Bid # 20-0027-5 Cooling Towers Replacement at the Chatham County Detention Center

expired opportunity(Expired)
From: Chatham county(County)
Bid # 20-0027

Basic Details

started - 29 Jul, 2020 (about 3 years ago)

Start Date

29 Jul, 2020 (about 3 years ago)
due - 13 Aug, 2020 (about 3 years ago)

Due Date

13 Aug, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
Bid # 20-0027

Identifier

Bid # 20-0027
Chatham county

Customer / Agency

Chatham county
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INVITATION TO BID BrD NO.20-0027-5 COOLING TOWERS REPLACEMENT AT THE, CHATHAM COIINTY DETENTION CENTER PRE-BID CONFERENCE: 2:00 P.M.. JULY 16,2020 MANDATORY ON-SITE BID OPENING: 2:00 P.M...[]LY 30-2020 THE COMMISSIONERS OF CHATHAM COUNTY, GEORGIA ALBERT J. SCOTT, CHAIRMAN COMMISSIONER HELEN J. STONE COMMISSIONER JAMES J. HOLMES COMMISSIONER BOBBY LOCKETT COMMISSIONER PATRICK J. FARRELL COMMISSIONER TABITHA ODELL COMMISSIONER JAMES "JAY" JONES COMMISSIONER DEAN KICKLIGHTER COMMISSIONER CHESTER A. ELLIS R. JONATHAN HART, COUNTY ATTORNEY 1 CHATHAM COUNTY, GEORGIA DOCUMENT CHECK LIST The following documents, when marked, are contained in and made apart of this Bid Package or are required to be submitted with the bid. It is the responsibility of the bidder to read, complete and sign, where indicated, and return these documents with his/her bid. FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFYING THE BID. X GENERAL INFORMATION AND INSTRUCTIONS TO BID WITH ATTACHMENTS X SURETY REQUIREMENTS (a
Bid Bond of 5o/o with this ITB) X PROPOSAL -PLANS/DRAWINGS X BID SCHEDULE -PERFORMANCE BOND - Required at the time of contract _PAYMENT BOND - Required at the time of contract. CONTRACT X LEGAL NOTICE X ATTACHMENTS: A. DRUG FREE WORKPLACE; B. NONDISCRIMINATION STATEMENT; C. DISCLOSURE OF RESPONSIBILITY STATEMENT; D. CONTRACTOR & SUBCONTRACTOR AFFIDAVIT AND AGREEMENT E. BIDDER'S CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION; F. M/WBE COMPLIANCE REPORT; G. SAVE AFFIDAVIT. X DOCUMENTATION OF ABILITY TO PERFORM BID REQUIREMENTS. THIS MAY BE REQUIRED OF BIDDERS AFTER SUBMISSION OF BIDS. COUNTY TAX CERTIFICATE REQUIREMENT - Contractor must supply a copy of their Tax Certificate from their location in the State of Georgia, as proof of payment of the occupational tax where their office is located. CURRENT TAX CERTIFICATE NUMBER CITY 2 COUNTY The Chatham County Board of Commissioners has established goals to increase participation of minority and woman owned businesses. In order to accurately document participationo businesses submitting bids or proposals are encouraged to report ownership status. A minority or woman owned business is defined as a business with at least 5lo/" ownership by one or more minority/female individuals and whose daily business operations are managed and directed by one (1) or more of the minority/woman owners. Please check ownership status as applicable: African-American- Asian American- Hispanic- Native American or Alaskan Indian Womon In the award of Competitive Sealed Proposals, minority/woman participation may be one of several evaluation criteria used in the award process when specified as such in the Request for Proposal. RECEIPT IS HEREBY ACKNOWLEDGED OF ADDENDA NUMBER(S)- The undersigned bidder certifies that he/she has received the above listed and marked documents and acknowledges that his/her failure to return each, completed and signed as required, may be cause for disqualifying his/her bid. BY: DATE SIGNATURE TITLE: COMPANY 3 CHATHAM COLINTY, GEORGIA OFFICE OF THE PURCHASING DIRECTOR 1117 EISENHOWER DRIVE, SUITE C SAVANNAH, GEORGIA 31406 (9r2) 790-1622 Date: June24,2020 BrD NO. 20-0027-5 GENERAL INFORMATION FOR INVITATION FOR BID This is an invitation to submit a bid to supply Chatham County with construction, equipment, supplies andlor services as indicated herein. Sealed bids will be received at the Offrce of the Purchasing Director, at The Chatham County Citizens Service Center. 1LL7 Eisenhower I)rive. Suite C. Savannah. Georsia 3L406 un to 2:00PM on JULY 30.2020 at which time they will be opened and publicly read. The County reserves the right to reject all bids that are non- responsive or not responsible. A MANDATORY PRE-BID CONF'ERENCE will be held at2:00 P.M.. JULY 6.2020. ON- SITE AT CHATHAM COUNTY D ON CENTER. 1O5O CARL GRIF'F'IN DRIVE. SAVANNAH. GEORGIA. Instructions for preparation and submission of a bid are contained in this Invitation For Bid package. Please note that specific forms for submission of a bid are required. Bids must be typed or printed in ink. Any changes to the conditions and specifications must be in the form of a written addendum to be valid; therefore, the Purchasing Director will issue a written addendum to document each approved change. Generally when addenda are required, the bid opening date will be changed. Chatham County has an equal opportunity purchasing policy. Chatham County seeks to ensure that all segments of the business community have access to supplying the goods and services needed by County programs. The County affirmatively works to encourage utllization of disadvantaged and minority business enterprises in our procurement activities. The County provides equal opportunity for all businesses and does not discriminate against any persons or businesses regardless of race, color, religion, age, sex, national origin or handicap. The terms "disadvantaged business," "minority business enterprise," and "minority person" are more specifically defined and explained in the Chatham County Purchasing Ordinance. This project IS NOT a Special Purpose Local Option Sales Tax (SPLOST) Project. See paragraph 2.22 for MnryBE participation goals. 4 1.1 SECTION I INSTRUCTIONS TO BIDDERS Purpose: The purpose of this document is to provide general and specific information for use in submitting a bid to supply Chatham County with equipment, supplies, andlor services as described herein. All bids are governed by the Code of Chatham County, Chapter 4, Article IV, and the laws of the State of Georgia. 1.2 How to Prepare Bids: Atl bids shall be: a. Prepared on the forms enclosed herewith, unless otherwise prescribed, and all documents must be submitted. Typewritten or completed with pen and ink, signed by the business owner oI authorized representative, with all erasures or corrections initialed and dated by the official signing the bid. ALL SIGNATURE SPACES MUST BE SIGNED. Bidders are encouraged to review carefully all provisions and attachments of this document prior to submission. Each bid constitutes an offer and may not be withdrawn except as provided herein. 1.3 How to Submit Bids: All bids shall be A. An originat and @-copy must be submitted in a sealed opaque envelope, plainly marked with the bid number and title, date and time of bid opening, and company name. Mailed or delivered as follows in sufficient time to ensure receipt by the Purchasing Director on or before the time and date specified above. Chatham County Purchasing and Contracting Purchasing Director 1117 Eisenhower Drive Suite C Savannaho Georgia 31406. BIDS NOT BY THE TIME AND DATE SPECIFIED WILL RE OPENED b b OR CONSIDERED. 1.4 How to Submit an Objection: Objections from bidders to this invitation to bid andlot these specifications should be brought to the attention of the County Purchasing Director in the following manner: a. When a pre-bid conference is scheduled, bidders shall either present their 5 oral objections at that time or submit their written objections at least two (2) days prior to the scheduled pre-bid conference. When a pre-bid conference is not scheduled, the bidder shall submit any objections he may have in writing not less than five (5) days prior to the opening of the bid. The objections contemplated may pertain to form andlot substance of the invitation to bid documents. Failure to object in accordance with the above procedure will constitute a waiver on the part of the business to protest this invitation to bid. 1.5 Not Used. Errors in Bids: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting bids. Failure to do so will be at the bidder's own risk. In case of error in extension of prices in the bid, the unit price will govern. b. c t.6 1.7 1.8 1.9 Standards for Acceptance of Bid for Contract Award: The County reserves the right to reject any or all bids and to waive any irregularities or technicalities in bids received whenever such rejection or waiver is in the best interest of the County. The County reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or a bid from a bidder whom investigation shows is not in a position to perform the contract. Bid Tabulation: Tabulations for all bids will be posted for thirty (30) days after the bid opening in the Office of Purchasing and Contracting, IllT Eisenhower Drive, Suite C, Savannah, Georgia 31406 or can be reviewed on the Purchasing web site 24148 hours after opening at http ://purchasing.chathamcounty.org. Bidder: Whenever the term "bidder" is used it shall encompass the "person," "business," "contractor," "supplier," "vendor," or other party submitting a bid or proposal to Chatham County in such capacity before a contract has been entered into between such party and the County. 1.10 Responsible / Responsive Bidder: Responsible Bidder means a person or entity that has the capability in all respects to perform fully and reliably the contract requirements. Responsive Bidder means a person or entity that has submitted a bid or proposal that conforms in all material respects to the requirements set forth in the invitation for bids or request for proposals. 1.11 Compliance with Laws: The bidder and/or contractor shall obtain and maintain all licenses, permits, liability insurance, workman's compensation insurance and comply with 6 any and all other standards or regulations required by federal, state or County stature, ordinances and rules during the performance of any contract between the contractor and the County. Any such requirement specifically set forth in any contract document between the contractor and the County shall be supplementary to this section and not in substitution thereof. 1.12 Contractor: Contractor or subcontractor means any person or business having a contract with Chatham County. The Contractor/Vendor of goods, mateial, equipment or services certifies that they will follow equal employment opportunity practices in connection with the awarded contract as more fully specified in the contract documents. 1 . 13 Local Preference: The local preference policy was amended January 2016 under the new purchasing ordinance. This Ordinance does not apply to construction contracts. However, contractors are encouraged to apply the same method when awarding bids to local and local M/WBE businesses whenever possible in order to promote growth in Chatham County's economy. NOTE: Local Preference does not apply to Public Works Construction contracts. l.I4 Debarred Firms and Pending Litigation: Any potential proposer/firm listed on the Federal or State of Georgia Excluded Parties Listing (Barred from doing business) will not be considered for contract award. Proposers shall disclose any record of pending criminal violations (Indictment) and/or convictions, pending lawsuits, etc., and any actions that may be a conflict of interest occurring within the past five (5) years. Any proposer/firm previously defaulting or terminating a contract with the County will not be considered. ** All bidders or proposers are to read and complete the Disclosure of Responsibility Statement enclosed as an Attachment to be returned with response. Failure to do so may result in your solicitation response being rejected as non-responsive. Bidder acknowledges that in performing contract work for the Board, bidder shall not utilize any firms that have been a party to any of the above actions. If bidder has engaged any firm to work on this contract or project that is later debarred, Bidder shall sever its relationship with that firm with respect to the Board contract. 