-Inch and Larger: MSS SP-85; Class 125 iron body and bolted

bonnet conforming to ASTM A 126, Class B; with outside screw and yoke, bronze mounted, flanged ends, and "Teflon" impregnated packing, and two-piece backing gland assembly.

2.5 BUTTERFLY VALVES

A. Butterfly Valves, 4-Inch and Larger: Conforming to MSS SP-67; rated at 200 psi;

cast-iron body conforming to ASTM A 126, Class B. Provide valves with field replaceable EPDM sleeve, nickel-plated ductile iron disc (except aluminum bronze disc for valves installed in condenser water piping), stainless steel stem, and EPDM O-ring stem seals. Provide lever operators with locks for sizes 4 through 6 inches. Provide lug or wafer type as indicated. Use lug type valves on dead-end service.

END OF SECTION

172 of 554

Page 173: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY MOTORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 24-1

MOTORS 23 05 24-1

SECTION 23 05 24 - MOTORS PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Single phase electric motors. B. Three phase electric motors.

1.2 RELATED SECTIONS

A. Electrical Section "EQUIPMENT WIRING SYSTEMS" for Electrical characteristics

and wiring connections.

1.3 REFERENCES

A. AFBMA 9 - Load Ratings and Fatigue Life for Ball Bearings. B. AFBMA 11 - Load Ratings and Fatigue Life for Roller Bearings.

C. IEEE 112 - Test Procedure for Polyphase Induction Motors and Generators.

D. NEMA MG 1 - Motors and Generators.

E. NFPA 70 - National Electrical Code.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS". B. Product Data: Provide wiring diagrams with electrical characteristics and

connection requirements.

C. Test Reports: Indicate test results verifying nominal efficiency and power factor for three phase motors larger than 20 horsepower.

D. Manufacturer's Installation Instructions: Indicate setting, mechanical connections,

lubrication, and wiring instructions.

1.5 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of the General Requirements. B. Operation Data: Include instructions for safe operating procedures.

C. Maintenance Data: Include assembly drawings, bearing data including

replacement sizes, and lubrication instructions.

1.6 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacture of electric motors for

173 of 554

Page 174: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY MOTORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 24-2

MOTORS 23 05 24-2

mechanical use, and their accessories, with minimum five years documented product development, testing, and manufacturing experience.

1.7 REGULATORY REQUIREMENTS

A. Conform to applicable electrical code, NFPA 70 and local energy code. B. Provide certificate of compliance from test laboratory indicating approval of high

efficiency motors.

C. Products Requiring Electrical Connection: Listed and classified by Underwriters' Laboratories, Inc., as suitable for the purpose specified and indicated.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products to site under provisions of the General

Requirements.

B. Protect motors stored on site from weather and moisture by maintaining factory covers and suitable weather-proof covering. For extended outdoor storage, remove motors from equipment and store separately.

PART 2 - PRODUCTS

2.1 GENERAL CONSTRUCTION AND REQUIREMENTS

A. Motors Less Than 250 Watts, for Intermittent Service: Equipment manufacturer's standard and need not conform to these specifications.

B. Electrical Service:

1. Motors 1/2 HP and Smaller: 208/115 volts, single phase, 60 Hz. 2. Motors Larger than 1/2 Horsepower: 460/230 volts, three phase, 60 Hz.

C. Type:

1. Open drip-proof except where specifically noted otherwise. 2. Motors: Design for continuous operation in 40° C environment. 3. Design for temperature rise in accordance with NEMA MG 1 limits for

insulation class, service factor, and motor enclosure type. 4. Motors with frame sizes 254T and larger: Energy Efficient Type.

D. Explosion-Proof Motors: UL approved and labeled for hazard classification, with

over temperature protection.

E. Visible Nameplate: Indicating motor horsepower, voltage, phase, cycles, RPM, full load amps, locked rotor amps, frame size, manufacturer's name and model number, service factor, power factor, efficiency.

F. Wiring Terminations:

1. Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Enclose terminal lugs in terminal box sized to NFPA 70, threaded for conduit.

2. For fractional horsepower motors where connection is made directly,

174 of 554

Page 175: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY MOTORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 24-3

MOTORS 23 05 24-3

provide threaded conduit connection in end frame.

2.2 SINGLE PHASE POWER - SPLIT PHASE MOTORS

A. Starting Torque: Less than 150 percent of full load torque.

B. Starting Current: Up to seven times full load current.

C. Breakdown Torque: Approximately 200 percent of full load torque.

D. Drip-proof Enclosure: Class A (50° C temperature rise) insulation, NEMA Service Factor, pre-lubricated sleeve or ball bearings.

E. Enclosed Motors: Class A (50° C temperature rise) insulation, 1.0 Service Factor,

pre-lubricated ball bearings.

2.3 SINGLE PHASE POWER - PERMANENT-SPLIT CAPACITOR MOTORS

A. Starting Torque: Exceeding one fourth of full load torque.

B. Starting Current: Up to six times full load current.

C. Multiple Speed: Through tapped windings.

D. Open Drip-proof or Enclosed Air Over Enclosure: Class A (50° C temperature rise) insulation, minimum 1.0 Service Factor, pre-lubricated sleeve or ball bearings, automatic reset overload protector.

2.4 SINGLE PHASE POWER - CAPACITOR START MOTORS

A. Starting Torque: Three times full load torque.

B. Starting Current: Less than five times full load current.

C. Pull-up Torque: Up to 350 percent of full load torque.

D. Breakdown Torque: Approximately 250 percent of full load torque.

E. Motors: Capacitor in series with starting winding; provide

capacitor-start/capacitor-run motors with two capacitors in parallel with run capacitor remaining in circuit at operating speeds.

F. Drip-proof Enclosure: Class A (50° C temperature rise) insulation, NEMA Service

Factor, pre-lubricated ball bearings.

G. Enclosed Motors: Class A (50° C temperature rise) insulation, 1.0 Service Factor, pre-lubricated ball bearings.

2.5 THREE PHASE POWER - SQUIRREL CAGE MOTORS

A. Starting Torque: Between 1 and 1-1/2 times full load torque.

175 of 554

Page 176: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY MOTORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 24-4

MOTORS 23 05 24-4

B. Starting Current: Six times full load current.

C. Power Output, Locked Rotor Torque, Breakdown or Pull Out Torque: NEMA Design B characteristics.

D. Design, Construction, Testing, and Performance: Conform to NEMA MG 1 for

Design B motors.

E. Insulation System: NEMA Class B or better.

F. Testing Procedure: In accordance with IEEE 112. Load test motors to determine free from electrical or mechanical defects in compliance with performance data.

G. Motor Frames: NEMA Standard T-Frames of steel, aluminum, or cast iron with

end brackets of cast iron or aluminum with steel inserts.

H. Thermistor System (Motor Frame Sizes 254T and Larger): Three PTC thermistors imbedded in motor windings and epoxy encapsulated solid state control relay for wiring into motor starter; refer to Section 16483 - Motor Starters.

I. Bearings: Grease lubricated anti-friction ball bearings with housings equipped

with plugged provision for relubrication, rated for minimum AFBMA 9, L-10 life of 20,000 hours. Calculate bearing load with NEMA minimum V-belt pulley with belt centre line at end of NEMA standard shaft extension. Stamp bearing sizes on nameplate.

J. Sound Power Levels: To NEMA MG 1.

K. Part Winding Start Where Indicated: Use part of winding to reduce locked rotor

starting current to approximately 60 percent of full winding locked rotor current while providing approximately 50 percent of full winding locked rotor torque.

L. Weatherproof Epoxy Sealed Motors: Epoxy seal windings using vacuum and

pressure with rotor and starter surfaces protected with epoxy enamel; bearings double shielded with waterproof non-washing grease.

M. Nominal Efficiency: As scheduled at full load and rated voltage when tested in

accordance with IEEE 112.

N. Nominal Power Factor: As scheduled at full load and rated voltage when tested in accordance with IEEE 112.

PART 3 - EXECUTION

3.1 APPLICATION

A. Single phase motors for shaft mounted fans or blowers and oil burners: Permanent split capacitor type.

B. Single phase motors for fans, blowers and pumps: Capacitor start, capacitor run

type.

176 of 554

Page 177: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY MOTORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 24-5

MOTORS 23 05 24-5

C. Motors located in exterior locations, wet air streams downstream of sprayed coil dehumidifiers, air cooled condensers, direct drive axial fans, roll filters, explosion proof environments, and dust collection systems: Totally enclosed type.

D. Motors located in outdoors, wet air streams downstream of sprayed coil

dehumidifiers, humidifiers: Totally enclosed weatherproof epoxy-treated type.

E. Motors located in draw thru cooling towers: Totally enclosed weatherproof epoxy-sealed type.

3.2 INSTALLATION

A. Install in accordance with manufacturer's instructions.

B. Install securely on firm foundation. Mount ball bearing motors with shaft in any

position.

C. Check line voltage and phase and ensure agreement with nameplate.

3.3 NEMA OPEN MOTOR SERVICE FACTOR SCHEDULE

HP 3600 RPM 1800 RPM 1200 RPM 900 RPM

1/6-1/3 1.35 1.35 1.35 1.35 1/2 1.25 1.25 1.25 1.15 3/4 1.25 1.25 1.15 1.15 1 1.25 1.15 1.15 1.15

3.4 PERFORMANCE SCHEDULE: THREE PHASE - ENERGY EFFICIENT, OPEN

DRIP-PROOF Minimum

Minimum Percent NEMA Percent Power

HP RPM(Syn) Frame Efficiency Factor

1 1200 145T 81 72 1-1/2 1200 182T 83 73 2 1200 184T 85 75 3 1200 213T 86 60 5 1200 215T 87 65 7-1/2 1200 254T 89 73 10 1200 256T 89 74 15 1200 284T 90 77 20 1200 286T 90 78 25 1200 324T 91 74 30 1200 326T 91 78 40 1200 364T 93 77 50 1200 365T 93 79 60 1200 404T 93 82 75 1200 405T 93 80 100 1200 444T 93 80 125 1200 444T 93 84

177 of 554

Page 178: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY MOTORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 24-6

MOTORS 23 05 24-6

1 1800 143T 82 84 1-1/2 1800 145T 84 85 2 1800 145T 84 85 3 1800 182T 86 86 5 1800 184T 87 87 7-1/2 1800 213T 88 86 10 1800 215T 89 85 15 1800 256T 91 85 20 1800 256T 91 86 25 1800 284T 91 85 30 1800 286T 92 88 40 1800 324T 92 83 50 1800 326T 93 85 60 1800 364T 93 88 75 1800 365T 93 88 100 1800 404T 93 83 125 1800 405T 93 86 150 1800 444T 93 85 200 1800 445T 94 85 1-1/2 3600 143T 82 85 2 3600 145T 82 87 3 3600 145T 84 85 5 3600 182T 85 86 7-1/2 3600 184T 86 88 10 3600 213T 87 86 15 3600 215T 89 89 20 3600 254T 90 89 25 3600 256T 90 92 30 3600 284T 91 91 40 3600 286T 92 92 50 3600 324T 93 89 60 3600 326T 93 91 75 3600 364T 93 88 100 3600 365T 92 88

PERFORMANCE SCHEDULE: THREE PHASE-ENERGY EFFICIENT, TOTALLY ENCLOSED, FAN COOLED

Minimum

Minimum Percent NEMA Percent Power

HP RPM(Syn) Frame Efficiency Factor

1 1200 145T 81 72 1-1/2 1200 182T 83 65 2 1200 184T 85 68 3 1200 213T 85 63 5 1200 215T 86 66 7-1/2 1200 254T 89 68 10 1200 256T 89 75 15 1200 284T 90 72

178 of 554

Page 179: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY MOTORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 24-7

MOTORS 23 05 24-7

20 1200 286T 90 76 25 1200 324T 90 71 30 1200 326T 91 79 40 1200 364T 92 78 50 1200 365T 92 81 60 1200 404T 92 83 75 1200 405T 92 80 100 1200 444T 93 83 125 1200 445T 93 85 1 1800 143T 82 84 1-1/2 1800 145T 84 85 2 1800 145T 84 85 3 1800 182T 87 83 5 1800 184T 88 83 7-1/2 1800 213T 89 85 10 1800 215T 90 84 15 1800 254T 91 86 20 1800 256T 91 85 25 1800 284T 92 84 30 1800 286T 93 86 40 1800 324T 93 83 50 1800 326T 93 85 60 1800 364T 93 87 75 1800 365T 93 87 100 1800 405T 94 86 125 1800 444T 94 87 150 1800 445T 94 88 200 1800 447T 95 87 1-1/2 3600 143T 82 85 2 3600 145T 82 87 3 3600 182T 82 87 5 3600 184T 85 88 7-1/2 3600 213T 86 86 10 3600 215T 86 86 15 3600 254T 88 91 20 3600 256T 89 89 25 3600 284T 90 92 30 3600 286T 91 92 40 3600 324T 91 91 50 3600 326T 90 92 60 3600 364T 91 93 75 3600 365T 91 91 100 3600 405T 92 92

END OF SECTION

179 of 554

Page 180: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY SUPPORTS AND ANCHORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 29-1

SUPPORTS AND ANCHORS 23 05 29-1

SECTION 23 05 29- SUPPORTS AND ANCHORS PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Pipe and equipment hangers and supports.

B. Equipment bases and supports.

C. Sleeves and seals.

D. Flashing and sealing equipment and pipe stacks.

1.2 PROVIDE AND COORDINATE THE INSTALLATION OF THE FOLLOWING PRODUCTS

A. Inserts and sleeves in concrete formwork.

B. Roofing pipe and duct supports.

C. Roof sleeves, vents, and curbs.

1.3 COORDINATE PRODUCTS PROVIDED UNDER OTHER SECTIONS

A. Roofing support placement around pipes, ducts and equipment provided by this Section.

1.4 RELATED SECTIONS

A. Section "FIRE STOPPING" - Joint seals for piping and duct penetration of fire

rated assemblies.

B. Section "VIBRATION ISOLATION".

C. Section "PIPING INSULATION".

D. Section "EQUIPMENT INSULATION".

E. Section "HYDRONIC PIPING".

1.5 REFERENCES

A. ASME B31.1 - Power Piping.

B. ASME B31.9 - Building Services Piping.

C. ASTM F708 - Design and Installation of Rigid Pipe Hangers.

D. MSS SP58 - Pipe Hangers and Supports - Materials, Design and Manufacturer. E. MSS SP69 - Pipe Hangers and Supports - Selection and Application.

180 of 554

Page 181: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY SUPPORTS AND ANCHORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 29-2

SUPPORTS AND ANCHORS 23 05 29-2

F. MSS SP89 - Pipe Hangers and Supports - Fabrication and Installation Practices.

1.6 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Shop Drawings: Indicate system layout with location and detail of trapeze hangers.

C. Product Data: Provide manufacturers catalog data including load capacity.

D. Design Data: Indicate load carrying capacity of trapeze, multiple pipe, and riser

support hangers.

E. Manufacturer's Installation Instructions: Indicate special procedures and assembly of components.

1.7 REGULATORY REQUIREMENTS

A. Conform to applicable code for support of plumbing, hydronic, steam and steam

condensate piping. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Provide supports and anchors from the following manufacturers: 1. B-Line Systems, Inc. 2. Carpenter & Patterson, Inc. 3. Corner & Lada Co., Inc. 4. Elcen Metal Products Co. 5. Fee & Mason Mfg. Co. Div; Figgie Inc. 6. Itt Grinnell Corp.

2.2 PIPE HANGERS AND SUPPORTS

A. Hydronic Piping:

1. Conform to ASME B31.9, ASTM F708, MSS SP58, MSS SP69, MSS SP89.

2. Hangers for Pipe Sizes 1/2 to 1-1/2 Inch (13 to 38 mm): Carbon steel, adjustable swivel, split ring.

3. Hangers for Cold Pipe Sizes 2 Inches (50 mm) and Over: Carbon steel, adjustable, clevis.

4. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods.

5. Wall Support for Pipe Sizes to 3 Inches (76 mm): Cast iron hook. 6. Wall Support for Pipe Sizes 4 Inches (100 mm) and Over: Welded steel

bracket and wrought steel clamp. 7. Floor Support for Cold Pipe: Cast iron adjustable pipe saddle, lock nut,

nipple, floor flange, and concrete pier or steel support.

2.3 ACCESSORIES

181 of 554

Page 182: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY SUPPORTS AND ANCHORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 29-3

SUPPORTS AND ANCHORS 23 05 29-3

A. Hanger Rods: Mild steel threaded both ends, threaded one end, or continuous

threaded.

2.4 INSERTS

A. Inserts: Malleable iron case of galvanized steel shell and expander plug for threaded connection with lateral adjustment, top slot for reinforcing rods, lugs for attaching to forms; size inserts to suit threaded hanger rods.

END OF SECTION

182 of 554

Page 183: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY VIBRATION ISOLATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 48-1

VIBRATION ISOLATION 23 05 48-1

SECTION 23 05 48 - VIBRATION ISOLATION PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Vibration isolation.

1.2 RELATED SECTIONS

A. Section "PIPING EXPANSION COMPENSATION"

B. Section "SUPPORTS AND ANCHORS"

C. Section "EQUIPMENT WIRING SYSTEMS" - Electrical characteristics and wiring connections.

1.3 PERFORMANCE REQUIREMENTS

A. Provide vibration isolation on motor driven equipment over 0.5 HP (0.35 kW), plus

connected piping and ductwork.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Shop Drawings: Indicate inertia bases and locate vibration isolators, with static and dynamic load on each.

C. Product Data: Provide schedule of vibration isolator type with location and load

on each.

D. Manufacturer's Installation Instructions: Indicate special procedures and setting dimensions.

E. Manufacturer's Certificate: Certify that isolators are properly installed and

adjusted to meet or exceed specified requirements.

1.5 PROJECT RECORD DOCUMENTS

A. Submit under provisions of the General Requirements.

B. Record actual locations of hangers including attachment points. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Provide vibration isolation equipment acceptable to the specific manufacturer of equipment to be isolated.

183 of 554

Page 184: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY VIBRATION ISOLATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 48-2

VIBRATION ISOLATION 23 05 48-2

2.2 VIBRATION ISOLATORS

A. Open Spring Isolators:

1. Spring Isolators: a) For Exterior and Humid Areas: Provide hot dipped galvanized

housings and neoprene coated springs. b) Code: Color code springs for load carrying capacity.

2. Springs: Minimum horizontal stiffness equal to 75 percent vertical stiffness, with working deflection between 0.3 and 0.6 of maximum deflection.

3. Spring Mounts: Provide with leveling devices, minimum 0.25 inch (6 mm) thick neoprene sound pads, and zinc chromate plated hardware.

4. Sound Pads: Size for minimum deflection of 0.05 inch (1.2 mm); meet requirements for neoprene pad isolators.

B. Restrained Spring Isolators:

1. Spring Isolators: a) For Exterior and Humid Areas: Provide hot dipped galvanized

housings and neoprene coated springs. b) Code: Color code springs for load carrying capacity.

2. Springs: Minimum horizontal stiffness equal to 75 percent vertical stiffness, with working deflection between 0.3 and 0.6 of maximum deflection.

3. Spring Mounts: Provide with leveling devices, minimum 0.25 inch (6 mm) thick neoprene sound pads, and zinc chromate plated hardware.

4. Sound Pads: Size for minimum deflection of 0.05 inch (1.2 mm); meet requirements for neoprene pad isolators.

5. Restraint: Provide heavy mounting frame and limit stops.

C. Closed Spring Isolators: 1. Spring Isolators:

a) For Exterior and Humid Areas: Provide hot dipped galvanized housings and neoprene coated springs.

b) Code: Color code springs for load carrying capacity. 2. Type: Closed spring mount with top and bottom housing separated with

neoprene rubber stabilizers. 3. Springs: Minimum horizontal stiffness equal to 75 percent vertical

stiffness, with working deflection between 0.3 and 0.6 of maximum deflection.

4. Housings: Incorporate neoprene isolation pad meeting requirements for neoprene pad isolators, and neoprene side stabilizers with minimum 0.25 inch (7 mm) clearance.

D. Restrained Closed Spring Isolators:

1. Spring Isolators: a) For Exterior and Humid Areas: Provide hot dipped galvanized

housings and neoprene coated springs. b) Code: Color code springs for load carrying capacity.

2. Type: Closed spring mount with top and bottom housing separated with neoprene rubber stabilizers.

3. Springs: Minimum horizontal stiffness equal to 75 percent vertical

184 of 554

Page 185: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY VIBRATION ISOLATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 48-3

VIBRATION ISOLATION 23 05 48-3

stiffness, with working deflection between 0.3 and 0.6 of maximum deflection.

4. Housings: Incorporate neoprene isolation pad meeting requirements for neoprene pad isolators, and neoprene side stabilizers with minimum 0.25 inch (7 mm) clearance and limit stops.

E. Spring Hanger:

1. Spring Isolators: a) For Exterior and Humid Areas: Provide hot dipped galvanized

housings and neoprene coated springs. b) Code: Color code springs for load carrying capacity.

2. Springs: Minimum horizontal stiffness equal to 75 percent vertical stiffness, with working deflection between 0.3 and 0.6 of maximum deflection.

3. Housings: Incorporate neoprene isolation pad meeting requirements for neoprene pad isolators rubber hanger with threaded insert.

4. Misalignment: Capable of 20 degree hanger rod misalignment.

F. Neoprene Pad Isolators: 1. Rubber or neoprene waffle pads.

a) 30 durometer. b) Minimum 1/2 inch (13 mm) thick. c) Maximum loading 40 psi (275 kPa). d) Height of ribs shall not exceed 0.7 times width.

2. Configuration: Single layer. 1/2 inch (13 mm) thick waffle pads bonded each side of 1/4 inch (6 mm) thick steel plate.

G. Rubber Mount or Hanger: Molded rubber designed for 0.5 inches (13 mm)

deflection with threaded insert. END OF SECTION

185 of 554

Page 186: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY MECHANICAL IDENTIFICATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 53-1

MECHANICAL IDENTIFICATION 23 05 53-1

SECTION 23 05 53 - MECHANICAL IDENTIFICATION PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Nameplates. B. Tags.

C. Stencils.

D. Pipe Markers.

1.2 REFERENCES

A. ASME A13.1 - Scheme for the Identification of Piping Systems.

1.3 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Submit list of wording, symbols, letter size, and color coding for mechanical

identification.

C. Submit valve chart and schedule, including valve tag number, location, function, and valve manufacturer's name and model number.

D. Product Data: Provide manufacturers catalog literature for each product required.

E. Manufacturer's Installation Instructions: Indicate special procedures, and

installation.

1.4 PROJECT RECORD DOCUMENTS

A. Submit under provisions of the General Requirements.

B. Record actual locations of tagged valves. PART 2 - PRODUCTS

2.1 NAMEPLATES

A. Description: Laminated three-layer plastic with engraved black letters on light contrasting background color.

2.2 TAGS

A. Plastic Tags: Laminated three-layer plastic with engraved black letters on light

contrasting background color. Tag size minimum 1-1/2 inch (40 mm) square.

B. Chart: Typewritten letter size list in anodized aluminum frame.

186 of 554

Page 187: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY MECHANICAL IDENTIFICATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 53-2

MECHANICAL IDENTIFICATION 23 05 53-2

2.3 STENCILS

A. Stencils: With clean cut symbols and letters of following size:

1. 3/4 to 1-1/4 inch (20-30 mm) Outside Diameter of Insulation or Pipe: 8 inch (200 mm) long color field, 1/2 inch (15 mm) high letters.

2. 1-1/2 to 2 inch (40-50 mm) Outside Diameter of Insulation or Pipe: 8 inch (200 mm) long color field, 3/4 inch (20 mm) high letters.

3. 2-1/2 to 6 inch (65-150 mm) Outside Diameter of Insulation or Pipe: 12 inch (300 mm) long color field, 1-1/4 inch (30 mm) high letters.

4. 8 to 10 inch (200-250 mm) Outside Diameter of Insulation or Pipe: 24 inch (600 mm) long color field, 2-1/2 inch (65 mm) high letters.

5. Over 10 inch (250 mm) Outside Diameter of Insulation or Pipe: 32 inch (800 mm) long color field, 3-1/2 inch (90 mm) high letters.

6. Ductwork and Equipment: 2-1/2 inch (65 mm) high letters.

B. Stencil Paint: As specified in other Sections, semi- gloss enamel, colors conforming to ASME A13.1.

2.4 PIPE MARKERS

A. Color: Conform to ASME A13.1.

B. Plastic Pipe Markers: Factory fabricated, flexible, semi- rigid plastic, preformed to

fit around pipe or pipe covering; minimum information indicating flow direction arrow and identification of fluid being conveyed.

C. Plastic Tape Pipe Markers: Flexible, vinyl film tape with pressure sensitive

adhesive backing and printed markings.

END OF SECTION

187 of 554

Page 188: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY TESTING, ADJUSTING & BALANCING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 93-1

TESTING, ADJUSTING & BALANCING 23 05 93-1

SECTION 23 05 93 -TESTING, ADJUSTING AND BALANCING PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Testing, adjustment, and balancing of air systems. B. Testing, adjustment, and balancing of hydronic systems.

C. Measurement of final operating condition of HVAC systems.

1.2 RELATED SECTIONS

A. General Requirements Sections relating to - "Starting of Systems", "Testing,

Adjusting and Balancing of Systems" and "Quality control".

1.3 REFERENCES

A. AABC - National Standards for Total System Balance.

B. ADC - Test Code for Grilles, Registers, and Diffusers.

C. ASHRAE - Practices for Measurement, Testing, Adjusting, and Balancing of Building Heating, Ventilation, Air-conditioning, and Refrigeration Systems.

D. NEBB - Procedural Standards for Testing, Adjusting, and Balancing of

Environmental Systems.

E. SMACNA - HVAC Systems Testing, Adjusting, and Balancing.

1.4 SUBMITTALS

A. Submit under provisions of the General Requirements Section "SUBMITTALS".

B. Submit name of adjusting and balancing agency for approval within 30 days after award of Contract.

C. Field Reports: Indicate deficiencies in systems that would prevent proper testing,

adjusting, and balancing of systems and equipment to achieve specified performance.

D. Prior to commencing work, submit report forms or outlines indicating adjusting,

balancing, and equipment data required.

E. Submit draft copies of report for review prior to final acceptance of Project. Provide final copies for Architect/Engineer and for inclusion in operating and maintenance manuals.

F. Provide reports in binder manuals, complete with index page and indexing tabs,

with cover identification at front and side. Include set of reduced drawings with air outlets and equipment identified to correspond with data sheets, and indicating thermostat locations.

188 of 554

Page 189: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY TESTING, ADJUSTING & BALANCING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 93-2

TESTING, ADJUSTING & BALANCING 23 05 93-2

G. Include detailed procedures, agenda, sample report forms prior to commencing system balance.

H. Test Reports: Indicate data on AABC National Standards for Total System

Balance forms.

1.5 PROJECT RECORD DOCUMENTS

A. Submit under provisions of the General Requirements. B. Record actual locations of flow measuring stations, balancing valves and rough

setting.

1.6 QUALITY ASSURANCE

A. Perform total system balance in accordance with AABC National Standards for Field Measurement and Instrumentation, Total System Balance, ASHRAE and NEBB Procedural Standards for Testing, Balancing and Adjusting of Environmental Systems.

B. Maintain two copies of each document on site.

1.7 QUALIFICATIONS

A. Agency: Company specializing in the testing, adjusting, and balancing of systems

specified in this Section with minimum three years documented experience certified by AABC.

B. Perform Work under supervision of AABC Certified Test and Balance Engineer

and NEBB Certified Testing, Balancing and Adjusting Supervisor as applicable.

1.8 SEQUENCING

A. Sequence work under the provisions of the General Requirements.

B. Sequence work to commence after completion of systems and schedule completion of work before Substantial Completion of Project.

1.9 SCHEDULING

A. Schedule work under the provisions of the General Requirements.

B. Schedule and provide assistance in final adjustment and test of life safety, smoke

evacuation and smoke control systems with Fire Authority as required. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Acceptable manufacturers to perform work described within this system are: 1. Pro-Tech Diversified Services, Inc. 2. The Phoenix Agency 3. General Air Balance Company

189 of 554

Page 190: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY TESTING, ADJUSTING & BALANCING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 05 93-3

TESTING, ADJUSTING & BALANCING 23 05 93-3

4. Southern Independent Testing 5. Test & Balance Corp.

END OF SECTION

190 of 554

Page 191: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY EQUIPMENT INSULATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 07 02-1

EQUIPMENT INSULATION 23 07 02-1

SECTION 23 07 02 - EQUIPMENT INSULATION PART 1 GENERAL 1.1 SECTION INCLUDES

A. Equipment insulation.

B. Covering.

C. Breeching insulation. 1.2 RELATED SECTIONS

A. Section "MECHANICAL IDENTIFICATION" 1.3 REFERENCES

A. ASTM B209 - Aluminum and Aluminum-Alloy Sheet and Plate.

B. ASTM C177 - Steady-State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded-Hot-Plate Apparatus.

C. ASTM C195 - Mineral Fiber Thermal Insulation Cement.

D. ASTM C335 - Steady-State Heat Transfer Properties of Horizontal Pipe Insulation.

E. ASTM C449 - Mineral Fiber Hydraulic-setting Thermal Insulating and Finishing Cement.

F. ASTM C518 - Steady-State Heat Flux Measurements and Thermal Transmission

Properties by Means of the Heat Flow Meter Apparatus.

G. ASTM C533 - Calcium Silicate Block and Pipe Thermal Insulation.

H. ASTM C534 - Preformed Flexible Elastomeric Cellular Thermal Insulation in Sheet and Tubular Form.

I. ASTM C552 - Cellular Glass Block and Pipe Thermal Insulation.

J. ASTM C553 - Mineral Fiber Blanket and Felt Insulation.

K. ASTM C612 - Mineral Fiber Block and Board Thermal Insulation.

L. ASTM C640 - Corkboard and Cork Pipe Thermal Insulation.

M. ASTM C921 - Properties of Jacketing Materials for Thermal Insulation.

N. ASTM D1056 - Flexible Cellular Materials - Sponge or Expanded Rubber.

O. ASTM E84 - Surface Burning Characteristics of Building Materials.

P. ASTM E96 - Water Vapor Transmission of Materials.

191 of 554

Page 192: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY EQUIPMENT INSULATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 07 02-2

EQUIPMENT INSULATION 23 07 02-2

Q. NFPA 255 - Surface Burning Characteristics of Building Materials.

R. UL 723 - Surface Burning Characteristics of Building Materials.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Product Data: Provide product description, list of materials and thickness for equipment scheduled.

C. Manufacturer's Installation Instructions: Indicate procedures which ensure acceptable

workmanship and installation standards will be achieved. 1.5 QUALITY ASSURANCE

A. Materials: Flame spread/smoke developed rating of 25/50 in accordance with ASTM E84/NFPA 255.

1.6 QUALIFICATIONS

A. Applicator: Company specializing in performing the work of this section with minimum five years experience.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products to site under provisions of the General Requirements.

B. Deliver materials to site in original factory packaging, labeled with manufacturer's density

and thickness.

C. Store insulation in original wrapping and protect from weather and construction traffic.

D. Protect insulation against dirt, water, chemical, and mechanical damage. 1.8 ENVIRONMENTAL REQUIREMENTS

A. Maintain ambient temperatures and conditions required by manufacturers of adhesives, mastics, and insulation cements.

B. Maintain temperature during and after installation for minimum period of 24 hours.

PART 2 PRODUCTS 2.1 MANUFACTURERS: Provide insulation from one of the following:

1. Armstrong World Industries 2. Babcock & Wilcox 3. CertainTeed Corp. 4. Knauf Fiberglass 5. Manville Products Corp.

192 of 554

Page 193: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY EQUIPMENT INSULATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 07 02-3

EQUIPMENT INSULATION 23 07 02-3

6. Owens-Corning Fiberglass Corp. 7. Pittsburg Corning Corp. 8. Rubetex Corp.

2.2 GLASS FIBER, FLEXIBLE

A. Insulation: ASTM C553; flexible, noncombustible, Type I, Class B-4. 1. Maximum moisture absorption: 0.2 percent by volume.

B. Vapor Barrier Jacket

1. ASTM C921, kraft paper reinforced with glass fiber yarn and bonded to aluminized film.

2. Moisture vapor transmission: ASTM E96; 0.02 perm. 3. Secure with self sealing longitudinal laps and butt strips. 4. Secure with outward clinch expanding staples and vapor barrier mastic.

C. Tie Wire: 18 gage (1.2 mm) stainless steel with twisted ends on maximum 12 inch (300

mm) centers.

D. Vapor Barrier Lap Adhesive 1. Compatible with insulation.

E. Insulating Cement/Mastic

1. ASTM C195; hydraulic setting on mineral wool. 2.3 GLASS FIBER, RIGID

A. Insulation: ASTM C612; rigid, noncombustible, Class 2. 1. Maximum moisture absorption: 0.1 percent by volume.

B. Vapor Barrier Jacket

1. Kraft paper reinforced with glass fiber yarn and bonded to aluminized film. 2. Moisture vapor transmission: ASTM E96; 0.02 perm. 3. Secure with self sealing longitudinal laps and butt strips. 4. Secure with outward clinch expanding staples and vapor barrier mastic.

C. Facing: 1 inch (25 mm) stainless steel hexagonal wire mesh stitched on one face of

insulation with expanded metal lath on other.

