1.1 project information

34
120-17 Emanuel County Institute HVAC Replacement ADDENDUM # 3 00 9113 - 1 DOCUMENT 00 9113 ADDENDUM No. 3 1.1 PROJECT INFORMATION A. Project Name: Emanuel County Institute- HVAC Replacement Swainsboro Georgia B. Owner: Emanuel County Board of Education 201 North Main Street Swainsboro, Georgia 30401 C. Architect: James W. Buckley & Associates, Inc. 114 North Green Street Swainsboro, Georgia 30401 1.2 Date of Addendum: September 24, 2018 1.3 NOTICE TO BIDDERS A. This Addendum is issued to all registered plan holders pursuant to the Instructions to Bidders and Conditions of the Contract. This Addendum serves to clarify, revise, and supersede information in the Project Manual, Drawings, and previously issued Addenda. Portions of the Addendum affecting the Contract Documents will be incorporated into the Contract by enumeration of the Addendum in the Owner/Contractor Agreement. B. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid Form. C. The date for receipt of bids is changed by this Addendum, at same time and location. 1. Bid Date: September 12, 2018, September 26, 2018 Revised October 3,2018 2. Bid Time; 2:00 p.m. Local time 3. Location: Offices of the owner 201 north Main Street Swainsboro GA

Upload: others

Post on 18-Nov-2021

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

HVAC Replacement

ADDENDUM # 3 00 9113 - 1

DOCUMENT 00 9113

ADDENDUM No. 3

1.1 PROJECT INFORMATION

A. Project Name:

Emanuel County Institute- HVAC Replacement

Swainsboro Georgia

B. Owner:

Emanuel County Board of Education

201 North Main Street

Swainsboro, Georgia 30401

C. Architect:

James W. Buckley & Associates, Inc.

114 North Green Street

Swainsboro, Georgia 30401

1.2 Date of Addendum: September 24, 2018

1.3 NOTICE TO BIDDERS

A. This Addendum is issued to all registered plan holders pursuant to the Instructions to Bidders

and Conditions of the Contract. This Addendum serves to clarify, revise, and supersede

information in the Project Manual, Drawings, and previously issued Addenda. Portions of the

Addendum affecting the Contract Documents will be incorporated into the Contract by

enumeration of the Addendum in the Owner/Contractor Agreement.

B. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid

Form.

C. The date for receipt of bids is changed by this Addendum, at same time and location.

1. Bid Date: September 12, 2018, September 26, 2018 Revised October 3,2018

2. Bid Time; 2:00 p.m. Local time

3. Location: Offices of the owner 201 north Main Street Swainsboro GA

Page 2: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

HVAC Replacement

ADDENDUM # 3 00 9113 - 2

1.4 REVISIONS TO PROJECT MANUAL

A. Invitation to Bid

1. Revise Bid Date, the revised bid date is October 03 2018 the time 2:00 pm

and location remain unchanged

B. Proposal Form

1. Delete Proposal form add revised Document Proposal form, copy enclosed this

addendum

C. 01 2300 ALTERNATES

1. Delete Section 01 2300 Alternates, Add, revised section 01 2300 Alternates, copy

enclosed this addendum.

D. 237210 AIR TO AIR ENERGY RECOVERY EQUIPMENT (Alternate)

1. Add Section 23 7210 Air to Air Energy Recovery Equipment, surfacing in its entirety,

copy enclosed this addendum

E. 23 8216.14 ELECTRIC AIR COILS

1. Add Section 23 8216.14 Electric Air Coils, surfacing in its entirety, copy enclosed this

addendum

1.5 REVISIONS TO DRAWINGS

A. Drawing M1.4

1. Revise drawing 2/M1.4 as shown on attached sketch SK-M3.

2. Add drawing 3/M1.4 as shown on attached sketch SK-M4.

B. Drawing M3.0

1. Delete Drawing Add Revised Drawing M3.0, copy enclosed this addendum

C. Drawing M3.1

1. Delete Drawing Add Revised Drawing M3.1, copy enclosed this addendum

D. Sheet E1.0

1. 1. Under General Note #8 - Change warranty period to Two (2) years.

2. 2. Add General Note #16 reading as follows: Contractor shall provide new engraved

identification labels for all new HVAC units. Identification labels shall be per

specifications and shall denote Unit designation and Panel and circuit number serving the

unit.