1.15 Performance Evaluation: On 11 April 2008, the Chatham County Board of Commissioners approved a change to the County Purchasing Ordinance requiring Contractor/Consultant Performance Evaluations, as a minimum, annually, prior to contract anniversary date. Should Contractor/Consultant performance be unsatisfactory, the appointed County Project Manager for the contract may prepare a Contractor/Consultant Complaint Form or a Performance Evaluation to the County Purchasing Director. 1.16 Payment of Taxes: No contract shall be awarded unless all real and personal property taxes have been paid by the successful contractor andlor subcontractors as adopted by the 1 r.r7 Board of Commissioners on 8 April 1994. State Licensing Board for General Contractors: Pursuant to Georgia law, the following types of contractors must obtain a license from the State Licensing Board of Residential and General Contractors by 1 July 2008: *Residential - Basic Contractor (Contractor work relative to detached one-family and two-family residences and one-family townhouses not over three stories in height). *Residential - Light Commercial Contractor (Contractor work or activity related to multifamily and multiuse light commercial buildings and structures). *General Contractor (Contractor work or activity that is unlimited in scope regarding any residential or commercial projects). 1 .18 Immigration: On I July 2008,the Georgia Security and Immigration Compliance Act (SB 529, Section2)became effective. Contractors and subcontractors entering into a contract or performing work must sign an affidavit that he/she has used the E-Verify System. E- Verifv is a federal emolovment verification svstem to emnlovment eligibility. Affidavits are enclosed in this solicitation. You may download M-274 Handbook for Employers at http:www.dol.state.ga.us/spotlight/employment/rules. You may go to http://www.uscis.gov. to find the E-Verify information. Systematic Alien Verification for Entitlements (SAVE) Program: O.C.G.A. 50-36-1, required Georgia counties to comply with the federal Systematic Alien Verification for Entitlements (SAVE) Program. SAVE is a federal program used to verify that applicants for certain "public benefits are legally present in the United States. Contracts with the County are considered "public benefits. Therefore, the successful bidder will be required to provide the Affrdavit Verifying Status for Chatham County Benefit Application prior to receiving any County contract. The affidavit is included as part of this bid package but is only required of the successful bidder. Protection of Resident Workers: Chatham County Board of Commissioners actively supports the Immigration and Nationality Act (IN) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the IN, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. Sulcharge: Unless otherwise stated in this bid, all prices quoted by the contractor/vendor must be F.O.B. Chatham County, Savannah, GA. with all delivery handling, surcharges, B 1.19 2.1 and other charges included in the bid price. Failure to do so may cause rejection of the bid. The County will not pay additional surcharges. All shipments to be delivered inside facility at no additional cost 'ECTI'N II GENERAL TERMSO CONDITIONS AND EXCEPTIONS Specifications: Any obvious effor or omission in specifications shall not inure to the benefit of the bidder but shall put the bidder on notice to inquire of or identify the same from the County. Whenever herein mentioned is made of any article, material or workmanship to be in accordance with laws, ordinances, building codes, underwriter's codes, ASTM regulations or similar expressions, the requirements of these laws, ordinances, etc., shall be construed to be the minimum requirements of these specifications. Multiple Bids: No vendor will be allowed to submit more than one (1) bid. Any alternate proposals must be brought to the Purchasing Director's attention during the Pre-bid Conference or submitted in writing at least five (5) days preceding the bid opening date. 2.3 Not Used. 2.4 Prices to be Firm: Bidder warrants that bid prices, terms and conditions quoted in his bid will be firm for acceptance for a period of sixty (60) days from bid opening date, unless otherwise stated in the bid. 2.5 Completeness: All information required by Invitation for Bids/Proposals must be completed and submitted to constitute a proper bid or proposal. Quality: All materials, or supplies used for the construction necessary to comply with this proposal shall be of the best quality, and of the highest standard of workmanship. Workmanship employed in any construction, repair, or installation required by this proposal shall be of the highest quality and meet recognized standards within the respective trades, crafts and of the skills employed. 2.6 2.7 Guarantee: Unless otherwise specified by the County, the bidder shall unconditionally guarantee the materials and workmanship on all material andlor services. If, within the guarantee period, any defects occur which are due to faulty material and or services, the contractor at his expense, shall repair or adjust the condition, or replace the material andlot services to the complete satisfaction of the County. These repairs, replacements or adjustments shall be made only at such time as will be designated by the County as being least detrimental to the operation of County business. Liability Provisions: Where bidders are required to enter or go onto Chatham County property to take measurements or gather other information in order to prepare the bid or proposal as requested by the County, the bidder shall be liable for any injury, damage or loss occasioned by negligence of the bidder, his agent, or any person the bidder has 2.2 9 2.8 designated to prepare the bid and shall indemnify and hold harmless Chatham County from any liability arising therefrom. The contract document specifies the liability provisions required of the successful bidder in order to be awarded a contract with Chatham County. 2.9 Cancellation of Contract: The contract may be canceled or suspended by Chatham County in whole or in part by written notice of default to the Contractor upon non- performance or violation of contract terms. An award may be made to the next low bidder, for articles and/or services specified or they may be purchased on the open market and the defaulting Contractor (or his surety) shall be liable to Chatham County for costs to the County in excess of the defaulted contract prices. See the contract documents for complete requirements. 2.I0 Patent Indemnity: Except as otherwise provided, the successful bidder agrees to indemnify Chatham County and its officers, agents and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal for the account of the County of supplies fumished or construction work performed hereunder. 2.11 Certification of Independent Price Determination: By submission of this bid, the bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, that in connection with this procurement: (1) The prices in this bid have been arrived at independently, without consultation, communication, or agreement, for the pu{pose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly to any other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not submit a bid for the purpose or restricting competition. 212 Award of Contract: The contract, if awarded, will be awarded to that responsible bidder whose bid/proposal will be most advantageous to Chatham County, price and other factors considered. The Board of Commissioners will make the determination as to which bid or proposal that serves as the best value to Chatham County. 2.13 Procurement Protests: Objections and protests to any portion of the procurement process or actions of the County staff may be filed with the Purchasing Director for review and resolution. The Chatham Count)' Purchasing Ordinance. Part 9. Vendor Disputes shall govern the review and resolution of all protests. 10 2.14 Qualification of Business (Responsible Bidder or Proposer): A responsible bidder or proposer is defined as one who meets, or by the date of the bid acceptance can meet, certifications, all requirements for licensing, insurance, and registrations, or other documentation required by the Design Professional engaged to develop Scope of Work, specifications and plans. These documents will be listed in the Special Conditions further on in this solicitation. Chatham County has the right to require any or all bidders to submit documentation of the ability to perform, provide, or carry out the service or provide the product requested. Chatham County has the right to disqualify the bid or proposal of any bidder or proposer as being unresponsive or uffesponsible whenever such bidder/proposer cannot document the ability to deliver the requested product. 2.15 Chatham County Tax Certificate Requirement: A current Chatham County or municipal business license (within the State of Georgia) is required unless otherwise specified. A firm need not have a Chatham County Business License prior to submitting a proposal. However, a license must be obtained by the successful vendor prior to award of contract. Please contact the Chatham County Department of Building Safety and Regulatory Services at (912) 201-4300 for additional information. NOTE: No contract shall be awarded unless all real and personal property taxes have been paid by the successful contractor and/or subcontractors as adopted by the Board of Commissioners on 8 April 1994. 2.16 Insurance Provisions, General: The selected contractor shall be required to procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Bid. It ,S the vls10n multi the end of each term. Failure to do so may be cause for termination of contract. 2.16.1 General Information that shall appear on a Certificate of Insurance: Name of the Producer (Contractor's insurance Broker/Agent). Companies affording coverage (there may be several)' Name and Address of the Insured (this should be the Company or Parent of the firm Chatham County is contracting with). A Summary of all current insurance for the insured (includes effective dates of coverage). A brief description of the operations to be performed, the specific job to be performed, or contract number. 11 Certificate Holder (This is to always include Chatham County). Chatham County as an Additional Insured: Chatham County invokes the defense of sovereign immunity. In order not to jeopardize the use of this defense, the County is not to be included as an Additional Insured on insurance contracts. 2.16.2 Minimum Limits of Insurance to be maintained for the duration of the contract Commercial General Liability: Provides protection against bodily injury and property damage claims arising from operations of a Contractor or Tenant. This policy coverage includes: premises and operations, use of independent contractors, products/completed operations, personal injury, contractual, broad form property damage, and underground, explosion and collapse hazards. Minimum limits: $1,000,000 bodily injury and property damage per occunence and annual aggregate. Worker's Compensation and Employer's Liability: Provides statutory protection against bodily injury, sickness or disease sustained by employees of the Contractor while performing within the scope of their duties. Employer's Liability coverage is usually included in Worker's Compensation policies, and insures common law claims of injured employees made in lieu of or in addition to a Worker's Compensation claim. Minimum limits: $500,000 for each accident, disease policy limit, disease each employee and Statutory Worker's Compensation limit. Business Automobile Liabitity: Coverage insures against liability claims arising out of the Contractor's use of automobiles. Minimum limit: $1,000,000 combined single limit per accident for bodily injury and property damage. Coverage should be written on an Any Auto basis. 