D. Vapor Barrier Lap Adhesive 1. Compatible with insulation.

E. Insulating Cement/Mastic 1. ASTM C195; hydraulic setting on mineral wool.

2.4 CELLULAR GLASS

A. Insulation: ASTM C552, Type I. 2.5 HYDROUS CALCIUM SILICATE

A. Insulation: ASTM C533; rigid molded white; asbestos free, Type I, Black.

193 of 554

Page 194: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY EQUIPMENT INSULATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 07 02-4

EQUIPMENT INSULATION 23 07 02-4

B. Tie Wire: 18 gage stainless steel with twisted ends on maximum 12 inch (300 mm)

centers. C. Insulating Cement

1. ASTM C449. 2.6 CELLULAR FOAM

A. Insulation: ASTM C534; flexible, cellular elastomeric, molded or sheet, Type II. 1. Moisture vapor transmission: ASTM E96; 0.20 perm inches. 2. Maximum flame spread: ASTM E84; 25. 3. Maximum smoke developed: ASTM E84; 50.

B. Elastomeric Foam Adhesive

1. Air dried, contact adhesive, compatible with insulation. 2.7 JACKETS

A. PVC Plastic 1. Jacket: ASTM C921, Sheet material, off white color, Type I.

a. Moisture vapor transmission: ASTM E96; 0.002 perm inches. b. Maximum flame spread: ASTM E84; 25. c. Maximum smoke developed: ASTM E84; 50. d. Connections: Tacks and Pressure sensitive color matching vinyl tape.

2. Covering Adhesive Mastic a. Compatible with insulation.

B. Canvas Jacket: UL listed

1. Fabric: ASTM C921, 7.8 oz/sq yd, plain weave cotton treated with dilute fire retardant lagging adhesive.

2. Lagging Adhesive a. Compatible with insulation.

C. Aluminum Jacket: ASTM B209.

1. Thickness: 0.016 inch sheet. 2. Finish: Smooth. 3. Joining: Longitudinal slip joints and 2 inch laps. 4. Metal Jacket Bands: 3/8 inch wide; 0.015 inch thick aluminum.

D. Stainless Steel Jacket: Type 304 stainless steel. 1. Thickness: 0.010 inch 2. Finish: Smooth. 3. Metal Jacket Bands: 3/8 inch wide; 0.010 inch thick stainless steel.

PART 3 EXECUTION 3.1 EXAMINATION

A. Verify that equipment has been tested before applying insulation materials.

B. Verify that surfaces are clean, foreign material removed, and dry.

194 of 554

Page 195: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY EQUIPMENT INSULATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 07 02-5

EQUIPMENT INSULATION 23 07 02-5

3.2 INSTALLATION

A. Install materials in accordance with manufacturer's instructions.

B. Do not insulate factory insulated equipment.

C. On exposed equipment, locate insulation and cover seams in least visible locations.

D. Apply insulation close to equipment by grooving, scoring, and beveling insulation. Secure insulation to equipment with studs, pins, clips, adhesive, wires, or bands.

E. Fill joints, cracks, seams, and depressions with bedding compound to form smooth

surface. On cold equipment, use vapor barrier cement.

F. Insulated dual temperature equipment or cold equipment containing fluids below ambient temperature: 1. Provide vapor barrier jackets, factory applied or field applied. 2. Finish with glass cloth and vapor barrier adhesive. 3. Insulate entire system.

G. For insulated equipment containing fluids above ambient temperature:

1. Provide standard jackets, with or without vapor barrier, factory applied or field applied.

2. Finish with glass cloth and adhesive. 3. For hot equipment containing fluids 140° F or less, do not insulate flanges and

unions, but bevel and seal ends of insulation. 4. For hot equipment containing fluids over 140° F, insulate flanges and unions with

removable sections and jackets.

H. Inserts and Shields: 1. Application: equipment 1-1/2 inches diameter or larger. 2. Shields: galvanized steel between hangers and inserts. 3. Insert location: between support shield and equipment and under the finish

jacket. 4. Insert configuration: minimum 6 inches long, of same thickness and contour as

adjoining insulation; may be factory fabricated. 5. Insert material: ASTM C640 cork hydrous calcium silicate insulation or other

heavy density insulating material suitable for the planned temperature range.

I. Finish insulation at supports, protrusions, and interruptions.

J. For equipment in mechanical equipment rooms or in finished spaces, finish with canvas jacket sized for finish painting.

K. For exterior applications, provide vapor barrier jacket or finish with glass mesh reinforced

vapor barrier cement. Cover with aluminum jacket with seams located on bottom side of horizontal equipment.

L. Cover glass fiber, cellular glass, hydrous calcium silicate, and cellular foam insulation with

metal mesh and finish with heavy coat of insulating cement, aluminum jacket or stainless steel jacket as required.

195 of 554

Page 196: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY EQUIPMENT INSULATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 07 02-6

EQUIPMENT INSULATION 23 07 02-6

M. Do not insulate over nameplate or ASME stamps. Bevel and seal insulation around such. N. Install insulation for equipment requiring access for maintenance, repair, or cleaning, in

such a manner that it can be easily removed and replaced without damage. 3.3 TOLERANCE

A. Substituted insulation materials shall provide thermal resistance within 10 percent at normal conditions, as materials indicated.

3.4 EQUIPMENT

A. The following equipment (but not limited to) shall be insulated. 1. Hot Equipment

a. Pump Bodies b. Heat Exchangers/Converters c. Air Separators d. Expansion Tanks e. Hot Thermal Storage Tanks f. Boilers (Not Factory Insulated)

2. Cold Equipment a. Pump Bodies b. Air Separators c. Expansion Tanks d. Chiller Cold Surfaces (Not Factory Insulated) e. Cold Thermal Storage Tanks f. Plate & Frame Heat Exchangers

3. Breeching & Stacks a. Flue glass breeching stacks

3.5 INSULATION TYPE & THICKNESS

A. Insulate cold equipment with one of the following types and thickness: 1. Cellular glass: 3" thick for surfaces above 35° F, 4-1/2" thick for surfaces 35

degree F and below.

B. Insulate hot equipment with one of the following types and thickness: 1. Fiberglass: 2" thick, except 3" thick for low-pressure boilers (interior applications

only). 2. Calcium Silicate: 3" thick, except 4-1/2" thick for low pressure boiler. 3. Flexible unicellular: 1" thick, except 4-1/2" thick for low pressure boiler.

C. Insulate breeching and stacks with one of the following types and thickness:

1. Fiberglass: 3-1/2" thick (interior applications only). 2. Calcium silicate: 5" thick.

END OF SECTION

196 of 554

Page 197: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS COUNTY SUPERVISOR OF ELECTIONS DUCTWORK INSULATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 07 13-1

DUCTWORK INSULATION 23 07 13-1

SECTION 23 07 13 - DUCTWORK INSULATION PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Ductwork insulation.

B. Duct Liner.

C. Insulation jackets.

1.2 RELATED SECTIONS

A. Section "MECHANICAL IDENTIFICATION"

B. Section "DUCTWORK"

1.3 REFERENCES

A. ASTM B209 - Aluminum and Aluminum-Alloy Sheet and Plate.

B. ASTM C518 - Steady-State Heat Flux Measurements and Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus.

C. ASTM C553 - Mineral Fiber Blanket and Felt Insulation.

D. ASTM C612 - Mineral Fiber Block and Board Thermal Insulation.

E. ASTM E84 - Surface Burning Characteristics of Building Materials.

F. ASTM E96 - Water Vapor Transmission of Materials.

G. NFPA 255 - Surface Burning Characteristics of Building Materials.

H. SMACNA - HVAC Duct Construction Standards - Metal and Flexible.

I. UL 723 - Surface Burning Characteristics of Building Materials.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Product Data: Provide product description, list of materials and thickness for

each service, and locations.

C. Manufacturer's Installation Instructions: Indicate procedures which ensure acceptable workmanship and installation standards will be achieved.

1.5 QUALITY ASSURANCE

A. Materials: Flame spread/smoke developed rating of 25/50 in accordance with

197 of 554

Page 198: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS COUNTY SUPERVISOR OF ELECTIONS DUCTWORK INSULATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 07 13-2

DUCTWORK INSULATION 23 07 13-2

ASTM E84 and NFPA 255. 1.6 QUALIFICATIONS

A. Applicator: Company specializing in performing the work of this section with

minimum five years experience.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products to site under provisions of the General Requirements.

B. Deliver materials to site in original factory packaging, labeled with manufacturer's

density and thickness.

C. Store insulation in original wrapping and protect from weather and construction traffic.

D. Protect insulation against dirt, water, chemical, and mechanical damage.

1.8 ENVIRONMENTAL REQUIREMENTS

A. Maintain ambient temperatures and conditions required by manufacturers of

adhesives, mastics, and insulation cements.

B. Maintain temperature during and after installation for minimum period of 24 hours.

PART 2 - PRODUCTS

2.1 MANUFACTURER

A. Manufacturers: Provide insulation from one of the following: 1. Babcock & Wilcox Insulating Div. 2. CertainTeed Corp. 3. Knauf Fiber Glass 4. Manville Products Corp. 5. Owens-Corning Fiberglass Corp. 6. Pittsburg Corning Corp.

2.2 GLASS FIBER, FLEXIBLE

A. Insulation: ASTM C553; flexible, noncombustible blanket.

1. 'K' ('Ksi') value: ASTM C518, 0.27 at 75° F. 2. Maximum service temperature: 250° F. 3. Maximum moisture sorption: <3% by weight @ 120° F, 90% RH. 4. Mold or fungus growth: Will not support or promote. 5. Minimum Density: 1.0 lb/cu ft.

B. Vapor Barrier Jacket

1. Kraft paper reinforced with glass fiber yarn and bonded to aluminized film.

2. Moisture vapor transmission: ASTM E96; 0.04 perm.

198 of 554

Page 199: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS COUNTY SUPERVISOR OF ELECTIONS DUCTWORK INSULATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 07 13-3

DUCTWORK INSULATION 23 07 13-3

3. Secure with pressure sensitive tape.

C. Vapor Barrier Tape 1. Kraft paper reinforced with glass fiber yarn and bonded to aluminized

film, with pressure sensitive rubber based adhesive.

D. Tie Wire: Annealed steel, 16 gage.

2.3 GLASS FIBER, RIGID

A. Insulation: ASTM C612; rigid, noncombustible blanket. 1. 'K' ('Ksi') value: ASTM C518, 0.27 at 75° F. 2. Maximum service temperature: 250° F. 3. Maximum moisture sorption: <3% by weight @ 120° F, 90% RH. 4. Mold or fungus growth: Will not support or promote. 5. Minimum Density: 1.0 lb/cu ft.

B. Vapor Barrier Jacket

1. Kraft paper reinforced with glass fiber yarn and bonded to aluminized film.

2. Moisture vapor transmission: ASTM E96; 0.04 perm. 3. Secure with pressure sensitive tape.

C. Vapor Barrier Tape

1. Kraft paper reinforced with glass fiber yarn and bonded to aluminized film, with pressure sensitive rubber based adhesive.

END OF SECTION

199 of 554

Page 200: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PIPING INSULATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 07 19-1

PIPING INSULATION 23 07 19-1

SECTION 23 07 19 - PIPING INSULATION PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Piping insulation.

1.2 RELATED SECTIONS

A. Section "MECHANICAL IDENTIFICATION".

1.3 REFERENCES

A. ASTM C534 - Preformed Flexible Elastomeric Cellular Thermal Insulation in Sheet and Tubular Form.

B. ASTM C552 - Cellular Glass Block and Pipe Thermal Insulation.

C. ASTM E84 - Surface Burning Characteristics of Building Materials.

D. ASTM E96 - Water Vapor Transmission of Materials.

E. NFPA 255 - Surface Burning Characteristics of Building Materials.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS."

B. Product Data: Provide product description, list of materials and thickness for

each service, and locations.

C. Manufacturer's Installation Instructions: Indicate procedures which ensure acceptable workmanship and installation standards will be achieved.

1.5 QUALITY ASSURANCE

A. Materials: Flame spread/smoke developed rating of 25/50 or less in accordance

with ASTM E84. NFPA 255.

1.6 QUALIFICATIONS

A. Applicator: Company specializing in performing the work of this section with minimum five years experience.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect, and handle products to site under provisions of the

General Requirements.

B. Deliver materials to site in original factory packaging, labeled with manufacturer's identification, including product density and thickness.

200 of 554

Page 201: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY PIPING INSULATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 07 19-2

PIPING INSULATION 23 07 19-2

C. Store insulation in original wrapping and protect from weather and construction

traffic.

D. Protect insulation against dirt, water, chemical, and mechanical damage. 1.8 ENVIRONMENTAL REQUIREMENTS

A. Maintain ambient temperatures and conditions required by manufacturers of

adhesives, mastics, and insulation cements.

B. Maintain temperature during and after installation for minimum period of 24 hours.

PART 2 - PRODUCTS

2.1 MANUFACTURER

A. Manufacturer: Provide insulation from one of the following: 1. Pittsburg Corning 2. Rubatex Corp.

2.2 CELLULAR GLASS

A. Insulation: ASTM C552, Type I.

2.3 FLEXIBLE UNICELLULAR FOAM

A. Insulation: ASTM C534; flexible, cellular elastomeric, molded or sheet, Type II.

1. Maximum Flame Spread: ASTM E84; 25. 2. Maximum Smoke Developed: ASTM E84; 50. 3. Connection: Waterproof vapor barrier adhesive.

B. Elastomeric Foam Adhesive

1. Air dried, contact adhesive, compatible with insulation.

END OF SECTION

201 of 554

Page 202: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY INSTRUMENTATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 13-1

INSTRUMENTATION 23 09 13-1

SECTION 23 09 13 - INSTRUMENTATION PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Pressure gages and pressure gage taps.

B. Thermometers and thermometer wells.

C. Static pressure and filter gages.

1.2 RELATED SECTIONS

A. Section "DIRECT DIGITAL CONTROL SYSTEMS"

1.3 REFERENCES

A. ASME B40.1 - Gages - Pressure Indicating Dial Type - Elastic Element.

B. ASME MFC-3M - Measurement of Fluid Flow in Pipes Using Orifice, Nozzle and Venturi.

C. ASTM D2458 - Method of Flow Measurement by The Venturi Motor Tube.

D. ASTM E1 - Specification for ASTM Thermometers.

E. ASTM E77 - Verification and Calibration of Liquid-in-Glass Thermometers.

F. FS-GG-G-76 - Gages, Pressure and Vacuum, Dial Indicating (for Air, Steam, Oil,

Water, Ammonia, Chloro- Flourhydrocarbon Gases, and Compressed Gases).

G. ISA RP 3.2 - Flange Mounted Sharp Edged Orifice Plates for Flow Measurement

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Product Data: Include list which indicates use, operating range, total range and location for manufactured components.

C. Submit manufacturer's installation instructions under provisions of the General

Requirements.

1.5 PROJECT RECORD DOCUMENTS

A. Submit documents under provisions of the General Requirements.

B. Accurately record actual locations of instrumentation.

1.6 ENVIRONMENTAL REQUIREMENTS

202 of 554

Page 203: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY INSTRUMENTATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 13-2

INSTRUMENTATION 23 09 13-2

A. Do not install instrumentation when areas are under construction, except for required rough-in, taps, supports and test plugs.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Trerice Co. B. Weiss Instruments

C. Ametek/U.S. Gage

D. Bell & Gossett, ITT

E. TACO Inc.

F. Metraflex Inc.

G. Marsh Instruments

H. Substitutions: Under provisions of Division 1 Section.

2.2 PRESSURE GAGES

A. ASME B40.1, UL Approved 4-1/2 inch diameter drawn steel case, phosphor

bronze bourdon tube, rotary brass movement, brass socket, with front recalibration adjustment, black scale on white background, one percent mid-scale accuracy, scale calibrated in psi.

2.3 PRESSURE GAGE TAPS

A. Gage Cock: Tee or lever handle, brass for maximum 150 psig 1/4" female MPT

on each end.

B. Needle Valve: Stainless Steel for maximum system psig.

C. Pulsation Damper: Pressure snubber, brass with 1/4 inch (6 mm) connections.

D. Syphon: Brass, 1/4 inch (6 mm) angle or straight pattern, with 1/4" male NPT on each end.

2.4 STEM TYPE THERMOMETERS

A. ASTM E1, 9 inch scale, red appearing mercury, lens front tube, cast aluminum

case with enamel finish and clear glass or polycarbonate window, brass stem to suit installation, 2 percent of scale accuracy to ASTM E77 scale calibrated in degrees F.

2.5 DIAL THERMOMETERS

A. ASTM E1, 4-1/2 inch diameter dial in drawn steel with enamel finish case, vapor

203 of 554

Page 204: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY INSTRUMENTATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 13-3

INSTRUMENTATION 23 09 13-3

or liquid actuated with brass or copper bulb, copper or bronze braided capillary, white with black markings and black pointer glass lens, 2 percent mid-scale accuracy, calibrated in degrees F.

2.6 THERMOMETER SUPPORTS

A. Socket: Brass separable sockets for thermometer stems with or without

extensions as required, and with cap and chain. B. Flange: 3 inch (75 mm) outside diameter reversible flange, designed to fasten to

sheet metal air ducts, with brass perforated stem.

2.7 TEST PLUGS

A. Test Plug: 1/2 inch brass fitting and cap for receiving 1/8 inch outside diameter pressure or temperature probe with neoprene core for temperatures up to 200° F.

B. Test Kit: Carrying case, internally padded and fitted containing two 2-1/2 inch

diameter pressure gages, two gage adapters with 1/8 inch (3 mm) probes, two 1-1/2 inch dial thermometers.

2.8 STATIC PRESSURE GAGES

A. 3-1/2 inch diameter dial in metal case, diaphragm actuated, black figures on white

background, front recalibration adjustment with tubing, static pressure tips.

B. Inclined manometer, red liquid on white background with black figures, front recalibration adjustment with tubing, static pressure tips.

END OF SECTION

204 of 554

Page 205: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-1

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-1

SECTION 23 09 23 - DIRECT DIGITAL CONTROL SYSTEMS PART 1 - GENERAL

1.1 APPLICABLE PUBLICATIONS

A. The publications listed below form a part of this specification to the extent reference. The publications are referred to in the test by the basic designation only. The latest published editions shall be applicable. 1. International Organization of Standardization

a. ISO 9001

B. All products submitted shall comply with FCC, Part 15, Subpart J, Class A Computing Devices.

1.2 DDC SYSTEM DESCRIPTION AND ACCEPTABLE MANUFACTURERS

A. Direct Digital Control (DDC) systems: The work includes providing a DDC

system, including associated equipment and appurtenances. Provide each system complete and ready for operation. Equipment, materials, fabrication, assembly, erections, installation, workmanship, examination, inspection, and testing shall be in accordance with ANSI B31.1 and NFPA 70, except as modified herein or indicated otherwise. In ANSI B31.1 and NFPA 70, the advisory provisions shall be considered mandatory; substitute the word "shall" for "should" wherever it appears. Provide a DDC system to maintain the conditions indicated, to perform the functions indicated, and to operate in the sequence specified or indicated. Installation, start-up, testing, and final calibration shall be made by or under the direct supervision of competent technicians regularly employed in the installation and calibration of DDC systems. Control equipment, valves, panels, and dampers shall bear the manufacturer's (not necessarily DDC manufacturer) nameplate. The manufacturer/ contractor shall provide a complete warranty (same as new) for refurbished used existing equipment and devices.

B. For future expansion of this facility/campus the installed system must be open

protocol so that other bidders, in the future, may offer other similar products that totally integrate into this base system for these future expansions.

C. The entire system shall be comprised of a network of interoperable, stand-alone

digital controllers communicating on an open protocol communication network to a host computer within the facility (when specified) and/or communicating via the Internet to a host computer in a remote location. The DDC System shall communicate to third party systems such as chillers, boilers, air-handling systems, energy metering systems, other energy management systems, access control systems, fire-life safety systems and other building management related devices with open, interoperable communication capabilities.

1.3 SUBMITTALS

A. Submit to the engineer/architect for review and approval.

1. Manufacturer's Data: a. Input/output (I/O) modules, interface terminal, and controllers,

including complete wiring and connection diagrams:

205 of 554

Page 206: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-2

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-2

b. Temperature sensors, including complete wiring and connection diagrams:

c. Temperature and pressure indicators, including complete wiring and connection diagrams:

d. Pressure, flow, level and electrical sensors, including complete wiring and connection diagrams:

e. Switches, relays transmitters, transformers, and all other sensors, transducers, etc., including complete wiring and connection diagrams.

B. Shop Drawings:

1. The shop drawings shall be made and approval given prior to beginning any installation or ordering any control material for this project. It is the contractor’s responsibility to see that these submittals are made in a timely fashion so as not to cause any delays in the completion of the project. a. Temperature control system schematic, including required

variables, flow diagrams, ladder diagrams, Software Sequence listings, (I/O) list, and point to point wiring diagrams indicating voltages, currents, mounting locations, indicators, and terminal strip points:

b. Sequence of operation for each system and function: c. Generic, functional description of each control component

indicated: d. Equipment interlocks required by sequence of operation. e. Point to point wiring diagrams showing actual control

components and HVAC equipment wiring terminal designations. All wires shall be color coded and size shown. All hardware including Host CPU, DDC and Master panels, sensors, flow measuring stations, relays, etc., shall be included.

f. Provide field installation overlays showing conduit sizes, number and size of wires and locations of all conduits.

g. Software programming and testing shall be described, starting with a system overview and proceeding to a detailed description of each software feature. The software manual shall instruct the user of the programming or reprogramming any portion of the system. This shall include all control programs, variables, set points, time periods, messages, and other information necessary to load, alter, test, and execute the system. The software manual shall include the following: 1.) Complete description of programming language

commands, editing and writing control programs, printouts and logs, mathematical calculations and passwords.

2.) Instructions on modifying any control points, verifying error status, changing passwords, and initiating or disabling control programs.

3.) Complete documentation of application software including algorithms used and program flow charts.

h. All software programs shall be easily referenced from summary sheets which compare control programs with pertinent information about hardware and wiring information in the field.

206 of 554

Page 207: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-3

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-3

1.) Documentation shall include point identification, terminal number and symbols.

2.) Engineering units and control programs reference numbers will also be included.

i. All diagrams locating equipment shall indicate the space and/or building orientation with room and/or building number.

2. Plan for Field Acceptance Inspections and Tests: Includes check-out and certification forms for all devices and systems. Submit 60 days prior to test. a. Test Procedure for each device. b. Test Procedure for each system. c. Test Procedure for each sequence of operation. d. Certification forms for test of each point, each device, each

system and each sequence of operation. e. Test Schedule. f. Acceptance procedure and criteria for each of the above.

3. Operation and Maintenance Manuals: Manuals shall include approved items of equipment and drawings provided under paragraph titled "Manufacturer's Data" and "Shop Drawings" combined to provide a consolidated operation and maintenance manual. Manual shall contain full hardware support documentation, which shall include but not be limited to the following: a. General description and specifications: b. Installation and initial checkout procedures: c. Detailed electrical and logical description: d. Complete troubleshooting procedures, diagrams, and guidelines: e. Complete alignment and calibration procedures for components: f. Preventive maintenance requirements: g. Detailed system schematics, system field assembly drawings,

and system component specifications and dimensions: h. Complete spare parts lists: i. Interface requirements and capabilities: j. Signal identification and timing diagrams; and k. Complete as-built control drawings, schedules, and sequence of

operation. l. Software program listing with algorithms, set points, PID settings,

throttling ranges, band widths, etc. m. Fault diagnosis, and instruction on repair or replacement of

defective components. n. Complete operating instructions for all systems. o. Maintenance instructions: Document all maintenance and

repair/replacement procedures. Replacement procedures shall be documented down to the board level. Provide ordering number for each system component, and source of supply. Provide a list of recommended spare parts needed to minimize downtime.

p. Provide diagrammatic layouts of the DDC system specified herein. The layouts shall show all DDC cabinets, all connected mechanical systems, location and function of each sensor, actuator, all DDC equipment and conduit and cable routing on floor plan.

q. Provide certification documents per paragraph 1.3.

207 of 554

Page 208: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-4

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-4

C. Training: 1. Contractor shall engage a factory-authorized service representative to

provide a minimum of 200 hours of chilled water and direct digital control systems classroom training for PSTA’s facilities employees. Training hours will be tracked by the mechanical contractor and PSTA. 60 days before completion of the project the Contractor is to submit the training program and schedule to PSTA for approval. All training must be approved by the PSTA in order to be counted as actual training. All training shall be video-taped. See PSTA’s section on Testing, Start-up and Training.

2. Only experienced instructors thoroughly trained in the operation and

maintenance of the HVAC equipment and related systems shall be used in order to instruct PSTA personnel.

1.4 DELIVERY, STORAGE AND HANDLING

A. Provide factory shipping cartons for each piece of equipment and control device. Provide factory applied plastic end caps on each length of pipe and tube. Maintain cartons and end caps thru shipping, storage, and to eliminate dirt and moisture from equipment and inside of pipe and tube. Store equipment and materials inside and protected from weather.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Subject to compliance with General Requirements, provide control systems from one of the following or approved equal. PSTA reserves the right to make the sole determination of whether the model offered meets the minimum specifications and is acceptable in accordance with the specifications stated herein. 1. KMC 2. Trane 3. Johnson 4. Siemens

2.2 SYSTEM COMPONENTS

A. Provide sensors compatible with the DDC equipment provided and with

accuracies as stated herein.

B. All software must be latest and most current versions.

C. All hardware must be latest and most current models.

D. Field Master Controller Panels and Unitary Controller must communicate with a front end control package at a central location. Provide hardware/software interface as necessary.

208 of 554

Page 209: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-5

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-5

E. Provide all analog and digital input and output points as called for in the specifications, shown on the drawing schematic diagram, sequence of operation, point list and/or bill of material. If a point is shown on one diagram, list, schedule and/or sequence, but not shown on another, it shall be deemed to be shown and shall be provided on all. All master panels and unitary controllers shall be furnished with excess I/O (hardware) point capacity not less than 10 percent greater than that needed to meet the minimum requirements of each AI, AO, DI and DO point.

2.3 GENERAL

A. The DDC System shall be comprised of a network of interoperable, stand-alone digital controllers, a host computer system with graphical user interface software, portable operator terminals, modems, printers and other devices as specified herein.

B. The installed system shall provide secure password access to all features,

functions and data contained in the overall DDC System. 2.4 NETWORKS

A. The Local Area Network (LAN) may be either a 10 or 100 Megabits/sec Ethernet network supporting BACnet, Java, XML, HTTP, and CORBA IIOP for maximum flexibility for integration of building data with enterprise information systems and providing support for multiple Network Area Controllers (NACs), user workstations and, if specified, a local host computer system.

B. Client access to the system shall be via the Internet from a remote location and

from a local host computer system by direct connection to the Ethernet LAN.

2.5 NETWORK AREA CONTROLLER (NAC)

A. The NAC shall provide the interface between the LAN the WEB and the field controllers.

B. The NAC shall provide multiple user access to the system and support for ODBC

or SQL. An embedded database resident on the NAC must be an ODBC-compliant database or must provide an ODBC data access or must provide an ODBC data access mechanism to read and write data stored within it. A minimum offering would be the documentation of database schemes to allow users to read/write data into other applications using appropriate ODBC syntax.

C. The NAC must provide all tools for Java enabled Web browser access via the

Intranet/Internet. It shall support a minimum of 30 simultaneous users in its minimum configuration. Multiple NAC configurations will use only one web access module.

D. Event Alarm Notification and Actions

1. The NAC shall provide alarm recognition, storage; routing, management, and analysis to supplement distributed capabilities of equipment or application specific controllers. Object alarm properties shall conform to the alarm properties as defined in the BACnet specification.

2. The NAC shall be able to route any alarm condition to any defined user

209 of 554

Page 210: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-6

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-6

location whether connected to a local network or remote via dial-up, telephone connection, or wide-area network.

3. Alarms shall have the capability to be routed to e-mail messages and paging services that support receipt of e-mail messages.

4. The NAC shall provide a timed (scheduled) routing of alarms by object, group or code.

5. The NAC shall include a master clock service for its subsystems and provide time synchronization for all distributed controllers. The NAC shall also accept time synchronization messages from trusted precision Atomic Internet Clock sites as may be selected to update its master clock time.

E. Data Collection and Storage

1. The NAC shall be provided with the ability to collect data for any property of any object and store this data for future use.

2. The data collection shall be performed by a log object that shall have, at a minimum, the following configurable properties: a. Designating the log as interval or deviation. b. For interval logs, the object shall be configured for time of day,

day of week and the sample collection interval. c. For deviation logs, the object shall be configured for the deviation

of a variable to a fixed value. This value, when reached, will initiate logging of the object.

d. For all logs, provide the ability to set the maximum number of data stores and to set whether the log will stop collecting when full, or rollover the data on a first-in, first-out basis.

F. The building controller (NAC) shall include an operator display allowing the user

to perform basic daily operations tasks on the building automation system. At a minimum this operator display shall: 1. Be installed on the building controller and require no additional power

source. 2. Consist of a one-quarter VGA touch screen with 320 x 240 pixel

resolution. The brightness and contrast of the back-lit touch screen shall be adjustable to allow for easy reading of information on the screen.

3. Be capable of having unique user identification and passwords that can be programmed to limit access to the system and operator functions.

4. Display the current state of an input/output point and equipment controller connected to the system.

5. Give the operator the ability to override the current state of an output point or HVAC equipment controller connected to the building controller.

6. Allow the operator to modify the start and stop times of any time-of-day schedule within the system.

7. Provide a visual indication that a system alarm exists and allow for an optional audible alarm annunciation.

8. Provide the ability to view and acknowledge alarms that are annunciated at that building controller.

9. Allow the operator to view custom graphical displays with dynamic status information.

10. Automatically update displayed system information every 10 seconds.

2.6 SYSTEM PROGRAMMING

210 of 554

Page 211: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-7

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-7

A. A library of control, application, and graphical objects shall be provided to enable

the creation of all applications and user interface screens. Applications are to be created by selecting the desired control objects from the library, dragging or pasting them on the screen, and “wiring” them together using a built in graphical connection tool. Completed applications may be stored in the library for future use. Graphical User screens are created in the same fashion. Data for the user screens is obtained by graphically linking the user screen objects to the application objects to provide “real-time” data updates. Any real-time data value or object property may be connected to display its current value on a user screen. Systems requiring separate software tools or processes to create applications and user interface screens shall not be acceptable.

B. A graphical user interface shall be included with the host computer system

software. This user interface shall allow, with proper password access, full interaction with the system including, but not limited to, viewing and modifying data, database administration, configuration of communications parameters, password and security administration, programming and configuration of objects, receipt, routing and acknowledgement of alarms, and development of graphic screens.

C. Alarm Console

1. The system will be provided with a dedicated alarm window or console. This window will notify the operator of an alarm condition, and allow the operator to view details of the alarm and acknowledge the alarm.

2. A separate alarm notification window will supersede all other windows on the desktop and shall not be capable of being minimized or closed by the operator. This window will notify the operator of new alarms and un-acknowledged alarms. Alarm notification windows or banners that can be minimized or closed by the operator shall not be acceptable.

2.7 OBJECT LIBRARIES

A. A standard library of objects shall be included for development and setup of application logic, user interface displays, system services, and communication networks.

B. The objects in this library shall be capable of being copied and pasted into the

user’s database and shall be organized according to their function. In addition, the user shall have the capability to group objects created in their application and store the new instances of these objects in a user-defined library.

C. In addition to the standard libraries specified here, the supplier of the system shall

maintain an on-line accessible (over the Internet) library, available to all registered users to provide new or updated objects and applications as they are developed.

D. The library shall include applications or objects for the following functions:

1. Scheduling Object. Provide a BACnet compliant, 7-day plus holiday & temporary scheduling object to allow for a minimum of 10 on/off events per day. Data entry to be by graphical sliders to speed creation and selection of on-off events.

2. Calendar Object. Provide a BACnet compliant 12-month calendar object

211 of 554

Page 212: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-8

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-8

to allow for holiday or special event data entry. Data entry to be by graphical “point-and-click” selection. This object must be “linkable” to any or all scheduling objects for effective event control.

3. Duty Cycling Object. Provide a universal duty cycle object to allow repetitive on/off time control of equipment as an energy conserving measure. Any number of these objects may be created to control equipment at varying intervals

4. Temperature Override Object. Provide a temperature override object that is capable of overriding equipment turned off by other energy saving programs (scheduling, duty cycling etc.) to maintain occupant comfort or for equipment freeze protection.

5. Start-Stop Time Optimization Object. Provide a start-stop time optimization object to provide the capability of starting equipment just early enough to bring space conditions to desired conditions by the scheduled occupancy time. Also, allow equipment to be stopped before the scheduled un-occupancy time just far enough ahead to take advantage of the building’s “flywheel” effect for energy savings. Provide automatic tuning of all start / stop time object properties based on the previous day’s performance.

6. Demand Limiting Object. Provide a comprehensive demand-limiting object that is capable of controlling demand for any selected energy utility (electric, oil, and gas).

2.8 HOST COMPUTER HARDWARE (PC)

A. The PC shall be an HP Elite-Desk 800 G2 Desktop Computer-Intel Core i7 (6th Gen) i7-6700 3.40 GHz-Small Form Factor. IT shall include an external 5.25 bays, display ports, maximum memory capacity 64 GB, DVD-Writer, 10 USB Ports, DVD-RAM +/- R +/- RW, 2 PCI Express Ports, Hard Drive RPM 7200, Wired connectivity 10/100/1000 Ethernet, Shared Graphics Memory, VGA, Windows Pro 7, DDR4 SDRAM, Preinstalled Architectural Operating System 64 Bit, Microsoft Windows Pro7 64 Bit Edition, Serial ATA, Memory Slots 4, USB 3.0 Ports, Dual-Layer Media Supported, DDR4-2133/PC4-17000, Serial ATA/600, Internal 2.5 Bays 1, Memory Form Factor DIMM, DDR4 SDRAM, Expansion Slots 4, Internal 3.5” Bays 2, Total Expansion Bays 5, Memory 4 GB, Graphics Controller HD Graphics 4600. The monitor shall be a HP EliteDisplay E222-LED monitor 21.5, 1920 x 1080 Full HD, IPS, 250 cd/m2, 1000:1, 7ms, HDMI, VGA, and have a display port.