3. Label shall be attached to disconnect switch serving the unit. If no disconnect switch is

provided, install such label on the HVAC unit.

E. Drawing E2.0

1. 1. Delete Sheet E2.0 in its entirety. Add attached revised sheet E2.0R

F. Drawing E3.0

1. 1. Add the following to keyed note #10: "Existing Panel serving IHP-A7 is panel "HMC"

Page 3: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

HVAC Replacement

ADDENDUM # 3 00 9113 - 3

2. 2. Add the following to keyed note #15: "Change breaker serving ERU-A1 to a 50A/3P

breaker"

G. Drawing E3.2

1. 1. Delete Sheet E3.2 in its entirety. Add attached revised sheet E3.2R

H. Drawing E3.3

1. 1. Delete Sheet E3.3 in its entirety. Add attached revised sheet E3.3R

I. Drawing E3.4

1. 1. Delete Sheet E3.4 in its entirety. Add attached revised sheet E3.4R

1.6 ATTACHMENTS

A. This Addendum includes the following attached Documents

1. Project Manual

a. Proposal Form

b. 01 2300 Alternates

c. 23 7210 Air to Air Energy Recovery

Equipment

d. 23 8216.14 Electric Air Coils

2. Sketches SK-M3, SK-M4

3. Drawings:

a. M1.5, M3.0, M3.1

b. E2.0, E3.2, E3.3, E3.4,

END OF DOCUMENT 00 9113

Page 4: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

HVAC Replacement

Addendum # 3

PROPOSAL FORM B-1

SECTION B

PROPOSAL FORM

Date:

To: Emanuel County Board of Education 201 North Main Street Swainsboro, GA 30401 Re: Emanuel County Institute HVAC Replacement

Emanuel County, Georgia

Gentlemen:

BASE BID – Emanuel County Institute HVAC Replacement

A. Having carefully examined the plans and specifications entitled, Emanuel County Institute HVAC

Replacement, Emanuel County Middle County, Georgia, and the drawings similarly entitled, enumerated on

Index of Drawings, dated May and Addendum No.(s) as well as the premises and conditions

affecting the work, the undersigned proposes to furnish all services, labor, and materials called for by them for

the entire work, where accordance with said documents for the sum of:

Dollars ($ )

Sum is herein after called the "Base Bid."

B-02 CONTRACT AWARD

A. The undersigned understands and agrees to, if a contract is awarded, it will be awarded based on Base Bid and

accepted alternates chosen in any order, financial stability, and proof of ability to fully complete the project and

complete the project on schedule. Upon Owner's request all information needed to prove contractor's ability to

complete the project and complete it on schedule will be provided immediately.

B-03 ALLOWANCES

A. The base bid amount provided above to include certain allowances. The type and quantity of the allowances to

be included in the Contractor’s base bid are defined in Section 01 2100 – Allowances.

B. The Contractor to complete the form below by inserting quantities and costs as follows:

1. Insert the material quantities indicated in Section 01 2100 and as modified by addenda.

2. Insert unit costs as from Unit costs listed in bid proposal form.

3. Calculate total value of allowance.

C. Value of allowance(s) included in this form shall be utilized to establish a value against which change orders

will be charged.

D. Failure to complete this form and provide a reasonable dollar value shall be, at the Owner’s options, grounds

for rejection of bid.

Page 5: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

HVAC Replacement

Proposal Form

B-2

E. Allowances:

Include Owner’s Cash Allowance within Base Bid, $40,000.00 US

B-04 ALTERNATES

A. The undersigned further proposes that should any of the following alternates be accepted and incorporated in

the contract, the Base Bid will be altered in each case as follows:

ALTERNATE NO. 1: (ADD) Thermostats

ADD the Sum of:

Dollars ($ )

ALTERNATE NO. 2: (ADD) HVAC Controls

ADD the Sum of:

Dollars ($ )

ALTERNATE NO. 3: (ADD) HVAC Controls- Select

ADD the Sum of:

Dollars ($ )

ALTERNATE NO. 4: (ADD) Mini Split Heat Pumps

ADD the Sum of:

Dollars ($ )

ALTERNATE NO. 5: (ADD) Heat Pumps

ADD the Sum of:

Dollars ($ )

ALTERNATE NO. 6: (ADD) ERV Units

ADD the Sum of:

Dollars ($ )

Page 6: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

HVAC Replacement

Proposal Form

B-3

ALTERNATE NO. 7: (ADD) Media Center

ADD the Sum of:

Dollars ($ )

B-05 CONTRACT AND BONDS

A. In case he is notified in writing by mail, telegraph, or delivery of the acceptance of this proposal within thirty-

five (35) days after the time set for the opening of bids, the undersigned agrees to execute within ten (10) days

a contract (Form of Agreement between Contractor and Owner, Refer to General Conditions) for the work for

the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond

and a Payment Bond both in an amount equal to 100% of the contract sum.

B. Contractor to require documentation from following Sub-Contractors used to develop base bid that they can

in fact provide a payment and performance bond, Attach documents to this proposal form. Bonds are not

required. At the discretion of owner, post bid, the owner may request bonds where they will be add to contract

sum.

B-06 COMMENCEMENT OF WORK

A. Undersigned agrees to commence actual physical work on the site with an adequate work force and equipment

within 5 days of written Owner’s notice to proceed to be issued about xxxx,2018 Start work on site

xxxxx,2018 and agrees to complete all work including deficiencies on or before xxxx2018.

B-07 BID BOND

Enclosed herewith is a bid bond (**) in the amount of _______________________________________ ____

Dollars ($ ) (being not less than 5% of the Base Bid). The undersigned

agrees that the above stated amount is the proper measure of liquidated damages, which the Owner will sustain

by the failure of the undersigned to execute the Contract and to furnish the Performance and Payment Bond in

case this proposal is accepted, and further agrees to the following:

1. If this proposal is accepted within thirty-five (35) days after the date set for the opening of bids and the

undersigned fails to execute the contract within ten (10) days after written notice of such acceptance or

if he fails to furnish both Performance and Payment Bond, the obligation of the bid bond will remain

in full force and effect and the money payable thereon shall be paid into the funds of the Owner as

liquidated damages for such failure; otherwise the obligation of the bond will be null and void.

2. The surety company shall have an A.M. Best rating of “A” with a financial size of “&” or better.

Surety Company must be licensed to do business in the State of Georgia as listed in the Debt of

Treasury Circular 570, latest edition, at time of bid.

Page 7: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

HVAC Replacement

Proposal Form

B-4

B-08 ACCEPTANCE

A. For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the undersigned

agrees that this proposal may not be revoked or withdrawn after the time set for opening of bids, but shall

remain open for acceptance for a period of thirty-five (35) days following such time.

B-09 Statement of Bidder’s Qualifications

To accompany bids submitted for the Project

Name of Bidder

Business Address

Phone Number _ ________________Fax Number _____________E-Mail

Where Incorporated ______________________________When Organized _______________

Type of Business: General Contractor __ Subcontractor, Other

Federal identification number or social security number

Credit Available for this Contract $

Contracts now in Hand $

*Within ten calendar days after bid date and prior to award of the construction contract the contractor must furnish

Program manager/Owner a current audited financial statement.

Plan of Organization (Proprietorship, Partnership, Corporation)

Full name of person who holds Georgia Contractors license, Attach copy

The Bidder has never refused to sign a contract at the original bid. (True _____ ) (False ______)

The Bidder has never been declared in default on a contract. (True _____ ) (False ______)

The bidders OSHA safety modification index number (________) a number greater than one my disqualify bidder

The bidders EEV number (__________) Georgia immigration act law.

By signing this document, I (the bidder) certify that construction, under this company’s name, is my primary means of

business and employment.

Past Experience: ______________________________________________________

List of last two (2) projects K-12 schools completed within the past five (5) years of this project’s scope or larger

by dollar value and square footage. Do not list post secondary or other commercial structures completed by the

prosper under bidder’s name

1. _____________________________________ __________________________________________

Project Address

Page 8: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

HVAC Replacement

Proposal Form

B-5

___________________________________________________________________________________________

_______________________

Owner’s Contact Name/Phone Number

__________________________________________________

____________________________________

Size in Square Feet Contract Amount

2. _____________________________________ __________________________________________

Project Address

___________________________________________________________________________________________

_______________________

Owner’s Contact Name/Phone Number

__________________________________________________

____________________________________

Size in Square Feet Contract Amount

Remarks:

______________________________________________________________________________

(The above statements must be subscribed and sworn to before a Notary Public)

Date:

Firm Name:

By:

Title:

_______________________________________________

(Notary Public)

The foregoing statement of qualifications is submitted under oath.