2.16.3 Special Requirements a. Claims-Made Coverage: The limits of liability shall remain the same as the occurrence basis, however, the Retroactive date shall be prior to the coincident with the date of any contract, and the Certificate of Insurance shall state the coverage is claims-made. The Retroactive date shall also be specifically stated on the Certificate of Insurance. Extended Reporting Periods: The Contractor shall provide the County with a notice of the election to initiate any Supplemental Extended Reporting Period and the reason(s) for invoking this option. Reporting Provisions: Any failure to comply with reporting provisions of the policies shall not affect coverage provided in relation to this request. a. b c b. c L2 Cancellation: Each insurance policy that applies to this request shall be endorsed to state that it shall not be suspended, voided, or canceled, except after thirty (30) days prior to written notice by certified mail, return receipt requested, has been given to the County. Proof of Insurance: Chatham County shall be furnished with certificates of insurance and with original endorsements affecting coverage required by this request. The certificates and endorsements are to be signed by a person authorized by the insurer to bind coverage on its behalf. All certificates of insurance are to be submitted prior to, and approved by, the County before services are rendered. The Contractor must ensure Certificate of Insurance is updated for the entire term of the Contract. Insurer Acceptability: Insurance is to be placed with an insurer having an A.M. Best's rating of A and a five (5) year avetage financial rating of not less than V. If an insurer does not qualify for averaging on a five year basis, the current total Best's rating will be used to evaluate insurer acceptability. Lapse in Coverage: A lapse in coverage shall constitute grounds for contract termination by the Chatham County Board of Commissioners. Deductibles and Self-Insured Retention: Any deductibles or self-insured retention must be declared to, and approved by, the County. At the option of the County, either: the insurer shall reduce or eliminate such deductibles or self-insured retention as related to the County, its officials, officers, employees, and volunteers; or the Contractor shall procure a bond guaranteeing payment of related suits, losses, claims, and related investigation, claim administration and defense expenses. 2.16.4 Additional Coverage for Specific Procurement Projects: Professional Liabilify: Insure errors or omission on behalf of architects, engineers, attorneys, medical professionals, and consultants' d e. f. ob h. a. Minimum Limits: Coverage Requirement: $1 million per claim/occunence If claims-made, retroactive date must precede or coincide with the contract effective date or the date of the Notice to Proceed. The professional must state if tail coverage has been purchased and the duration of the coverage. 13 Builder's Risk: (For Construction or Installation Contracts) Covers against insured perils while in the course of construction. Minimum Limits: All-Risk coverage equal 100% of contract value Coverage. Reouirements: Occupancy Clause - permits County to use the facility prior to issuance of Notice of Substantial Completion. 2.17 Compliance with Specification - Terms and Conditions: The Invitation to Bid, Legal Advertisement, General Conditions and Instructions to Bidders, Specifications, Special Conditions, Vendor's Bid, Addendum, and/or any other pertinent documents form a part of the bidders proposal or bid and by reference are made apart hereof. 218 Signed Bid Considered Offer: The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval by the Chatham County Board of Commissioners, Purchasing Director or his designee. In case of a default on the part of the bidder after such acceptance, Chatham County may take such action as it deems appropriate, including legal action for damages or lack of required performance. 2.19 Notice to Proceed: The successful bidder or proposer shall not commence work under this Invitation to Bid until a written contract is awarded and a Notice to Proceed is issued by the Purchasing Director or his designee. If the successful bidder does commence any work or deliver items prior to receiving official notification, he does so at his own risk. 2.20 Payment to Contractors: Instructions for invoicing the County for products delivered to the County are specified in the contract document. Questions regarding payment may be directed to the Finance Department at (912) 652-7900 or the County's Project Manager as specified in the contract documents. Contractors will be paid the agreed upon compensation upon satisfactory delivery of the products or completion of the work as more fully described in the contract document. Upon completion of the work or delivery of the products, the Contractor will provide the County with an affidavit certifying all suppliers, persons or businesses employed by the Contractor for the work performed for the County have been paid in full. Chatham County is a tax exempt entity. Every contractor, vendor, business or person under contract with Chatham County is required by Georgia law to pay State sales or use taxes for products purchased in Georgia or transported into Georgia and sold to Chatham County by contract. Please consult the State of Georgia, Department of Revenue, Sales and Use Tax Unit in Atlanta (404) 656-4065 for additional information. b. a. b c. d. 74 2.21 Not Used 2.22 The Chatham County Board of Commissioners has adopted an aggressive program that establishes goals for minority/woman, small and disadvantaged business participation in construction, professional services, and general procurement. a. The Chatham County Board of Commissioners under Georgia law may reject any bid as non-responsive if they feel a bidder did not exercise "Good Faith Effort in obtaining the goal established for M/WBE participation. b. The Chatham County Board of Commissioners adopted a policy establishing goals oriented to increase participation of minority and women owned businesses, through M/WBE certification and development. In order to accurately document participation, businesses submitting bids, quotes or proposals are encouraged to report ownership status. A bidder or vendor that is certified by any agency of the Federal Government or State of Georgia may submit a copy of their certification with their bid as proof of qualifications. Bidders that intend to engage in joint ventures or utilize subcontractors must submit to the County Contracts Administrator, a report on Minority/Women Business Enterprise participation. Goals established for this project is 12% MBE/ 5% WBE. c. A Minority/Women Business Enterprise (M/WBE) is a business concern that is at least 51olo owned by one or more minority/women individuals and whose daily business operations are managed and directed by one (1) or more of the minority/female owners. 2.23 Bidders or proposers are required to make a Good Faith Effort, where subcontracting is to be utilized in performing the contract, to subcontract with or purchase supplies from qualified M/WBE's. Bidders or proposers are required to state if they intend to subcontract any part of the work. Goals will be established for each contract at the onset. Forms requiring the signatures of bidders or proposers are enclosed as Attachments and must be completed and retumed with your bid response. If forms are not completed and submitted, the bid may be considered nonresponsive. Each bidder or proposer is required to maintain records of such efforts in detail adequate to permit a determination of compliance with these requirements. All contracts will reflect Good Faith Efforts and reporting requirements for the term of the contract. The County particularly urges general contractors to give emphasis to subcontracting with local area firms. For information on the program or M/WBE contractors/vendors please contact Connell C' Heyward, Chatham County Minority and Women Business Coordinator, 124 Bull Street, suite 310, Savannah, Georgia 31401, (912) 652-1926 phone, (912) 652-7849 fax. 15 2.24 GEORGIA OPEN RECORDS ACT - The responses will become part of the County's official files without any obligation on the County's part. Ownership of all data, materials and documentation prepared for and submitted to Chatham County in response to a solicitation, regardless of type, shall belong exclusively to Chatham County and will be considered a record prepared and maintained or received in the course of operations of a public office or agency and subject to public inspection in accordance with the Georgia Open Records Act, Official Code of Georgia Annotated, Section 50-18-70, et. Seq., unless otherwise provided by law. Responses to RFP's shall be held confidential from all parties other than the County until after the contract is awarded by the Board of Commissioners. The vendor and their bid price in response to the ITB will be read aloud at public bid openings. After Bid Tabulations, the ITB shall be available for public viewing. Chatham County shall not be held accountable if material from responses is obtained without the written consent of the vendor by parties other than the County, at any time during the solicitation evaluation process. 2.25 GEORGIA TRADE SECRET ACT of 1990 - In the event a Bidder/Proposer submits trade secret information to the County, the information must be clearly labeled as a Trade Secret. The County will maintain the confidentiality of such trade secrets to the extent provided by law. 2.26 CONTRACTOR RECORDS -The Georgia Open Records Act is applicable to the records of all contractors and subcontractors under contract with the County. This applies to those specific contracts currently in effect and those which have been completed or closed for up to three (3) years following completion. Again, this is contract specific to the County contracts only. 2.27 EXCEPTIONS-AII proceedings, records, contracts and other public records relating to procurement transactions shall be open to the inspection of any citizen, or any interested person, firm or corporation, in accordance with the Georgia Open Records Act except as provided below: Cost estimates relating to a proposed procurement transaction prepared by or for a public body shall not be open to public inspection. Any competitive sealed bidding bidder, upon fequest, shall be afforded the opportunity to inspect bid records within a reasonable time after the opening of all bids but prior to award, except in the event that the County decides not to accept any of the bids and to rebid the contract. Otherwise, bid records shall be open to public inspection only after award of the contract. Any competitive negotiation offer or, upon request, shall be afforded the opportunity to inspect proposal records a. b L6 within a reasonable time after the evaluation and negotiations of proposals are completed but prior to award except in the event that the County decides not to accept any of the proposals and to reopen the contract. Otherwise, proposal records shall be open to the public inspection only after award of the contract except as provided in paragraph "c" below. Any inspection of procurement transaction records under this section shall be subject to reasonable restrictions to ensure the security and integrity of the records. c. Trade secrets or proprietary information submitted by a bidder, offer or contractor in connection with a procurement transaction shall not be subject to public disclosure under the Georgia Open Records Act; however, the bidder, offer or contractor must invoke the protections of this section prior to or upon submission of the data or other materials, and must identify the data or other materials to be protected and state the reasons why protection is necessary' d. Nothing contained in this section shall be construed to require the County, when procuring by "competitive negotiation" (Request for Proposal), to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous to the County. 