2.9 OTHER CONTROL SYSTEM HARDWARE

A. Combination Variable Frequency Drive with Bypass shall be properly sized,

mounted, wired to the fan motor, and commissioned by the AHU manufacturer. Combination VFD shall include the VFD, a circuit breaker disconnect, bypass circuitry, a Drive-OFF-Bypass Auto-Bypass Hand switch, a manual speed control, and a control transformer. Factory mounting will facilitate temporary heating, cooling, ventilation, and / or timely completion of the project.

B. VARIABLE FREQUENCY DRIVES: The VFD shall be a high performance pulse

width modulated (PWM) AC drive that generates a sine-code, variable voltage/frequency, three phase output for optimum speed control. The VFD shall be digitally based using a common microprocessor control logic circuit board for

212 of 554

Page 213: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-9

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-9

the horsepower ratings. All programming shall be maintained in non-volatile RAM memory so the program will be maintained when power is removed. A digital operator keypad and display shall provide local control and readout for: run/stop, speed, reset, volts, amps, kilowatts, and diagnostics. Output current overload should be rated at 110% of motor FLA for one minute. The VFD shall have the following minimal protective features: current limited stall prevention, auto restart after momentary power loss, speed search for starting into rotating motor, phase-to-phase short circuit protection, and ground fault protection. Ambient service temperature rating of -10 to 50 degrees C, and humidity rating to 95% non-condensing. The VFD shall be UL508 listed and shall conform to applicable NEMA, ICS, NFPA, and IEC.

C. ENCLOSURE: VFD shall have full metal enclosure. Enclosure shall be

completely recessed inside the standard unit casing. The door should be identical construction to the access doors on the air handler. A manual shut down switch shall be located on the outside of the access door.

2.10 TEMPERATURE SENSORS

A. For high accuracy sensing, where shown, provide resistance temperature

detector (RTD) analog sensors with 100 ohm or 1000 ohm platinum elements. Provide elements with 3-lead connections to limit error due to lead length to 0.5 degrees F. Sensors shall provide an output signal of 4 to 20 mA DC that varies linearly and continuously with the sensed temperature, within the ranges specified. Calibration accuracy and linearly shall be 0.1 percent of span or 0.2°F whichever is less. Provide 1,000 ohm and/or Thermistor temperature elements with accuracy per above for all other temperature sensing. Sensors of a particular category in each building shall be of the same type and manufacturer. Temperature sensors shall be suitable for one or more of the following mounting methods: room (space) type, insertion (air duct) type, or immersion (liquid) type. Room type sensor shall have covers with allen head screws. Temperature sensors shall include the following: 1. ROOM TYPE: Element shall be concealed within cover with allen head

screws. a. Set Point & Temperature Indication

a.) Public Access - Under Cover b.) Private Office - Exposed

b. Where shown, access Port to MDSC/DDC loop with portable operator terminal

c. Where shown, push button for AHU/FC/UV extended run time (programmable at DDC and/or MDSC).

d. Provide push-button override capabilities which shall allow tenant to switch to timed occupied mode for after hours operation.

e. Provide display of selected system values such as set points, outdoor air temperature, operating mode, and actual air flow.

f. Provide the ability to change operational mode with proper access level.

2. INSERTION TYPE: extended surface averaging elements for ductwork applications shall be one foot in length for each 4 square feet of ductwork cross-sectional area with a minimum length of 6 feet. Sensors shall be: a. Stem or tip sensitive types. b. Sensing elements shall be hermetically sealed.

213 of 554

Page 214: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-10

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-10

c. Stem and tip construction shall be 304 stainless steel, copper, glass or epoxy.

d. All external trim material shall be corrosion resistant designed for the intended application.

3. IMMERSION TYPE: Tip sensitive spring loaded type with 3 inches and 6 inches where shown total immersion for use with sensor wells, unless otherwise indicated.

4. SENSOR WELLS: Brass and stainless steel materials as required for service. Thermal transmission material shall be compatible with the immersion sensor. Provide heat-sensitive transfer agent between exterior sensor surface and interior well surface.

5. OUTSIDE AIR TYPE: Provide element with sunshade to minimize solar effects. Mount element at least 3 inches from building outside wall. Sunshade shall not inhibit the flow of ambient air across the sensing element. Shade shall also protect sensing element from snow, ice, and rain.

6. DEW POINT: Element, power supply and enclosure.

B. Sensor Range: Provide the following spans for applications listed: 1. 50° F - room, chilled water, cooling coil discharge air, return air

sensors:(i.e. 10° to 60° F Glycol) 2. 100° F - outside air, hot water, heating coil discharge air sensors; and

(i.e. 40° to 140° F H/C water Supply) 3. 200° F - high temperature hot water, chilled-hot water system sensors.

(i.e. 25° to 225° F Boiler Supply) 4. 150° F - outside air, dew point (ie - 30° to 120° F)

2.11 HUMIDITY SENSORS

A. Shall be suitable for room (space) or insertion (air duct) shall be accurate to " 3% of R.H. shall be resistant to washout. Repeatability shall be " 2%. Range 10 to 95% R.H. 1. Room relative humidity sensor:

a. Humidity Range - 0 to 100% b. Operating Temperature - -40° F to +150° F c. Accuracy - "3% RH full range d. Sensing Element - Non-saturating, non-washout type e. Time response - 1 min. nominal in air at 3 ft/sec. f. Repeatability - "2% of full span

2. Duct Humidity Sensor: Provide a solid state humidity sensor with a range of 10 to 90 percent relative humidity with an accuracy of plus or minus 3% at 70° F. The sensing element shall be of the non-saturating non-washout type.

2.12 STATIC PRESSURE SENSOR ANALOG

A. Pressure transmitter transducer (building differential, duct static, velocity

pressure); capable of transmitting 4 to 20 mA or 1 to 5 VDC (electronic) signal proportional to building differential static, duct static and velocity pressure. 1. Minimum performance and application criteria:

a. Over-pressure: 150% or 5.0" whichever is greater b. Accuracy: +/- 1.5 percent of output span c. Dead Band: less than 0.2 percent of output span

214 of 554

Page 215: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-11

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-11

d. Hysteresis: within 0.5 percent of output span e. Linearity: within 1.0 percent of output span (at DDC panel) f. Repeatability: within 0.25 percent of output span g. Response: less than 30 seconds for full span input

2. Capacity to sense differentials of 0.01 IN WG above zero point. 3. Building (Differential) Static:

a. +0.25" to -0.25" 4. Duct (Differential) Static:

a. 0 to +6.0" b. 0 to +3.0"

5. Velocity Pressure: a. 0 to 0.0002" (50 FPM) - low flow may be measured by hot wire

anemometer or amplification of the velocity pressure. b. 0 to 0.01" (400 FPM)

B. Provide circuits and AD converters for required full scale range.

2.13 FLOW SENSORS

A. Air flow Measuring Station: (Outdoor Air for VAV AHU)

1. Air flow measuring stations shall measure air flow by the pitot tube or by the hot wire anemometer transverse method. Each unit shall consist of a network of velocity sensor, factory positioned and connected in parallel, to produce an equalized velocity measurement. The measured velocity converted to air flow (CFM) shall have accuracy within 3 percent of the full scale throughout the velocity range from 400 to 4000 FPM or the actual operating range whichever is less.

2. Each air flow measuring station shall be installed to meet at least the manufacturer's minimum installation conditions and shall not amplify the sound level within the duct and a self generated sound rating of less than NC 40. The maximum resistance to air flow shall not exceed 0.15 times the velocity head for the duct stations and 0.30 times the velocity head for the fan stations. The unit shall be suitable for continuous operation up to a temperature of 250° F.

3. Air flow measuring stations shall consist of 16 gauge sheet metal casing, an aluminum air velocity treatment and air straightening section with an open face area not less than 97 percent and a total and static pressure sensing manifold made of copper. Each station shall contain noncombustible sensors, which shall be incapable of producing toxic gases or fumes in the event of elevated duct temperatures. All interconnecting tubing or wiring shall be internal to the unit with the exception of the final output connection.

2.14 PRESSURE SENSORS

A. Construct the entire assembly so that shock, vibration, and pressure surges of

150 present of working pressure range, but not less than 25 psig above or below scale, shall neither harm the sensor nor affect sensor accuracy. Provide sensors with external adjustable span, adjustable zero elevation and suppression, and adjustable damping. Combined Linearity/Hysteresis and span shift accuracy shall be plus or minus 0.25 percent of full scale. Provide stainless steel type pressure sensors with the following characteristics:

215 of 554

Page 216: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-12

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-12

1. Ambient Temperature: 40° to 140° F temperature compensated range. 2. Isolation Valves: Sensors provided on steam or liquid piping shall have

an isolation valve installed between each sensor and shall have a three-valve manifold for isolation and nulling.

3. Syphon: Sensors provided on steam piping shall have a pigtail syphon between the sensor isolation valve and the sensor. Provide condensate wells and blowdown valves for differential pressure sensors.

4. Spare Pressure Taps: For ease of inserting a calibration meter.

B. Differential Pressure Analog: Provide bellows or filled-diaphragm sensor with solid state pre-amplifier. Sensors shall include the following: 1. Sensor Span: 0 to 25 psi or 0 to 100 psi as required per application. 2. Pressure: Sensor shall withstand Over-pressure of not less than 200

percent of working pressure and full vacuum under-pressure without damaging sensor or affecting sensor accuracy.

3. Other requirements same as pressure sensors above.

2.15 CARBON DIOXIDE (CO2) GAS TRANSMITTER

A. Where shown provide a CO2 transmitter with the following features: 1. Power supply 24 VDC 2. Element: Single beam 3. Output signal: 4 to 20 ma, 1 to 5 VDC linear (high impedance) 4. Sensor - Range = 0 to 2500 PPM CO2 5. Sensor - Accuracy = +/- 50 PPM CO2 6. Sensor - Repeatability = +/- 10 PPM CO2 7. Output drift = max of 2% of full range 8. Response time = 15 to 45 seconds to 90% of step change 9. Operating Conditions - Relative humidity = 0 to 99% RH, non-

condensing 10. Operating Conditions - Temperature = 32° F to 104° F

B. The transmitter housing shall be made of a fire retardant ABS composite material

with an off white coloring. The duct unit shall have a steel base plate for duct mounting installation. The room unit shall be designed for surface installation. Each unit shall have a terminal screw-type block. Minimum wire size shall be 24 AWG and maximum wire size shall be 14 AWG and maximum wire size shall be 14 AWG. The unit shall be equal to series QTS 2000 (duct or room type) as manufactured by Intec Controls, Inc. or Telair. Provide a calibration kit for each CO2 transmitter.

2.16 TRANSFORMERS

A. Provide step-down transformers where control equipment operates at lower than

line circuit voltage. Transformers serving individual heating, ventilating, and air-conditioning units shall be fed from the fan motor leads, or fed from the nearest distribution panel board or motor control center, using circuits provided for the purpose. Transformers, other than transformers in bridge circuits, shall have primaries wound for the voltage available and secondary’s wound for the correct control circuit voltage. Size transformers so that 80 percent of the rated capacity equals the connected load. Transformers shall be enclosed in a steel cabinet with conduit connections. Provide a disconnect switch on the primary side

216 of 554

Page 217: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-13

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-13

and a fuse cutout on the secondary side. Transformers shall conform to UL 506.

2.17 DIGITAL OUTPUT DEVICES

A. Control relays: Control relay contacts shall be rated for the application, with a minimum of two sets for Form C contacts, enclosed in a dust-proof enclosure. Relays shall have silver alloy contact material. Relay operation shall be in 20 milliseconds or less, with release time of 10 milliseconds or less and a life span rating of one million operations. Relays shall be equipped with coil transient suppression (limiting transients to non-damaging levels). All control relays shall be of the plug-in style with a separate base. All wiring shall be terminated to the base and not the relay itself.

B. Reed relays shall have been encapsulated in a glass type container housed in a

plastic or epoxy case. Contacts shall be rated for the applications. Operating and release time shall be on millisecond or less. Reed relays shall have a minimum life span rating of 10 million operations.

C. Contactors shall be of the single coil, electrically operated, mechanically held

type. Positive locking shall be obtained without the use of hooks, latches or semi-permanent magnets. Contacts shall be double break silver to silver type protected by arcing contacts. Number of contacts and ratings shall be selected for the applications. Operating and release times shall be 100 milliseconds or less. Contactors shall be equipped with coil transient suppression devices.

D. Solid state relay input-output isolation shall be greater than 10 billion ohms with a

breakdown voltage of 1500 V root mean square or greater at 60 Hz. The contact life shall be 10 million operations or greater. The ambient temperature range of SSR's shall be minus 20° to plus 140° F. Input impedance shall not be less than 500 ohms. Relays shall be rated for the application. Operating and release time shall be 100 milliseconds or less. Transient suppression shall be provided as an integral part of the relays.

2.18 MANUAL SELECTOR SWITCHES

A. Provide two, three or multiple position with operating levers and index plates

showing switch positions and names of apparatus controlled or other appropriate designations.

2.19 POWER LINE SURGE PROTECTION

A. Provide equipment that meets the spike susceptibility requirements of MIL-STD-

461C Notice 1. Provide a separate metallic enclosure at ground potential for required equipment. Fuses not permitted for surge protection.

2.20 SENSOR AND CONTROL WIRING AND TELEPHONE/MODEM WIRING SURGE

PROTECTION

A. Provide protective equipment that meets IEEE 472 surge withstand capacity test. Provide a separate metallic enclosure at ground potential for required equipment. Fuses not permitted for surge protection.

217 of 554

Page 218: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-14

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-14

2.21 CURRENT RUN - OFF SENSORS

A. Provide a current sensor on one phase of a motor or electric heater to sense current flow when the motor or heater is operating with contact closure for digital input signal. Provide manual setting from 20% to 110% of current flow with 5% differential from "ON" to "OFF". Software "ON" - "OFF" settings of current from the DDC panel is acceptable.

2.22 EQUIPMENT LABELS

A. Relay Directory. Will identify the panel, circuit and/or area served by each relay.

An adhesive backed label identifying the relays by number will be attached to the high voltage/low voltage divider.

B. All DDC equipment will be identified by an engraved lamented label (black on

white) showing the designation as found on the drawings. It will be attached (upper front) with self-threading screws.

C. Room thermostats and/or switches will be identified with an aluminized adhesive

backed label.

2.23 DAMPERS

A. Provide opposed blade and parallel blade dampers, factory fabricated of extruded aluminum or zinc- coated steel or stainless steel, with anti-friction nonferrous bearings, in accordance with SMACNA Duct Construction Standards. Provide elastomer seals along the damper blade edges and stainless steel seals along damper blade ends to maintain tight closure in closed position. Maximum air leakage rate for outside air intake dampers, return air dampers, and exhaust air dampers shall not exceed 0.5 percent (of damper volume based on 2000 FPM duct velocity) when closed against a 4-inch water gage static pressure. Damper operators shall have power to limit air leakage to the specified rate. Select dampers to provide correct flow characteristics as required by each application. When mixing two airflows, arrange dampers to provide efficient mixing without stratification. Modulating dampers shall be opposed blade and provide a linear relationship between airflow and operating range under actual operating conditions.

2.24 VALVES

A. Provide minimum ANSI Class 125 copper alloy valves or minimum ANSI Class

125 cast iron valves and minimum ANSI Class 150 steel or stainless steel valves. Install valves with stems horizontal or above. Valves shall have flanged end connections, except valves smaller than 2.5 inches may have union end connections or threaded end connections. Water valves shall be sized for a 5 psi differential through the valve at rated flow minimum. Select valve flow coefficient (Cv) for an actual pressure drop not less than 50 percent or greater than 125 percent of the design pressure drop at design flow. Ball valves with equal percentage flow characteristics (to complement the heat transfer curve of the heating or cooling coil) are acceptable up to and including one inch. Sizes 1-1/4" and large shall be equal percentage globe valves.

218 of 554

Page 219: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DIRECT DIGITAL CONTROL SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 09 23-15

DIRECT DIGITAL CONTROL SYSTEMS 23 09 23-15

2.25 OPERATORS

A. Provide electric motor type with spring return so that, in the event of power failure, operators shall FAIL SAFE in either the normally open or normally closed position as indicated or specified. Operators shall be quiet operating and function properly within range of 85 to 110 percent of the motive power of the system. Operators shall be sized with a force or torque 125% or greater than that required to operate the damper with full air flow or the valve with full water flow.

END OF SECTION

219 of 554

Page 220: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY HYDRONIC PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 21 13-1

HYDRONIC PIPING 23 21 13-1

SECTION 23 21 13 - HYDRONIC PIPING PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Pipe and pipe fittings for: 1. Chilled water piping system. 2. Equipment drains and overflows.

1.2 RELATED SECTIONS

A. Section "ACCESS DOORS"

B. Section "PIPING EXPANSION COMPENSATION"

C. Section "SUPPORTS & ANCHORS"

D. Section "GENERAL DUTY VALVES"

E. Section "MECHANICAL IDENTIFICATION"

F. Section "VIBRATION ISOLATION"

G. Section "PIPING INSULATION"

H. Section "HYDRONIC SPECIALTIES"

I. Section "CHEMICAL WATER TREATMENT" - Pipe cleaning.

J. Section "EQUIPMENT WIRING SYSTEMS" - Electrical characteristics and wiring

connections.

1.3 REFERENCES

A. ASME - Boiler and Pressure Vessel Codes, SEC 9 - Qualification Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brasing Operators.

B. ASME B16.3 - Malleable Iron Threaded Fittings Class 50 and 300.

C. ASME B16.18 - Cast Copper Alloy Solder Joint Pressure Fittings.

D. ASME B16.22 - Wrought Copper and Copper Alloy Solder Joint Pressure Fittings.

E. ASME B31.9 - Building Services Piping.

F. ASTM A53 - Pipe, Steel, Black and Hot-Dipped, Zinc Coated Welded and

Seamless.

G. ASTM A234 - Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures.

220 of 554

Page 221: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY HYDRONIC PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 21 13-2

HYDRONIC PIPING 23 21 13-2

H. ASTM B32 - Solder Metal.

I. ASTM B88 - Seamless Copper Water Tube. J. AWS A5.8 - Brazing Filler Metal.

K. AWS D1.1 - Structural Welding Code.

L. MSS SP58 - Pipe Hangers and Supports - Materials, Design and Manufacture.

M. MSS SP69 - Pipe Hangers and Supports - Selection and Application.

N. MSS SP89 - Pipe Hangers and Supports - Fabrication and Installation Practices.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Product Data: Include data on pipe materials, pipe fittings, valves, and

accessories. Provide manufacturers catalogue information. Indicate valve data and ratings.

C. Welders Certificate: Include welder’s certification of compliance with ASME SEC

9. and AWS D1.1.

D. Manufacturer's Installation Instructions: Indicate hanging and support methods, joining procedures.

1.5 PROJECT RECORD DOCUMENTS

A. Submit under provisions of the General Requirements.

B. Record actual locations of valves and provide a value schedule in mechanical

room.

1.6 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of the General Requirements.

B. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views.

1.7 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing the Products specified in

this section with minimum five years documented experience.

B. Installer: Company specializing in performing the work of this section with minimum three years documented experience.

C. Welders: Certify in accordance with ASME SEC 9. and AWS D1.1.

221 of 554

Page 222: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY HYDRONIC PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 21 13-3

HYDRONIC PIPING 23 21 13-3

1.8 REGULATORY REQUIREMENTS

A. Conform to ASME B31.9 code for installation of piping system.

B. Welding Materials and Procedures: Conform to ASME SEC 9 and applicable state labor regulations.

C. Provide certificate of compliance indicating approval of welders.

1.9 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products to site under provisions of the General

Requirements.

B. Accept valves on site in shipping containers with labeling in place. Inspect for damage.

C. Provide temporary protective coating on cast iron and steel valves.

D. Provide temporary end caps and closures on piping and fittings. Maintain in

place until installation.

E. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system.

1.10 ENVIRONMENTAL REQUIREMENTS

A. Do not install underground piping when bedding is wet or frozen.

PART 2 - PRODUCTS

2.1 CHILLED WATER PIPING, ABOVE GRADE

A. Steel Pipe: ASTM A53, Schedule 40, seamless black. 1. Fittings: ASTM B16.3, malleable iron or ASTM A234, forged steel welding

type. 2. Joints: Threaded or AWS D1.1 welded.

2.2 EQUIPMENT DRAINS AND OVERFLOWS

A. Steel Pipe: ASTM A53, Schedule 40 galvanized.

1. Fittings: Galvanized cast iron, or ASTM B16.3 malleable iron. 2. Joints: Threaded, or grooved mechanical couplings.

B. Copper Tubing: ASTM B88, Type L, hard drawn. 1. Fittings: ASME B16.18, cast brass, or ASME B16.22 solder wrought

copper. 2. Joints: Solder, lead free, ASTM B32, 95-5 tin-antimony, or tin and silver,

with melting range 430° to 535° F (220° to 280° C).

222 of 554

Page 223: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY HYDRONIC PIPING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 21 13-4

HYDRONIC PIPING 23 21 13-4

2.3 UNIONS, FLANGES, AND COUPLINGS

A. Unions for Pipe 2 Inches (50 mm) and Under: 1. Ferrous Piping: 150 psig (1034 kPa) malleable iron, threaded. 2. Copper Pipe: Bronze, soldered joints.

B. Flanges for Pipe Over 2 Inches (50 mm):

1. Ferrous Piping: 150 psig (1034 kPa) forged steel, slip-on. 2. Copper Piping: Bronze. 3. Gaskets: 1/16 inch (1.6 mm) thick preformed neoprene.

C. Grooved and Shouldered Pipe End Couplings:

1. Housing Clamps: Malleable iron galvanized to engage and lock, designed to permit some angular deflection, contraction, and expansion.

2. Sealing Gasket: C-shape elastomer composition for operating temperature range from 10° F to 230° F.

3. Accessories: Steel bolts, nuts, and washers.

D. Dielectric Connections: Union with galvanized or plated steel threaded end, copper solder end, water impervious isolation barrier.

END OF SECTION

223 of 554

Page 224: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY HYDRONIC SPECIALTIES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 21 16-1

HYDRONIC SPECIALTIES 23 21 16-1

SECTION 23 21 16- HYDRONIC SPECIALTIES PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Air vents.

B. Strainers.

C. Flow indicators, controls, meters.

1.2 RELATED SECTIONS

A. Section "HYDRONIC PIPING"

B. Section "CHEMICAL WATER TREATMENT" - Pipe Cleaning

1.3 REFERENCES

A. ASME - Boilers and Pressure Vessel Codes, SEC 8-D-Rules for Construction of Pressure Vessels.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Product Data: Provide product data for manufactured products and assemblies

required for this project. Include component sizes, rough-in requirements, service sizes, and finishes. Include product description, model and dimensions.

C. Submit inspection certificates for pressure vessels from authority having

jurisdiction.

D. Manufacturer's Installation Instructions: Indicate hanging and support methods, joining procedures.

1.5 PROJECT RECORD DOCUMENTS

A. Submit under provisions of General Requirements. B. Record actual locations of flow devices and valves. Provide chart in mechanical

room.

1.6 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of General Requirements.

B. Maintenance Data: Include installation instructions, assembly views, lubrication instructions, and replacement parts list.

224 of 554

Page 225: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY HYDRONIC SPECIALTIES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 21 16-2

HYDRONIC SPECIALTIES 23 21 16-2

1.7 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing the Products specified in

this section with minimum five years documented experience.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products to site under provisions of General Requirements.

B. Accept valves on site in shipping containers with labeling in place. Inspect for

damage. C. Provide temporary protective coating on cast iron and steel valves.

D. Provide temporary end caps and closures on piping and fittings. Maintain in

place until installation.

E. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system.

PART 2 - PRODUCTS

2.1 AIR VENTS

A. Manufacturers: 1. Armstrong 2. Bell & Gossett ITT

B. Manual Air Vent: Bronze body and nonferrous internal parts; 150 psig working

pressure, 225° F operating temperature; manually operating with screwdriver or thumbscrew; and having 1/8 inch discharge connection and 1/2 inch inlet connections.

2.2 STRAINERS

A. Size 2 inch (50 mm) and Under:

1. Manufacturers: a. Armstrong Pumps b. Virtaulic Co. c. Metraflex d. Flow Design

2. Screwed brass or iron body for 175 psig (1200 kPa) working pressure, Y pattern with 20 mesh (0.8 mm) stainless steel perforated screen; 40 mesh 1-1/2 GPM and less.

B. Size 2-1/2 inch (65 mm) to 4 inch (100 mm):

1. Manufacturers: a. Armstrong Pumps b. Virtaulic Co. c. Metraflex

225 of 554

Page 226: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY HYDRONIC SPECIALTIES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 21 16-3

HYDRONIC SPECIALTIES 23 21 16-3

2. Flanged iron body for 175 psig (1200 kPa) working pressure, Y pattern with 3/64 inch (1.2 mm) stainless steel perforated screen.

2.3 FLOW CONTROLS

A. Manufacturers: 1. Bell & Gossett ITT 2. Flow Design 3. Griswold 4. TACO, Inc.

B. Construction: Brass or bronze body with Y-body access to the flow cartridge,

temperature and pressure test plug on inlet unit. Unit shall be located on the return side of the coil.

C. Calibration: Control flow within 5 percent of selected GPM rating, with a true 2-32

psi control range; having a maximum head loss of 4.6 feet.

D. Control Mechanism: Stainless steel or nickel plated brass piston operating against stainless steel helical spring.

E. Accessories: Y-strainer with blow down on coil inlet.

END OF SECTION

226 of 554

Page 227: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY HVAC PUMPS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 21 23-1

HVAC PUMPS 23 21 23-1

SECTION 23 21 23 - HVAC PUMPS PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Base mounted pumps.

1.2 RELATED SECTIONS

A. Section "MOTORS"

B. Section "VIBRATION ISOLATION"

C. Section "PIPING INSULATION"

D. Section "EQUIPMENT INSULATION"

E. Section "HYDRONIC PIPING"

F. Section "HYDRONIC SPECIALTIES"

G. Section "EQUIPMENT WIRING SYSTEMS" - Electrical characteristics and wiring connections.

1.3 REFERENCES

A. UL 778 - Motor Operated Water Pumps.

B. NFPA 70 - National Electrical Code.

1.4 PERFORMANCE REQUIREMENTS

A. Ensure pumps operate at specified system fluid temperatures without vapor

binding and cavitation, are non-overloading in parallel or individual operation, and operate within 25 percent of midpoint of published maximum efficiency curve.

1.5 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS". B. Product Data: Provide certified pump curves showing performance

characteristics with pump and system operating point plotted. Include NPSH curve when applicable. Include electrical characteristics and connection requirements.

C. Manufacturer's Installation Instructions: Indicate hanging and support

requirements and recommendations. D. Millwright's Certificate: Certify that base mounted pumps have been aligned.

227 of 554

Page 228: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY HVAC PUMPS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 21 23-2

HVAC PUMPS 23 21 23-2

1.6 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of General Requirements. B. Operation and Maintenance Data: Include installation instructions, assembly

views, lubrication instructions, and replacement parts list.

1.7 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacture, assembly, and field performance of pumps with minimum five documented years experience.

B. Alignment: Base mounted pumps shall be aligned by qualified millwright.

1.8 REGULATORY REQUIREMENTS

A. Products Requiring Electrical Connection: Listed and classified by testing firm

acceptable to the authority having jurisdiction as suitable for the purpose specified and indicated.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Provide pumps specified on drawings by one of the following manufacturers: 1. Armstrong Pumps 2. TACO Inc. 3. Auroa Pumps 4. Bell & Gossett, ITT.

2.2 BASE-MOUNTED, SEPARATELY-COUPLED, END-SUCTION PUMPS

A. General Description: Pumps shall be base-mounted, centrifugal, separately-

coupled, end-suction, single-stage, bronze-fitted, radially split case design, and rated for 175 psig working pressure and 225° F continuous water temperature.

B. Casing Construction: Cast-iron, with flanged piping connections, and threaded

gage tappings at inlet and outlet flange connections. C. Impeller Construction: Statically and dynamically balanced, closed, overhung,

single-suction, fabricated from cast bronze conforming to ASTM B 584, keyed to shaft and secured by a locking capscrew.

D. Wear Rings: Replaceable, bronze. E. Pump Shaft and Sleeve Bearings: Steel shaft, with bronze sleeve. F. Seals: Mechanical seals consisting of carbon steel rotating ring, stainless steel

spring, ceramic seat, and flexible bellows and gasket. G. Pump Couplings: Flexible, capable of absorbing torsional vibration and shaft

228 of 554

Page 229: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY HVAC PUMPS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 21 23-3

HVAC PUMPS 23 21 23-3

misalignment; complete with metal coupling guard. H. Mounting Frame: Factory-welded frame and cross members, fabricated of steel

channels and angles conforming to ASTM B 36. Fabricate for mounting pump casing, coupler guard, and motor. Grind welds smooth prior to application of factory finish. Motor mounting holes for field-installed motors shall be field-frilled.

I. Motor: Secured to mounting frame with adjustable alignment on mounting frame.

END OF SECTION

229 of 554

Page 230: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CHEMICAL WATER TREATMENT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 25 00-1

CHEMICAL WATER TREATMENT 23 25 00-1

SECTION 23 25 00 - CHEMICAL WATER TREATMENT PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Cleaning of piping systems.

B. Chemical feeder equipment.

C. Chemical treatment.

1.2 RELATED SECTIONS

A. Section "EQUIPMENT WIRING SYSTEMS" - Electrical characteristics and wiring connections.

1.3 REFERENCES

A. NFPA 70 - National Electrical Code.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Shop Drawings: Indicate system schematic, equipment locations, and controls

schematics, electrical characteristics and connection requirements.

C. Product Data: Provide chemical treatment materials, chemicals, and equipment including electrical characteristics and connection requirements.

D. Manufacturer's Installation Instructions: Indicate placement of equipment in

systems, piping configuration, and connection requirements.

E. Manufacturer's Field Reports: Submit under provisions of the General Requirements.

F. Manufacturer's Field Reports: Indicate start-up of treatment systems when

completed and operating properly. Indicate analysis of system water after cleaning and after treatment.

G. Submit certificate of compliance from authority having jurisdiction indicating

approval of chemicals and their proposed disposal.

1.5 PROJECT RECORD DOCUMENTS

A. Submit under provisions of the General Requirements.

B. Record actual locations of equipment and piping, including sampling points and location of chemical injectors.

230 of 554

Page 231: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CHEMICAL WATER TREATMENT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 25 00-2

CHEMICAL WATER TREATMENT 23 25 00-2

1.6 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of the General Requirements.

B. Operation and Maintenance Data: Include data on chemical feed pumps,

agitators, and other equipment including spare parts lists, procedures, and treatment programs. Include step by step instructions on test procedures including target concentrations.

1.7 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing the products specified in

this Section with minimum three years documented experience. Company shall have local representatives with water analysis laboratories and full time service personnel.

B. Installer: Company specializing in performing the work of this section with

minimum five years documented experience and approved by manufacturer.

1.8 REGULATORY REQUIREMENTS

A. Conform to applicable code for addition of non-potable chemicals to building mechanical systems, and for to public sewage systems.

B. Products Requiring Electrical Connection: Listed and classified by testing firm

acceptable to the authority having jurisdiction as suitable for the purpose specified and indicated.

1.9 MAINTENANCE SERVICE

A. Furnish service and maintenance of treatment systems for one year from Date of

Substantial Completion.

B. Provide technical service visits as required by owner to perform field inspections and make water analysis on site. Detail findings in writing on proper practices, chemical treating requirements, and corrective actions needed. Submit two copies of field service report after each visit.

C. Provide laboratory and technical assistance services during this maintenance

period.

D. Include four hour training course for operating personnel, instructing them on installation, care, maintenance, testing, and operation of water treatment systems. Arrange course at start up of systems.

E. Provide on site inspections of equipment during scheduled or emergency

shutdown to properly evaluate success of water treatment program, and make recommendations in writing based upon these inspections.

1.10 MAINTENANCE MATERIALS

231 of 554

Page 232: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CHEMICAL WATER TREATMENT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 25 00-3

CHEMICAL WATER TREATMENT 23 25 00-3

A. Provide maintenance materials under provisions of the General Requirements.

B. Provide sufficient chemicals for treatment and testing during warranty period. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Cascade Water Services B. Anderson Chemical Co. C. Mogul Division

D. Nalco Chemical Co. E. Aquaavics, Inc. Water F. Mitco G. R2J Chemical Water Services

2.2 MATERIALS

A. System Cleaner:

1. Liquid alkaline compound with emulsifying agents and detergents to remove grease and petroleum products.

2. Biocide.

B. Closed System Treatment (Water): 1. Sequestering agent to reduce deposits and adjust pH. 2. Corrosion inhibitors. 3. Conductivity enhancers.

2.3 BY-PASS (POT) FEEDER (Per Section "HYDRONIC SPECIALTIES")

2.4 TEST EQUIPMENT

A. Provide white enamel test cabinet with local and fluorescent light, capable of

accommodating 4 - 10 ml zeroing titrating burettes and associated reagents.

B. Provide the following test kits: 1. Alkalinity titration test kit. 2. Chloride titration test kit. 3. Sulphite titration test kit. 4. Total hardness titration test kit. 5. Low phosphate test kit. 6. Conductivity bridge, range 0 - 10,000 microhms. 7. Creosol red pH slide complete with reagent. 8. Portable electronic conductivity meter. 9. High nitrite test kit.