2.28 Not Used SECTION III ADDITIONAL CONDITIONS 3.1 METHOD OF COMPENSATION. The compensation provided for herein shall include all claims by the CONTRACTOR for all costs incurred by the CONTRACTOR in the conduct of the Project as authorized by the approved Project Compensation Schedule and this amount shall be paid to the CONTRACTOR after receipt of the invoice and approval of the amount by the COUNTY. The COLINTY shall make payments to the CONTRACTOR within thirty (30) days from the date of receipt of the CONTRACTOR's acceptable statement on forms prepared by the CONTRACTOR and approved by the COLINTY. SURETY REQUIREMENTS and Bonds: (check where applicable)3.2 XA. Such bidder shall post a bid bondo certified check or money order made payable to the Chatham County Finance Department in the amount of 57o of the bid price. Contractor(s) shall post a payment/performance bond, certified check or money order made payable to the Chatham County Finance Department in the amountof l00o/" of the bid price if awarded the purchase. Such bond(s) are due prior to contract execution as a guarantee that goods meet specifications and will be delivered per contract. Such bonds will also B.x I1 guarantee quality performance of services and timely payment of invoices to any subcontractors. XC. Whenever a bond is provided, it shall be executed by a surefy authorized to do business in the State of Georgia and approved by Chatham County. Bidder acknowledges Chatham County's right to require a Performance and Payment Bond of a specific kind and origin. Performance Bond means a bond with good and sufficient surety or sprites for the faithful performance of the contract and to indemnify the governmental entity for any damages occasioned by a failure to perform the same within the prescribed time. Such bond shall be payable too in favor of, and for the protection of the governmental entify for which the work is to be done. Payment Bond means a bond with good and sufficient surety or sureties payable to the governmental entity for which the work is to be done and intended for the use and protection of all subcontractors and all persons supplying laboro materialso machinery, and equipment in the prosecution of the work provided for in the public works construction contract. Forfeit the amount of the Bid Bond if he/she fails to enter into a contract with Chatham County to do and/or furnish everything necessary to provide service and/or accomplish the work stated and/or specified in this bid proposal for the bid amount, andl 3.3 AUDITS AND INSPECTIONS: At any time during normal business hours and as often as the County may deem necessary, the Contractor and his subcontractors shall make available to the County and/or representatives of the Chatham County Department of Intemal Audit for examination all of its records with respect to all matters covered by this Contract. It shall also permit the County andlor representatives of the Department of Internal Audit to audit, inspect, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Contract. All documents to be audited shall be available for inspection at all reasonable times in the main offices of the County or at the offices of the Contractor as requested by the County. 3.4 WARRANTYREQUIREMENTS: Provisions of item 2.7 apply. Warranty required. Standard warranty shall be offered with bid. Extended warranty shall be offered with bid. The cost of the extended warranty will be listed separately on the bid sheet. D.X E.X a. b. X 1 2 1B 3.5 TERMS OF CONTRACT: (check where applicable): X Annual Contract (With renewal options for four (4) additional one (1) year terms if all parties agree) One-time Purchase Other This BY SIGNATURE TITLE COMPANY Phone / Fax No. a. b. c. CONVERSATIONS OR CORRESPONDENCE REGARDING THIS SOLICITATION OR REPORT BETWEEN PROSPECTIVE OFFERORS AND PERSONS OUTSIDE THE CHATHAM COUNTY PURCHASING OFFICE WILL NOT BE CONSIDERED OFFICIAL OR BINDING UNLESS OTHERWISE SPECIFICALLY AUTHORIZED WITHIN THIS DOCUMENT. The undersigned bidder or proposer certifies that he/she has carefully read the preceding list of instructions to bidders and all other data applicable hereto and made apart of this invitation; and, further certifies that the prices shown in his/her bid/proposal are in accordance with all documents contained in this Invitation for Bids/ Proposals package, and that any exception taken thereto may disqualify his/her bid/proposal. This is to certify that I, the undersigned bidder, have read the instructions to bidder and agree to be bound by the provisions of the same. dav of 20 I9 CHATHAM COLTNTY, GEORGIA SURETY REQUIREMENTS A Bid Bond for five percent (5%) of the amount of the bid !r required to be submitted with each bid. A Performance Bond for one hundred percent (100%) of the bid shall be required of the successful bidder. The Bidder certifies that he/she has examined all documents contained in this bid package, and is familiar with all aspects of the proposal and understands fully all that is required of the successful bidder. The Bidder further certifies that his/her bid shall not be withdrawn for thirty (30) days from the date on which his bid is publicly opened and read. The Bidder agrees, if awarded this bid, he/she will: A. Fumish, upon receipt of an authorized Chatham County Purchase Order, all items indicated thereon as specified in this bid proposal for the bid amount, or; B. Enter a contract with Chatham County to do and/or furnish everything necessary to provide the service andlor accomplish the work as stated and/or specified in this bid proposal for the bid amount, and; C. Furnish, if required, a Performance Bond, and acknowledges Chatham County's right to require a Performance Bond of a specific kind and origin, and; D. Forfeit the amount of the Bid Bond if he/she fails to enter a contract with Chatham County as stated in (B) above, within fifteen (15) days of the date on which he/she is awarded the bid, and/or; E. Forfeit the amount of the Performance Bond if he/she fails to execute and fulfiIIthe terms of the contract entered. The amount of forfeiture shall be: The difference between his/her bid and the next lowest, responsible bid that has not expired or been withdrawn, or; The difference between his/her bid and the amount of the lowest, responsible bid received as a result of rebidding, including all costs related to rebidding. COMPANY DATE SIGNATURE TITLE 1 2 TELEPHONE NUMBER 20 COOLING TOWER REPLACEMENT AT THE CHATHAM COUNTY DETENTION CENTER SPECIFICATIONS FOR: BID NO. 20-0027-5 4.I GENERAL SPECIFICATIONS: The purpose of the bid is to solicit competitive bids from qualified contractors to provide a replacement of three (3) cooling towers and associated pumps and controls. An air compressor and associated equipment and controls for the Chatham County Detention Center. For additional information concerning these specifications, please contact ONLYMT. Robert Marshall, Senior Procurement Specialist, at rmarshall@.chathamcounty.org or (912) 790-1622. Bidders are not to contact any County Department directly. Detailed specifications are as follows: 4.2 SUPPLIES SPECIFICATIONS: 4.2.1 Current Equipment: Two (2) Quicy Model# QT Series 80 gal One (1) Dayton Dryer Model SpeedAire 4.2.2 Currently the Chatham County Detention Center has two (2) piston style arr compressors with one (1) line dryer connected to an auto switching control panel Installation of two (2) new rotary screw style compressors of type Kaeser Airtower SC2 or equivalent. Any equivalent or substitute must meet all specification equal or greater than the Kaeser Airtower SC2 and be approved by the Chatham County Sheriff s Facility Engineering Staff. Include product specifications if bidding something equivalent' 4.2.3 This project consists of replacing the two (2) existing air compressors and must include the following features for the new compressors: In line Air Dryers Condensate drain kits with condensate treatment Compressed air filters with blocking valves for service Adiustable in line air regulators 0-200psi Electronic switching controls with manual override capability Full electrical hood up and start-up of system Include operator and maintenance training Note: Chatham County Sherifls Office will provide electrical drop to the switching controls only and 4" concrete mounting pad for equipment. All other electrical and plumbing connections will be the responsibility of the winning bidder and/or installing company. 4.2.4 Work will be performed within the Chatham County Detention Centered Secured Area. All contractors, sub-contractors, employees and their representatives are 2I required to have a valid Georgia identification card or state issued drivers license which will be surrendered each day and exchanged for a visitors pass for entrance into the facility. A security escort will be on site for entrance and exit control. Limited entrance and exit will be enforced. All vehicles and personnel entering the secure area will be subject to search. No weapons or contraband will be allowed into the secure area. Smoking and tobacco products are not allowed in the secure area and a designated smoking area will be identified. All tools and equipment must be removed or secured at the end of the day with Chatham County Detention Staff approval. Work hours are Monday through Friday 7 :30am until 3 :3 Opm unless otherwise scheduled. 4.3 CONTRACTSPECIFICATIONS: 4.3.1 Bids shall be evaluated based on the requirements set forth in this solicitation, which includes bidder responsiveness, capability, past performance and other criteria to determine acceptability such as inspection, testing, quality workmanship, delivery and suitability for this purchase. 4.3.2 Vendor is required to provide a minimum of three (3) references related to the specifications proposed. 4.3.3 Manufacturer/specification data sheet for each item proposed should be submitted with bid. 4.3.4 10 days after receipt of "Notice to Proceed" equipment must be ordered and record of order provided to Chatham County Detention Center. tt CHATHAM COUNTY, GEORGIA BID Brp No.20-0027-5 COOLING TOWER REPLACEMENT AT THE CHATHAM COUNTY DETENTION CENTER ALL FIRMS REQUESTING TO DO BUSINESS WITH CHATHAM COUNTY MUST REGISTER ON.LINE AT HTTP://PURCHASING.CHATHAMCOUNTY.ORG NAME/TITLE COMPANY NAME ADDRESS CITY/STATE IZrc PHONE/FAX NUMBER Item No. Description QTY Manufacturer and Item # Unit Price Total I Replacement of cooling tower and associated pumps and controls. Including shipping, installation and training. l Each TOTAL BID $ 23 LIST OF SUBCONTRACTORS Ido-,donot-)pIopoSetosubcontractsomeoftheworkonthisproject.I propose to subcontract work to the following subcontractors: pfE: M/WBE PARTICIPATION. NAME AND ADDRESS TYPE OF WORK SIGNED: 24 CONTRACTOR Cooling Tower Replacement with associated pumps and controls Request of Bid for replacement and /or upgrade below listed equipment located at: Chatham County Sheriff's Office Detention Center located at 1050 Carl Griffin Dr' Savannah, Ga. Scope work: Replacement of three Evapco style cooling towers (One is dual sided) with 2ea. Tower Tech TTXL Cooling Towers. Bid as Alternate Option: Replacement of three water circulation pump and motor assembly with Variable Frequency Drive capable motors and Variable Frequency Drives including Siemens Controls. Replacement and upgrade of Building Automated System for control of Cooling Tower's and water circulation pump motors assem,bly, with addition of equipment to control and monitor entire Cooling Tower and pump loop. lntegrate new control system into the currently in use Siemens Building Automation System' Existing EquiPment and Control t, Cooling Towers {Main Central Plant} A. Equipment Mfg. Model 1ea. Evapco AT8-668 Lea. Evapco ATtt2-5L2 Lea. Evapco Unknown no data Plate 2. Water Circulation Pumps B. EquiPment Mfg. Model 2ea. Marathon 20 HP Cond. Lea. Marathon 15 HP Cond Location Central Plant Main Central Plant Main Central Plant Main Location Central Plant Main Central Plant Main Location 3. Cooling Tower Controt and Motor Control systems. (Building Automation ControD C. Equipment Mfg. Model 1ea. Siemens APOGEE Central Plant Main General lnformation: Currentlythe Chatham County Detention Center has 3 ea. Evapco CooiingTowers (One is a ciualsided)being fed from 3ea. Trane Chillers 2ea.387 ton and 1ea. 307 ton. This project consist of replacing the 3 ea. Evapco Cooling Towers with 2 ea. Tower Tech Cooling Towers to include all plumbing and electrical modifications to complete the install and add VFD Tower Controls to existing Siemens BAS control system. As alternate bid to include replacement of 3 ea. Circulation pumps and Variable Frequency Drive capable motors and controls is part of this bid package. This project will include purchase and installation of Siemens Building and Automation Controls components for control and monitoring of Cooling Towers, Circulation Pumps (even if not chosen as alternate) and Condenser water loop. All testing (TAB Report) must be completed before turning over final equipment to Chatham County Detention Staff. All work is to be performed according to the plan and specifications prepared by listed Project Engineer. Any discrepancies or inaccuracies must be brought to the attention in writing to the Project Manager and reviewed by Project Engineer prior to any modification or change order of contract. Removal and disposalof all old equipment shall be included in the bid price. 1ea. 387 ton cooling tower and chiller must remain in use during entire project No complete shutdown will be approved due to temperatures being a maior factor for scope of Oroiect. Work will be performed within the Chatham County Detention Center Secured Area. All Contractor, Sub- Contractors, employees and their representatives are required to have a valid Georgia identification card or state issued driver license which will be surrender each day and exchanged for a visitors pass for entrance to Secure Area. A Security Escort wilt be on site for entrance and exit control. Limited entrance and exit will be enforced. All vehicles and personnel entering the Secure Area will be subject to search and no weapons or contraband will be allowed into the Secure Area. Smoking and tobacco products are not allowed in the Secure Area and a designated smoking area will be identified. Restrooms are not available in area of work a portable toilet will be provided by the contractor and will be required. Alt tools and equipment must be removed or secured at the end of the day to Chatham County Detention Center Staff approval' Work hours are Monday through Friday 7:30am until 4:00pm unless otherwise scheduled. Pre bid conference attendance is requirqd. 10 days after receipt of "Notice to proceed" equipment must be ordered and record of order provided to Chatham County Detention Center. Equipment must be available on site or in local storage no later than December 7th zo2oso work may begin December 8th 2020 and be completed no later than March Lst 2o2I NOTE: This is a CIP funded Project. 1.1 Chatham County Sheniff Cooling Tower Replacement SECTION 23 O11O - MECHANICAL GENERAL PROVISIONS PART 1 . GENERAL RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. t.2 B. It is recognized that separate sub-contracts may be instituted by THIS CONTRACT'S GENERAL CONTRACTOR with others. It is the responsibility of THIS CONTRACT'S GENERAL CONTRACTOR to completely inform, coordinate and advise those sub- contractors as to all of the requirements, conditions and information associated with providing and installing their portion of the total job. IMPOSED REGULATIONS: A. Applicable provisions of the State and Local Codes and of the following codes and standards in addition to those listed elsewhere in the specifications are hereby imposed on a general basis for mechanical work. In each case, the prevailing edition shall be the current adopted edition of the state where the project is located. 1. 2. J. 4. Intemational Mechanical Code. International Gas C ode. International Energt Cons ervation Code. International Fire Code. 1.3 SCOPE OF WORK: A. provide all labor, materials, equipment and supervision to construct complete and operable mechanical systems as indicated on the drawings and specified herein. All rnaterials and equipment used shall be new, undamaged and free from any defects. 1.4 EXISTING SERVICES AND FACILITIES: A. Damage to Existing Services: Existing services and facilities damaged by the Contractor throug]l negligence or through use of faulty materials or workmanship shall be promptly repairid, repticea, or otherwise restored to previous conditions by the Contractor without additional cost to the Owner. B. Interruption of Services: Intemrptions of services necessary for connection to or modification of existing systems or facilities shall occur only at prearranged times approved by the Owner. Intemrpti6ns shall only occur after the provision of all temporary work and the availability of adequate labor and materials will assure that the duration of the intemrption will not exceed the time agreed uPon. C. Removed Materials: Existing materials made unnecessary by the new installation shall be removed, shall remain the property of the Owner and shall be stored at a location and in a manner as directed, or, if classitied by the Owner's authorized representative as ultsuitablc fur MECHAMCAL GENERAL PROVISIONS 23 0110 - I Chatham County Sheniff Cooling Tower Replacement further use, shall become the property of the Contractor and shall be removed from the site. 1.5 WARRANTIES A. Provide manufacturer's standard printed commitment in reference to a specific product and normal application, stating that certain acts of restitution will be performed for the Purchaser or Owner by the manufacturer, when and if the product fails within certain operational conditions and time limits. Where the waranty requirements of a specific specification section exceed the manufactureCs standard warrantyo the more stringent requirements will apply and modified manu,facturer's warranty shall be provided. The Contractor shall provide a (2) year warranty on all parts and labor. The waranty shall begin at the Material Completion date. 1.6 PRODUCTSUBSTITUTIONS: A. General: Materials specified by manufacturer's name shall be used unless prior approval of an alternate is given by addenda. Requests for substitutions must be received in the office of the Architect at least 10 days prior to opening of bids. PART 2 . PRODUCTS 2.1 GENERAL MECHANICAL PRODUCT REQUIREMENTS: A. Standard Products: Provide not less (quality) than manufacturer's standard products, as specified by their published product data. In addition to the indication that a particular producVmodel number is acceptable, comply with the specified requirements. Do not assume that the available off-the-shelf condition of a product complies with the requirements; as an example, a specific finish or color may be required. B. Uniformity: Where multiple units of a general product are required for the mechanical work, provide identical products by the same manufacturer, without variations except for sizes and similar variations as indicated C. Product Compatibility, Options: Where more than one product selection is specified, either generically or proprietarily, selection is Purchaser's or Installer's option. Provide mechanical adaptations as needed for interfacing of selected products in the work. D. Equipment Nameplates: Provide a permanent operational data nameplate on each item of power operated mechanical equipment, indicating the manufacturer, product name, model number, serial number, speed, capacrty, power characteristics, labels of tested compliance, and similar essential operating data. E. Locate nameplates in easy-to-read locations. When product is visually exposed in an occupied area of the building, locate nameplate in a concealed position (where possible) which is accessible for reading by service personnel. PART 3. EXECUTION MECI{ANICAL GENERAL PROVISIONS 23 0tt0 -2 Chatham County Sheniff Cooling Tower Replacement 3.1 PRODUCT INSTALLATION, GENERAL: A. Except where more stringent requirements are indicated, comply with the product manufacturer's installation instructions and recommendations, including handling, anchorage, assembly, connections, cleaning and testing, charging, lubrication, startup, test operation and shut-down of operating equipment. Consult with manufacturer's technical experts, for specific instructions on unique product conditions and unforeseen problems. B. protection and ldentification: Deliver products to project properly identified with names, model numbers, types, grades, compliance labels and similar information needed for distinct identifications; adequately packaged or protected to prevent deterioration during shipment, storage and handling. Siore in a dry, well ventilated, indoor space, except where prepared and protected by the manufacturer specifically for exterior storage. C. permits and Tests: Provide labor, material and equipment to perform all tests required by the governing agencies and submit a record of all tests to the Owner or his representative. Notiff the Architect five days in advance of any testing. END OF SECTION 23 OIIO MECHAMCAL GENERAL PROVISIONS 23 0110 - 3 Chatham County Sheniff Cooling Tower Replacetnent SECTION 23 Azrc. MECHANICAL COORI}INATION PART 1 - GENERAL 1.1 REI,ATED DOCUMENTS: , A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. 1.2 QUALITY ASSURANCE: A. Mechanical Coordination Affrdavit: Prior to ordering materials, provide the Coordination Affidavit required by Section 23 0220. PART 2. PRODUCTS 2.1 MECHANICALPRODUCTCOORDINATION A. Power Characteristics: Refer to the electrical sections of the specifications and the electrical drawings for the power characteristics available for the operation of each power driven item of equipment. The electrical design was based on the typical power requirements of the equipment manufacturers scheduled or specified. Any modifications to the electrical system which are required due to the use of an approved equivalent manufacturer shall be made at no additional cost to the owner. All changes must be clearly documented and submitted for review by the Architect/Engineer prior to purchasing equipment. Coordinate purchases to ensure uniform interface with electrical work. The mechanical contractor shall fumish a detailed list ofequipment electrical characteristics to the electrical contractor for the purpose of preparing the coordination affidavit required by Division 26. B. Coordination of Options and Substitutions: Where the contract documents permit the selection from several product options, and where it becomes necessary to authorize a substitution, do not proceed with purchasing until coordination of interface of equipment has been checked and satisfactorily established. C. Firestopping: Refer to architectural drawings for the locations of all fire rated ceilings, floors and walls. The contractor shall fumish detailed shop drawings of all firestopping details to be used for both piping and ductwork. All firestopping details shall be U.L. listed and subject to approval by the State Fire Marshal. PART 3 . EXECUTION 3.1 INSPECTION AND PREPARATION A. Substrate Examination: The Installer of each element of the mechanical work must examine the condition of the substrate to receive the work, and the conditions under which the work will be performed, and must notify the Contractor in writing of conditions detrimental to the MECHAMCAL COORDINATION 23 02t0 - | Chatham County Sheniff Cooling Tower Replacement proper completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. B. Do not proceed with the installation of sleeves, anchors, hangers, roof penetrations and similar work until mechanical coordination drawings have been processed and released for construction. Where work must.be installed prior to that time in order to avoid a project delay, review proposed installation in a project coordination meeting including all parties involved with the interfacing of the work. 3.2 CUTTING AND PATCHING: A. Structural Limitations: Do not cut structural framing, walls, floors, decks and other members intended to withstand stress, except with the Architect's or Engineer's written authorization. B. Where authorized, cut opening through concrete (for pipe penetrations and similar services) by core dritling or sawing. Do not cut by hammer-driven chisel or drill. C. Other work: Do not endanger or damage other work through the procedures and processes of cutting to accommodate mechanical work. Review the proposed cutting with the Installer of the work to be cut, and comply with his recommendations to minimize damage. Where necessary, engage the original Installer or other specialists to execute the cutting in the recommended manner. D. Where patching is required to restore other work, because of either cutting or other damage inflicted durine the installation of mechanical work, execute the patching in the manner recommended 6J, the original Installer. Restore the other work in every respect, including the elimination of visual defects in exposed finishes, as judged by the Architect' Engage the original Installer to complete patching of the following categories of work: Exposed concrete finishes and exposed masonry. Waterproofing and vapor barriers' Roofing, flashing and accessories. Interioiexposed finishes and casework, where judged by the Architect to be diffrcult to achieve an acceptable match by other means. 