232 of 554

Page 233: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CHEMICAL WATER TREATMENT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 25 00-4

CHEMICAL WATER TREATMENT 23 25 00-4

END OF SECTION

233 of 554

Page 234: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DUCTWORK HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 31 13-1

DUCTWORK 23 31 13-1

SECTION 23 31 13- DUCTWORK PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Metal ductwork. B. Duct cleaning.

1.2 RELATED SECTIONS

A. Section "SUPPORTS AND ANCHORS" - Sleeves.

B. Section "DUCT INSULATION" - External insulation and duct liner.

C. Section "DUCTWORK ACCESSORIES"

D. Section "AIR INLETS AND OUTLETS"

E. Section "TESTING, ADJUSTING AND BALANCING"

1.3 REFERENCES

A. ASHRAE standards - "Duct Construction" chapter in ASHRAE handbooks.

B. ASTM A 36 - Structural Steel.

C. ASTM A 90 - Weight of Coating on Zinc-Coated (Galvanized) Iron or Steel

Articles.

D. ASTM A 366 - Steel, Sheet, Carbon, Cold Rolled, Commercial Quality.

E. ASTM A 480 - General Requirements for Flat-Rolled Stainless and Heat-Resisting Steel Plate, Sheet, and Strip.

F. ASTM A 525 - General Requirements for Steel Sheet, Zinc- Coated (Galvanized)

by the Hot-Dip Process.

G. ASTM A 527 - Steel Sheet, Zinc-Coated (Galvanized) by Hot-Dip Process, Lock Forming Quality.

H. ASTM A 568 - Steel, Sheet, Carbon, and High-Strength, Low-Alloy, Hot-Rolled

and Cold-Rolled.

I. ASTM A 569 - Steel, Carbon (0.15 Maximum, Percent), Hot-Rolled Sheet and Strip, Commercial Quality.

J. AWS D9.1 - Welding of Sheet Metal.

K. NFPA 90A - Installation of Air Conditioning and Ventilating Systems.

234 of 554

Page 235: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DUCTWORK HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 31 13-2

DUCTWORK 23 31 13-2

L. NFPA 90B - Installation of Warm Air Heating and Air Conditioning Systems. M. SMACNA - HVAC Air Duct Leakage Test Manual.

N. SMACNA - HVAC Duct Construction Standards - Metal and Flexible.

O. UL 181 - Factory-Made Air Ducts and Connectors.

1.4 PERFORMANCE REQUIREMENTS

A. No variation of duct configuration or sizes permitted except by written permission.

Size round ducts installed in place of rectangular ducts in accordance with ASHRAE table of equivalent rectangular and round ducts.

1.5 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Shop Drawings: Indicate duct fittings, particulars such as gages, sizes, welds,

and configuration prior to start of work for glass fiber duct systems.

C. Product Data: Provide data for duct materials, duct liner and duct connectors.

D. Test Reports: Indicate pressure tests performed. Include date, section tested, test pressure, and leakage rate, following SMACNA HVAC Air Duct Leakage Test Manual.

E. Manufacturer's Installation Instructions: Indicate special procedures for glass

fiber ducts.

1.6 PROJECT RECORD DOCUMENTS

A. Submit under provisions of The General Requirements.

B. Record actual locations of ducts and duct fittings. Record changes in fitting location and type. Show additional fittings used.

1.7 QUALITY ASSURANCE

A. Perform Work in accordance with SMACNA - HVAC Duct Construction Standards

- Metal and Flexible.

B. Maintain one copy of document on site.

1.8 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years documented experience.

B. Installer: Company specializing in performing the work of this section with

minimum three years documented experience.

1.9 REGULATORY REQUIREMENTS

235 of 554

Page 236: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DUCTWORK HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 31 13-3

DUCTWORK 23 31 13-3

A. Construct ductwork to NFPA 90A, NFPA 90B, NFPA 91 and NFPA 96 standards.

1.10 ENVIRONMENTAL REQUIREMENTS

A. Do not install duct sealants when temperatures are less than those recommended by sealant manufacturers.

B. Maintain temperatures during and after installation of duct sealants.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Type of duct specified on drawings and described within this section. B. Galvanized Steel Ducts: ASTM A525 and ASTM A527 galvanized steel sheet,

lock-forming quality, having G90 zinc coating of in conformance with ASTM A90.

C. Fasteners: Rivets, bolts, or sheet metal screws.

D. Sealant: 1. Non-hardening, water resistant, fire resistive, compatible with mating

materials; liquid used alone or with tape, or heavy mastic.

E. Hanger Rod: ASTM A36; steel, galvanized; threaded both ends, threaded one end, or continuously threaded.

END OF SECTION

236 of 554

Page 237: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DUCTWORK ACCESSORIES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 33 00-1

DUCTWORK ACCESSORIES 23 33 00-1

SECTION 23 33 00 - DUCTWORK ACCESSORIES PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Air turning devices/extractors. B. Backdraft dampers.

C. Smoke dampers.

D. Duct access doors.

E. Duct test holes.

F. Flexible duct connections.

G. Volume control dampers.

1.2 RELATED SECTIONS

A. Section "VIBRATION ISOLATION"

B. Section "DUCTWORK"

C. Section "EQUIPMENT WIRING SYSTEMS" - Electrical characteristics and wiring

connections.

1.3 REFERENCES

A. NFPA 90A - Installation of Air Conditioning and Ventilating Systems. B. NFPA 92A - Smoke Control Systems.

C. NFPA 70 - National Electrical Code.

D. SMACNA - HVAC Duct Construction Standards - Metal and Flexible.

E. UL 33 - Heat Responsive Links for Fire-Protection Service.

F. UL 555 - Fire Dampers and Ceiling Dampers.

G. UL 555S - Leakage Rated Dampers for Use in Smoke Control Systems.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS". B. Shop Drawings: Indicate for shop fabricated assemblies including volume control

dampers, duct access doors and duct test holes.

237 of 554

Page 238: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DUCTWORK ACCESSORIES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 33 00-2

DUCTWORK ACCESSORIES 23 33 00-2

C. Product Data: Provide for shop fabricated assemblies including volume control dampers, duct access doors, duct test holes and hardware used. Include electrical characteristics and connection requirements.

D. Manufacturer's Installation Instructions: Indicate for fire dampers and

combination fire and smoke dampers. 1.5 PROJECT RECORD DOCUMENTS

A. Submit under provisions of the General Requirements.

B. Record actual locations of access doors and test holes.

1.6 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing the Products specified in

this section with minimum five years documented experience.

1.7 REGULATORY REQUIREMENTS

A. Products Requiring Electrical Connection: Listed and classified by Underwriters' Laboratories Inc., testing firm acceptable to the authority having jurisdiction as suitable for the purpose specified and indicated.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products to site under provisions of the General

Requirements.

B. Protect dampers from damage to operating linkages and blades. PART 2 - PRODUCTS

2.1 DUCT ACCESS DOORS

A. Manufacturers: 1. Air Balance Inc. 2. Ruskin Mfg. 3. Duro Dyne Corp.

B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards -

Metal and Flexible, and as indicated.

C. Fabrication: Rigid and close-fitting of galvanized steel with sealing gaskets and quick fastening locking devices. For insulated ductwork, install minimum one inch (25 mm) thick insulation with sheet metal cover. 1. Less Than 12 Inches (300 mm) Square: Secure with sash locks. 2. Up to 18 Inches (450 mm) Square: Provide two hinges and two sash

locks. 3. Up to 24 x 48 Inches (600 x 1200 mm): Three hinges and two

compression latches with outside and inside handles. 4. Larger Sizes: Provide an additional hinge.

238 of 554

Page 239: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DUCTWORK ACCESSORIES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 33 00-3

DUCTWORK ACCESSORIES 23 33 00-3

5. Provide compression Latch.

D. Access doors with sheet metal screw fasteners are not acceptable.

2.2 DUCT TEST HOLES

A. Temporary Test Holes: Cut or drill in ducts as required. Cap with neat patches, neoprene plugs, threaded plugs, or threaded or twist-on metal caps.

B. Permanent Test Holes: Factory fabricated, air tight flanged fittings with screw

cap. Provide extended neck fittings to clear insulation.

2.3 FLEXIBLE DUCT CONNECTIONS

A. Manufacturers: 1. Duro Dyne Corp. 2. Ventfabrics Inc. 3. Flexaust

B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards -

Metal and Flexible, and as indicated.

C. Connector: Fabric crimped into metal edging strip. 1. Fabric: UL listed fire-retardant neoprene coated woven glass fiber fabric

to NFPA 90A.

2.4 SMOKE DAMPERS

A. Manufacturers: 1. Air Balance Inc. 2. Ruskin Mfg. 3. Louvers & Dampers

B. Fabricate in accordance with NFPA 90A and UL 5555, and as indicated.

C. Dampers: UL Class 1 curtain type fire damper, normally open.

D. Electro Thermal Link: Fusible link melting at 165° F; 120 volts, single phase, 60

Hz; UL listed and labeled.

2.5 VOLUME CONTROL DAMPERS

A. Manufacturers: 1. Air Balance Inc. 2. Ruskin Mfg. 3. Airguide

B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards -

Metal and Flexible, and as indicated.

C. Splitter Dampers: 1. Material: Same gage as duct to 24 inches (600 mm) size in either

239 of 554

Page 240: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY DUCTWORK ACCESSORIES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 33 00-4

DUCTWORK ACCESSORIES 23 33 00-4

direction, and two gages heavier for sizes over 24 inches (600 mm). 2. Blade: Fabricate of single thickness sheet metal to streamline shape,

secured with continuous hinge or rod. 3. Operator: Minimum 1/4 inch (6 mm) diameter rod in self aligning,

universal joint action, flanged bushing with set screw.

D. Single Blade Dampers: Fabricate for duct sizes up to 12 x 48 inch. E. Multi-Blade Damper: Fabricate of opposed blade pattern with maximum blade

sizes 8 x 72 inch (200 x 1825 mm). Assemble center and edge crimped blades in prime coated or galvanized channel frame with suitable hardware.

F. End Bearings: Except in round ductwork 12 inches and smaller, provide end

bearings. On multiple blade dampers, provide oil-impregnated nylon or sintered bronze bearings.

G. Quadrants:

1. Provide locking, indicating quadrant regulators on single and multi-blade dampers.

2. On insulated ducts mount quadrant regulators on stand-off mounting brackets, bases, or adapters.

3. Where rod lengths exceed 30 inches (750 mm) provide regulator at both ends.

END OF SECTION

240 of 554

Page 241: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CENTRIFUGAL FANS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 34 00-1

CENTRIFUGAL FANS 23 34 00-1

SECTION 23 34 00 – CENTRIFUGAL FANS PART 1 GENERAL 1.1 SECTION INCLUDES

A. Roof exhausters.

B. Wall exhausters.

C. Cabinet exhaust fans.

D. Ceiling exhaust fans. 1.2 REFERENCES

A. AMCA 99 - Standards Handbook.

B. AMCA 210 - Laboratory Methods of Testing Fans for Rating Purposes.

C. AMCA 261 - Directory of Products Licensed to Bear the AMCA Certified Ratings Seal.

D. AMCA 300 - Test Code for Sound Rating Air Moving Devices.

E. AMCA 301 - Method of Publishing Sound Ratings for Air Moving Devices.

F. NEMA MG1 - Motors and Generators.

G. NFPA 70 - National Electrical Code.

H. UL 705 - Power Ventilators. 1.3 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS". B. Product Data: Provide data on fans and accessories including fan curves with specified

operating point clearly plotted, sound power levels at rated capacity, and electrical characteristics and connection requirements.

C. Manufacturer's Installation Instructions.

1.4 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of the General Requirements.

B. Maintenance Data: Include instructions for lubrication, motor and drive replacement, spare parts list, and wiring diagrams.

1.5 EXTRA MATERIALS

A. Furnish under provisions of the General Requirements.

241 of 554

Page 242: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CENTRIFUGAL FANS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 34 00-2

CENTRIFUGAL FANS 23 34 00-2

B. Provide two sets of belts for each belt-driven fan. PART 2 PRODUCTS 2.1 MANUFACTURERS

A. ACME Engineering & Mfg. Co.

B. Penn Ventilator Co.

C. Greenheck Fan Corp.

D. Loren Cook Co.

E. Carnes Co. 2.2 ROOF EXHAUSTERS

A. Product Requirements: 1. Performance Ratings: Conform to AMCA 210 and bear the AMCA Certified

Rating Seal. 2. Sound Ratings: AMCA 301, tested to AMCA 300, and bear AMCA Certified

Sound Rating Seal. 3. Fabrication: Conform to AMCA 99. 4. UL Compliance: UL listed and labeled, designed, manufactured, and tested in

accordance with UL 705.

B. Fan Unit: V-belt or direct driven as indicated, with spun aluminum housing; resilient mounted motor; 1/2 inch (13 mm) mesh, 16 gage (2 mm) aluminum birdscreen; square base to suit roof curb with continuous curb gaskets.

C. Roof Curb: Provide manufacturers roof curb 12 inches high unless indicated otherwise,

self flashing of aluminum with continuously welded seams, built in cant strips, one inch insulation and curb bottom, interior baffle with acoustic insulation, curb bottom, ventilated double wall hinged curb adapter, and factory installed treated nailer strip.

D. Electrical Characteristics and Components

1. Electrical Characteristics: As listed on schedule. 2. Motor: NEMA MG1. 3. Wiring Terminations: Provide terminal lugs to match branch circuit conductor

quantities, sizes, and materials indicated. Enclose terminal lugs in terminal box sized to NFPA 70.

4. Disconnect Switch: Provide Factory wired, non-fusible, in housing for thermal overload protected motor and solid state speed controller.

E. Backdraft Damper: Gravity actuated, aluminum multiple blade construction, felt edged

with nylon bearings.

F. Sheaves: Cast iron or steel, dynamically balanced, bored to fit shafts and keyed; variable and adjustable pitch motor sheave selected so required rpm is obtained with sheaves set at mid-position; fan shaft with self aligning pre-lubricated ball bearings.

2.3 WALL EXHAUSTERS

242 of 554

Page 243: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CENTRIFUGAL FANS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 34 00-3

CENTRIFUGAL FANS 23 34 00-3

A. Fan Unit: V-belt or direct driven with spun aluminum housing; resiliently mounted motor; 1/2 inch (13 mm) mesh, 16 gage (2.0 mm) aluminum bird screen.

B. Electrical Characteristics and Components 1. Electrical Characteristics: As listed on drawings. 2. Motor: NEMA MG1. 3. Wiring Terminations: Provide terminal lugs to match branch circuit conductor

quantities, sizes, and materials indicated. Enclose terminal lugs in terminal box sized to NFPA 70.

4. Disconnect Switch: Factory wired, non-fusible, in housing for thermal overload protected motor and solid state speed controller.

C. Backdraft Damper: Gravity activated, aluminum multiple blade construction, felt edged

with nylon bearings.

D. Sheaves: For V-belt drives, provide cast iron or steel, dynamically balanced, bored to fit shafts and keyed; variable and adjustable pitch motor sheaves selected so required rpm is obtained with sheaves set at mid-position; fan shaft with self aligning pre-lubricated ball bearings.

2.4 CABINET AND CEILING EXHAUST FANS

A. Centrifugal Fan Unit: V-belt or direct driven with galvanized steel housing lined with 1/2 inch (13 mm) acoustic insulation, resilient mounted motor, gravity backdraft damper in discharge.

B. Electrical Characteristics and Components

1. Electrical Characteristics: As listed on drawings. 2. Motor: Refer to Section "MOTORS". 3. Wiring Terminations: Provide terminal lugs to match branch circuit conductor

quantities, sizes, and materials indicated. Enclose terminal lugs in terminal box sized to NFPA 70.

4. Disconnect Switch: Cord and plug in housing for thermal overload protected motor and solid state speed controller.

C. Grille: Molded white plastic or aluminum with baked white enamel finish.

D. Sheaves: Cast iron or steel, dynamically balanced, bored to fit shafts and keyed; variable

and adjustable pitch motor sheaves selected so required rpm is obtained with sheaves set at mid-position; fan shaft with self-aligning pre-lubricated ball bearings.

PART 3 EXECUTION 3.1 INSTALLATION

A. Install in accordance with manufacturer's instructions.

B. Secure roof or wall exhausters with aluminum or stainless steel lag screws to roof curb or structure.

C. Extend ducts to roof or wall exhausters into roof curb or structure. Counterflash duct to

roof or wall opening.

D. Install flexible connections specified in other sections between fan inlet and ductwork.

243 of 554

Page 244: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CENTRIFUGAL FANS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 34 00-4

CENTRIFUGAL FANS 23 34 00-4

Ensure metal bands of connectors are parallel with minimum one inch (25 mm) flex between ductwork and fan while running.

E. Provide sheaves required for final air balance.

F. Install backdraft dampers on inlet to roof and wall exhausters.

G. Provide backdraft dampers on outlet from cabinet and ceiling exhauster fans and as

indicated.

H. Do not operate fans for any purpose until ductwork is clean, filters in place, bearings lubricated, and fan has been test run under observation.

END OF SECTION

244 of 554

Page 245: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY POWER VENTILATORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 34 01-1

POWER VENTILATORS 23 34 01-1

SECTION 23 34 01 - POWER VENTILATORS PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Roof exhausters. B. Wall exhausters.

C. Cabinet exhaust fans.

D. Ceiling exhaust fans.

1.2 RELATED SECTIONS

A. Section "MOTORS" B. Section "VIBRATION ISOLATORS'

C. Section "CENTRIFUGAL FANS"

D. Section "DUCTWORK"

E. Section "DUCT ACCESSORIES" - Backdraft dampers.

F. Section "EQUIPMENT WIRING SYSTEMS" - Electrical characteristics and wiring

connections.

1.3 REFERENCES

A. AMCA 99 - Standards Handbook.

B. AMCA 210 - Laboratory Methods of Testing Fans for Rating Purposes.

C. AMCA 261 - Directory of Products Licensed to Bear the AMCA Certified Ratings Seal.

D. AMCA 300 - Test Code for Sound Rating Air Moving Devices.

E. AMCA 301 - Method of Publishing Sound Ratings for Air Moving Devices.

F. NEMA MG1 - Motors and Generators.

G. NFPA 70 - National Electrical Code.

H. UL 705 - Power Ventilators.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Product Data: Provide data on fans and accessories including fan curves with

245 of 554

Page 246: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY POWER VENTILATORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 34 01-2

POWER VENTILATORS 23 34 01-2

specified operating point clearly plotted, sound power levels at rated capacity, and electrical characteristics and connection requirements.

C. Manufacturer's Installation Instructions.

1.5 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of the General Requirements.

B. Maintenance Data: Include instructions for lubrication, motor and drive

replacement, spare parts list, and wiring diagrams.

1.6 EXTRA MATERIALS

A. Furnish under provisions of the General Requirements.

B. Provide two sets of belts for each belt-driven fan. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. ACME Engineering & Mfg. Co. B. Penn Ventilator Co.

C. Greenheck Fan Corp.

D. Loren Cook Co.

E. Carnes Co.

2.2 ROOF EXHAUSTERS

A. Product Requirements:

1. Performance Ratings: Conform to AMCA 210 and bear the AMCA Certified Rating Seal.

2. Sound Ratings: AMCA 301, tested to AMCA 300, and bear AMCA Certified Sound Rating Seal.

3. Fabrication: Conform to AMCA 99. 4. UL Compliance: UL listed and labeled, designed, manufactured, and

tested in accordance with UL 705.

B. Fan Unit: V-belt or direct driven as indicated, with spun aluminum housing; resilient mounted motor; 1/2 inch (13 mm) mesh, 16 gage (2 mm) aluminum birdscreen; square base to suit roof curb with continuous curb gaskets.

C. Roof Curb: Provide manufacturers roof curb 12 inches high unless indicated

otherwise, self flashing of aluminum with continuously welded seams, built in cant strips, one inch insulation and curb bottom, interior baffle with acoustic insulation, curb bottom, ventilated double wall hinged curb adapter, and factory installed treated nailer strip.

246 of 554

Page 247: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY POWER VENTILATORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 34 01-3

POWER VENTILATORS 23 34 01-3

D. Electrical Characteristics and Components 1. Electrical Characteristics: As listed on schedule. 2. Motor: NEMA MG1. 3. Wiring Terminations: Provide terminal lugs to match branch circuit

conductor quantities, sizes, and materials indicated. Enclose terminal lugs in terminal box sized to NFPA 70.

4. Disconnect Switch: Provide Factory wired, non-fusible, in housing for thermal overload protected motor and solid state speed controller.

E. Backdraft Damper: Gravity actuated, aluminum multiple blade construction, felt

edged with nylon bearings.

F. Sheaves: Cast iron or steel, dynamically balanced, bored to fit shafts and keyed; variable and adjustable pitch motor sheave selected so required rpm is obtained with sheaves set at mid-position; fan shaft with self aligning pre-lubricated ball bearings.

2.3 WALL EXHAUSTERS

A. Fan Unit: V-belt or direct driven with spun aluminum housing; resiliently mounted

motor; 1/2 inch (13 mm) mesh, 16 gage (2.0 mm) aluminum bird screen.

B. Electrical Characteristics and Components 1. Electrical Characteristics: As listed on drawings. 2. Motor: NEMA MG1. 3. Wiring Terminations: Provide terminal lugs to match branch circuit

conductor quantities, sizes, and materials indicated. Enclose terminal lugs in terminal box sized to NFPA 70.

4. Disconnect Switch: Factory wired, non-fusible, in housing for thermal overload protected motor and solid state speed controller.

C. Backdraft Damper: Gravity activated, aluminum multiple blade construction, felt

edged with nylon bearings.

D. Sheaves: For V-belt drives, provide cast iron or steel, dynamically balanced, bored to fit shafts and keyed; variable and adjustable pitch motor sheaves selected so required rpm is obtained with sheaves set at mid-position; fan shaft with self aligning pre-lubricated ball bearings.

2.4 CABINET AND CEILING EXHAUST FANS

A. Centrifugal Fan Unit: V-belt or direct driven with galvanized steel housing lined

with 1/2 inch (13 mm) acoustic insulation, resilient mounted motor, gravity backdraft damper in discharge.

B. Electrical Characteristics and Components

1. Electrical Characteristics: As listed on drawings. 2. Motor: Refer to Section "MOTORS". 3. Wiring Terminations: Provide terminal lugs to match branch circuit

conductor quantities, sizes, and materials indicated. Enclose terminal lugs in terminal box sized to NFPA 70.

4. Disconnect Switch: Cord and plug in housing for thermal overload protected motor and solid state speed controller.

247 of 554

Page 248: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY POWER VENTILATORS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 34 01-4

POWER VENTILATORS 23 34 01-4

C. Grille: Molded white plastic or aluminum with baked white enamel finish.

D. Sheaves: Cast iron or steel, dynamically balanced, bored to fit shafts and keyed;

variable and adjustable pitch motor sheaves selected so required rpm is obtained with sheaves set at mid-position; fan shaft with self-aligning pre-lubricated ball bearings.

END OF SECTION

248 of 554

Page 249: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY AIR INLETS AND OUTLETS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 37 00-1

AIR INLETS AND OUTLETS 23 37 00-1

SECTION 23 37 00 - AIR INLETS AND OUTLETS PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Diffusers. B. Light troffer diffusers.

C. Registers/grilles.

D. Louvers.

E. Louvered penthouses.

F. Roof hoods.

G. Goosenecks.

1.2 RELATED SECTIONS

A. Sections pertaining to Door grilles. B. Sections pertaining to Metal wall louvers.

1.3 REFERENCES

A. ADC 1062 - Certification, Rating and Test Manual.

B. AMCA 500 - Test Method for Louvers, Dampers and Shutters.

C. ARI 650 - Air Outlets and Inlets.

D. ASHRAE 70 - Method of Testing for Rating the Air Flow Performance of Outlets

and Inlets.

E. SMACNA - HVAC Duct Construction Standard - Metal and Flexible.

F. NFPA 70 - National Electrical Code.

G. NFPA 90A - Installation of Air Conditioning and Ventilating Systems.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Product Data: Provide data for equipment required for this project. Review outlets and inlets as to size, finish, and type of mounting prior to submission. Submit schedule of outlets and inlets showing type, size, location, application, and noise level.

249 of 554

Page 250: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY AIR INLETS AND OUTLETS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 37 00-2

AIR INLETS AND OUTLETS 23 37 00-2

C. Samples: Submit one of each required air outlet and inlet type. 1.5 PROJECT RECORD DOCUMENTS

A. Submit under provisions of the General Requirements.

B. Record actual locations of air outlets and inlets.

1.6 QUALITY ASSURANCE

A. Test and rate air outlet and inlet performance in accordance with ADC Equipment

Test Code 1062 and ASHRAE 70.

B. Test and rate louver performance in accordance with AMCA 500.

1.7 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years documented experience.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Carnes B. Titus

C. Kruger

D. MetalAire

E. Ruskin

F. Penn G. Price

2.2 CEILING DIFFUSERS AND GRILLES

A. General: Except as otherwise indicated, provide manufacturer's standard ceiling

air diffusers and grilles where shown; of size, shape, capacity and type indicated; constructed of materials and components as indicated, and as required for complete installation.

B. Performance: Provide ceiling air diffusers and grilles that have, as minimum,

temperature and velocity traverses, throw and drop, and noise criteria ratings for each size device as listed in manufacturer's current data.

C. Ceiling Compatibility: Provide diffusers and grilles with border styles that are

compatible with adjacent ceiling systems, and that are specifically manufactured to fit into ceiling module with accurate fit and adequate support. Refer to general construction drawing and specifications for types of ceiling systems which will

250 of 554

Page 251: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY AIR INLETS AND OUTLETS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 37 00-3

AIR INLETS AND OUTLETS 23 37 00-3

contain each type of ceiling air diffuser and grille.

D. Types: Provide ceiling diffusers and grilles of type, capacity, and with accessories and finishes as listed on diffuser schedule.

2.3 ROOF HOODS

A. Fabricate air inlet in accordance with SMACNA HVAC Duct Construction

Standards - Metal and Flexible.

B. Fabricate of galvanized steel, minimum 16 gage (1.50 mm) base and 20 gage (0.90 mm) hood, or aluminum, minimum 16 gage (1.50 mm) base and 18 gage (1.20 mm) hood; suitably reinforced; with removable hood; birdscreen with 1/2 inch (13 mm) square mesh for exhaust and 3/4 inch (19 mm) for intake, and factory prime coat and baked enamel finish.

C. Mount unit on minimum 12 inch (300 mm) high curb base with insulation between

duct and curb.

D. Make hood outlet area minimum of twice throat area.

2.4 GOOSENECKS

A. Fabricate in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible, of minimum 18 gage (1.20 mm) galvanized steel.

B. Mount on minimum 12 inch (300 mm) high curb base where size exceeds 9 x 9

inch.

END OF SECTION

251 of 554

Page 252: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY OUTDOOR AIR COOLED CHILLERS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 64 00-1

OUTDOOR AIR COOLED CHILLERS 23 64 00-1

SECTION 23 64 00- OUTDOOR AIR-COOLED CHILLERS PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General and Supplementary Conditions apply to work of this section.

B. "Basic Mechanical Materials and Methods" section applies to work specified in

this section.

1.2 DESCRIPTION OF WORK

A. Extent of chiller work required by this section is indicated on drawings and schedules, and by requirements of this section.

B. Types of outdoor air-cooled chillers specified in this section include the following:

1. Rotary screw.

C. Refer to other sections for concrete pads, piping, piping specialties, pumps, and valves, which are required external to chillers for installation; not work of this section.

D. Refer to other sections for field-installed automatic temperature controls required

in conjunction with chillers; not work of this section.

E. Refer to section "Vibration Control" for vibration control work required in connection with chillers; not work of this section.

F. Electrical Wiring: Refer to "Electrical Provisions of Mechanical Work" section for

requirements.

G. Electrical Wiring: Provide the following wiring as work of this section: 1. Provide motor starter and electrical disconnect for chiller's factory-wired

control cabinet.

H. Refer to electrical sections for other electrical wiring work including wires/cables, raceways, and project required electrical devices; not work of this section.

1.3 QUALITY ASSURANCE

A. Manufacturers: Firms regularly engaged in manufacture of scroll or screw

chillers, of types and capacities required, whose products have been in satisfactory use in similar service for not less than 5 years.

B. Installer's Qualifications: Firm with at least 5 years of successful installation

experience with projects utilizing reciprocating, scroll or screw chillers similar to those required for this project.

C. ARI Compliance: Test and rate reciprocating or scroll chillers in accordance with

ARI Std 590, latest edition.

252 of 554

Page 253: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY OUTDOOR AIR COOLED CHILLERS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 64 00-2

OUTDOOR AIR COOLED CHILLERS 23 64 00-2

D. ASHRAE Compliance: Construct and install chillers in accordance with ASHRAE Std 15, latest edition, "Safety Code for Mechanical Refrigeration". Provide Energy Efficiency Ratio (EER) for reciprocating chillers not less than prescribed by ASHRAE Std 90A, "Energy Conservation in New Building De-sign" and in accordance with appropriate Energy Codes.

E. NEC Compliance: Comply with applicable NEC requirements pertaining to

electrical power and control wiring for construction and installation of chillers.

F. ANSI Compliance: Comply with ANSI B9.1 safety code requirements pertaining to unit construction of chillers.

G. ASME Compliance: Construct and test air-cooled liquid chillers in accordance

with ASME Boiler and Pressure Vessel Code, Section 8.

H. Stamp cooler with ASME mark when cooler has been successfully tested in accordance with ASME Code.

I. Pressure test cooler for refrigerant working side pressure of not less than 235

PSIG (1620 kPa), and water side pressure of not less than 150 PSIG (1034 kPa). Leak test cooled condenser coils at 150 PSIG (1034 kPa) and pressure test coils at 450 PSIG (3103 kPa).

J. NEMA Compliance: Provide high-efficiency motors for chillers which comply with

NEMA Standards Pub/No.'s MG 1, 2, 3, 10, and 11.

K. UL Compliance: Comply with applicable requirements of UL 465, "Central Cooling Air Conditioners", pertaining to construction and installation chillers. Provide chillers which are UL-listed and labeled.

1.4 SUBMITTALS

A. Product Data: Submit manufacturer's technical product data, including rated

capacities for chillers indicated, weights (shipping, installed, and operating), furnished specialties and accessories; and rigging, installation, and start-up instructions.

B. Shop Drawings: Submit manufacturer's assembly-type shop drawings indicating

dimensions, weight loadings, required clearances, methods of assembly of components, and location and size of each field-connection.

C. Provide templates for anchor bolt placement in concrete pad. Deliver templates to

concrete installer so work by others is not delayed.

D. Wiring Diagrams: Submit manufacturer's electrical requirements for power supply wiring to units. Submit manufacturer's ladder-type wiring diagrams for interlock and control wiring. Clearly differentiate between portions of wiring that are factory-installed and portions to be field-installed.

E. Maintenance Data: Submit maintenance data and parts list for each chiller,

control, and accessory; including "trouble-shooting" maintenance guide. Include this data and product data in maintenance manual; in accordance with

253 of 554

Page 254: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY OUTDOOR AIR COOLED CHILLERS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 64 00-3

OUTDOOR AIR COOLED CHILLERS 23 64 00-3

requirements of Division 1.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Handle chillers and components properly to prevent damage, breaking, denting and scoring. Do not install damaged chillers or components; replace with new. Comply with manufacturer's rigging and installation instructions for unloading chillers, and transporting them to final location.

B. Store chillers and components in clean dry space. Protect from weather, dirt,

fumes, water, construction debris, and physical damage. Storage temperatures for unit controls are not to exceed 185° F (85°C).

1.6 WARRANTY

A. Section - Warranties and Bonds. B. Provide a five year warranty to include labor, materials, refrigerant and coverage

for the refrigerant compressors. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Subject to compliance with requirements, provide air-cooled chillers of one of the following or approved equal. PSTA reserves the right to make the sole determination of whether the model offered meets the minimum specifications and is acceptable in accordance with the specifications stated herein. 1. Carrier Corporation 2. McQuay Group 3. Trane Company 4. York 5. Lennox

2.2 OUTDOOR AIR-COOLED ROTARY SCREW CHILLER

A. General: Provide factory-assembled and tested outdoor air-cooled liquid chillers

as indicated, consisting of compressors, condenser, evaporator, expansion valve, control panel, and manufacturer's standard starter. Provide capacity and electrical characteristics as scheduled.

B. General:

1. Units shall be leak and pressure tested at 450 psig high side, 300 psig low side, then evacuated and charged. All air-cooled chillers shall be factory tested to confirm operation prior to shipment. Units shall ship with full operating charge of oil and refrigerant.

2. Unit panels, structural elements and control boxes shall be constructed of 12-gauge galvanized steel and mounted on welded structural steel base. Unit panels and control boxes shall be finished with a baked on powder paint, and the structural base with air dry paint. All paint shall meet with requirement for outdoor equipment of the U.S. Navy and other federal government agencies.

254 of 554

Page 255: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY OUTDOOR AIR COOLED CHILLERS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 64 00-4

OUTDOOR AIR COOLED CHILLERS 23 64 00-4

C. Evaporator: The evaporator shall be a tube-in-shell heat exchanger design with

internally finned copper tubes roller expanded into the tube sheet. The evaporator shall be designed, tested and stamped in accordance with ASME for a refrigerant side working pressure of 300 psig. The evaporator shall be designed for a water side working pressure of 215 psig. The evaporator shall have one water pass with a series of internal baffles. Each shell shall include a vent, a drain and fittings for temperature control sensors and be insulated with 3/4-inch Armaflex II or equal insulation (K-0.26). Heat tape with thermostat will be provided to protect the evaporator from freezing at ambient temperatures down to -20° F.