5.J COORDINATION OF MECHANICAL INSTALLATION: A. General: Sequence, coordinate and integrate the various elements of mechanical work so that the mechaniial plant will perform as indicated and be in harmony with the other work of the building. The Architect/Engineer will not supervise the coordination, which is the exclusive responsibility of the Contractor. Comply with the following requirements: i. Install piping, ductwork and similar services straight and true, aligned with other work and withbverhead structures and allowing for insulation. Conceal where possible' 2. Arrange work to facilitate ease of maintenance and repair or replacement of equipment and filters. Locate items requiring more maintenance such as valves, etc. in front of items requiring less maintenance. Connect equipment for ease of disconnecting, with minimum of interference with other work. 3. Equipment located above ceilings shall be installed in a position and elevation which allows complete and adequate maintenance access through the ceiling grid or access panel while standing safely on a ladder. If this is not possible, a suitable maintenance 1 2 a J 4 MECHAMCAL COORDINATION 230210 -2 Chatham County Sheniff Cooling Tower Replacement platform must be provided per IMC. 4. Give the right-of way to piping systems required to slope for drainage (over other service lines). Piping shall be located to avoid interference with ductwork and light fixtures. 5. Store materials off the ground and protected from standing water and weather. B. Drawings: Conform with the arrangement indicated by the conffact documents to the greatest extent possible, recognizing that portions of the work are shown only in diagrammatic form. Where coordination requirements conflict with individual system requirements,. comply with the Architect's decision on resolution ofthe conflict. C. Electrical Work: Coordinate the mechanical work with electrical work, and properly interface with the electrical service. In general, and except as otherwise indicated, install mechanical equipment ready for electrical connection. Refer to electrical sections of the specifications for electrical connection of mechanioal equiprnent. D. Utilify Connections: Coordinate the connection of mechanical systems with exterior underground utilities and services. Comply with the requirements of governing regulations, franchised service companies and controlling agencies. Provide a single connection for each service except where multiple corurections are indicated. 3.4 COORDINATION OF MECHANICAL START-IIP A. Seasonal Requirements: Adjust and coordinate the timing of mechanical system start-ups with seasonal variationso so that demonstration and testing of specified performance can be observed and recorded. Exercise proper care in off-season start-ups to ensure that systems and equipment will not be damaged by the operation. END OF SECTION 23 O2TO MECHANICAL COORDINATION 23 0210 - 3 1.1 Chatham County Sheriff Cooling Tower Replacement SECTION 23 0220. MECHANICAL SUBMITTALS PART 1 - GENERAL RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Special Conditions and Division i Specification Sections, apply to this Section' t.2 SUBMITTAL FORMS AND PROCEDURES: A. The purpose of submittals is to demonstrate to the Architect/Engineer that the Contractor understands the design concept. The ArchitectlEngineer's review of such drawings, schedules, or cuts shall not r*ii"ue the Contractor from responsibility for deviation from drawings or specifications unless he has, in writing, called the Architect/Engineer's attention to suchteviations at the time of submission, and has received from the Architect/Engineer, in writing, permission for such deviations. All submittals must be completely checked by the Contractor prior to submission for review. B. Hard Copy Submittals: Submittal data shall be placed in one or more hard-back 3-ring binders, arranged and labeled according to specification section. Each binder shall contain a title page *dtubl" of contents. Provide separator tabs, and label by specification section. Maki note in the table of contents, any drawings that accompany the submittal. Title page shall contain Project Name, Contractor's Name, Division 23 Superintendent's nameo Suppliers and point of contact for each, and date. Except as otherwise indicated in other ,."tionr, submii 5 complete copies. Quantity indicated does not include copies required for regulatory agencies. C. Electronic Submittals: If the Architect agrees to allow electronic submittals via an on-line information management product such as 'submittal Exchange," etc', all electronic submittal files shall be orgaiized to match the bid documents for specification section and name' Each submittal file shall be complete for each specification section. Multiple pattial submittals per specification section will be rejected. Make note in the table of contents, any drawings that *"o*puny the submittal. Title page shall contain Project Name, Contractor's Name, Division 23 Superintendent's name, Suppliers and point of contact for each, and date. D. Submittals shall be made for all items contained in the Mechanical Submittal List in PART 3 . EXECUTION. E. Response to Submittals: A Mechanical Submittal Review Report shall be issued by the Englneer with the following classifications for each item: l. "No Exceptions Taken": No corrections, no marks. Contractor shall submit copies for distribution. Z. "Make Corrections Noted": A few minor corrections. Items may be ordered as marked up without further resubmission. Submit copies for distribution. 3. "Revise and Resubmit": Minor corrections. Item may be ordered at the Contractor's option. Contractor shall resubmit drawings with corrections noted. 4. "Rejected": Major corrections or not in accordance with the contract documents' No items shall be ordered. Contractor shall conect and resubmit drawings. MECHANICAL STIBMTTALS 23 0220 - | Chatham County Sheriff Cooling Tower Replacemer't PART 2 . PRODUCTS 2.1 SUBMITTALREQUIREMENTS: A. General: Each specification section shall list the required submittal items. All submittal items shall conform to the requirements listed below. For each major section of submittal data, include a surnmary page which lists items and model numbers for each piece of equipment. B. Shop Drawings: Prepare mechanical shop drawings to accurate scale except where diagrammatic representations are specifically indicated. Show clearance dimensions of critical locations, and show dimensions of spaces required for operation and maintenance of equipment. Show piping connections and other service connections, and show interface with other work including structural support. Indicate by note, the portions of mechanical work shown on the shop drawings which deviated from the indication of work in the contract documents, and explain the reasons for the deviations. Show how such deviations coordinate with interfacing deviations on shop drawings for other portions of the work, cumently or previously submitted. C. Manufacturer's Data: Where pre-printed data is submitted for more than one distinct product, size, type, material, trim, accessory group or other variation, mark submitted copy with black pen to indicate which of the variations is to be provided. Delete or mark-out significant portions of preprinted data which are not applicable. Where operating ranges are shown, mark data to show portion of range required for project application. Expansion or elaboration of standard data to describe a non-standard product must be processed as a shop drawing submittal. For each product include the manufacturer's production specifications, installation or fabrication instructions, nearest source of supply (including telephone number), sizes, weights, speeds, operating capacities, piping and service line connection sizes and locations, statements of compliance with required standards and governing regulation (include manufacturer's signed statements if not covered in printed data), performance data (where applicabte) and similar information needed to confirm compliance with the requirements. D. ATTACHMENT NO. I (Mechanical Coordination Affidavit): The intent of Attachment Number 1 is to ensure that the electrical requirements for mechanical equipment have been reviewed and coordinated by the Contractor. No mechanical equipment shall be ordered, nor shall rough-in begin, before this coordination has taken place. This doeument shall be returned appropriately marked whether or not any changes are deemed to be necessary by the contractor. PART 3 - EXECUTION 3.1 MECHANICAL SUBMITTAL LIST: 23 0210 - Mechanical Coordination: Mechanical Coordination Affidavit (see Attachment No. I below) MECHANICAL SUBMITTALS 23 0220 -2 Chatham County Sheriff Cooling Tower Replacement 23 0230 - Mechanical Identification: Pipe Markers. Pipe Tape. Engraved Nameplates. Valve Tags. Valve Charts. 23 0240 - Mechanical Work Closeout: Record Plans. Maintenance Manuals. Mechanical TAB Report. Owner Training Videos. 23 0310 - Mechanical Pipe, Tubeo and Fittings: Black Steel Pipe, Schedule 40' Black Steel Pipe, Schedule 10. Galvanized Steel Pipe, Schedule 40. Galvanized Steel Pipe, Schedule 10. Copper Tube. PVC Pipe. Cast Iron Threaded Fittings. Welded Fittings. Cast Iron Flanged Fittings. Gasket for Flanged Joints. Soldering Materials. Mechanical Couplings. PVC Cement. Pipe Sleeves. Fire Caulk. Latex Paint for PVC PiPe' 23 0320 - Mechanical Hangers and Supports: Condenser Water Pipe Hangers (Clevis Type)' Pipe Supports, Guides, Shields, and Saddles. 23 1110 - Mechanical Water Piping System: Shutoff Valves. Check Valves. Drain Valves. Triple Duty Valves. Pressure Reducing Valves. Pressure Relief Valves. Backflow Preventers. Wye Strainers. Basket Strainers. Suction Diffusers. MECHAMCAL SUBMITTALS 23 0220 -3 Chatham County Sheriff Cooling Tower Repiacement Thermometers. Pressure Gauges. Heat Trace Tape. Painting. 23121A - Mechanical Piping and Equipment Insulation: Cellular Glass Insulation and Fittings. Armaflex Insulation and Fittings. Polystyrene Insulation and Fittings. Aluminum Jackets. 231310-Pumps: All equipment in PUMP SCHEDULE and/or plans and/or specifications. 23 l4l0 - Water Treatment: Condenser Water System. 23 4210 - Cooling Towers: All equipment in COOLING TOWER SCHEDIJLE and/orplans and/or specifications. END OF SECTION 23 O22O MECIIAMCAL STIBMITTALS 23 0224 - 4 Chatham County Sheriff Cooling Tower Replacement ATTACHMENT NO. i SHOP DRAWING COORDINATION AFFIDAVIT I, the Divis ion 23 Superintendent, certify that I have reviewed the mechanical shop drawings for jectrically driven equipment and that the accompanying mechanical shop drawings reflect the requirements of the actual equipment to be furnished for use on this project. In addition, the electrical requirements of said equipment have been coordinated with the Division 26 contractor. NOTE: If no deviations are required please indicate by circling the appropriate answer above your signature. PROJECT: DEVIATIONS: Yes/ No COMPANY TITLE: SIGNATURE: -TELEPHONE: DATE: FAILURE TO PERFORM THE WORK REQUIRED BY THIS AFFIDAI/IT, PRIOR TO ORDENNG MATENALS OR ROUGHING-IN, MAY RESULT IN IMPROPER CONNECTIONS BEING PROVIDED. THE EXPENSE OF CORRECTIVE MEASURES, IF KEQUIRED, SHALL BE BORNE BY THE CONTRACTOR MECHAMCAL SUBMITTALS 23 0220 -s Chatham Counf Sheniff Cooling Tower Replacement SECTION 23 0230. MECHANICAL IDENTIT'ICATIOII PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. 1.2 QUALITYASSLTRANCE: A. Manufacturers: Firms regularly engaged in the manufacture of identification systems required for this product. B. Submittals: Submit manufacturer's data on materials and submit a sample of each type required. PART 2 - PRODUCTS 2.1 MECHAMCALIDENTIFICATIONMATERIALS A. Pipe Markers 1. General: Product manufacturer's standard pre-printed, flexible or semi-rigid, permanent, color-coded, plastic-sheet pipe markers, complying with ANSI .A13.1. 2. Small Pipe: For external diameters less than 6 inches (including insulation, if any), provide full band pipe markers, extending 360 degrees around pipe at each location, fastened by one of the following methods: a. Snap-on application of pre-tensioned semi-rigid plastic pipe marker. b. Adhesive lap joint in pipe marker overlap. c. Laminated or bonded application of pipe marker to pipe (or insulation). d. Taped to pipe (or insulation) with color-coded plastic adhesive tape, not less than 3/4 inch wide; full circle at both ends of pipe marker, tape lapped l-ll2 inch. 3. Large Pipes: For extemal diameters of 6 inohes and larger (including insulation, if any), provide either full-band or strip-type pipe markers, but not n€urower than 3 x letter height (and of required length); fastened by one of the following methods: a. Laminated or bonded application of pipe marker to pipe (insulation). b. Taped to pipe (or insulation) with color-coded plastic adhesive tape, not less than 1-112 inches wide: full circle at both ends of pipe marker, tape lapped 3 inches. 4. Lettering: Comply with piping system names as specified, scheduled or shown, and abbreviate only as necessary for each application length. 5. Arrows: Print each pipe marker with arrow indicating direction of flow, either integrally with piping system service lettering or as separate unit of plastic (to accommodate both directions). 6. Install pipe markers on the following systems: Condenser Water Supply and Retum Piping Drain Piping MECHANICAL IDENTIFICATION 23 0230 - | Chatham County Sheniff Cooling Tower Replacement B. Pipe Tape: Manufacturer's standard color-coded pressure-sensitive (self-adhesive) vinyl tape, not less than 3 mils thick. l. Width: Provide 1-ll2 inches wide tape markers on pipes with outside diameters including insulation of less than 6 incheso 2-l/2 inches wide tape on larger pipes. 2. Color: Comply with ANSI A13.1' C. Engraved Plastic-Laminate Labels: 1. General: Provide engraving stock melamine plastic laminated, complying with FS L- p-387, in the sizes and thicknesses indicated, engraved with engraver's standard letter style of the sizes and wording indicated, black with white core, letter color, except as otherwise indicated, punched for mechanical fastening except where adhesive mounting is necessary because ofsubstrate. 2. Thickness: 1/16 inch, except as otherwise indicated; 3. Fasteners: Self-tapping stainless steel screws, except contact type permanent adhesive where screws cannot or should not penetrate the substrate. 4. Install engraved equipment labels on all mechanical equipment, Match equipment names as scheduled. 5. Install ooPermanent Label of Equivalent Length" in each laundry area near the clothes dryer. Label shall match the example shown it2}I2IMC, Section 504. The contractor shall filI in the actual equivalent length for each dryer exhaust duct. D. Valve Tags: l. Valve tags shall be 18 gauge (minimum) brass with 1-l/4" (minimum) height and width. Identification letters and numbers shall be stamped in tag and shall be filled with black paint Z. Valve tags shall be attached to valve using cable ties. Cable ties shall be self-locking nylon ties. 3. Valve tags shall be installed at all shut-off, balancing, metering, and drain valves. Valve tag shape and designations shall be as follows: Identification System Shape Numbers Condenser Water Oval c-1,2,3,.. 2.2 LETTERING AND GRAPHICS A. General: Coordinate names, abbreviations and other designations used in the mechanical identification work, with the coresponding designations shown, specified or scheduled. Provide numbers, lettering recommended by manufacturers or as required for proper identifications and operation/maintenance of the mechanical systems and equipment. PART 3 . EXECUTION 3.1 APPLICATION AND INSTALLATION: A. Coordination: Where identification is to be applied to surfaces which require insulation, painting and other covering or finish, including valve tags in finished mechanical spaces, MECHAMCAL IDENTIFICATION 23 0230 -2 Chatham Counf Sheniff Cooling Tower Replacement install identification after completion of covering or painting. B. All equipment, dampers, filters, valves, etc. located above ceiling grids shall be located with an engraved marker permanently attached to the ceiling grid. The marker shall describe the item located above the ceiling. C. Piping System Identification: a. General: Install pipe markers on each system indicated to receive identification, and include alrows to show normal direction of flow. D. Locate pipe markers as follows wherever,piping is exposed to view in mechanical rooms, accessible maintenance spaces (including accessible areas above ceilings) and exterior non- concealed locations: a. Near each valve and control device. b. Near each brancho exoludiirg short take-offs for fixtures. Mark each pipe at branch, where there could be a question of flow pattern. c. Near locations where pipes pass through walls or ceilings, or enter non-accessible enclosures. d. Near major equipment items and other points of origination and termination. e. Spaced intermediately at maximum spacing of 50 feet along each piping run, except reduce spacing to 25 feet in oongested areas of piping and equipment. E. Do not mark piping exposed in finished occupied spaces. F. Mechanical Equipment Identification: Install an englaved plastic laminate label on or near each major itenn of mechanical equiprnent and eaeh operational device, as specified herein if not otherwise specified for each item or device. ,Each label shall include the equipment name, room number and electrical panel name. Confirm installed final room numbers and electrical panel names prior to ordering labels. G. Valve tags shall be attached to the valve handwheel with cable ties END OF SECTION 23 O23O MECHAMCAL IDENTIFICATION 23 0230 - 3 Chatham County Sheniff Cooling Tower Replacement SECTION 23 0240. MECHANICAL WORK CLOSEOUT PART 1 . GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. t.2 DOCUMENTATION PROCEDURES : A. Signed Commitments: Do not proceed with transfer of mechanical plant to the Owner for op-eration until warranties, performance certifications and similar commitments to be signed by Contractor and other entities have been executed and transmitted to Architect (for Owner's records). PART 2 - PRODUCTS 2.1 RECORD PLANS A. Explanation: Except where otherwise indicated, mechanical plans (contract pllnsJ prepared by Engineer are diagrammatic in nature and may not show locations accurately for various compJnents of mechanical systems. Shop drawings, including coordination plans, prepared by iontractor shall show certain portions of work more accurately to scale and location, and , in greater detail. B. General Recording Procedure: Maintain a white-print set, blue-line or black-line, of mechanical contract plans and shop drawings in cleano undamaged condition, for mark-up of actual installations which vary substantially from the work as shown' Mark-up whatever plans are most capable of showing the installed conditions accurately; however, where shop irawings are marted, record a reference note on appropriate contract drawing. Mark with erasablE pencil and use multiple colors to aid in the distinction between work of separate mechaniial systems. In general, record every substantive installation of mechanical work which previously is eithei not shown or shown inaccurately, but in any case record the following: 1. Underground and aboveground piping, both exterior and interior, drawn to scale and fully dimensioned. 2. "Mechanical Project Record" shall be maintained as part of the "Project Record" . specified in Division 1. 2.2 MAINTENANCE MANUALS: A. Organize each copy of the required system maintenance manuals to include an index followed by thumb-tab marked sections for each of the following: l. Operating Instructions: Submit manufacturer's operating instructions for each item of MECF{ANICAL WORK CLOSEOUT 23 0244 - | Chatham Counff Sheniff Cooling Tower Replacement mechanical equipment and supplement with additional project application instructions where necessary. Prepare and submit specific operating instructions for charging, start- up, control or sequencing of operation, phase or seasonal variationso shut-down, safety and similar operational instructions. Prepare in typewritten form in completely explained and easily understood English language 2. Emergency instructions including addresses and telephone numbers of service sources. 3. Regular system maintenance procedures including lubrication' 4. List of all filters required for each unit. 5. Spare parts listing and stocking recommendations. 6. Inspection, adjusting, rebalancing, cleaning, parts replacement, and similar maintenance instructions and recommendations, including the proper use of tools and accessories. 7. Valve schedule and control diagram for each system. 8. Manufacturer's data and test reports for each operating item in each system. 9. Manufacturels product warranties and guarantees relating to the system and equipment items in the system. 10. Corrected or approved issues of submittal items relating to the system. B. Bind each maintenance manual in one or mor€ vinyl-covered,2", 3-ing binder, plus pocket- folder type binders for folded drawings, and mark the back spine of each binder with system identification and volume number. C. Certifications: Where specifically indicated, submit with notarized execution. D. Test Reports: Submit test reports which have been signed and dated by the firm performing the test and prepared in the manner specified in the standard or regulation governing the test procedures as indicated. E. Manufacturer's Product Warranties:, Where pre-printed and published warranty includes substantial deviation from required warranty (as judged by the Architect or Engineer), product is automatieally disqualified from use on the project, except where manufacturer prepares and issues a specific product warranty on the product, stating that it is in lieu of the published warranty, and is executed by an authbrized officer, and complies with the requirements. Warranties shall comply with the requirements of individual specification section where those requirements exceed the manufacturer's standard warranty. F. Guarantees: Where indicated as "Certified", provide guarantee which, in addition to execution by an authorized officer ofeach guarantor, is attested to by the Secretary ofeach guarantor and bears the corporate seal PART 3 - EXECUTION 3.1 CLOSEOUTPROCEDI'RES A. General Coordination: Sequence closeout procedures properly, so that work will not be endangered or damagedo and so that every required performance will be fully tested and demonstrated. B. System Performance Test Run: At the time of mechanical work closeout, check each item in each system to determine that it is set for proper operation. With Owner's representative and Architect/Engineer present, operate each system in a test run of appropriate duration to demonstrate compliance with performance requirements. During or following test runs, make MECHAMCAL WORK CLOSEOUT 23 0240 -2 Chatham County Sheniff Cooling Tower Replacement final corrections or adjustments of system to refine and improve performances wherever possible, including noise and vibration reductions, elimination of hazards, better response of controls, signals and alarms, and similar system performance improvements. Provide testing or inspection devices as may be requested for Architect's/Engineer's observation of actual system performances. Demonstrate that controls and items requiring service or maintenance are accessible. Test run shall be scheduled to coincide with Engineer's final inspection of the mechanical work. C. Cleaning and Lubrication: After final performance test run of each mechanical system, clean system both externally and internally. Clean dirt and debris from air handling systems and install new filters. Flush piping system by operating drains and similar means, and clean strainers and traps. Lubricate both power and hand operated equipment and remove excess lubrication. Touch-up minor damage to factory painted finishes and other painting specified as mechanical work; refinish work where damage is extensive. D. General Operating Instructions: In addition to specified training of Owner's operating personnel specified in individual mechanical sections, and in addition to preparation of written operating instructions and compiled maintenance manuals specified, provide general operating instructions for the total mechanical plant. Conduct a walk-through explanation und de-otrrtration for orientation and education of Owner's personnel to be involved in continued operation of building and its mechanical plant. 