D. Condenser and Fans:

1. Air-cooled condenser coils shall have aluminum fins mechanically bonded to internally finned seamless copper tubing. The condenser coil shall have an integral sub cooling circuit and also provide oil coiling for the compressor bearing and injection oil. Condensers shall be factory proof and leak tested at 506 psig.

2. Direct-drive vertical discharge condenser fans shall be dynamically balanced. Three-phase condenser fans motor with permanently lubricated ball bearing and internal thermal overload protection shall be provided. Standard 70-400 ton units shall start and operate down to 15° F ambient.

E. Compressor and Lube Oil System:

1. The rotary screw compressor shall be semi-hermetic, direct drive, 3600 rpm, with capacity control slide valve, rolling element bearings, differential refrigerant pressure oil pump and oil heater. The motor shall be a suction gas cooled hermetically sealed, two-pole squirrel cage induction motor.

2. Oil separator and filtration devices shall be provided separate from the compressor. Check valves in the compressor discharge and lube oil system and a solenoid valve in the lube system shall be provided.

F. Refrigeration Circuits: Each unit shall have two refrigerant circuits, with one or

two rotary screw compressors per circuit. Each refrigerant circuit shall include a compressor section and discharge service valve, liquid line sight glass with moisture indicator, charging port and electronic expansion valve. Fully modulating compressors and electronic expansion valves shall provide variable capacity modulation over the entire operating range.

G. Unit Controls:

1. All unit controls shall be housed in a weathertight enclosure with removable plates to allow for customer connection of power wiring and remote interlocks. All controls, including sensors, shall be factory mounted and tested prior to shipment. All cataloged units shall be UL listed.

2. Microcomputer controls shall provide all control functions including start-up and shut down, leaving chilled water temperature control, compressor and electronic expansion valve modulation, fan sequencing, anti-recycle logic, automatic lead/lag compressor starting and load limiting. Provide BAS interface with chiller controls.

3. The unit control module, utilizing a microprocessor, shall automatically

255 of 554

Page 256: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY OUTDOOR AIR COOLED CHILLERS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 64 00-5

OUTDOOR AIR COOLED CHILLERS 23 64 00-5

take action to avoid unit shutdown due to abnormal operating conditions associated with low refrigerant temperature, high condensing temperature and motor current overload. Should the abnormal operating condition continue until a protective limit is violated, the unit shall shut down.

4. Unit protective functions shall include loss of chilled water flow, evaporator freezing, loss of refrigerant, low refrigerant pressure, high refrigerant pressure, reverse rotation, compressor starting and running over current, phase loss, phase imbalance, phase reversal, and loss of oil flow.

5. Provide a menu driven digital display which shall indicate over 20 operating data points including chilled water setpoint, current limit setpoint, leaving chilled water temperature, evaporator and condenser refrigerant pressures and temperatures. The digital display shall be read and advanced on the unit without opening any control panel doors.

6. Standard power connections shall include main three phase power and two 115 volt single phase power connections for control power and heat tape.

H. Starters: Starters shall be housed in a weathertight enclosure with removable

cover plate to allow for customer connection of power wiring. Star (Wye) Delta closed transition starters (33 percent of LRA inrush) shall be standard on 70-400 ton 200-230 volt units. An optional Star (Wye) Delta closed transition starter (33 percent of LRA inrush) shall be available on 70-215 ton 460/575 volt units.

I. Units shall be provided with these optional features:

1. Compressor Cycle Counter/Hour Meters: One cycle counter and hour meter provided per compressor.

2. Unit Disconnect Switch: Non-fused molded case disconnect switch factory installed inside of the control panel for disconnecting of main three-phase power.

3. Gauges: Field-installed gauges monitor suction and discharge pressure. One set provided per refrigerant circuit.

4. DP Switch: Available for field installation. PART 3 - EXECUTION

3.1 INSPECTION

A. Installer must examine areas and conditions under which chillers are to be installed and notify Contractor in writing of conditions detrimental to proper completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to Installer.

3.2 INSTALLATION OF CHILLERS

A. General: Install chillers in accordance with manufacturer's written instructions.

Install units plumb and level, firmly anchored in locations indicated; maintain manufacturer's recommended clearances.

B. Support: Provide reinforced concrete pad for floor mounted units. Furnish

anchor bolts which are to be inserted in concrete pad to Concrete Installer.

256 of 554

Page 257: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY OUTDOOR AIR COOLED CHILLERS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 64 00-6

OUTDOOR AIR COOLED CHILLERS 23 64 00-6

Concrete pad shall be high enough so to top of chiller is at outdoor equipment wall height or taller, where applicable.

C. Chilled Water Piping: Refer to section "HYDRONIC PIPING". Connect inlet to

evaporator with controller bulb well, shutoff valve, thermometer, strainer, flow switch, flexible pipe connector, pressure gage, and union or flange. Connect outlet to evaporator with shutoff valve, balancing cock, thermometer, flexible pipe connection, pressure gage, and union or flange.

D. Electrical Wiring: Install electrical devices furnished by manufacturer but not

specified to be factory-mounted. Furnish copy of manufacturer's wiring diagram submittal to Electrical Installer.

E. Verify that electrical wiring installation is in accordance with manufacturer's

submittal and installation requirements of electrical sections. Do not proceed with equipment start-up until wiring installation is acceptable to manufacturer and equipment installer.

F. Control: Furnish field-installed automatic temperature control requirements to

Control Installer. Field-installed automatic temperature controls are not work of this section.

G. Provide services of manufacturer's factory-trained service representative to start-

up chillers. Include in start-up procedures, testing controls, demonstration of compliance with requirements, and replacement of damaged or malfunctioning controls and equipment.

H. Start-up chillers, in accordance with manufacturer's start-up instructions, and in

presence of manufacturer's technical representative. Test controls and demonstrate compliance with requirements. Replace damaged, or malfunctioning, controls and equipment and retest.

I. Do not place chillers in sustained operation prior to initial balancing of mechanical

systems which interface with the reciprocating chillers.

3.3 TRAINING OF OWNER'S PERSONNEL

A. Contractor shall engage a factory-authorized service representative to provide a minimum of 200 hours of chilled water and direct digital control systems classroom training for PSTA’s facilities employees. Training hours will be tracked by the mechanical contractor and PSTA. 60 days before completion of the project the Contractor is to submit the training program and schedule to PSTA for approval. All training must be approved by the PSTA in order to be counted as actual training. All training shall be video-taped. See PSTA’s section on Testing, Start-up and Training.

B. Only experienced instructors thoroughly trained in the operation and maintenance

of the HVAC equipment and related systems shall be used in order to instruct PSTA personnel.

END OF SECTION

257 of 554

Page 258: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY AIR HANDLING UNITS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 73 13-1

AIR HANDLING UNITS 23 73 13-1

SECTION 23 73 13- AIR HANDLING UNITS PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Air handling units, unit ventilators and fan coil units. B. Heating coils.

C. Combination filter/mixing boxes.

D. Filter sections.

E. Face and bypass dampers.

F. Multi-zone dampers.

G. Cooling coils.

1.2 RELATED SECTIONS

A. Section "EXPANSION COMPENSATION" B. Section "MOTORS"

C. Section "VIBRATION ISOLATION"

D. Section "DUCTWORK INSULATION"

E. Section "PLUMBING PIPING" - Equipment drains.

F. Section "CENTRIFUGAL FANS"

G. Section "DUCTWORK"

H. Section "DUCTWORK ACCESSORIES" - Flexible duct connections.

I. Section "EQUIPMENT WIRING SYSTEMS" - Electrical characteristics and wiring

connections.

1.3 REFERENCES

A. AFBMA 9 - Load Ratings and Fatigue Life for Ball Bearings.

B. AFBMA 11 - Load Ratings and Fatigue Life for Roller Bearings.

C. AMCA 99 - Standards Handbook.

D. AMCA 210 - Laboratory Methods of Testing Fans for Rating Purposes.

E. AMCA 300 - Test Code for Sound Rating Air Moving Devices.

258 of 554

Page 259: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY AIR HANDLING UNITS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 73 13-2

AIR HANDLING UNITS 23 73 13-2

F. AMCA 301 - Method of Publishing Sound Ratings for Air Moving Devices. G. AMCA 500 - Test Methods for Louver, Dampers, and Shutters.

H. ARI 410 - Forced-Circulation Air-Cooling and Air-Heating Coils.

I. ARI 430 - Central-Station Air-Handling Units.

J. ARI 435 - Application of Central-Station Air-Handling Units.

K. ASHRAE Standard 15 - Safety Code for Mechanical Refrigeration.

L. NEMA MG1 - Motors and Generators.

M. NFPA 70 - National Electrical Code.

N. NFPA 90A - Standard of the installation of Air Conditioning and Ventilating

Systems.

O. SMACNA - HVAC Duct Construction Standards - Metal and Flexible.

P. UL 900 - Test Performance of Air Filter Units.

1.4 SUBMITTALS

A. Submit under provisions of General Requirements Section "SUBMITTALS".

B. Shop Drawings: Indicate assembly, unit dimensions, weight loading, required clearances, construction details, field connection details, and electrical characteristics and connection requirements.

C. Product Data:

1. Provide literature which indicates dimensions, weights, capacities, ratings, fan performance, gages and finishes of materials, and electrical characteristics and connection requirements.

2. Provide data of filter media, filter performance data, filter assembly, and filter frames.

3. Provide fan curves with specified operating point clearly plotted. 4. Submit sound power level data for both fan outlet and casing radiation at

rated capacity. 5. Submit electrical requirements for power supply wiring including wiring

diagrams for interlock and control wiring, clearly indicating factory-installed and field-installed wiring.

D. Manufacturer's Installation Instructions.

1.5 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of the General Requirements.

B. Maintenance Data: Include instructions for lubrication, filter replacement, motor

259 of 554

Page 260: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY AIR HANDLING UNITS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 73 13-3

AIR HANDLING UNITS 23 73 13-3

and drive replacement, spare parts lists, and wiring diagrams.

1.6 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years documented experience, who issues complete catalog data on total product.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products to site under provisions of the General

Requirements.

B. Accept products on site in factory-fabricated protective containers, with factory-installed shipping skids and lifting lugs. Inspect for damage.

C. Store in clean dry place and protect from weather and construction traffic.

Handle carefully to avoid damage to components, enclosures, and finish.

1.8 ENVIRONMENTAL REQUIREMENTS

A. Do not operate units for any purpose, temporary or permanent, until ductwork is clean, filters are in place, bearings lubricated, and fan has been test run under observation.

1.9 EXTRA MATERIALS

A. Furnish under provisions of the General Requirements.

B. Provide two sets of fan belts (on belt driven equipment) for each AHU. Provide

enough filter material for two complete filter changes for each AHU. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. McQuay Inc. B. Trane Co.

C. Carrier

D. Temtrol E. Ventrol

2.2 AIR HANDLING UNITS

A. General: Provide factory-fabricated and factory-tested units as indicated, of sizes

and capacities as scheduled, and as specified herein.

B. Casings: Construct casings of l6-ga minimum mill galvanized steel, designed to

260 of 554

Page 261: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY AIR HANDLING UNITS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 73 13-4

AIR HANDLING UNITS 23 73 13-4

withstand specified operating pressures. Provide casing panels and/or access doors that are easily and quickly removable for inspection and access to internal parts. Units shall be double wall constructed to prevent fiberglass erosion into air stream. All unit doors shall also be double wall, completely sealed. Foil face insulation is not acceptable.

C. Provide single zone units consisting of fan section, coil section, filter section,

adjustable fan motor mounting, and drain pan.

D. Provide reinforced points of support for either setting or hanging units.

E. Provide sloped, insulated double wall, non-corrosive, drain pan, located under cooling coil section extensive enough to catch condensate leaving coil at highest catalogued face velocity. Provide at least one drain connection at low point in drain pan.

F. Cover casing and frame with protective finish on all sides.

G. Coil Sections: Provide common or individual casing for heating and cooling coils

as required. Design internal structure of coil section to allow for removal of coils, and provide suitable baffles to assure no air bypass around coils. Provide condensate pans and drain connections to cooling coil sections of sufficient size to contain and remove coil condensate. Insulate coil section casings and drain pans as specified. Construct coils with copper tubing primary surface and aluminum secondary surface bonded by tubes by method approved by specified manufacturer. Provide chilled water threaded connections. Provide chilled water with non-ferrous drain and vent connections. All casings shall be stainless steel.

H. Fan Sections: Provide air foil centrifugal fans specifically designed and suitable

for class of service indicated. After test and balance provide with fixed synchronous drive on fan motors. Provide adjustable motor base, adjusted with mounting bolts, to provide variation in center distance. Provide locking nuts, or similar devices, to secure base in proper position. Provide belt-driven fans with adjustable pitch pulley permitting fan speed to be varied. Select pulley for mid- point of adjustable range. Design fan shafts so as not to pass through first critical speed when unit comes up to rated RPM. Provide grease-lubricated fan bearings with externally accessible fittings for lubrication. Statically and dynamically balance fan assemblies in fan housing after final assembly. Where indicated, provide fans with internal fan vibration isolation. 1. Performance Ratings: Conform to AMCA 210 and bear the AMCA

Certified Rating Seal. 2. Sound Ratings: AMCA 301; tested to AMCA 300 and bear AMCA

Certified Sound Rating Seal.

I. Filter Boxes: Provide filter boxes with either hinged access doors at each end. Provide racks to receive filters.

J. Insulation: Insulate unit casing from air entrance to unit, to air outlet from unit.

Securely attach insulation, of sufficient thickness and density to prevent condensation from forming on unit casing. Unit shall be insulated to meet minimum energy code requirements, but in no instance less than an equivalent installed R-value = 6.0. Provide insulation with fire-retarding characteristics,

261 of 554

Page 262: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY AIR HANDLING UNITS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 23 73 13-5

AIR HANDLING UNITS 23 73 13-5

complying with NFPA 90A. Provide sheet metal liner over all internal insulation.

K. Mixing Boxes: Provide mixing boxes of physical size to match basic unit, and include equal-sized flanged openings capable of handling full air flow. Arrange openings as indicated. Provide dual action parallel dampers with sealing edges, arranged to operate automatically with one set of linkage. Provide dampers of balanced construction, rotating in sintered bronze of nylon bearings.

L. Provide dampers with leakage limited to 20 CFM/sq. ft. at 4" w.g.

M. Air Filters: Provide air filters to fit in filter box, of the following type:

1. Provide 2" pleated media pre-filters and 4" mini pleated main filters in aluminum filter frames, 65% efficient with a minimum 95% arrestance (MERV 11).

END OF SECTION

262 of 554

Page 263: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC ELECTRICAL REQUIREMENTS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 00 01-1

BASIC ELECTRICAL REQUIREMENTS 26 00 01-1

SECTION 26 00 01 - BASIC ELECTRICAL REQUIREMENTS PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General Conditions, apply to this section.

1.2 SUMMARY

A. This Section includes general administrative and procedural requirements for

electrical installations. The following administrative and procedural requirements are included in this Section to expand the requirements specified in General Conditions: 1. Submittals. 2. Coordination drawings. 3. Maintenance manuals. 4. Record documents. 5. Rough-ins. 6. Electrical installations. 7. Cutting and patching.

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

section: 1. Section "ELECTRICAL REQUIREMENTS FOR MECHANICAL

EQUIPMENT," for factory-installed motors, controllers, accessories, and connections.

2. Section "BASIC ELECTRICAL MATERIALS AND METHODS," for materials and methods common to the remainder of Division 16, plus general related specifications including: a. Access to electrical installations. b. Excavation for electrical installations within the building

boundaries and from building to utility connections. 1.3 SUBMITTALS

A. General: Follow the procedures specified in General Conditions Section

"SUBMITTALS."

B. Increase, by the quantity listed below, the number of electrical related shop drawings, product data, and samples submitted, to allow for required distribution plus two copies of each submittal required, which will be retained by the Electrical Consulting Engineer.

C. Shop Drawings - Initial Submittal: 1 additional blue - or black-line prints.

D. Shop Drawings - Final Submittal: 1 additional blue - or black-line prints.

E. Product Data: 1 additional copy of each item.

F. Samples: 1 addition as set.

263 of 554

Page 264: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC ELECTRICAL REQUIREMENTS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 00 01-2

BASIC ELECTRICAL REQUIREMENTS 26 00 01-2

G. Additional copies may be required by individual sections of these Specifications.

H. Submittals that include multiple items of equipment such as enclosed switches, motor controllers, TVSS devices, panelboards, cabinets, wiring devices, fire alarm devices, and occupancy sensors should be provided with a spreadsheet schedule outlining the following: 1. Quantity, manufacturer’s code number, description of equipment or

device, room location or equipment on which it will be installed i.e. HVAC AHU, etc., applicable rating such as voltage, wattage, amps, etc., and any mounting information.

1.4 COORDINATION DRAWINGS

A. Prepare coordination drawings in accordance with General Conditions Section

"PROJECT COORDINATION," to a scale of 1/4"=1'-0" or larger; detailing major elements, components, and systems of electrical equipment and materials in relationship with other mechanical, electrical, HVAC, plumbing, fire protection, sprinkler, cabinet heights and other systems, installations, and building components. Indicate locations where space is limited for installation and access and where sequencing and coordination of installations are of importance to the efficient flow of the Work, including (but not necessarily limited to) the following: 1. Mezzanine area 2. Exterior chiller yard area.

B. Indicate the proposed locations of major raceway systems, equipment, and

materials. Include the following: 1. Clearances for servicing equipment, including space for equipment

disassembly required for periodic maintenance. 2. Exterior wall and foundation penetrations. 3. Fire-rated wall and floor penetrations. 4. Equipment connections and support details. 5. Sizes and location of required concrete pads and bases. 6. Indicate scheduling, sequencing, movement, and positioning of large

equipment into the building during construction. 7. Prepare floor plans, elevations, and details to indicate penetrations in

floors, walls, and ceilings and their relationship to other penetrations and installations.

1.5 RECORD DOCUMENTS

A. Prepare record documents in accordance with the requirements in General

Conditions Section "CONTRACT CLOSEOUT." In addition to the requirements specified in General Conditions Section, indicate installed conditions for: 1. Major raceway systems, size and location, for both exterior and interior;

locations of control devices; distribution and branch electrical circuitry; and fuse and circuit breaker size and arrangements.

2. Equipment locations (exposed and concealed), dimensioned from prominent building lines.

3. Approved substitutions, Contract Modifications, and actual equipment and materials installed.

B. Engage the services of a Land Surveyor or Professional Engineer registered in

264 of 554

Page 265: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC ELECTRICAL REQUIREMENTS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 00 01-3

BASIC ELECTRICAL REQUIREMENTS 26 00 01-3

the state in which the project is located as specified in General Conditions Section "FIELD ENGINEERING" to record the locations and invert elevations of underground installations.

1.6 MAINTENANCE MANUALS

A. Prepare maintenance manuals in accordance with General Conditions Section

"PROJECT CLOSE-OUT." In addition to the requirements specified in General Conditions, include the following information for equipment items: 1. Description of function, normal operating characteristics and limitations,

performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts.

2. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions.

3. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions.

4. Servicing instructions and lubrication charts and schedules.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver products to the project properly identified with names, model numbers, types, grades, compliance labels, and other information needed for identification.

1.8 CLOSEOUT DOCUMENTS

A. The contractor shall provide electronic as-built construction drawings in AutoCAD dwg and Adobe pdf format. The electrical drawings will be available in electronic format at the beginning of the project. The contractor shall sign the release provided by the engineer prior to receiving the files.

PART 2 - GENERAL

2.1 ELECTRICAL EQUIPMENT

A. All motor starters, safety switches, variable speed drives, relays, motor control centers, MDP's, switchboards, panelboards, contactors and all other electrical equipment shall be of the same manufacturer, unless provided as electrical equipment on approved factory fabricated equipment, such as chiller starters, rooftop units, condensing units, etc.

END OF SECTION

265 of 554

Page 266: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC ELECTRICAL MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 00 02-1

BASIC ELECTRICAL MATERIALS & METHODS 26 00 02-1

SECTION 26 00 02 - BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General Conditions, apply to this Section.

B. Requirements specified in Section "Basic Electrical Requirements" apply to this

Section.

1.2 SUMMARY

A. This Section includes limited scope general construction materials and methods for application with electrical installations as follows: 1. Selective demolition including:

a. Nondestructive removal of materials and equipment for reuse or salvage as indicated.

b. Dismantling electrical materials and equipment made obsolete by these installations.

2. Excavation for underground utilities and services, including underground raceways, vaults, and equipment.

3. Miscellaneous metals for support of electrical materials and equipment. 4. Wood grounds, nailers, blocking, fasteners, and anchorage for support of

electrical materials and equipment. 5. Joint sealers for sealing around electrical materials and equipment; and

for sealing penetrations in fire and smoke barriers, floors, and foundation walls.

6. Access panels and doors in walls, ceilings, and floors for access to electrical materials and equipment.

1.3 DEFINITIONS

A. The following definitions apply to excavation operations:

1. Additional Excavation: Where excavation has reached required subgrade elevations, if unsuitable bearing materials are encountered, continue excavation until suitable bearing materials are reached.

2. Subbase: as used in this Section refers to the compacted soil layer used in pavement systems between the subgrade and the pavement base course material.

3. Subgrade: as used in the Section refers to the compacted soil immediately below the slab or pavement system.

4. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction from the Architect.

1.4 SUBMITTALS

A. General: Submit the following in accordance with Conditions of Contract and

General Conditions Specification Sections.

266 of 554

Page 267: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC ELECTRICAL MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 00 02-2

BASIC ELECTRICAL MATERIALS & METHODS 26 00 02-2

B. Product data for the following products: 1. Access panels and doors. 2. Joint sealers.

C. Shop drawings detailing fabrication and installation for metal fabrications, and

wood supports and anchorage for electrical materials and equipment.

D. Coordination drawings for access panel and door locations in accordance with Section "Basic Electrical Requirements."

E. Samples of joint sealer, consisting of strips of actual products showing full range

of colors available for each product.

F. Welder certificates, signed by Contractor, certifying that welders comply with requirements specified under "Quality Assurance" article of this Section.

G. Schedules indicating proposed methods and sequence of operations for selective

demolition prior to commencement of Work. Include coordination for shut-off of electrical service, and details for dust and noise control.

H. Coordinate sequencing with construction phasing and Owner occupancy

specified in General Conditions Section “Summary of Work."

1.5 QUALITY ASSURANCE

A. Installer Qualifications: Engage an experienced Installer for the installation and application joint sealers, access panels, and doors.

B. Qualify welding processes and welding operators in accordance with AWS D1.1

"Structural Welding Code - Steel." 1. Certify that each welder has satisfactorily passed AWS qualification tests

for welding processes involved and, if pertinent, has undergone recertification.

C. Fire-Resistance Ratings: Where a fire-resistance classification is indicated,

provide access door assembly with panel door, frame, hinge, and latch from manufacturer listed in the UL "Building Materials Directory" for rating shown. 1. Provide UL Label on each fire-rated access door.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver joint sealer materials in original unopened containers or bundles with

labels informing about manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multi-component materials.

B. Store and handle joint sealer materials in compliance with the manufacturers'

recommendations to prevent their deterioration and damage.

1.7 PROJECT CONDITIONS

A. Conditions Affecting Selective Demolition: The following project conditions apply:

267 of 554

Page 268: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC ELECTRICAL MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 00 02-3

BASIC ELECTRICAL MATERIALS & METHODS 26 00 02-3

1. Protect adjacent materials indicated to remain. Install and maintain dust and noise barriers to keep dirt, dust, and noise from being transmitted to adjacent areas. Remove protection and barriers after demolition operations are complete.

2. Locate, identify, and protect electrical services passing through demolition area and serving other areas outside the demolition limits. Maintain services to areas outside demolition limits. When services must be interrupted, install temporary services for affected areas.

B. Conditions Affecting Excavations: The following project conditions apply:

1. Maintain and protect existing building services which transit the area affected by selective demolition.

2. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by excavation operations. Site Information: Subsurface conditions were investigated during the design of the Project. Reports of these investigations are available for information only; data in the reports are not intended as representations or warranties of accuracy or continuity of conditions. The Owner will not be responsible for interpretations or conclusions drawn from this information.

3. Existing Utilities: Locate existing underground utilities in excavation areas. If utilities are indicated to remain, support and protect services during excavation operations.

4. Remove existing underground utilities indicated to be removed. a. Uncharted or Incorrectly Charted Utilities: Contact utility owner

immediately for instructions. b. Provide temporary utility services to affected areas. Provide

minimum of 48-hour notice to Architect prior to utility interruption. 5. Use of explosives is not permitted.

C. Environmental Conditions: Apply joint sealers under temperature and humidity

conditions within the limits permitted by the joint sealer manufacturer. Do not apply joint sealers to wet substrates.

1.8 SEQUENCE AND SCHEDULING

A. Coordinate the shut-off and disconnection of electrical service with the Owner and

the utility company.

B. Notify the Architect at least 5 days prior to commencing demolition operations.

C. Perform demolition in phases as indicated. PART 2 - PRODUCTS

2.1 SOIL MATERIALS

A. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, crushed slag, or natural or crushed sand.

B. Drainage Fill: Washed, evenly graded mixture of crushed stone, or crushed or

268 of 554

Page 269: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC ELECTRICAL MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 00 02-4

BASIC ELECTRICAL MATERIALS & METHODS 26 00 02-4

uncrushed gravel, with 100 percent passing a 1-1/2-inch sieve, and not more than 5 percent passing a No. 4 sieve.

C. Backfill and Fill Materials: Materials complying with ASTM D2487 soil

classification groups GW, GP, GM, SM, and SP; free of clay, rock, or gravel larger than 2 inches in any dimensions; debris; waste; frozen materials; and vegetable and other deleterious matter.

2.2 MISCELLANEOUS METALS

A. Steel plates, shapes, bars, and bar grating: ASTM A 36.

B. Cold-Formed Steel Tubing: ASTM A 500.

C. Hot-Rolled Steel Tubing: ASTM A 501.

D. Steel Pipe: ASTM A 53, Schedule 40, welded.

E. Nonshrink, Nonmetallic Grout: Premixed, factory-packaged, nonstaining,

noncorrosive, nongaseous grout, recommended for interior and exterior applications.

F. Fasteners: zinc-coated, type, grade, and class as required.

2.3 MISCELLANEOUS LUMBER

A. Framing Materials: Standard Grade, light-framing-size lumber of any species.

Number 3 Common or Standard Grade boards complying with WCLIB or AWPA rules, or Number 3 boards complying with SPIB rules. Lumber shall be preservative treated in accordance with AWPB LP-2, and kiln dried to a moisture content of not more than 19 percent.

B. Construction Panels: Plywood panels; APA C-D PLUGGED INT, with exterior

glue; thickness as indicated, or if not indicated, not less that 15/32 inches.

2.4 JOINT SEALERS

A. General: Joint sealers, joint fillers, and other related materials compatible with each other and with joint substrates under conditions of service and applications.

B. Colors: As selected by the Architect from manufacturer's standard colors. C. Elastomeric Joint Sealers: Provide the following types:

1. One-part, nonacid-curing, silicone sealant complying with ASTM C 920, Type S, Grade NS, Class 25, for uses in non-traffic areas for masonry, glass, aluminum, and other substrates recommended by the sealant manufacturer. Products: Subject to compliance with requirements, provide one of the following: a. "Chem-Calk N-Cure 2000," Bostic Construction Products Div. b. "Dow Corning 790," Dow Corning Corp. c. "Silglaze N SCS 2501," General Electric Co. d. "Silpruf SCS 2000," General Electric Co.

269 of 554

Page 270: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY BASIC ELECTRICAL MATERIALS & METHODS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 00 02-5

BASIC ELECTRICAL MATERIALS & METHODS 26 00 02-5

e. "864," Pecora Corp. f. "Rhodorsil 5C," Rhone-Poulenc, Inc. g. "Spectrum 1," Tremco, Inc. h. "Spectrum 2," Tremco, Inc. i. or equal

2. One-part, mildew-resistant, silicone sealant complying with ASTM C 920, Type S, Grade NS, Class 25, for uses in non-traffic areas for nonporous joint substrates; formulated with fungicide; intended for sealing interior joints with nonporous substrates; and subject to in-service exposure to conditions of high humidity and temperature extremes. Products: Subject to compliance with requirements, provide one of the following: a. "Dow Corning 786," Dow Corning Corp. b. "SCS 1702 Sanitary," General Electric Co. c. "863 #345 White," Pecora Corp. d. "Rhodorsil 6B White," Rhone-Poulenc, Inc. e. "Proglaze White," Tremco Corp. f. "OmniPlus," Sonneborn Building Products Div. g. or equal

3. Acrylic-Emulsion Sealants: One-part, nonsag, mildew- resistant, paintable complying with ASTM C 834 recommended for exposed applications on interior and protected exterior locations involving joint movement of not more than plus or minus 5 percent. Products: Subject to compliance with requirements, provide on of the following: a. "Chem-Calk 600," Bostik Construction Products Div. b. "AC-20," Pecora Corp. c. "Sonolac,” Sonneborn Building Products Div. d. "Tremco Acrylic Latex 834," Tremco, Inc. e. or equal

4. Fire-Resistant Joint Sealers: Two-part, formed-in-place, silicone sealant formulated for use in through-penetration fire-stopping around cables, conduit, pipes, and duct penetrations through fire-rated walls and floors. Sealants and accessories shall have fire-resistance ratings indicated, as established by testing identical assemblies in accordance with ASTM E 814, by Underwriters' Laboratories, In., or other testing and inspection agency acceptable to authorities having jurisdiction. Products: Subject to compliance with requirements, provide on of the following: a. "Dow Corning Fire Stop Foam," Dow Corning Corp. b. "Pensil 851," General Electric Co. c. or equal

2.5 ACCESS DOORS

A. Provide access doors for concealed electrical equipment. Access doors shall be of the same finish material and construction as the surrounding wall, floor or ceiling.

END OF SECTION

270 of 554

Page 271: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY EQUIPMENT WIRING SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 03-1

EQUIPMENT WIRING SYSTEMS 26 05 03 - 1

SECTION 26 05 03 - EQUIPMENT WIRING SYSTEMS

PART 1 GENERAL

1.1 SUMMARY

A. Section includes electrical connections to equipment.

B. Related Sections: 1. Section 26 05 19 - Low-Voltage Electrical Power Conductors and Cables. 2. Section 26 05 33 - Raceway and Boxes for Electrical Systems.

1.2 REFERENCES

A. National Electrical Manufacturers Association: 1. NEMA WD 1 - General Requirements for Wiring Devices. 2. NEMA WD 6 - Wiring Devices-Dimensional Requirements.

1.3 SUBMITTALS

A. Section 01 33 00 - Submittal Procedures: Submittal procedures.

B. Product Data: Submit wiring device manufacturer’s catalog information showing dimensions, configurations, and construction.

C. Manufacturer's installation instructions.

1.4 CLOSEOUT SUBMITTALS

A. Section 01 70 00 - Execution and Closeout Requirements: Submittal procedures.

B. Project Record Documents: Record actual locations, sizes, and configurations of equipment connections.

1.5 COORDINATION

A. Section 01 30 00 - Administrative Requirements: Coordination and project conditions.

B. Obtain and review shop drawings, product data, manufacturer’s wiring diagrams, and manufacturer's instructions for equipment furnished under other sections.

C. Determine connection locations and requirements.

D. Sequence rough-in of electrical connections to coordinate with installation of equipment.

E. Sequence electrical connections to coordinate with start-up of equipment.

271 of 554

Page 272: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY EQUIPMENT WIRING SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 03-2

EQUIPMENT WIRING SYSTEMS 26 05 03 - 2

PART 2 PRODUCTS

2.1 CORD AND PLUGS

A. Manufacturers: 1. Ross and Seymour. 2. Reliable Electrical Company. 3. Thomas and Betts Corp. 4. or approved equal.

B. Attachment Plug Construction: Conform to NEMA WD 1.

C. Configuration: NEMA WD 6; match receptacle configuration at outlet furnished for equipment.

D. Cord Construction: Type SO multiconductor flexible cord with identified equipment grounding conductor, suitable for use in damp locations.

E. Size: Suitable for connected load of equipment, length of cord, and rating of branch circuit overcurrent protection.

PART 3 EXECUTION

3.1 EXAMINATION

A. Section 01 30 00 - Administrative Requirements: Coordination and project conditions.

B. Verify equipment is ready for electrical connection, for wiring, and to be energized.

3.2 EXISTING WORK

A. Remove exposed abandoned equipment wiring connections, including abandoned connections above accessible ceiling finishes.

B. Disconnect abandoned utilization equipment and remove wiring connections. Remove abandoned components when connected raceway is abandoned and removed. Install blank cover for abandoned boxes and enclosures not removed.

C. Extend existing equipment connections using materials and methods compatible with existing electrical installations, or as specified.

3.3 INSTALLATION

A. Make electrical connections.

B. Make conduit connections to equipment using flexible conduit. Use liquidtight flexible conduit with watertight connectors in damp or wet locations.

C. Connect heat producing equipment using wire and cable with insulation suitable for temperatures encountered.

D. Install receptacle outlet to accommodate connection with attachment plug.

272 of 554

Page 273: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY EQUIPMENT WIRING SYSTEMS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 03-3

EQUIPMENT WIRING SYSTEMS 26 05 03 - 3

E. Install cord and cap for field-supplied attachment plug.

F. Install suitable strain-relief clamps and fittings for cord connections at outlet boxes and equipment connection boxes.

G. Install disconnect switches, controllers, control stations, and control devices to complete equipment wiring requirements.

H. Install terminal block jumpers to complete equipment wiring requirements.

I. Install interconnecting conduit and wiring between devices and equipment to complete equipment wiring requirements.

J. Coolers and Freezers: Cut and seal conduit openings in freezer and cooler walls, floor, and ceilings.

3.4 ADJUSTING

A. Section 01 70 00 - Execution and Closeout Requirements: Testing, adjusting, and balancing.

B. Cooperate with utilization equipment installers and field service personnel during checkout and starting of equipment to allow testing and balancing and other startup operations. Provide personnel to operate electrical system and checkout wiring connection components and configurations.