1. Describe each basic mechanical system and how its control system functions, including flow adjustments, temperature control and similar operations. 2. Explain and point out identification system, displayed diagrams, signals, alarms and similar provisions of the work. 3. Describe basic sequencing requirements and interlock provisions for system start-up, phasing, coast-down, shut-down and seasonal operations. 4. -emphaiize emergency procedures and safety provisions for protection of equipment and safety of occupants during equipment malfunction, disasters, power failures and similar unusual circumstances, and describe system limitations and precautions including weather adjustments. 5. Outline basic maintenance procedures. E. Demonstrate what adjustments have been made and can continue to be made to reduce noise and vibration, improve system outpu! decrease energy consumption and similar performance improvements. F. Point out operational security provisions, safety, unavoidable hazards and similar operator limitations. Display and conduct a "thumb-through" explanation of maintenance manuals, record drawings, meter readings and similar service items. G. All training sessions shall be digitally recorded (audio/video) and submitted to the Owner' H. Construction Equipment: After completion of performance testing and Owner's operating instructions and demonstrations, remove installers tools, test facilities, construction equipment and similar devices and materials used in execution of the work but not incorporated in the work. CONTINUED SYSTEM OPERATIONS : A. Final Acceptance: Attime of substantial completion of mechanical work, Owner's operating 3.2 MECHAMCAL WORK CLOSEOUT 23 0240 - 3 Chatham County Sheniff Cooling Tower Replacement personnel will take over operation of mechanical systems. However, until time of final 'acceptance, respqnd promptly with consultation and serviees on whatever,operation or ma,intenanoe problems may rernain or arise in'continued operation of meclm,nieal plant. END OF SECTION 23 O24O MECI{ANICAL WORK CLOSEOUT 23 0240 - 4 Chatham County Sheniff Cooling Tower Replacement SECTION 23 0310 - MECIIANICAL PIPE' TUBE AND FITTINGS PART 1. GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section' 1.2 QUALITY ASSURANCE: A. Industry Standards: L eualiff welding procedures, welders and operators in accordance with ASME B31.1 for shop and project site welding of piping work. 2. Ceriig, 1y"tOiog of piping work using the Standard Procedure Specifications by, and weldeis tested under supervision of, the National Certified Pipe Welding Bureau. 3. Where plastic piping is indicated to transport potable water, provide pipe and fittings bearing approval label by the National sanitation Foundation (NSF). B. SUBMITTALS: 1. Submit manufacturer's data, welding certifications, test reBorts, and product warranties as applicable for all piping materials. Z. diooveO joint coupiings and fittings shall be shown on drawings and product submittals, and be specifically identified with the applicable style number' PART 2 - PRODUCTS 2.1 PIPING MATERIALS: A. General: provide pipe and tube of the type, joint type, grade, size and weight (wall thickness or Class) indicated ior each service. Where type, grade or class is not indicated, provide proper selection as determined by Installer for installation requirements and comply with goveming regulations and industry standards. B. Black Steel Pipe: ASTM A 53, Schedule 40' C. Galvanized Steel Pipe: ASTM A 53, Schedule 40. D. Stainless Steel Pipe: ASTM A372, Schedule 10S, full finish annealed pipe, certified for use with mechanical fittings. E. Copper Tube: ASTM 888-89 Type (wall thickness) as indicated for each service; hard drawn temper, except as otherwise indicated. Solder for use on domestic water piping shall be lead free type. MECHANICAL PIPE, TUBE AND FIT-TINGS 23 0310 - I Chatham County Sheniff Cooliag Tower Replacement 2.2 PIPE/TUBE FITTINGS: A. General: Provide factory-fabricated fittings of the type, materials, grade, class and pressure rating indicated for each service and pipe size. Provide sizes and types matching pipe, tube valve or equipment connections in each case. Where not otherwise indicated, comply with governing regulations apd industry standards for selections, and with pipe manufacturer's reoornrnendations where applicable. B. Cast-Iron Threaded Fittings for Steel Pipe: ASTM A 126-84 Class 125, plain or galvanized to match pipe. C. Welded Fittings for Steel Pipe: ASTM A234. D. Cast-Iron Flanged Fittings for Steel Pipe: ASME 816.1, including bolting. Class 125, plain or galvanized to match pipe. E. Gaskets for Flanged Joints: ASME ts16.21; full-faced for cast'iron flanges. F. Soldering Materials: Except as otherwise indicated, provide soldering materials as determined by the Installer to comply with installation requirements. l. Tin-Antimony Solder: ASTM B32,Grade 95TA. G. Mechanical Couplings for IPS Pipe: Coupling housings shall be ductile iron (ASTM ,{536). Bolts and nuts shall be carbon steel track-type (ASTM 4183), minimum tensile 110,000 psi. Gaskets shall be Grade *E' EPDM, for water services from -30o to +230oF. At joints allowing controlled movement, expansiono contraction of deflection, flexible couplings with shall be used. At all joints not requiring flexibility, a rigid coupling shall be used. Fittings for pipe 2 inches and smaller shall be the mechanical compression type. Mechanical couplings shall be by Victaulic,Anvil or Grinnell. 1. Ngid Type: Coupling housings cast with offsetting, angle-pattern bolt pads shall be used to provide system rigidity and support and hanging in accordance with ANSI 831.1 and 831.9. 2. Flexible Type: Use in locations where vibration attenuation and stress relief are required. 3. Flange Adapter: Flat face, for direct connection to ANSI Class 125 or 150 flanged components. H. Grooved End Fittings for Steel Pipe: Fittings shall be ductile iron (ASTM A536) forged steel (ASTM A%fi; or fabricated from carbon steel pipe (ASTM A53); with pre-grooved ends for use with mechanical couplings of the same manufacturer. Mechanical Couplings for Hard Copper Tube: Coupling housings shall be ductile iron (ASTM A536), coated with copper colored alkyd enamel and cast with angle-pattern bolt pads for system rigidity. Bolts and nuts shall be carbon steel track-type (ASTM 4183), minimum tensile 110,000 psi. Gaskets shall be Grade "E'EPDM FlushSeal@ type, for water services from -30 to +230EF. Mechanical couplings shall be by Victaulic, Anvil or Grinnell. J. Mechanical Couplings for Copper Pipe: Fittings 2"-4" size shall be wrougtrt copper (ASTM 875 C12200 or ASTM Bl52 Cll000 and ANSI B 16.22). Fittings '5" - 8* size shall be bronze sand casting (ASTM B584-S7) or copper alloy CDA844 (81-3-7'9) (ANSI B 16.18)' Fittings shall have pre-grooved ends for use with mechanical couplings of the same MECTIAMCAL PIPE, TTIBE AND FITTINGS 23 0310 -2 3.1 Chatham County Sheniff Cooling Tower Replacement manufacturer. Fittings shall be manufactured to copper tubing sizes. (Flaring of tube and fitting ends to IPS dimensions is not allowed') K. Pipe Sleeves: 1. Iron Pipe Sleeves: Fabricate from Schedule 40 galvanized steel pipe; remove burrs. Z. Sheet Metal Pipe Sleeves: Fabricate from galvanized sheet metal closed with lock-seam joints. For following pipe sizes provide gauge indicated: 3 inch pipe and smaller, 20 gauge; 4 to 6 inch pipe, 16 gauge; over 6 inch pipe, 14 gauge' 3. Fipe Sleeve Caulking: 3M Fire Barrier Caulk, SIlor Grabber' PART 3. EXECUTION TNSTALLATION: A. General: Install pipe, tube and fittings in accordance with recognized industry practices which will achieve permanently-leakproof piping systems, capable of performing each indicated service without piping failure. Install each run with a minimum of joints and couplings, but with adequate and accessible unions for disassembly and maintenance/ replaceient of valves and equipment. Reduce sizes (where indicated) by use of reducing fittings. Align piping accurately at connections, within 1i16" misalignment tolerance' 1. Comply with ASME 831.1 Code for Pressure Piping. 2. Comply with ASME 831'9 Code for Building Services Piping' B. Locate piping runs as indicated on the drawings. Route vertically and horizontally (pitched to drain) and u.ioiO Aiugonal iuns wherever possible. Orient horizontal runs parallel with walls and column lines. Locate runs as shown, or described by diagrams, details and notations or, if not otherwise indicated, run piping in the shortest route which does not obstruct usable space or block access for servicing the buitding and its equipment. Whele possible, locate insulated piping for 1.0" clearance outside insulation. Changes in direction shall be made with fittings. C. Piping System Joints: Provide joints of the type indicated in each piping system' D. Threaded Joints: Thread pipe in accordance with ANSI 82.12; cut tlreads full and clean using sharp dies. Ream threaded ends to remove burrs and restore full inside diameter. Apply pipe loint compound, or pipe joint tape (Teflon) where recommended by pipe/fitting minutacturer, on male threads ai each joint and tighten joint to leave not more than 3 threads exposed. E. Welded Joints: Weld pipe joints in accordance with recognized industry practice and as follows: Weld pipe joints only when ambient temperature is above 0 degrees F. where possible. eevel iipe "ndr ut a37.5 degree angle where possible, smooth rough cuts and clean to 1.".ou. slag, mital particles and dirt. Install welding rings for butt weldedjoints. Use pipe clamps oitack-weid joints with 1.0" long welds; wef{1for pipe sizes to 10"._ Build up witas witir a stringer-bead pass, followed by a hot pass, followed by a cov€r or filler pass- Eliminate valleys at center and edges of each weld. Weld by procedures which will ensure elimination of unsound or unfused metal, cracks, oxidation, blow holes and non-metallic inclusions. Do not weld-out piping system imperfections by tack-welding procedures; refabricate to comply with requirements. Install forged branch-connection fittings wherever MECHANICAL PIPE, TIIBE AND FITTINGS 23 0310 - 3 Chatham County Sheniff Cooling Tower Replacement branch pipe is indicated, or install regular "T" fitting (at Contractor's option). F. Flanged Joints: Match flanges within piping system, and at connections with valves and equipment. Clean flange faces and install gaskets. Tighten bolts to provide uniform compression of gaskets. G. Mechanical Coupling Joints: Square cut pipe ends and deburr. Roll-groove pipe ends to manufacturer's specifications. Lubricate gaskets completely on interior and exterior using a non-petroleum based lubricant. Slide gasket over pipe ends between grooves. Engage coupling housing.into grooves and tighten until housing bolt pads are in full contact on each side of joint. For pipes 2 inches and smaller, no groove is required. Mark pipe ends for proper insertion into couplings and fittings. Engage piping into fitting to full depth, indicated by marked p

1117 Eisenhower Drive Suite C Savannah, Georgia 31406Location

Address: 1117 Eisenhower Drive Suite C Savannah, Georgia 31406

Country : United StatesState : Georgia

You may also like

Beaufort County Detention Center Exterior Facade Repair

Due: 08 May, 2024 (in 6 days)Agency: Beaufort County

Epoxy Floors at Wicomico County Detention Center

Due: 16 May, 2024 (in 14 days)Agency: Wicomico County Government

Epoxy Floors at Wicomico County Detention Center

Due: 16 May, 2024 (in 14 days)Agency: Wicomico County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.