END OF SECTION

273 of 554

Page 274: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY WIRES AND CABLE HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 19-1

WIRES AND CABLE 26 05 19-1

SECTION 26 05 19 - WIRES AND CABLE PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General and Supplementary Conditions, apply to this Section.

B. Requirements of the following Division 16 Sections apply to this section:

1. Basic Electrical Requirements. 2. Conduit. 3. Boxes. 4. Identification.

1.2 SUMMARY

A. This Section includes wires, cables, and connectors for power, lighting, signal,

control and related systems rated 600 volts and less. This section includes the following: 1. Building wire and cable. 2. Nonmetallic-sheathed cable. 3. Underground feeder and branch circuit cable. 4. Service entrance cable. 5. Armored cable. 6. Metal clad cable. 7. Wiring connectors and connections.

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

section: 1. Section "Earthwork" for trenching and backfilling for direct buried cable. 2. Section "Electrical Boxes and Fittings: for connectors for Terminating

Cables in boxes and other electrical enclosures.

1.3 SUBMITTALS

A. Product Data for electrical wires, cables and connectors.

1.4 QUALITY ASSURANCE

A. Regulatory Requirements: Comply with provisions of the following code: 1. NFPA 70 "National Electrical Code."

B. Conform to applicable codes and regulations regarding toxicity of combustion

products of insulating materials.

C. UL Compliance: Provide components which are listed and labeled by UL under the following standards. 1. UL Std. 4 Armored Cable. 2. UL Std. 83 Thermoplastic-Insulated Wires and Cables. 3. UL Std. 486A Wire Connectors and soldering Lugs for Use with Copper

Conductors.

274 of 554

Page 275: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY WIRES AND CABLE HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 19-2

WIRES AND CABLE 26 05 19-2

4. UL Std. 486B Wire Connectors for Use with Aluminum Conductors. 5. UL Std. 854 Service Entrance Cable.

D. NEMA/ICEA Compliance: Provide components which comply with the following

standards: 1. WC-5 Thermoplastic-Insulated Wire and Cable for the Transmission

and Distribution of Electrical Energy. 2. WC-7 Cross Linked Thermosetting Polyethylene-Insulated Wire and

Cable for the Transmission and Distribution of Electrical Energy. 3. WC-8 Ethylene-Propylene-Rubber-Insulated Wire and Cable for the

Transmission and Distribution of Electrical Energy.

E. IEEE Compliance: Provide components which comply with the following standard. 1. Std. 82 Test procedures for Impulse Voltage Tests on Insulated

Conductors.

F. ANSI/NFPA 70 - National Electrical Code.

1.5 SUBMITTALS

A. Submit under provisions of Section Submittals.

B. Product Data: Provide for each cable assembly type.

C. Test Reports: Indicate procedures and values obtained.

D. Design Data: Indicate voltage drop and ampacity calculations for aluminum conductors substituted for copper conductors.

E. Manufacturer's Installation Instructions: Indicate application conditions and

limitations of use stipulated by product testing agency specified under Regulatory Requirements.

1.6 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this

Section with minimum of three years documented experience.

1.7 REGULATORY REQUIREMENTS

A. Conform to requirements of ANSI/NFPA 70.

B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown.

1.8 FIELD SAMPLES

A. Provide under provisions of Section Submittals.

B. Submit one length, each 18 inches of cable assembly from each reel.

275 of 554

Page 276: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY WIRES AND CABLE HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 19-3

WIRES AND CABLE 26 05 19-3

C. Select each length to include complete set of manufacturer markings.

D. Attach tag indicating cable size and application information.

1.9 PROJECT CONDITIONS

A. Verify that field measurements are as shown on Drawings.

B. Conductor sizes are based on copper unless indicated otherwise.

C. Aluminum conductor is not acceptable.

D. Wire and cable routing shown on Drawings is approximate unless dimensioned. Route wire and cable as required to meet Project Conditions.

E. Where wire and cable routing is not shown, and destination only is indicated,

determine exact routing and lengths required.

1.10 COORDINATION

A. Coordinate Work under provisions of Section Project Coordination.

B. Determine required separation between cable and other work.

C. Determine cable routing to avoid interference with other work. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

B. Wire and Cable:

1. American Insulated Wire Corp. 2. Brintec Corp. 3. Carol Cable Co. Inc. 4. Senator Wire and Cable Co. 5. Southwire Company.

2.2 WIRES AND CABLES

A. General: Provide wire and cable suitable for the temperature, conditions and

location where installed. Minimum insulation voltage shall be 600 volts. B. Conductors: Provide solid conductors for power and lighting circuits No. 10 AWG

and smaller. Provide stranded conductors for sizes No. 8 AWG and larger.

C. Conductor Material: copper for all wires and cables.

D. Insulation: Provide ANSI/NFPA 70 THHN/THWN insulation for all conductors size 500MCM and larger, and No. 8 AWG and smaller. For all other sizes

276 of 554

Page 277: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY WIRES AND CABLE HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 19-4

WIRES AND CABLE 26 05 19-4

provide ANSI/NFPA 70 THHN/THWN or XHHW insulation as appropriate for the locations where installed.

E. Color Coding for phase identification in accordance with Table 1 in Part 3 below.

F. Jackets: Factory-applied nylon or PVC external jacketed wires and cables for

pulls in raceways over 100-feet in length, for pulls in raceways with more than three equivalent 90 deg. bends, for pulls in conduits underground or under slabs on grade, and where indicated.

G. Cables: Provide the following type(s) of cables in NEC approved locations and

applications where indicated. Provide cable UL listed for particular application:

H. Armored Cable: ANSI/NFPA 70 Types AC and ACL, Insulation Thermoplastic, 75 Deg. C rated, conductor covering, lead.

I. Metal-Clad Cable: ANSI/NFPA 70 Type MC, Insulation Thermoplastic, 75 Deg. C

rated, corrugated steel tube with PVC jacket. MC cable shall be used only for connections to equipment.

J. Nonmetallic-Sheathed Cable: ANSI/NFPA 70 Type NM and NMC.

K. Above ground Service-Entrance Cable: ANSI/NFPA 70 Type SE, Insulation

XHHW.

L. Underground Service-Entrance Cable: ANSI/NFPA 70 Type USE, Insulation XHHW.

M. Underground Feeder and Branch-Circuit Cable: ANSI/NFPA 70 Type UF,

Insulation 90 Deg. C rating.

N. Portable Cord: ANSI/NFPA 70 Type S.

2.3 WIRING CONNECTORS

A. Split Bolt Connectors;

B. Solderless Pressure Connectors:

C. Spring Wire Connectors:

D. Compression Connectors:

E. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products which may be incorporated in the work include, but are not limited to, the following: 1. Amp 2. 3M Company 3. O-Z/Gedney Co. 4. Square D Company

F. Provide UL-listed factory-fabricated, solderless metal connectors of sizes,

277 of 554

Page 278: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY WIRES AND CABLE HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 19-5

WIRES AND CABLE 26 05 19-5

ampacity ratings, materials, types and classes for applications and for services indicated. Use connectors with temperature ratings equal to or greater than those of the wires upon which used.

END OF SECTION

278 of 554

Page 279: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY GROUNDING AND BONDING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 26-1

GROUNDING AND BONDING 26 05 26-1

SECTION 26 05 26- GROUNDING AND BONDING PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Grounding electrodes and conductors.

B. Equipment grounding conductors.

C. Bonding.

1.2 REFERENCES

A. ANSI/NFPA 70 - National Electrical Code.

1.3 GROUNDING ELECTRODE SYSTEM

A. Existing or new Metal underground water pipe.

B. Metal frame of the building.

C. Concrete-encased electrode.

D. Ground ring (counter poise loop).

E. Existing or new Metal underground gas piping system.

F. Rod electrode.

G. Plate electrode.

H. Active electrode.

1.4 PERFORMANCE REQUIREMENTS

A. Grounding System Resistance: 10 ohms.

1.5 SUBMITTALS

A. Submit under provisions of Section Submittals.

B. Product Data: Provide data for grounding electrodes and connections.

C. Test Reports: Indicate overall resistance to ground and resistance of each electrode.

D. Manufacturer's Instructions: Include instructions for storage, handling, protection,

examination, preparation and installation of exothermic connectors.

1.6 PROJECT RECORD DOCUMENTS

279 of 554

Page 280: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY GROUNDING AND BONDING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 26-2

GROUNDING AND BONDING 26 05 26-2

A. Submit under provisions of Section Contract Closeout. B. Accurately record actual locations of grounding electrodes.

1.7 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing Products specified in this

Section with minimum three years documented experience.

1.8 REGULATORY REQUIREMENTS

A. Conform to requirements of ANSI/NFPA 70.

B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown.

PART 2 - PRODUCTS

2.1 GROUNDING AND BONDING PRODUCTS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering grounding and bonding products which may be incorporated in the work include, but are not limited to, the following: 1. Adalet-PLM Div; Scott Fetzer Co. 2. Burndy Corporation 3. Cadweld Div; Erico Products Inc. 4. Crouse-Hinds Div; Cooper Industries 5. Harger Industries 6. Ideal Industries, Inc. 7. Joslyn Corporation 8. Okonite Company 9. OZ Gedney Div; General Signal Corp. 10. Thomas and Betts Corp. 11. Substitutions: Under provisions of Section Material and Equipment.

2.2 MECHANICAL CONNECTORS

A. Manufacturers: See 2.1.A above.

B. Bonding Jumper Braid: Copper braided tape, constructed of 30-gage bare

copper wires and properly sized for indicated applications.

C. Flexible Jumper Strap: Flexible flat conductor, 480 strands of 30-gage bare copper wire; 3/4" wide, 9-1/2" long; 48,250 CM. Select braid with holes sized for 3/8" diameter bolts, and protect braid with copper bolt hole ends.

D. Service Arrester: 2-pole, 1-phase, 120/240-volts, #14 AWG 3-wire including

ground, 18" leads, with watertight enclosure.

E. Service Arrester: Electrical service arrester, gap type, 240/280-volt, 1-phase, 3-wire, for exterior mounting.

F. Service Arrester: Electrical service arrester, pellet type, 120/240-volt, 1-phase, 3-

280 of 554

Page 281: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY GROUNDING AND BONDING HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 26-3

GROUNDING AND BONDING 26 05 26-3

wire, for exterior mounting.

G. Service Arrester: Electrical service arrester, 480-volts, 3-phase, 4-wire, for exterior mounting.

2.3 EXOTHERMIC CONNECTIONS

A. Manufacturers: See 2.1.A above.

B. Electrical Grounding Connection Accessories: Provide electrical insulating tape,

heat-shrinkable insulating tubing, welding materials, bonding straps, as recommended by accessories manufacturers for type service indicated.

C. Field welding: Comply with AWS Code for procedures, appearance, and quality

of welds; and for methods used in correction welding work. Provide welded connections where grounding conductors connect to underground grounding and plate electrodes.

2.4 WIRE

A. Material: Stranded copper. B. Foundation Electrodes: 2/0 AWG.

C. Grounding Electrode Conductor: Size to meet NFPA 70 requirements.

END OF SECTION

281 of 554

Page 282: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY SUPPORTING DEVICES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 29-1

SUPPORTING DEVICES 26 05 29-1

SECTION 26 05 29 - SUPPORTING DEVICES PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Conduit and equipment supports.

B. Anchors and fasteners.

1.2 REFERENCES

A. NECA - National Electrical Contractors Association.

B. ANSI/NFPA 70 - National Electrical Code.

1.3 SUBMITTALS

A. Submit under provisions of Section Submittals.

B. Product Data: Provide manufacturer's catalog data for fastening systems.

C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product.

1.4 REGULATORY REQUIREMENTS

A. Conform to requirements of ANSI/NFPA 70.

B. Furnish products listed and classified by Underwriters Laboratories, Inc. as

suitable for purpose specified and shown. PART 2 - PRODUCTS

2.1 PRODUCT REQUIREMENTS

A. Materials and Finishes: Provide adequate corrosion resistance.

B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products.

C. Anchors and Fasteners:

1. Concrete Structural Elements: Use precast insert system, expansion anchors, power actuated anchors and preset inserts.

2. Steel Structural Elements: Use beam clamps, spring steel clips, steel ramset fasteners, and welded fasteners.

3. Concrete Surfaces: Use self-drilling anchors and expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Use toggle

bolts.

282 of 554

Page 283: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY SUPPORTING DEVICES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 29-2

SUPPORTING DEVICES 26 05 29-2

5. Solid Masonry Walls: Use expansion anchors and preset inserts. 6. Sheet Metal: Use sheet metal screws. 7. Wood Elements: Use wood screws.

2.2 MANUFACTURERS

A. Available Manufacturers: Subject to compliance with requirements,

manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. Slotted Metal Angle and U-Channel Systems:

a. Allied Tube & Conduit b. American Electric c. B-Line Systems, Inc. d. Cinch Metals Corp. e. GS Metals Corp. f. Haydon Corp. g. Kin-Line, Inc. h. Unistrut Diversified Products

2. Conduit Sealing Bushings: a. Bridgeport Fittings, Inc. b. Cooper Industries, Inc. c. Elliott Electric Mfg. Corp. d. GS Metals Corp. e. Killark Electric Mfg. Co. f. Madison Equipment Co. g. L.E. Mason Co. h. O-Z/Gedney i. Producto Electric Corp. j. Raco, Inc. k. Red Seal Electric Corp. l. Spring City Electrical Mfg. Co. m. Thomas & Betts Corp.

2.3 COATINGS

A. Coating: Supports, support hardware, and fasteners shall be protected with zinc

coating or with treatment of equivalent corrosion resistance using approved alternative treatment, finish, or inherent material characteristic. Products for use outdoors shall be hot-dip galvanized.

2.4 MANUFACTURED SUPPORTING DEVICES

A. Raceway Supports: Clevis hangers, riser clamps, conduit straps, threaded

c-clamps with retainers, ceiling trapeze hangers, wall brackets, and spring steel clamps.

B. Fasteners: Types, materials, and construction features as follows:

1. Expansion Anchors: Carbon steel wedge or sleeve type. 2. Toggle Bolts: All steel springhead type. 3. Powder-Driven Threaded Studs: Heat-treated steel, designed specifically

for the intended service.

283 of 554

Page 284: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY SUPPORTING DEVICES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 29-3

SUPPORTING DEVICES 26 05 29-3

C. Conduit Sealing Bushings: Factory-fabricated watertight conduit sealing bushing assemblies suitable for sealing around conduit, or tubing passing through concrete floors and walls. Construct seals with steel sleeve, malleable iron body, neoprene sealing grommets or rings, metal pressure rings, pressure clamps, and cap screws.

D. Cable Supports for Vertical Conduit: Factory-fabricated assembly consisting of

threaded body and insulating wedging plug for nonarmored electrical cables in riser conduits. Provide plugs with number and size of conductor gripping holes as required to suit individual risers. Construct body of malleable-iron casting with hot-dip galvanized finish.

E. U-Channel Systems: 16-gage steel channels, with 9/16 inch- diameter holes, at a

minimum of 8 inches on center, in top surface. Provide fittings and accessories that mate and match with U-Channel and are of the same manufacture.

2.5 FABRICATED SUPPORTING DEVICES

A. General: shop-or field-fabricated supports or manufactured supports assembled

from U-Channel components.

B. Steel Brackets: Fabricated of angles, channels, and other standard structural shapes. Connect with welds and machine bolts to form rigid supports.

C. Pipe Sleeves: Provide pipe sleeves of one of the following:

1. Sheet Metal: Fabricate from galvanized sheet metal; round tube closed with snaplock joint, welded spiral seams, or welded longitudinal joint. Fabricate sleeves from the following gage metal for sleeve diameter noted: a. 3-inch and smaller: 20-gage. b. 4-inch to 6-inch: 16-gage. c. over 6-inch: 14-gage.

2. Steel Pipe: Fabricate from Schedule 40 galvanized steel pipe. 3. Plastic pipe: Fabricate from Schedule 80 PVC Plastic pipe.

D. Conduit Supports: All conduit straps and/or supports shall have a minimum of two

holes. END OF SECTION

284 of 554

Page 285: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CONDUIT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 33-1

CONDUIT 26 05 33-1

SECTION 26 05 33 - CONDUIT PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Metal conduit.

B. Flexible metal conduit.

C. Liquidtight flexible metal conduit.

D. Electrical metallic tubing.

E. Nonmetal conduit.

F. Electrical nonmetallic tubing.

G. Flexible nonmetallic conduit.

H. Fittings and conduit bodies.

1.2 RELATED SECTIONS

A. Section - Boxes.

B. Section - Grounding and Bonding.

C. Section - Supporting Devices.

D. Section - Electrical Identification.

1.3 REFERENCES

A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated.

B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated.

C. ANSI C80.5 - Rigid Aluminum Conduit.

D. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies.

E. ANSI/NFPA 70 - National Electrical Code.

F. NECA "Standard of Installation."

G. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel

Conduit and Intermediate Metal Conduit.

H. NEMA TC 2 - Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80).

285 of 554

Page 286: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CONDUIT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 33-2

CONDUIT 26 05 33-2

I. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.4 DESIGN REQUIREMENTS

A. Conduit Size: ANSI/NFPA 70.

1.5 SUBMITTALS

A. Submit under provisions of Section "Submittals."

B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight

flexible metal conduit, metallic tubing, nonmetallic conduit, flexible nonmetallic conduit, nonmetallic tubing, fittings, conduit bodies and rigid and intermediate metal and nonmetal conduit.

1.6 PROJECT RECORD DOCUMENTS

A. Submit under provisions of Section "Contract Closeout."

B. Accurately record actual routing of conduits larger than 2 inches.

1.7 REGULATORY REQUIREMENTS

A. Conform to requirements of ANSI/NFPA 70.

B. Furnish products listed and classified by Underwriters Laboratories, Inc. as

suitable for purpose specified and shown.

1.8 FIELD SAMPLES

A. Provide under provisions of Section "Submittals"

B. Provide field sample of conduit 2" and greater, two each at 2 feet long.

1.9 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect, and handle Products to site under provisions of Section - Material and Equipment.

B. Accept conduit on site. Inspect for damage.

C. Protect conduit from corrosion and entrance of debris by storing above grade.

Provide appropriate covering.

D. Protect PVC conduit from sunlight.

1.10 PROJECT CONDITIONS

A. Verify with field measurements dimensions as shown on Drawings.

B. Verify routing and termination locations of conduit prior to rough-in.

C. Conduit routing is shown on Drawings in approximate locations unless

286 of 554

Page 287: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CONDUIT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 33-3

CONDUIT 26 05 33-3

dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS

2.1 METAL CONDUIT

A. Manufacturers: See 2.8. B. Rigid Steel Conduit: ANSI C80.1.

C. Rigid Aluminum Conduit: ANSI C80.5.

D. Intermediate Metal Conduit (IMC): Rigid steel.

E. Fittings and Conduit Bodies: ANSI/NEMA FB 1; material to match conduit.

2.2 PVC COATED METAL CONDUIT

A. Manufacturers: See 2.8.

B. Description: NEMA RN 1; rigid steel conduit with external PVC coating, 40 mil

thick.

C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coating to match conduit.

2.3 FLEXIBLE METAL CONDUIT

A. Manufacturers: See 2.8.

B. Description: Interlocked steel construction.

C. Fittings: ANSI/NEMA FB 1.

2.4 LIQUIDTIGHT FLEXIBLE METAL CONDUIT

A. Manufacturers: See 2.8.

B. Description: Interlocked steel construction with PVC jacket.

C. Fittings: ANSI/NEMA FB 1.

2.5 ELECTRICAL METALLIC TUBING (EMT)

A. Manufacturers: See 2.8.

B. Description: ANSI C80.3; galvanized tubing.

C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel compression type.

2.6 NONMETALLIC CONDUIT

287 of 554

Page 288: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY CONDUIT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 33-4

CONDUIT 26 05 33-4

A. Manufacturers: See 2.8.

B. Description: NEMA TC 2; Schedule 40 PVC. C. Fittings and Conduit Bodies: NEMA TC 3.

2.7 NONMETALLIC TUBING

A. Manufacturers: See 2.8.

B. Description: NEMA TC 2.

C. Fittings and Conduit Bodies: NEMA TC 3.

2.8 MANUFACTURERS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. Adalet-PLM 2. American Electric 3. Appleton Electric Co. 4. Carlon 5. Crouse-Hinds Division, Cooper Industries, Inc. 6. Delta Industrial Products 7. Killark Electric Mfg. Co. 8. Kraloy Products Co. 9. O-Z/Gedney 10. Spring City Electrical Mfg. Co.

END OF SECTION

288 of 554

Page 289: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY ELECTRICAL BOXES AND FITTINGS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 34-1

ELECTRICAL BOXES AND FITTINGS 26 05 34-1

SECTION 26 05 34 - ELECTRICAL BOXES AND FITTINGS PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Wall and ceiling outlet boxes.

B. Pull and junction boxes.

1.2 RELATED SECTIONS - None

1.3 REFERENCES

A. NECA - Standard of Installation.

B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies.

C. NEMA OS 1 - Steel Outlet Boxes, Device Boxes, Covers, and Box Supports.

D. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers and Box Supports.

E. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum).

F. NFPA 70 - National Electrical Code.

1.4 SUBMITTALS FOR CLOSEOUT

A. Section - Contract Closeout: - Operation and Maintenance Data: Submittals for

Project closeout.

B. Record actual locations and mounting heights of outlet, pull, and junction boxes on project record documents.

1.5 REGULATORY REQUIREMENTS

A. Conform to requirements of NFPA 70.

B. Provide Products listed and classified by Underwriters Laboratories, Inc., as

suitable for the purpose specified and indicated. PART 2 - PRODUCTS

2.1 OUTLET BOXES

A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. 1. Luminarie and Equipment Supporting Boxes: Rated for weight of

equipment supported; include 1/2 inch (13 mm) male fixture studs where required.

2. Concrete Ceiling Boxes: Concrete type.

289 of 554

Page 290: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY ELECTRICAL BOXES AND FITTINGS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 34-2

ELECTRICAL BOXES AND FITTINGS 26 05 34-2

B. Nonmetallic Outlet Boxes: NEMA OS 2. C. Cast Boxes: NEMA FB 1, Type FD, cast ferroalloy. Provide gasketed cover by

box manufacturer.

D. Wall Plates for Finished Areas: As specified in Section Wiring Devices.

E. Available Manufacturer: Subject to compliance with requirements, manufacturers offering outlet boxes which may be incorporated in the work include, but are not limited to, the following: 1. Adalet-PLM Div, Scott Fetzer Co. 2. Appleton Electric; Emerson Electric Co. 3. Bell Electric; Square D Co. 4. Eagle Electric Mfg. Co., Inc. 5. Midland-Ross Corp. 6. OZ/Gedney; General Signal Co. 7. Pass and Seymour, Inc. 8. RACO Div; Harvey Hubbell Inc. 9. Thomas & Betts Co.

2.2 PULL AND JUNCTION BOXES

A. Sheet Metal Boxes: NEMA OS 1, galvanized steel.

B. Hinged Enclosures: As specified in Section Cabinets & Enclosures.

C. Surface Mounted Cast Metal Box: NEMA 250, Type 4 or 6 as required;

flat-flanged, surface mounted junction box: 1. Material: Galvanized cast iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel

cover screws.

D. Available Manufacturer: Subject to compliance with requirements, manufacturers offering outlet boxes which may be incorporated in the work include, but are not limited to, the following: 1. Adalet-PLM Div, Scott Fetzer Co. 2. Appleton Electric; Emerson Electric Co. 3. Arrow-Hart Div; Crouse-Hinds Co. 4. Bell Electric; Square D Co. 5. GTE Corp. 6. Keystone Columbia, Inc. 7. OZ/Gedney Co., General Signal Co. 8. Spring City Electrical Mfg. Co.

2.3 BUSHING, KNOCKOUT CLOSURES AND LOCK NUTS

A. Bushing, Knockout Closures and Locknuts: Provide corrosion-resistant box knockout closures, conduit locknuts and malleable iron conduit bushings, offset connectors, of types and sizes, to suit respective installation requirements and applications.

B. Available Manufacturer: Subject to compliance with requirements, manufacturers

offering bushings, knockout closure, locknuts, and connectors which may be

290 of 554

Page 291: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY ELECTRICAL BOXES AND FITTINGS HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 34-3

ELECTRICAL BOXES AND FITTINGS 26 05 34-3

incorporated in the work include, but are not limited to, the following: 1. Adalet-PLM Div; Scott Fetzer Co. 2. AMP, Inc. 3. Arrow-Hart Div; Crouse-Hinds Co. 4. Appleton Electric Co.; Emerson Electric Co. 5. Bell Electric; Square D Co. 6. Midland-Ross Corp. 7. Midwest Electric; Cooper Industries Inc. 8. OZ/Gedney Co; General Signal Co. 9. RACO Div; Harvey Hubbell Inc. 10. Thomas & Betts Co., Inc.

END OF SECTION

291 of 554

Page 292: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY ELECTRICAL IDENTIFICATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 53-1

ELECTRICAL IDENTIFICATION 26 05 53--1

SECTION 26 05 53 - ELECTRICAL IDENTIFICATION PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Nameplates and labels.

B. Wire and cable markers.

C. Conduit markers.

1.2 RELATED SECTIONS – Not Used.

1.3 REFERENCES

A. ANSI/NFPA 70 - National Electrical Code.

1.4 SUBMITTALS

A. Submit under provisions of Section Submittals.

B. Product Data: Provide catalog data for nameplates, labels, and markers.

C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency specified under regulatory requirements. Include instructions for storage, handling, protection, examination, preparation and installation of Product.

1.5 REGULATORY REQUIREMENTS

A. Conform to requirements of ANSI/NFPA 70.

B. Furnish products listed and classified by Underwriters Laboratories, Inc. as

suitable for purpose specified and shown.

1.6 EXTRA MATERIALS

A. Furnish under provisions of Section Contract Closeout. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. American Labelmark Co. 2. Calpico, Inc. 3. Cole-Flex Corp. 4. Emed Co., Inc. 5. George-Ingraham Corp.

292 of 554

Page 293: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY ELECTRICAL IDENTIFICATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 53-2

ELECTRICAL IDENTIFICATION 26 05 53--2

6. Ideal Industries, Inc. 7. Kraftbilt 8. LEM Products, Inc. 9. Markal Corp. 10. National Band and Tag Co. 11. Panduit Corp. 12. Radar Engineers Div., EPIC Corp. 13. Seton Name Plate Co. 14. Standard Signs, Inc. 15. W.H. Brady, Co.

2.2 ELECTRICAL IDENTIFICATION PRODUCTS

A. Adhesive Marking Labels for Raceway and Metal-clad Cable: Preprinted, flexible,

self-adhesive labels with legend indicating voltage and service (Emergency, Lighting, Power, Light, Power DC, Air Conditioning, Communications, Control, Fire).

B. Label Size: as follows:

1. Raceways 1-inch and Smaller: 1-1/8 inches high by 4 inches long. 2. Raceways larger than 1-Inch: 1-1/8 inches high by 8 inches long. 3. Color: Black legend on orange background.

C. Colored Adhesive Marking Tape for Raceways, Wires, and Cables:

Self-adhesive vinyl tape not less than 3 mils thick by 1 inch to 2 inches in width.

D. Pretensioned Flexible Wraparound Colored Plastic Sleeves for Raceway and Cable Identification: Flexible acrylic bands sized to suit the raceway diameter and arranged to stay in place by pre-tensioned gripping action when coiled around the raceway or cable.

E. Wire/Cable Designation Tape Markers: Vinyl or vinyl-cloth, self-adhesive,

wraparound, cable/conductor markers with preprinted numbers and letter.

F. Aluminum, Wraparound, Cable Marker Bands: Bands cut from 0.014-inch thick, aluminum sheet, fitted with slots or ears for securing permanently around wire or cable jacket or around groups of conductors. Provide for legend application with stamped letters or numbers.

G. Plasticized Card Stock Tags: Vinyl cloth with preprinted and field-printed legends

to suit the application. Orange background, except as otherwise indicated, with Eyelet for fastener.

H. Aluminum-Faced Card Stock Tags: Weather-resistant, 18-point minimum card

stock faced on both sides with embossable aluminum sheet, 0.002 inches thick, and laminated with moisture-resistant acrylic adhesive. Pre-print legend to suit the application, and punch for tie fastener.

I. Brass or Aluminum Tags: Metal tags with tamped legend, punched for fastener.

Dimensions: 2 inches by 2 inches by 19 gage.

J. Engraved, Plastic-Laminated Labels, Signs, and Instruction Plates: Engraving

293 of 554

Page 294: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY ELECTRICAL IDENTIFICATION HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 53-3

ELECTRICAL IDENTIFICATION 26 05 53--3

stock melamine plastic laminate, 1/16-inch minimum thick for signs up to 20 square inches, or 8 inches in length; 1/8-inch thick for larger sizes. Engraved legend in white letters on black face and punched for mechanical fasteners.

K. Baked-Enamel Warning and Caution Signs for Interior Use: Preprinted aluminum

signs, punched for fasteners, with colors, legend, and size appropriate to the location.

L. Exterior Metal-Backed Butyrate Warning and Caution Signs: Weather-resistant,

nonfading, preprinted cellulose acetate butyrate signs with 20-gage, galvanized steel backing, with colors, legend, and size appropriate to the location. Provide 1/4-inch grommets in corners for mounting.

M. Fasteners for Plastic-Laminated and Metal Signs: Self- tapping stainless steel

screws or number 10/32 stainless steel machine screws with nuts and flat and lock washers.

N. Cable Ties: Fungus-inert, self-extinguishing, one-piece, self-locking nylon cable

ties, 0.18-inch minimum width, 50-lb minimum tensile strength, and suitable for a temperature range from minus 50° F to 350° F. Provide ties in specified colors when used for color coding.

END OF SECTION

294 of 554

Page 295: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY ELECTRICAL CONNECTIONS FOR EQUIPMENT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 83-1

ELECTRICAL CONNECTIONS FOR EQUIPMENT 26 05 83-1

SECTION 26 05 83 - ELECTRICAL CONNECTIONS FOR EQUIPMENT PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General and Supplementary Conditions, apply to work of this section.

B. This section is a Division-16 Basic Electrical Materials and Methods section, and

is part of each section making reference to electrical connections for equipment specified herein.

C. Section - Conduit.

D. Section - Building Wire and Cable.

E. Section - Boxes.

1.2 DESCRIPTION OF WORK

A. Electrical connections to equipment specified under other sections.

B. Extent of electrical connections for equipment is indicated by drawings and

schedules. Electrical connections are hereby defined to include connections used for providing electrical power to equipment.

C. Applications of electrical power connections specified in this section include the

following: 1. HVAC equipment. 2. From electrical source to motor starters. 3. From motor starters to motors. 4. To ground including earthing connections. 5. Motor starters and controllers, not furnished as integral part of

equipment, are specified in applicable Division-16 sections, and are work of these sections.

6. Refer to sections for motor starters and controllers furnished integrally with equipment; connections of these are work of this section.

7. Junction boxes and disconnect switches required for connection motors and other electrical units of equipment are specified in applicable Division-16 sections, and are work of this section.

8. Electrical identification for wire/cable conductors is specified in division-16 section, "Electrical Identification", and is work of this section.

9. Raceways and wires/cables required for connecting motors and other electrical units of equipment are specified in applicable Division-16 sections, and are work of this section.

10. Refer to other Division-16 sections for junction boxes and disconnect switches required for connecting motors and other electrical units of equipment; connection of these are work of this section.

11. Refer to sections for control system wiring; not work of this section. 12. Refer to sections of other Divisions for specific individual equipment

power requirements, connection of these works of this section.

295 of 554

Page 296: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY ELECTRICAL CONNECTIONS FOR EQUIPMENT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 83-2

ELECTRICAL CONNECTIONS FOR EQUIPMENT 26 05 83-2

1.3 QUALITY ASSURANCE

A. Manufacturers: Firms regularly engaged in manufacture of electrical connectors and terminals, of types and ratings required, and ancillary connection materials, including electrical insulating tape, soldering fluxes, and cable ties, whose products have been in satisfactory use in similar service for not less than 5 years.

B. Installer's Qualifications: firms with at least 2 years of successful installation

experience with projects utilizing electrical connections for equipment similar to that required for this project.

C. NEC Compliance: Comply with applicable requirements of NEC as to type

products used and installation of electrical power connections (terminals and splices), for junction boxes, motor starters, and disconnect switches.

D. IEEE Compliance: Comply with Std. 241, "IEEE Recommended Practice for

Electric Power Systems in Commercial Buildings" pertaining to connections and terminations.

E. ANSI Compliance: Comply with applicable requirements of ANSI/NEMA and

ANSI/EIA Standards pertaining to products and installation of electrical connections for equipment.

F. UL Compliance: Comply with UL Std 486A, "Wire Connectors and Soldering

Lugs for Use with copper Conductors" including, but not limited to, tightening of electrical connectors to torque values indicated. Provide electrical connection products and materials which are UL-listed and -labeled.

G. ETL Compliance: Provide electrical connection products and materials which are

ETL-listed and -labeled.

1.4 SUBMITTALS

A. Submit under provisions of Section Submittals.

B. Product Data: Provide wiring device manufacturer's catalog information showing dimensions, configurations, and construction.

C. Manufacturer's Instructions: Indicate application conditions and limitations of use

stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product.

D. Product Data: Submit manufacturer's data on electrical connections for

equipment products and materials.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver electrical connection products wrapped in proper factory-fabricated type containers.

B. Store electrical connection products in original cartons and protect from weather,

296 of 554

Page 297: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY ELECTRICAL CONNECTIONS FOR EQUIPMENT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 83-3

ELECTRICAL CONNECTIONS FOR EQUIPMENT 26 05 83-3

construction traffic and debris.

C. Handle electrical connection products carefully to prevent breakage, denting, and scoring finish.

1.6 REFERENCES

A. NEMA WD 1 - General Purpose Wiring Devices.

B. NEMA WD 6 - Wiring Device Configurations.

C. ANSI/NFPA 70 - National Electrical Code.

1.7 REGULATORY REQUIREMENTS

A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as

suitable for purpose specified and shown.

1.8 COORDINATION

A. Coordinate work under provisions of Section Project Coordination.

B. Obtain and review shop drawings, product data, and manufacturer's instructions for equipment furnished under other sections.

C. Determine connection locations and requirements.

D. Sequence rough-in of electrical connections to coordinate with installation

schedule for equipment.

E. Sequence electrical connections to coordinate with start-up schedule for equipment.

PART 2 - PRODUCTS

2.1 ACCEPTABLE MANUFACTURERS

A. Manufacturers: subject to compliance with requirements, provide products of one of the following (for each type of product): 1. Adalet-PLM Div, Scott and Fetzer Co. 2. Allen-Stevens conduit Fittings Corp. 3. AMP Incorporated. 4. Appleton Electric Co. 5. Arrow-Hart Div, Crouse-Hinds Co. 6. Atlas Technologies, Inc. 7. Bishop Div, General Signal Corp. 8. Bryant Electric Co. 9. Burndy Corporation. 10. Challenger-Circle F 11. Crouse-Hinds Co.

297 of 554

Page 298: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY ELECTRICAL CONNECTIONS FOR EQUIPMENT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 83-4

ELECTRICAL CONNECTIONS FOR EQUIPMENT 26 05 83-4

12. Eagle Electric Mfg. Co., Inc. 13. Electroline Mfg. Co. 14. Gardner Bender, Inc. 15. General Electric Co. 16. Gould, Inc. 17. Hubbell, Inc. 18. Ideal Industries, Inc. 19. Pass and Seymour Inc. 20. Pyle National Co. 21. Reliable Electric Co. 22. Slater Electric Co. 23. Square D Company 24. Steel City; Midland-Ross Corp. 25. Thomas and Betts Corp. 26. Walker Division-Butler Mfg. Co.

2.2 MATERIALS AND COMPONENTS

A. General: For each electrical connection indicated, provide complete assembly of

materials, including but not necessarily limited to, pressure connectors, terminals (lugs), electrical insulating tape, electrical solder, electrical soldering flux, heat-shrinkable insulating tubing, cable ties, solderless wire-nuts, and other items and accessories as needed to complete splices and terminations of types indicated.

B. Metal Conduit, Tubing and Fittings:

1. General: Provide metal conduit, tubing and fittings of types, grades, sizes and weights (wall thicknesses) indicated for each type service. Where types and grades are not indicated, provide proper selection as determined by Installer to fulfill wiring requirements and comply with NEC requirements for raceways. Provide products complying with Division-16 basic electrical materials and methods section "Raceways", and in accordance with the following listing of metal conduit, tubing and fittings: a. Rigid aluminum conduit. b. Rigid steel conduit. c. PVC externally-coated rigid steel conduit. d. Rigid metal conduit fittings. e. Electrical metallic tubing. f. PVC externally-coated electrical metallic tubing. g. EMT fittings. h. Flexible metal conduit. i. Flexible metal conduit fittings. j. Liquid-tight flexible metal conduit. k. Liquid-tight flexible metal conduit fittings.

C. Wires, Cables, and Connectors:

1. General: provide wires, cables, and connectors complying with Division-16 basic electrical materials and methods section "Wires and Cables".

2. Wires/Cables: Unless otherwise indicated, provide wires/cables (conductors) for electrical connections which match, including sizes and ratings, of wires/cables which are supplying electrical power. Provide copper conductors with conductivity of not less than 98% at 20°C (68°F).

298 of 554

Page 299: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY ELECTRICAL CONNECTIONS FOR EQUIPMENT HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 05 83-5

ELECTRICAL CONNECTIONS FOR EQUIPMENT 26 05 83-5

D. Connectors and Terminals: Provide electrical connectors and terminals which mate and match, including sizes and ratings, with equipment terminals and are recommended by equipment manufacturer for intended applications.

E. Electrical Connection Accessories: Provide electrical insulating tape, heat-

shrinkable insulating tubing and boots, electrical solder, electrical soldering flux, wirenuts and cable ties as recommended for use by accessories manufacturers for type services indicated.

END OF SECTION

299 of 554

Page 300: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY FUSES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 28 13-1

FUSES 26 28 13-1

SECTION 26 28 13- FUSES PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General and supplementary Conditions and division-1 Specification sections, apply to the work of this section.

B. Division-16 Basic Electrical Materials and Methods sections apply to work of this

section.

1.2 SUMMARY

A. Extent of fuse work required by this section is indicated by drawings, and by requirements of this section.

B. Refer to other Division-16 sections for the following items; not work of this

section. 1. Panelboards. 2. Motor disconnects.

1.3 SYSTEM DESCRIPTION

A. Types of fuses specified in this section include the following:

1. Class L time-delay. 2. Class L fast-acting. 3. Class RK1 time-delay. 4. Class RK1 and Class J current-limiting.

1.4 SUBMITTALS

A. Product Data: Submit manufacturer's technical product data on fuses, including

specifications, electrical characteristics, installation instructions, furnished specialties and accessories. In addition, include voltages and current ratings, interrupting ratings, current limitation ratings, time-current trip characteristic curves, and mounting requirements.

1.5 QUALITY ASSURANCE

A. Manufacturer's Qualifications: Firms regularly engaged in manufacture of fuses

of types and sizes required, whose products have been in satisfactory use in similar service for not less than 5 years.

B. Codes and Standards:

1. UL Compliance and Labeling: Comply with applicable provisions of UL 198D, "High-Interrupting-Capacity Class K Fuses". Provide overcurrent protective devices which are UL-listed and labeled.

2. NEC Compliance: Comply with NEC as applicable to construction and installation of fusible devices.

3. ANSI Compliance: Comply with applicable requirements of ANSI C97.1

300 of 554

Page 301: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PINELLAS SUNCOAST TRANSIT AUTHORITY FUSES HVAC DIRECT DIGITAL CONTROL SYSTEMS AND CHILLER REPLACEMENT 26 28 13-2

FUSES 26 28 13-2

"Low-Voltage Cartridge Fuses 600 Volts or Less".

1.6 MAINTENANCE

A. Extra Materials: 1. Maintenance Stock, Fuses: for types and ratings required, furnish

additional fuses, amounting to one unit for every 5 installed units, but not less than one set of 3 of each kind.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, provide fuses of one of the following: 1. Bussmann Div; Cooper Industries. 2. Commercial Enclosed Fuse Co. 3. General Electric Co. 4. Shawmut Div; Gould Inc. 5. Reliance Fuse Div; Federal Pacific Electric Co.

2.2 FUSES

A. General: Except as otherwise indicated, provide fuses of types, sizes, ratings,

and average time-current and peak let-through current characteristics indicated, which comply with manufacturer's standard design, materials, and constructed in accordance with published product information, and with industry standards and configurations.

B. Class L Time-Delay Fuses: Provide UL Class L time-delay fuses rated 600-volts,

60 Hz, 800 amperes, with 200,000 RMS symmetrical interrupting current rating for protecting transformers, motors, and circuit-breakers.

C. Class L Fast-Acting Fuses: Provide UL Class L fast-acting fuses rated 600-volts,

60 Hz, 2000 amperes, with 200,000 RMS symmetrical interrupting current rating for protecting service entrances and main feeder circuit-breakers.

D. Class RK1 Time-Delay Fuses: Provide UL Class RK1 time-delay fuses rated

600-volts, 60 Hz, 400 amperes, with 200,000 RMS symmetrical interrupting current rating for protecting motors and circuit-breakers.

E. Class RK1 Current-Limiting Fuses: Provide UL Class RK1 current-limiting fuses

rated 250-volts, 60 Hz, 200 amperes, with 200,000 RMS symmetrical interrupting current rating for protecting circuit-breakers.

F. Cable Limiters: Provide cable limiters rated 600-volts, 60 Hz, 400 amperes with

tubular type terminals for compression connection to 500 MCM copper cable.

END OF SECTION

301 of 554

Page 302: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PSTA HVAC Control Review, Assessment and Recommendations

HE #15-027

January 12, 2016

Prepared by: Hahn Engineering, Inc. 3060 S. Dale Mabry Hwy. Tampa, Florida 33629 813-831-8599 www.hahneng.com

302 of 554

Page 303: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

PSTA HVAC Control Review, Assessment and Recommendations

Table of Contents Section Page Summary 1-3 Appendix 1 AHU Test Notes Appendix 2 HVAC Equipment List Appendix 3 HVAC Equipment Testing Log Appendix 4 VAV Box Set Point Comparisons Appendix 5 AHU-1A VAV Box Data Appendix 6 AHU-2A VAV Box Data Appendix 7 AHU-3A VAV Box Data Appendix 8 AHU-1M VAV Box Data Appendix 9 AHU-2M VAV Box Data Appendix 10 AHU-3M VAV Box Data Appendix 11 AHU-4M VAV Box Data

303 of 554

Page 304: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

1

PSTA HVAC Control Review, Assessment and Recommendations

Summary Hahn Engineering, Inc. has recently completed a review and assessment of the HVAC Control System for the Pinellas Suncoast Transit Authority Facility located at 3201 Scherer Drive, St. Petersburg, Florida. The purpose of this assessment was to: 1. Review the current operation of the HVAC System.

2. Gather information as to the items that are not being controlled properly, either within the

current system configuration or due to damage. 3. Provide a base of data to be utilized to compare against final project completion to ensure

any trouble areas have been addressed appropriately.

4. Determine the parameters for a control system remediation to be included in a RFP. What we found was a control system that was non-functional and, in many cases, left in manual override. The current HVAC System is very complex and unable to function in a manner to achieve the desired intended space temperature and humidity requirements. The main components of the HVAC System are Multi Zone chilled water air handling units that have been outfitted with a Variable Frequency Drive fans and serve Variable Air Volume boxes in the room spaces. These units also contain Energy Recovery Ventilators to precondition the outside ventilation air. A Multi Zone system or a Variable Air Volume System individually are excellent ways to control space temperature. However, when combined you run into an extremely difficult control situation even if all the controls are operating correctly and it is well maintained, and the system’s set points and schedules have been fully vetted. A Multi Zone system is intended to be a constant air volume system that mixes air from either a hot deck or cold deck to control space temperature. A Variable Air Volume system varies airflow to the space to control the temperature. The mixture of these two base systems together does not function well. The facility has extreme air pressure issues. These can be directly tied to the Energy Recovery Ventilator operation or lack thereof. The purpose of an Energy Recovery Ventilator is to take the exhaust airflow from the building, run it through an energy wheel and pretreat outside ventilation air into the building. However, in many of the cases this equipment was off, tagged off and in need of significant repair. With this equipment nonoperational you cannot provide the correct ventilation air to the facility and are either significantly over pressurizing or under pressurizing the building (which currently occurs). Attached to this report is equipment test data and summary spreadsheets identifying the equipment; whether it was operational, what the set points (if any) are and if it is in manual

304 of 554

Page 305: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

2

override. If you review this data in detail you can see that the HVAC Control System is non- reliable/nonfunctional. However, this system can be repaired and made into a well performing/functioning HVAC system. Many of the components such as ductwork, grilles and VAV boxes, are in usable shape, as are the coils and the fans in the air handling units. If you properly address the system with significant control modifications and some adjustments to the HVAC system you can achieve a premium operating HVAC system. Our recommendation is to eliminate the Multi Zone function of the air handling units and make each a true VAV type air handling unit system. In addition, due to all the issues with the maintenance and the lack of operation with the Energy Recovery Ventilators we propose that those be eliminated and chilled water coils be provided in place of those systems. In addition, due to the confusing nature of the base control system and the way the original HVAC program was set up, as well as the seemingly lack of scheduling and significant overrides throughout the system, we recommend that a new backbone control system be installed with new software and new programming. Many of the existing control panels, temperature sensors, valve controls, chiller controls and VAV box controls may be reutilized with this new system. Specifically, we recommend the approach of the following to properly address the HVAC System and its control: 1. Close/lock off the hot deck of the Multi Zone units and force all of the air through the cold

deck of the unit. This will make it a single path airflow unit.

2. Provide static pressure sensors in each of the supply zoned duct systems that would operate so that the worse case static pressure would be maintained in the high pressure duct part of the system. This will allow VAV boxes to receive adequate air and allow them to function.

3. Remove the Energy Recovery Ventilators from each air handling unit. Tie the exhaust

ductwork directly to the system exhaust fans.

4. Provide a chilled water outside air coil in the outside air ventilation duct to the units.

5. Provide an OA modulating damper in the outside ventilation air with Demand Control Ventilation utilizing CO2 sensors. This will ensure adequate ventilation air, building pressures maintained and save energy.

6. Provide a new backbone control system with software that allows scheduling and monitoring

of the HVAC system. This will be tied into many of the existing functioning VAV box components, temperature sensors, etc.

7. When changing the chillers, reinstall them in a configuration of a parallel operation in lieu of

a series configuration. This will allow the chiller to operate on a parallel path and reduce the overall pumping pressure and save energy.

305 of 554

Page 306: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

3

8. Provide a complete Test and Balance of the system.

We remain confident that the HVAC Control System remediation, as well as the minor HVAC system fixes, along with the chiller change out portion of the project can successfully be completed within the RFP process and within the original budget as estimated. Our recommendation moving forward is to begin preparing the required documents outlining the control system remediation requirements, the HVAC system remediation requirements, and the chiller change out requirements so that the RFP can be fully developed and put out for contractor proposals.

306 of 554

Page 307: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

Appendix 1

307 of 554

Page 308: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

308 of 554

Page 309: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

309 of 554

Page 310: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

310 of 554

Page 311: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

311 of 554

Page 312: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

312 of 554

Page 313: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

Appendix 2

313 of 554

Page 314: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

HVAC EQUIPMENT LIST

Administration Building VAV BoxesVariable Air Volume Terminal Units

Room # Max. Min. Htg. Htg. CoolVAV‐1A‐1 Conf. Rm. A149 Trane VCEF10000G0FM00C00000L5W0F0552100 R04H04768A 100 55 150 64 76VAV‐1A‐2 Board Area A148 Trane VCEF08000G0FM00C00000L4W0D0402100 R04H04772A 800 10 200 60 71VAV‐1A‐3 Audience A147 Trane VCEF08000G0FM00C00000L4W0D0102100 R04H04775A 700 10 100 60 71VAV‐1A‐4 Audience A147 Trane VCEF08000G0FM00C00000L4W0D0102100 ‐‐‐‐ 1000 10 350 60 74VAV‐1A‐5 Vendor Bid A144 Trane VCEF08000G0FM00C00000L4W0D0102100 R04H04785A 320 50 250 67 74VAV‐1A‐6 Elec. Rm. A145 Trane VCCF06000G0FM00C00000L4W000000000 R04H04788A 600 106 ‐‐‐‐ ‐‐‐‐ 74VAV‐1A‐7 Mech. Rm. A146 Trane VCEF06000G0FM00C00000L4W0D0102100 R04H04792A 165 30 70 64 74VAV‐1A‐8 Archives A243 Trane VCEF10000G0FM00C00000L5W0D0102100 ‐‐‐‐ 1500 200 900 67 74VAV‐1A‐9 Classroom A244 Trane VCEF08000G0FM00C00000L4W0D0252100 R04H04783A 300 100 180 65 74VAV‐1A‐10 Auditorium A245 Trane VCEF08000G0FM00C00000L4W0D0402100 R04H04770A 1000 200 375 67 74VAV‐1A‐11 Auditorium A245 Trane VCEF08000G0FM00C00000L4W0D0402100 R04H04771A 1000 300 375 67 74

VAV‐2A‐1 Exec. Dir. A127 Trane VCEF08000G0FM00C00000L4W0D0302100 R04H04777A 550 200 150 70 74VAV‐2A‐2 Exec. Assist. A125 Trane VCCF06000G0FM00C00000__________100 ‐‐‐‐ 250 100 100 76 80VAV‐2A‐3 Lunch Rm. A123 Trane VCEF10000G0FM00C00000L5W0F0552100 R04H04769A 2250 200 800 66 73VAV‐2A‐4 Wm. Rr. A129 Trane VCEF08000G0FM00C00000L4W0D0252100 R04H04784A 100 50 175 68 78VAV‐2A‐5 Sr. Tr. Plan. A105 Trane VCEF06000G0FM00C00000L4W0D0402100 R04H04810A 370 150 225 66 68VAV‐2A‐6 Dir. Plan. A101 Trane VCEF05000G0FM00C00000L4W0D0252100 R04H04812A 550 450 250 66 72VAV‐2A‐7 Conf. Rm. A102 Trane VCEF06000G0FM00C00000L4W0D0252100 R04H04814A 494 205 210 65 72VAV‐2A‐8 Mech. Rm. A122 Trane VCEF06000G0FM00C00000L4W0D0102100 R04H04793A 119 20 75 66 74VAV‐2A‐9 Open Off. 1 A104 Trane VCCF08000G0FM00C00000L4W000000000 R04H04818A 1000 10 ‐‐‐‐ ‐‐‐‐ 74VAV‐2A‐10 Cust. Serv. A110 Trane VCCF04000G0FM00C00000L4W000000000 R04H04823A 500 225 ‐‐‐‐ ‐‐‐‐ 74VAV‐2A‐11 Lead Supv. A111 Trane VCEF05000G0FM00C00000L4W0D0102100 R04H04830A 155 35 100 67 76VAV‐2A‐12 Dir. Mktg.  A112 Trane VCEF06000G0FM00C00000L4W0D0202100 R04H04834A 225 50 178 66 74VAV‐2A‐13 Conf. Rm. A113 Trane VCEF06000G0FM00C00000L4W0D0152100 R04H04802A 300 50 155 66 74VAV‐2A‐14 Pr & Graph. A115 Trane VCEF06000G0FM00C00000L4W0D0252100 ‐‐‐‐ 500 125 210 66 74VAV‐2A‐15 Emp. Ben. A138 Trane VCCF04000G0FM00C00000L4W000000000 R04H04824A 100 50 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐2A‐16 Copy/Work A117 Trane VCCF04000G0FM00C00000L4W000000000 R04H04825A 500 25 ‐‐‐‐ ‐‐‐‐ 74VAV‐2A‐17 Open Off. 2 A118 Trane VCCF08000G0FM00C00000L4W000000000 R04H04816A 300 214 ‐‐‐‐ ‐‐‐‐ 74VAV‐2A‐18 Corr. #1 A119 Trane ‐‐‐‐ ‐‐‐‐ 398 248 0 66 74VAV‐2A‐19 Hr. Dir. A139 Trane VCEF08000G0FM00C00000L4W0D0102100 R04H04778A 600 250 214 66 70VAV‐2A‐20 Open Off. 3 A137 Trane VCCF05000G0FM00C00000L4W000000000 R04H04844A 270 25 ‐‐‐‐ ‐‐‐‐ 74VAV‐2A‐21 Waiting A135 Trane VCCF05000G0FM00C00000L4W000000000 R04H04848A 300 15 ‐‐‐‐ ‐‐‐‐ 71VAV‐2A‐22 Clerk/Mail A132 Trane VCCF04000G0FM00C00000L4W000000000 R04H04826A 180 0 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐2A‐23 Corr. #6 A242 Trane VCEF12000G0FM00C00000L5W0F1202100 R04H04849A 1500 600 1050 66 74VAV‐2A‐24 Ceiling Plen. A242 Trane VCEF16000G0FM00C00000L5W0F1402100 R04H04850A 1000 600 300 66 74VAV‐2A‐25 Comm. A120 Trane VCCF08000G0FM00C00000L4W000000000 R04H04817A 200 50 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐2A‐26 Stair 2 A109 Trane VCEF08000G0FM00C00000L4W0D0402100 R04H04773A 400 135 120 66 73

Mark Serial No. Airflow Setpoints (CFM)Thermostat Location Manufacturer Occ Temp Stpt (°F)Model No.

1 of 4314 of 554

Page 315: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

HVAC EQUIPMENT LIST

Room # Max. Min. Htg. Htg. CoolMark Serial No. Airflow Setpoints (CFM)Thermostat Location Manufacturer Occ Temp Stpt (°F)Model No.

VAV‐3A‐1 Risk Man. A207 Trane VCEF06000G0FM00C00000L4W0D0252100 R04H04815A 200 100 180 70 72VAV‐3A‐2 Dir. Fin. A201 Trane VCEF06000G0FM00C00000L4W0D0202100 R04H04838A 500 200 200 68 71VAV‐3A‐3 Conf. Rm. A202 Trane VCEF08000G0FM00C00000L4W0D0202100 R04H04852A 350 150 150 66 76VAV‐3A‐4 Open Off.  A208 Trane VCCF08000G0FM00C00000L4W000000000 R04H04822A 400 150 ‐‐‐‐ ‐‐‐‐ 72VAV‐3A‐5 Mech. Rm. A224 Trane VCCF04000G0FM00C00000L4W000000000 R04H04828A 100 45 100 73 74VAV‐3A‐6 Print Rm. A211 Trane VCCF04000G0FM00C00000L4W000000000 R04H04829A 161 50 ‐‐‐‐ ‐‐‐‐ 76VAV‐3A‐7 Audit Off. A212 Trane VCEF06000G0FM00C00000L4W0D0102100 R04H04800A 170 30 121 68 72VAV‐3A‐8 Controller A213 Trane VCEF06000G0FM00C00000L4W0D0202100 R04H04840A 250 100 110 65 72VAV‐3A‐9 Sen. Accnt. A215 Trane VCEF06000G0FM00C00000L4W0D0202100 R04H04841A 150 50 50 78 80VAV‐3A‐10 Sen. Accnt. A217 Trane VCEF06000G0FM00C00000L4W0D0202100 R04H04798A 750 30 1500 65 72VAV‐3A‐11 Copy Rm. A219 Trane VCCF04000G0FM00C00000L4W000000000 R04H04827A 214 50 ‐‐‐‐ ‐‐‐‐ 76VAV‐3A‐12 Open Off. 5 A220 Trane VCCF08000G0FM00C00000L4W000000000 R04H04820A 650 200 ‐‐‐‐ ‐‐‐‐ 76VAV‐3A‐13 Not UsedVAV‐3A‐14 Set‐Up Fac. A238 Trane VCCF08000G0FM00C00000L4W000000000 R04H04821A 300 225 ‐‐‐‐ ‐‐‐‐ 72VAV‐3A‐15 System Man. A235 Trane VCEF06000G0FM00C00000L4W0D0102100 R04H04799A 285 40 120 72 76VAV‐3A‐16 System Ana. A233 Trane VCEF06000G0FM00C00000L4W0D0202100 R04H04837A 350 106 180 72 74VAV‐3A‐17 Not UsedVAV‐3A‐18 Server Rm. A236 Trane VCCF10000G0FM00C00000L4W000000000 R04H04855A 850 400 ‐‐‐‐ ‐‐‐‐ 72VAV‐3A‐19 Server Rm. A236 Trane VCCF10000G0FM00C00000L4W000000000 R04H04856A 1300 700 ‐‐‐‐ ‐‐‐‐ 70VAV‐3A‐20 Purch. Man. A240 Trane VCEF06000G0FM00C00000L4W0D0152100 R04H04808A 450 200 150 70 75VAV‐3A‐21 Open Off. 6 A241 Trane VCEF06000G0FM00C00000L4W0D0152100 R04H04809A 250 100 100 74 78VAV‐3A‐22 Open Off. 6 A241 Trane VCCF05000G0FM00C00000L4W000000000 R04H04847A 1000 500 ‐‐‐‐ ‐‐‐‐ 32VAV‐3A‐23 Res. Cent. A239 Trane VCCF06000G0FM00C00000L4W000000000 R04H04791A 449 150 ‐‐‐‐ ‐‐‐‐ 76VAV‐3A‐24 Elec. Rm. A223 Trane VCCF05000G0FM00C00000L4W000000000 R04H04848A 350 350 ‐‐‐‐ ‐‐‐‐ 72VAV‐3A‐25 Mens Rm. A228 Trane VCEF06000G0FM00C00000L4W0D0202100 R04H04839A 350 350 200 68 72VAV‐3A‐26 Lunch Rm. A225 Trane VCEF10000G0FM00C00000L4W0D0402100 R04H04859A 1040 200 400 71 76VAV‐3A‐27 Lunch Rm. A225 Trane VCEF10000G0FM00C00000L4W0D0402100 R04H04860A 990 470 400 71 75

Maintenance Building VAV BoxesVariable Air Volume Terminal Units

VAV‐1M‐1 Dir. Maint. M150 Trane VCEF05000G0FM00C00000L4W0D0252100 R04H04811A 328 170 218 71 71VAV‐1M‐2 Maint. Supt. M152 Trane VCEF08000G0FM00C00000L4W0D0302100 R04H04776A 250 170 170 71 74VAV‐1M‐3 Open Office M154 Trane VCCF05000G0FM00C00000L4W000000000 R04H04842A 299 50 ‐‐‐‐ ‐‐‐‐ 70VAV‐1M‐4 Vest #1 M157 Trane VCEF10000G0FM00C00000L5W0F0652100 R04H04861A 690 210 300 71 74VAV‐1M‐5 Stair #1 M247 Trane VCEF10000G0FM00C00000L5W0F1102100 R04H04862A 1229 500 850 71 74VAV‐1M‐6 Conf. Rm. M151 Trane VCEF04000G0FM00C00000L4W0D0102100 R04H04863A 150 50 150 71 74VAV‐1M‐7 Women Locker M148 Trane VCEF05000G0FM00C00000L4W0D0152100 R04H048‐‐A 300 400 301 71 74VAV‐1M‐8 Men Locker M144 Trane ‐‐‐‐ ‐‐‐‐ 500 400 ‐‐‐‐ ‐‐‐‐ 74VAV‐1M‐9 Lunch Rm. M139 Trane VCEF10000G0FM00C00000L4W0D0202100 R04H04869A 975 250 270 68 71VAV‐1M‐10 Lunch Rm. M139 Trane VCEF10000G0FM00C00000L4W0D0202100 R04H04868A 500 125 150 71 74

2 of 4315 of 554

Page 316: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

HVAC EQUIPMENT LIST

Room # Max. Min. Htg. Htg. CoolMark Serial No. Airflow Setpoints (CFM)Thermostat Location Manufacturer Occ Temp Stpt (°F)Model No.

VAV‐1M‐11 Data Entry Clerk M127 Trane ‐‐‐‐ ‐‐‐‐ 300 50 50 65 74VAV‐1M‐12 Elect. #1 M142 Trane ‐‐‐‐ ‐‐‐‐ 468 104 104 71 74

VAV‐2M‐1 Dir. Trans. M202 Trane VCEF06000G0FM00C00000L4W0D0152100 R04H04804A 300 89 250 65 68VAV‐2M‐2 Transit Analyst M205 Trane VCEF08000G0FM00C00000L4W0D0402100 R04H04871A 600 220 265 72 74VAV‐2M‐3 Break Rm. M206 Trane VCEF08000G0FM00C00000L4W0D0352100 R04H04874A 350 100 225 71 74VAV‐2M‐4 Men Rm. M209 Trane VCEF06000G0FM00C00000L4W0D0152100 R04H04806A 100 50 0 65 71VAV‐2M‐5 Daily Schedule M211 Trane VCEF06000G0FM00C00000L4W0D0202100 R04H04836A 100 50 200 75 78VAV‐2M‐6 Trans. Mgr. M212 Trane VCEF06000G0FM00C00000L4W0D0152100 R04H04807A 400 144 148 70 74VAV‐2M‐7 Dispatch M213 Trane VCEF08000G0FM00C00000L4W0D0302100 R04H04781A 200 100 200 68 75VAV‐2M‐8 Dispatch M213 Trane VCEF12000G0FM00C00000L4W0D0302100 R04H04874A 350 100 200 68 73VAV‐2M‐9 Lead Supervisor M214 Trane VCEF06000G0FM00C00000L4W0D0102100 R04H04797A 410 200 120 65 72VAV‐2M‐10 Radio Dispatch M215 Trane ‐‐‐‐ ‐‐‐‐ 330 100 100 68 73VAV‐2M‐11 Road Supervisor M217 Trane VCEF06000G0FM00C00000L4W0D0102100 R04H04794A 75 25 100 78 85VAV‐2M‐12 Comp. Bid Rm. M232 Trane VCEF05000G0FM00C00000L4W0D0152100 R04H04866A 301 265 248 70 74VAV‐2M‐13 Consultation M219 Trane VCEF05000G0FM00C00000L4W0D0102100 R04H04831A ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐2M‐14 Open Office #1 M221 Trane VCCF08000G0FM00C00000L4W000000000 R04H04819A 799 218 ‐‐‐‐ ‐‐‐‐ 74VAV‐2M‐15 Reference Center M222 Trane VCEF06000G0FM00C00000L4W0D0152100 R04H04805A 200 100 148 71 75VAV‐2M‐16 Conference Rm. M224 Trane VCEF06000G0FM00C00000L4W0D0202100 R04H04835A 300 200 218 64 68VAV‐2M‐17 Copy/Work Rm. M225 Trane ‐‐‐‐ ‐‐‐‐ 394 155 ‐‐‐‐ ‐‐‐‐ 74VAV‐2M‐18 Demonstration Rm. M229 Trane VCEF08000G0FM00C00000L4W0D0302100 R04H04779A 828 695 350 71 74VAV‐2M‐19 Class Rm. #1 M230 Trane VCEF08000G0FM00C00000L4W0D0202100 R04H04851A 538 370 300 71 74VAV‐2M‐20 Quiet Rm. M231 Trane VCEF04000G0FM00C00000L4W0D0102100 R04H04864A 330 150 100 69 74VAV‐2M‐21 Drivers Rm. M233 Trane VCEF08000G0FM00C00000L4W0D0152100 R04H04787A 650 125 0 68 72VAV‐2M‐22 Drivers Rm. M233 Trane VCEF10000G0FM00C00000L4W0D0452100 ‐‐‐‐ 450 299 299 71 74VAV‐2M‐23 Drivers Rm. M233 Trane VCEF10000G0FM00C00000L4W0D0202100 R04H04870A 1500 500 800 68 72VAV‐2M‐24 Check In M235 Trane VCEF08000G0FM00C00000L4W0D0352100 R04H04872A 400 165 280 71 74VAV‐2M‐25 Lockers M237 Trane VCEF06000G0FM00C00000L4W0D0352100 R04H04876A 69429 0 ‐‐‐‐ ‐‐‐‐ 74VAV‐2M‐26 Women Rm. M240 Trane VCEF05000G0FM00C00000L4W0D0102100 R04H04832A 75 50 ‐‐‐‐ ‐‐‐‐ 74VAV‐2M‐27 Union Office M241 Trane VCEF06000G0FM00C00000L4W0D0102100 R04H04796A 119 44 123 71 72VAV‐2M‐28 Mens Rm. M238 Trane VCEF05000G0FM00C00000L4W0D0202100 R04H04827A 398 273 ‐‐‐‐ ‐‐‐‐ 74VAV‐2M‐29 Wellness Center M224 Trane VCEF14000G0FM00C00000L5W0F0652100 R04H04878A 998 220 449 65 68VAV‐2M‐30 Not UsedVAV‐2M‐31 Service Area M255 Trane VCCF06000G0FM00C00000L4W0D0252100 R04H04790A 140 140 ‐‐‐‐ ‐‐‐‐ 74VAV‐2M‐32 Vending Kitchen M252 Trane VCEF08000G0FM00C00000L4W0D0352100 R04H04873A 410 165 269 71 74VAV‐2M‐33 IT Rm. M254 Trane VCCF10000G0FM00C00000L4W000000000 R04H04853A 1365 200 ‐‐‐‐ ‐‐‐‐ 74VAV‐2M‐34 Elect. Rm. #4 M253 Trane VCCF05000G0FM00C00000L4W00000000 R04H04845A 500 100 ‐‐‐‐ ‐‐‐‐ 74VAV‐2M‐35 Vest. #2 M129 Trane ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐2M‐36 Corr. #16 M246 Trane VCEF08000G0FM00C00000L4W0D0302100 R04H04780A ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐2M‐37 Cond. Storage M235 Trane ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐2M‐38 Main Elect. Rm. M133 Trane ‐‐‐‐ ‐‐‐‐ 750 500 ‐‐‐‐ ‐‐‐‐ 70

3 of 4316 of 554

Page 317: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

HVAC EQUIPMENT LIST

Room # Max. Min. Htg. Htg. CoolMark Serial No. Airflow Setpoints (CFM)Thermostat Location Manufacturer Occ Temp Stpt (°F)Model No.

VAV‐3M‐1 Comp. Rebuild M159 Trane VCCF10000G0FM00C00000L4W000000000 R04H04857A 924 200 0 69 68VAV‐3M‐2 Comp. Rebuild M159 Trane VCCF10000G0FM00C00000L4W000000000 R04H04858A ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐3M‐3 Electrical Shop M158 Trane VCWF06000G0FM00C00002L4W00000000 R04H04881A 650 500 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐3M‐4 Mach. Shop M160 Trane VCWF08000G0FM00C00002L4W00000000 R04H04882A ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐3M‐5 Staging M162 Trane VCWF10000G0FM00C00002L4W00000000 R04H04883A 998 148 ‐‐‐‐ ‐‐‐‐ 68

VAV‐4M‐1 Corridor M185 DAMPER ONLY ‐‐‐‐ 64 64 ‐‐‐‐ ‐‐‐‐ 64VAV‐4M‐2 Training Room M187 DAMPER ONLY ‐‐‐‐ 66 66 ‐‐‐‐ ‐‐‐‐ 66VAV‐4M‐3 Electrical  M180 DAMPER ONLY ‐‐‐‐ 66 66 ‐‐‐‐ ‐‐‐‐ 66VAV‐4M‐4 Custodian M182 DAMPER ONLY ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐4M‐5 Body Office M184 DAMPER ONLY ‐‐‐‐ 64 64 ‐‐‐‐ ‐‐‐‐ 64VAV‐4M‐6 Training Office M186 DAMPER ONLY ‐‐‐‐ 67 67 ‐‐‐‐ ‐‐‐‐ 67VAV‐4M‐7 Training Storage M188 DAMPER ONLY ‐‐‐‐ 0 0 ‐‐‐‐ ‐‐‐‐ 0VAV‐4M‐8 Telcom Rm #2 M249A DAMPER ONLY ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐4M‐9 Mech. Eqpt. Platform #2 M249 DAMPER ONLY ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐

Administration Building Air Handling Units

Room #AHU‐1A Mechanical Room A146 Trane/Thybar TIBA015H43320FA M03M00286AHU‐2A Mechanical Room A122 Trane/Thybar TIBA025H41720FA M03M00287AHU‐3A Mechanical Room A224 Trane/Thybar TIBA025H41720FA M03M00288AHU‐4A Vendor Bid Room A144 Trane BHC024A2A0A1M01E000000B01000000000000 T04J56751FCU‐1A Corridor A119 Trane

Maintenance Building Air Handling Units

Room #AHU‐1M Mechanical Room M143 Trane/Thybar TIBA015H41720FA M03M00289AHU‐2M Mechanical Room M255 Trane TIBA047H41720F0 M03M00290ERU‐2M Mechanical Room M255 Thybar TV6475 C004‐7592‐1RF‐2M Mechanical Room M255 Greenheck BSQ‐420‐100‐X 4102215AHU‐3M Mechanical Room M248 Trane MCCB010UA0A0UA K04D61819AHU‐4M Mech. Eqpt. Platform #2 M249 Trane MCCB008UA0A0UB K04D6840AHU‐5M Schedule Storage M136 Trane FC024 ‐‐‐‐AHU‐6M Component Rebuild M159 Trane FC024 ‐‐‐‐FCU‐1M Mech. Eqpt. Platform #1 M201 Trane BCHB 036 ‐‐‐‐FCU‐2M Office M192 Trane BCHB 018 ‐‐‐‐

Mark Unit Location Manufacturer Model No. Serial No.

Mark Unit Location Manufacturer Model No. Serial No.

4 of 4317 of 554

Page 318: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

Appendix 3

318 of 554

Page 319: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

HVAC EQUIPMENT TEST LOG

Administration Building VAV BoxesVariable Air Volume Terminal Units

MarkClg Test 

Success (Y/N)Htg Test 

Success (Y/N) Test Notes

VAV‐1A‐1 Y Y Damper and electric heater are controlled at BAS. VAV‐1A‐2 Y N Damper controlled but at 100% does not achieve max airflow. Htg shown on at BAS but no temp rise detected in DA.VAV‐1A‐3 Y Y Damper and electric heater are controlled at BAS. VAV‐1A‐4 Y Y Damper and electric heater are controlled at BAS. VAV‐1A‐5 Y Y Damper and electric heater are controlled at BAS. Damper at 100 % does not achieve max airflow.VAV‐1A‐6 N N VAV Controller disabled. Not working.VAV‐1A‐7 Y Y Damper and electric heater are controlled at BAS. VAV‐1A‐8 Y ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. VAV‐1A‐9 Y Y Damper and electric heater are controlled at BAS. VAV‐1A‐10 Y Y Damper and electric heater are controlled at BAS. Damper at 100 % does not achieve max airflow.VAV‐1A‐11 Y Y Damper and electric heater are controlled at BAS. Damper at 100 % does not achieve max airflow.

VAV‐2A‐1 N N Box not controlled . Setpoint changes not enabled.VAV‐2A‐2 N Y Setpoint changes do not effect  airflow or damper position. VAV‐2A‐3 N N BAS list "0" cfm as setpoint. No adjustable setpoints available.VAV‐2A‐4 Y Y Heat reacts very slow.VAV‐2A‐5 Y N Damper controlled but at 100% does not achieve max airflow. Htg shown on at BAS but unable to test due to low airflow.VAV‐2A‐6 Y N Damper controlled but at 100% does not achieve max airflow. Htg shown on at BAS but unable to test due to low airflow.VAV‐2A‐7 Y N Damper controlled but at 100% does not achieve max airflow. Htg shown on at BAS but unable to test due to low airflow.VAV‐2A‐8 Y N Damper controlled airflow not displayed at BAS. Htg shown on at BAS but unable to test due to low airflow.VAV‐2A‐9 N ‐‐‐‐ Damper position or cfm not displayed at BAS.VAV‐2A‐10 N N Box not controlled . Setpoint changes not enabled.VAV‐2A‐11 Y N Damper controlled but at 100% does not achieve max airflow. Htg shown on at BAS but unable to test due to low airflow.VAV‐2A‐12 Y N Damper controlled but at 100% does not achieve max airflow. Htg shown on at BAS but unable to test due to low airflow.VAV‐2A‐13 Y N Damper controlled but at 100% does not achieve max airflow. Htg shown on at BAS but unable to test due to low airflow.VAV‐2A‐14 Y N Damper controlled but at 100% does not achieve max airflow. Htg shown on at BAS but unable to test due to low airflow.VAV‐2A‐15 N N Box Setpoint changes not enabled. No control.VAV‐2A‐16 N ‐‐‐‐ Airflow does not change with damper position. VAV‐2A‐17 Y ‐‐‐‐ Damper controlled at BAS and achieves cfm setpoint.VAV‐2A‐18 Y ‐‐‐‐ Damper controlled at BAS and achieves cfm setpoint.VAV‐2A‐19 Y Y Damper controlled but at 100% does not achieve max airflow. VAV‐2A‐20 Y ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. VAV‐2A‐21 Y ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. VAV‐2A‐22 N N Box not controlled . Set to 0 cfm. No setpoint adjustments available.VAV‐2A‐23 Y Y Damper controlled but at 100% does not achieve max airflow. VAV‐2A‐24 Y N Heating test unsuccessful. Heater turns off.VAV‐2A‐25 N N Box not controlled . Setpoint changes not enabled.VAV‐2A‐26 Y N Damper controlled but at 100% does not achieve max airflow. Htg shown on at BAS but unable to test due to low airflow.

1 of 4319 of 554

Page 320: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

HVAC EQUIPMENT TEST LOGVAV‐3A‐1 Y Y Damper and electric heater are controlled at BAS. VAV‐3A‐2 Y Y Damper controlled but at 100% does not achieve max airflow. Airflow setpoint does not change in BAS graphic.VAV‐3A‐3 Y Y Damper and electric heater are controlled at BAS. VAV‐3A‐4 Y ‐‐‐‐ Damper controlled at BAS.VAV‐3A‐5 N N Box not controlled . Setpoint changes do not initiate reaction from box.VAV‐3A‐6 Y ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. Slow reacting.VAV‐3A‐7 Y Y Damper and Htg control very slow reacting.VAV‐3A‐8 Y Y Damper controlled but at 100% does not achieve max airflow.VAV‐3A‐9 N N Space temp setpoint is at 80 degrees. Damper and heater are controlled but airflow setpoints are too low.VAV‐3A‐10 Y N Airflow setpoints are too high. Unable to achieve with damper at 100%.VAV‐3A‐11 Y ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. VAV‐3A‐12 Y ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. VAV‐3A‐13 Y ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. VAV‐3A‐14 Y ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. VAV‐3A‐15 N N Damper does not move with setpoint changes. Heater does not stay on.VAV‐3A‐16 Y Y Damper and electric heater are controlled at BAS. VAV‐3A‐17 Y ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. VAV‐3A‐18 Y ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. VAV‐3A‐19 Y ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. VAV‐3A‐20 Y Y Damper controlled but at 100% does not achieve max airflow. VAV‐3A‐21 Y N Damper controlled but at 100% does not achieve max airflow. Htg shown on at BAS but unable to test due to low airflow.VAV‐3A‐22 N N Box not controlled . Setpoint changes not enabled.VAV‐3A‐23 N N Box not controlled . BAS list "0" cfm as setpoint. Setpoint changes not available.VAV‐3A‐24 Y Y Damper controlled at BAS.VAV‐3A‐25 Y Y Damper controlled but at 100% does not achieve max airflow. Htg slow reacting temp rise.VAV‐3A‐26 Y Y Damper controlled but at 100% does not achieve max airflow. VAV‐3A‐27 Y Y Damper controlled but at 100% does not achieve max airflow. 

Maintenance Building VAV BoxesVariable Air Volume Terminal UnitsVAV‐1M‐1 Y Y Damper and electric heater are controlled at BAS. VAV‐1M‐2 Y Y Damper and electric heater are controlled at BAS. VAV‐1M‐3 Y ‐‐‐‐ Damper controlled at BAS.VAV‐1M‐4 Y Y Damper does not adjust to heating airflow setpoint. Remains at max cfm.VAV‐1M‐5 Y Y Damper and electric heater are controlled at BAS. VAV‐1M‐6 Y Y Damper and electric heater are controlled at BAS. VAV‐1M‐7 Y N Damper controlled. Electric heat shown on at BAS however not energized. No DA temp rise detected.VAV‐1M‐8 Y ‐‐‐‐ Damper controlled at BAS.VAV‐1M‐9 Y N Htg does not remain on. No DA temp rise.VAV‐1M‐10 Y Y Htg DA temp is low. 69.5 degrees w/ 2 stage electric heat on.VAV‐1M‐11 Y N Damper controlled but at 100% does not achieve max airflow. Electric heat on at BAS however not energized. No DA temp rise detected.VAV‐1M‐12 N N Setpoints not displayed at BAS. No control.

VAV‐2M‐1 Y Y Damper and electric heater are controlled at BAS. 

2 of 4320 of 554

Page 321: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

HVAC EQUIPMENT TEST LOGVAV‐2M‐2 Y Y Damper controlled but at 100% does not achieve max airflow. Htg slow reacting temp rise.VAV‐2M‐3 Y Y Damper and electric heater are controlled at BAS. VAV‐2M‐4 Y Y Heat airflow setpoint is "0" cfm? Airflow at 81 cfm during heating operation.VAV‐2M‐5 Y N Damper controlled at BAS. Electric heat does not initiate.VAV‐2M‐6 Y Y Damper controlled but at 100% does not achieve max airflow. Htg shown off at BAS but DA temp rise detected.VAV‐2M‐7 Y Y Damper and electric heater are controlled at BAS. VAV‐2M‐8 Y Y Damper controlled. Htg shown off at BAS but DA temp rise detected.VAV‐2M‐9 Y Y Damper controlled. Htg shown off at BAS but DA temp rise detected.VAV‐2M‐10 Y N Electric heat does not energize.VAV‐2M‐11 Y Y Damper controlled. Htg shown off at BAS but DA temp rise detected.VAV‐2M‐12 Y Y Damper and electric heater are controlled at BAS. VAV‐2M‐13 N N No access through BAS.VAV‐2M‐14 N N No damper or temp setpoints available for adjustement in BAS.VAV‐2M‐15 Y Y Damper controlled. Htg shown off at BAS but DA temp rise detected.VAV‐2M‐16 Y Y Damper and electric heater are controlled at BAS. VAV‐2M‐17 N ‐‐‐‐ Discharge airflow cfm not displayed at BAS. Damper control not available.VAV‐2M‐18 Y Y Damper controlled but at 100% does not achieve max airflow. Htg shown off at BAS but DA temp rise detected.VAV‐2M‐19 Y Y Damper and electric heater are controlled at BAS. VAV‐2M‐20 Y N Damper controlled. Htg does not energize.VAV‐2M‐21 Y Y Damper controlled. Htg airflow setpoint set to "0" cfm however BAS displays 250 cfm.VAV‐2M‐22 Y Y Damper controlled. Htg setpoints not shown to change in BAS for heating mode..VAV‐2M‐23 Y N Damper controlled. Htg does not energize.VAV‐2M‐24 N N Setpoints do not change with cooling or heating box mode.VAV‐2M‐25 N ‐‐‐‐ Damper set to 100% and does not change.  Setpoint changes not available.VAV‐2M‐26 N ‐‐‐‐ Damper set to 100% and does not change.  Setpoint changes not available.VAV‐2M‐27 Y Y Damper and electric heater are controlled at BAS. VAV‐2M‐28 N ‐‐‐‐ Damper set to 100% and does not change.  Setpoint changes not available.VAV‐2M‐29 Y Y Damper and electric heater are controlled at BAS. Box remains at max flow during heating.

VAV‐2M‐31 N ‐‐‐‐ Damper set to 71% and does not change.  Setpoint changes not available.VAV‐2M‐32 Y Y Damper and electric heater are controlled at BAS. VAV‐2M‐33 N ‐‐‐‐ Damper set to 100% and does not change.  Setpoint changes not available.VAV‐2M‐34 N ‐‐‐‐ Damper set to 100% and does not change.  Setpoint changes not available.VAV‐2M‐35 N N Box not controlled. No access through BAS.VAV‐2M‐36 N N Box not controlled. No access through BAS.VAV‐2M‐37 N N Box not controlled. No access through BAS.VAV‐2M‐38 N ‐‐‐‐ Damper set to 91% and does not change.  Setpoint changes not available.

VAV‐3M‐1 N ‐‐‐‐ Damper controlled but at 100% does not achieve max airflow. Htg setpoint available at BAS but box is cooling only.VAV‐3M‐2 N N Box not controlled. No access through BAS.VAV‐3M‐3 N ‐‐‐‐ Damper set to 100% and does not change.  Setpoint changes not available.VAV‐3M‐4 N N Box not controlled. No access through BAS.VAV‐3M‐5 N ‐‐‐‐ Damper set to 100% and does not change.  Setpoint changes not available.

VAV‐4M‐1 N N Damper only box not controlled. All setpoints set without available adjustment.

3 of 4321 of 554

Page 322: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

HVAC EQUIPMENT TEST LOGVAV‐4M‐2 N N Damper only box not controlled. All setpoints set without available adjustment.VAV‐4M‐3 N N Damper only box not controlled. All setpoints set without available adjustment.VAV‐4M‐4 N N Not listed in BAS.VAV‐4M‐5 N N Damper only box not controlled. All setpoints set without available adjustment.VAV‐4M‐6 N N Damper only box not controlled. All setpoints set without available adjustment.VAV‐4M‐7 N N Damper only box not controlled. All setpoints set without available adjustment.VAV‐4M‐8 N N Not listed in BAS.VAV‐4M‐9 N N Not listed in BAS.

Administration Building Air Handling UnitsMark

AHU‐1AAHU‐2AAHU‐3AAHU‐4AFCU‐1A

Maintenance Building Air Handling UnitsMark

AHU‐1MAHU‐2MERU‐2MRF‐2MAHU‐3MAHU‐4MAHU‐5MAHU‐6MFCU‐1MFCU‐2M

Unit is running to maintain SA temp. VFD modulates to maintain S.P. setpoint. Boiler system off so no heat test was performed.

Test NotesVFD adjusts to S.P setpoint. Low S.P. setpoint does not allow min/htg cfm at VAV boxes. AHU Multi‐Zone dampers not operable. ERV wheel is offVFD set in hand to 45Hz. Min/htg cfm unachievable by most VAV zones. S.P. sensor is not working according to staff. ERV wheel on, does not shut down with AHU. EF‐2A at very low cfm.VFD adjusts to S.P setpoint.  ERV wheel on, does not shut down with AHU. EF‐3A on at 100%, does not shut down with AHU.Fan coil unit running at 100% open without control from BAS. Controller exists in mechanical room A146 but is not integrated with system.Not available through BAS

Test NotesVFD adjusts to S.P setpoint. OA temp not displayed at BAS. EF‐3A turned off at BAS.VFD initially set to hand at 60Hz. Adjusts to S.P. setpoint if placed in auto. ERV turned off at disconnect, wheel does not energize when turned on.Turned off via disconnect. Fans energize when switched on, wheel does not. Noisy fan belt.Unit on with no control hrough BAS. Status is indicated. Unit installed hanging from ceiling without any vibration isolators. This is shaking the whole room.

Not available from BAS for control.Not available from BAS for control.Not available from BAS for control.Not available from BAS for control.Not available from BAS for control.

4 of 4322 of 554

Page 323: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

Appendix 4

323 of 554

Page 324: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

VAV BOX SET POINT COMPARISON

Administration Building VAV BoxesVariable Air Volume Terminal Units

MarkMax. Min. Htg. Max. Min. Htg. Max. Min. Htg.

VAV‐1A‐1 100 55 150 880 205 490 ‐88.6 ‐73.2 ‐69.4VAV‐1A‐2 800 10 200 780 655 655 2.6 ‐98.5 ‐69.5VAV‐1A‐3 700 10 100 640 605 605 9.4 ‐98.3 ‐83.5VAV‐1A‐4 1000 10 350 600 580 580 66.7 ‐98.3 ‐39.7VAV‐1A‐5 320 50 250 510 330 330 ‐37.3 ‐84.8 ‐24.2VAV‐1A‐6 600 106 ‐‐‐‐ 450 105 ‐‐‐‐ 33.3 1.0 ‐‐‐‐VAV‐1A‐7 165 30 70 150 30 120 10.0 0.0 ‐41.7VAV‐1A‐8 1500 200 900 630 375 630 138.1 ‐46.7 42.9VAV‐1A‐9 300 100 180 680 630 630 ‐55.9 ‐84.1 ‐71.4VAV‐1A‐10 1000 200 375 540 540 540 85.2 ‐63.0 ‐30.6VAV‐1A‐11 1000 300 375 880 540 540 13.6 ‐44.4 ‐30.6

VAV‐2A‐1 550 200 150 320 90 225 71.9 122.2 ‐33.3VAV‐2A‐2 250 100 100 215 65 150 16.3 53.8 ‐33.3VAV‐2A‐3 2250 200 800 1080 430 450 108.3 ‐53.5 77.8VAV‐2A‐4 100 50 175 530 530 530 ‐81.1 ‐90.6 ‐67.0VAV‐2A‐5 370 150 225 370 125 345 0.0 20.0 ‐34.8VAV‐2A‐6 550 450 250 260 65 205 111.5 592.3 22.0VAV‐2A‐7 494 205 210 495 205 210 ‐0.2 0.0 0.0VAV‐2A‐8 119 20 75 120 50 120 ‐0.8 ‐60.0 ‐37.5VAV‐2A‐9 1000 10 ‐‐‐‐ 640 250 ‐‐‐‐ 56.3 ‐96.0 ‐‐‐‐VAV‐2A‐10 500 225 ‐‐‐‐ 220 185 ‐‐‐‐ 127.3 21.6 ‐‐‐‐VAV‐2A‐11 155 35 100 155 35 125 0.0 0.0 ‐20.0VAV‐2A‐12 225 50 178 225 65 180 0.0 ‐23.1 ‐1.1VAV‐2A‐13 300 50 155 330 155 155 ‐9.1 ‐67.7 0.0VAV‐2A‐14 500 125 210 415 125 210 20.5 0.0 0.0VAV‐2A‐15 100 50 ‐‐‐‐ 125 65 ‐‐‐‐ ‐20.0 ‐23.1 ‐‐‐‐VAV‐2A‐16 500 25 ‐‐‐‐ 175 65 ‐‐‐‐ 185.7 ‐61.5 ‐‐‐‐VAV‐2A‐17 300 214 ‐‐‐‐ 615 215 ‐‐‐‐ ‐51.2 ‐0.5 ‐‐‐‐VAV‐2A‐18 398 248 0 255 60 ‐‐‐‐ 56.1 313.3 ‐‐‐‐VAV‐2A‐19 600 250 214 575 125 215 4.3 100.0 ‐0.5VAV‐2A‐20 270 25 ‐‐‐‐ 270 95 ‐‐‐‐ 0.0 ‐73.7 ‐‐‐‐VAV‐2A‐21 300 15 ‐‐‐‐ 340 265 ‐‐‐‐ ‐11.8 ‐94.3 ‐‐‐‐VAV‐2A‐22 180 0 ‐‐‐‐ 180 65 ‐‐‐‐ 0.0 ‐100.0 ‐‐‐‐VAV‐2A‐23 1500 600 1050 1865 470 965 ‐19.6 27.7 8.8VAV‐2A‐24 1000 600 300 2925 850 1000 ‐65.8 ‐29.4 ‐70.0VAV‐2A‐25 200 50 ‐‐‐‐ 560 105 ‐‐‐‐ ‐64.3 ‐52.4 ‐‐‐‐VAV‐2A‐26 400 135 120 650 165 330 ‐38.5 ‐18.2 ‐63.6

VAV‐3A‐1 200 100 180 450 175 210 ‐55.6 ‐42.9 ‐14.3VAV‐3A‐2 500 200 200 270 60 180 85.2 233.3 11.1VAV‐3A‐3 350 150 150 525 260 260 ‐33.3 ‐42.3 ‐42.3VAV‐3A‐4 400 150 ‐‐‐‐ 760 295 ‐‐‐‐ ‐47.4 ‐49.2 ‐‐‐‐VAV‐3A‐5 100 45 100 100 45 ‐‐‐‐ 0.0 0.0 ‐‐‐‐VAV‐3A‐6 161 50 ‐‐‐‐ 160 55 ‐‐‐‐ 0.6 ‐9.1 ‐‐‐‐VAV‐3A‐7 170 30 121 170 30 120 0.0 0.0 0.8VAV‐3A‐8 250 100 110 320 295 295 ‐21.9 ‐66.1 ‐62.7VAV‐3A‐9 150 50 50 405 105 180 ‐63.0 ‐52.4 ‐72.2VAV‐3A‐10 750 30 1500 145 30 120 417.2 0.0 1150.0VAV‐3A‐11 214 50 ‐‐‐‐ 215 75 ‐‐‐‐ ‐0.5 ‐33.3 ‐‐‐‐VAV‐3A‐12 650 200 ‐‐‐‐ 610 195 ‐‐‐‐ 6.6 2.6 ‐‐‐‐VAV‐3A‐13 0 0 0 0 0 0 0.0 0.0 0.0VAV‐3A‐14 300 225 ‐‐‐‐ 660 225 ‐‐‐‐ ‐54.5 0.0 ‐‐‐‐VAV‐3A‐15 285 40 120 285 40 120 0.0 0.0 0.0VAV‐3A‐16 350 106 180 465 105 180 ‐24.7 1.0 0.0VAV‐3A‐17 0 0 0 0 0 0 0.0 0.0 0.0VAV‐3A‐18 850 400 ‐‐‐‐ 1200 240 ‐‐‐‐ ‐29.2 66.7 ‐‐‐‐VAV‐3A‐19 1300 700 ‐‐‐‐ 1200 240 ‐‐‐‐ 8.3 191.7 ‐‐‐‐VAV‐3A‐20 450 200 150 265 120 150 69.8 66.7 0.0VAV‐3A‐21 250 100 100 200 30 150 25.0 233.3 ‐33.3VAV‐3A‐22 1000 500 ‐‐‐‐ 290 120 ‐‐‐‐ 244.8 316.7 ‐‐‐‐

Airflow Setpoints (CFM) Design Airflow (CFM) Setpoint % from design

1 of 3324 of 554

Page 325: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

VAV BOX SET POINT COMPARISON

MarkMax. Min. Htg. Max. Min. Htg. Max. Min. Htg.

Airflow Setpoints (CFM) Design Airflow (CFM) Setpoint % from design

VAV‐3A‐23 449 150 ‐‐‐‐ 450 450 ‐‐‐‐ ‐0.2 ‐66.7 ‐‐‐‐VAV‐3A‐24 350 350 ‐‐‐‐ 350 60 ‐‐‐‐ 0.0 483.3 ‐‐‐‐VAV‐3A‐25 350 350 200 350 350 350 0.0 0.0 ‐42.9VAV‐3A‐26 1040 200 400 1040 490 490 0.0 ‐59.2 ‐18.4VAV‐3A‐27 990 470 400 990 480 480 0.0 ‐2.1 ‐16.7

nance Building VAV BoxesAir Volume Terminal Units

VAV‐1M‐1 328 170 218 330 170 220 ‐0.6 0.0 ‐0.9VAV‐1M‐2 250 170 170 830 245 245 ‐69.9 ‐30.6 ‐30.6VAV‐1M‐3 299 50 ‐‐‐‐ 300 220 ‐‐‐‐ ‐0.3 ‐77.3 ‐‐‐‐VAV‐1M‐4 690 210 300 690 210 510 0.0 0.0 ‐41.2VAV‐1M‐5 1229 500 850 1230 370 900 ‐0.1 35.1 ‐5.6VAV‐1M‐6 150 50 150 220 220 220 ‐31.8 ‐77.3 ‐31.8VAV‐1M‐7 300 400 301 300 300 300 0.0 33.3 0.3VAV‐1M‐8 500 400 ‐‐‐‐ 750 750 750 ‐33.3 ‐46.7 ‐‐‐‐VAV‐1M‐9 975 250 270 975 645 645 0.0 ‐61.2 ‐58.1VAV‐1M‐10 500 125 150 1125 645 645 ‐55.6 ‐80.6 ‐76.7VAV‐1M‐11 300 50 50 320 100 180 ‐6.3 ‐50.0 ‐72.2VAV‐1M‐12 468 104 104 470 105 ‐‐‐‐ ‐0.4 ‐1.0 ‐‐‐‐

VAV‐2M‐1 300 89 250 250 90 150 20.0 ‐1.1 66.7VAV‐2M‐2 600 220 265 600 220 265 0.0 0.0 0.0VAV‐2M‐3 350 100 225 580 315 315 ‐39.7 ‐68.3 ‐28.6VAV‐2M‐4 100 50 0 150 150 150 ‐33.3 ‐66.7 ‐100.0VAV‐2M‐5 100 50 200 315 135 180 ‐68.3 ‐63.0 11.1VAV‐2M‐6 400 144 148 155 45 150 158.1 220.0 ‐1.3VAV‐2M‐7 200 100 200 800 125 250 ‐75.0 ‐20.0 ‐20.0VAV‐2M‐8 350 100 200 1450 240 470 ‐75.9 ‐58.3 ‐57.4VAV‐2M‐9 410 200 120 390 105 120 5.1 90.5 0.0VAV‐2M‐10 330 100 100 600 180 210 ‐45.0 ‐44.4 ‐52.4VAV‐2M‐11 75 25 100 150 90 120 ‐50.0 ‐72.2 ‐16.7VAV‐2M‐12 301 265 248 300 265 265 0.3 0.0 ‐6.4VAV‐2M‐13 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ 230 180 180 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐2M‐14 799 218 ‐‐‐‐ 800 220 ‐‐‐‐ ‐0.1 ‐0.9 ‐‐‐‐VAV‐2M‐15 200 100 148 430 135 150 ‐53.5 ‐25.9 ‐1.3VAV‐2M‐16 300 200 218 440 220 220 ‐31.8 ‐9.1 ‐0.9VAV‐2M‐17 394 155 ‐‐‐‐ 395 155 155 ‐0.3 0.0 ‐‐‐‐VAV‐2M‐18 828 695 350 830 695 695 ‐0.2 0.0 ‐49.6VAV‐2M‐19 538 370 300 540 370 370 ‐0.4 0.0 ‐18.9VAV‐2M‐20 330 150 100 225 220 220 46.7 ‐31.8 ‐54.5VAV‐2M‐21 650 125 0 600 265 265 8.3 ‐52.8 ‐100.0VAV‐2M‐22 450 299 299 1075 500 500 ‐58.1 ‐40.2 ‐40.2VAV‐2M‐23 1500 500 800 1000 465 465 50.0 7.5 72.0VAV‐2M‐24 400 165 280 705 165 280 ‐43.3 0.0 0.0VAV‐2M‐25 69429 0 ‐‐‐‐ 480 105 280 14364.4 ‐100.0 ‐‐‐‐VAV‐2M‐26 75 50 ‐‐‐‐ 275 275 275 ‐72.7 ‐81.8 ‐‐‐‐VAV‐2M‐27 119 44 123 120 45 120 ‐0.8 ‐2.2 2.5VAV‐2M‐28 398 273 ‐‐‐‐ 275 275 275 44.7 ‐0.7 ‐‐‐‐VAV‐2M‐29 998 220 449 2400 485 640 ‐58.4 ‐54.6 ‐29.8

VAV‐2M‐31 140 140 ‐‐‐‐ 460 140 ‐‐‐‐ ‐69.6 0.0 ‐‐‐‐VAV‐2M‐32 410 165 269 850 165 270 ‐51.8 0.0 ‐0.4VAV‐2M‐33 1365 200 ‐‐‐‐ 1365 240 ‐‐‐‐ 0.0 ‐16.7 ‐‐‐‐VAV‐2M‐34 500 100 ‐‐‐‐ 305 60 ‐‐‐‐ 63.9 66.7 ‐‐‐‐VAV‐2M‐35 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ 315 75 270 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐2M‐36 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ 760 165 225 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐2M‐37 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ 620 170 620 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐2M‐38 750 500 ‐‐‐‐ 1020 165 ‐‐‐‐ ‐26.5 203.0 ‐‐‐‐

VAV‐3M‐1 924 200 0 925 705 ‐‐‐‐ ‐0.1 ‐71.6 ‐‐‐‐VAV‐3M‐2 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ 925 705 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐3M‐3 650 500 ‐‐‐‐ 470 470 470 38.3 6.4 ‐‐‐‐

2 of 3325 of 554

Page 326: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

VAV BOX SET POINT COMPARISON

MarkMax. Min. Htg. Max. Min. Htg. Max. Min. Htg.

Airflow Setpoints (CFM) Design Airflow (CFM) Setpoint % from design

VAV‐3M‐4 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ 845 495 495 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐3M‐5 998 148 ‐‐‐‐ 1000 485 690 ‐0.2 ‐69.5 ‐‐‐‐

VAV‐4M‐1 64 64 ‐‐‐‐ 200 140 ‐‐‐‐ ‐68.0 ‐54.3 ‐‐‐‐VAV‐4M‐2 66 66 ‐‐‐‐ 900 335 ‐‐‐‐ ‐92.7 ‐80.3 ‐‐‐‐VAV‐4M‐3 66 66 ‐‐‐‐ 250 50 ‐‐‐‐ ‐73.6 32.0 ‐‐‐‐VAV‐4M‐4 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ 200 50 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐4M‐5 64 64 ‐‐‐‐ 200 100 ‐‐‐‐ ‐68.0 ‐36.0 ‐‐‐‐VAV‐4M‐6 67 67 ‐‐‐‐ 690 300 ‐‐‐‐ ‐90.3 ‐77.7 ‐‐‐‐VAV‐4M‐7 0 0 ‐‐‐‐ 210 200 ‐‐‐‐ ‐100.0 ‐100.0 ‐‐‐‐VAV‐4M‐8 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ 460 105 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐VAV‐4M‐9 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ 2340 0 ‐‐‐‐ ‐‐‐‐ ‐‐‐‐ ‐‐‐‐

3 of 3326 of 554

Page 327: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

Appendix 5

327 of 554

Page 328: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

328 of 554

Page 329: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

329 of 554

Page 330: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

330 of 554

Page 331: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

331 of 554

Page 332: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

332 of 554

Page 333: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

333 of 554

Page 334: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

334 of 554

Page 335: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

335 of 554

Page 336: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

336 of 554

Page 337: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

337 of 554

Page 338: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

338 of 554

Page 339: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

339 of 554

Page 340: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

Appendix 6

340 of 554

Page 341: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

341 of 554

Page 342: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

342 of 554

Page 343: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

343 of 554

Page 344: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

344 of 554

Page 345: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

345 of 554

Page 346: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

346 of 554

Page 347: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

347 of 554

Page 348: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

348 of 554

Page 349: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

349 of 554

Page 350: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

350 of 554

Page 351: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

351 of 554

Page 352: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

352 of 554

Page 353: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

353 of 554

Page 354: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

354 of 554

Page 355: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

355 of 554

Page 356: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

356 of 554

Page 357: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

357 of 554

Page 358: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

358 of 554

Page 359: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

359 of 554

Page 360: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

360 of 554

Page 361: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

361 of 554

Page 362: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

362 of 554

Page 363: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

363 of 554

Page 364: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

364 of 554

Page 365: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

365 of 554

Page 366: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

366 of 554

Page 367: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

367 of 554

Page 368: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

368 of 554

Page 369: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

369 of 554

Page 370: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

Appendix 7

370 of 554

Page 371: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

371 of 554

Page 372: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

372 of 554

Page 373: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

373 of 554

Page 374: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

374 of 554

Page 375: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

375 of 554

Page 376: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

376 of 554

Page 377: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

377 of 554

Page 378: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

378 of 554

Page 379: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

379 of 554

Page 380: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

380 of 554

Page 381: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

381 of 554

Page 382: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

382 of 554

Page 383: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

383 of 554

Page 384: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

384 of 554

Page 385: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

385 of 554

Page 386: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

386 of 554

Page 387: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

387 of 554

Page 388: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

388 of 554

Page 389: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

389 of 554

Page 390: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

390 of 554

Page 391: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

391 of 554

Page 392: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

392 of 554

Page 393: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

393 of 554

Page 394: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

394 of 554

Page 395: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

395 of 554

Page 396: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

396 of 554

Page 397: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

397 of 554

Page 398: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

398 of 554

Page 399: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

Appendix 8

399 of 554

Page 400: REQUEST FOR PROPOSAL RFP # 16-018P DESIGN - BUILD HVAC ... Design-Build services for HVAC Replacement project including all necessary design, engineering, management, labor, materials,

400 of 554