Respectfully submitted,

Name:

Address:

By:

Page 9: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

HVAC Replacement

Proposal Form

B-6

Title:

A. The full name and addresses of persons and firms interested in the foregoing bids as principals are as follows:

B. The legal name of the bidder is:

Page 10: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

HVAC Replacement

Proposal Form

B-7

Contractor Affidavit under O.C.G.A. § 13-10-91(b)(1)

By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91,

stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of

services on behalf of (name of public employer) has registered with, is authorized to use and uses the federal

work authorization program commonly known as E-Verify, or any subsequent replacement program, in

accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the

undersigned contractor will continue to use the federal work authorization program throughout the contract

period and the undersigned contractor will contract for the physical performance of services in satisfaction of

such contract only with subcontractors who present an affidavit to the contractor with the information required by

O.C.G.A. § 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number

and date of authorization are as follows:

_________________________________

Federal Work Authorization User Identification Number

_________________________________

Date of Authorization

_________________________________

Name of Contractor

_________________________________

Name of Project

_________________________________

Name of Public Employer

I hereby declare under penalty of perjury that the foregoing is true and correct.

Executed on ______, ___, 201__ in _____(city), ______(state).

_________________________________

Signature of Authorized Officer or Agent

_______________________________

Printed Name and Title of Authorized Officer or Agent

SUBSCRIBED AND SWORN BEFORE ME

ON THIS THE ______ DAY OF ______________, 201__.

_________________________________

NOTARY PUBLIC

My Commission Expires:

_________________________________

END OF SECTION B

Page 11: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

106-18 Burke County Middle School

HVAC Replacement

SECTION 01 2300

ALTERNATES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for alternates.

1.3 DEFINITIONS

A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined

in the bidding requirements that may be added to or deducted from the base bid amount if

Owner decides to accept a corresponding change either in the amount of construction to be

completed or in the products, materials, equipment, systems, or installation methods described

in the Contract Documents.

1.4 PROCEDURES

A. Coordination: Revise or adjust affected adjacent work as necessary to completely integrate work

of the alternate into Project.

1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar

items incidental to or required for a complete installation whether or not indicated as part

of alternate.

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

writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or

deferred for later consideration. Include a complete description of negotiated revisions to

alternates.

C. Execute accepted alternates under the same conditions as other work of the Contract.

D. Schedule: A schedule of alternates is included at the end of this Section. Specification Sections

referenced in schedule contain requirements for materials necessary to achieve the work

described under each alternate.

Page 12: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

106-18 Burke County Middle School

HVAC Replacement

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

PART 4 - SCHEDULE OF ALTERNATES:

A. ALTERNATE NO. 1 THERMOSTATS

1. Under Base bid: Replace furnish 7-day programmable thermostats for all HVAC

equipment (existing and new).

2. Under This alternate furnish Wi-Fi programmable thermostats for all HVAC equipment

(existing and new).

B. ALTERNATE NO.2 HVAC CONTROLS

1. Under base bid, provide furnish 7-day programmable thermostats for all HVAC

equipment (existing and new).

2. Under this alternate provide furnish Direct Digital Controls as specified in this Section 23

0900 instrumentation and controls for HVAC by one of the vendors listed. Provide for all

HVAC equipment (existing and new).

C. ALTERNATE NO.3 HVAC CONTROLS select

1. Under base bid, provide furnish 7-day programmable thermostats for all HVAC

equipment (existing and new).

2. Under this alternate provide furnish Direct Digital Controls as specified in this Section 23

0900 instrumentation and controls for HVAC by “Automated Logic Corporation”.

Provide for all HVAC equipment (existing and new).

D. ALTERNATE NO.4 MINI-SPLIT HEAT PUMPS

1. Under base bid, provide Mini-Split Heat Pumps from one of the listed manufactures

2. Under this alternate provide Mini-Split Heat Pumps as Manufactured by Mitsubishi

E. ALTERNATE NO.5 HEAT PUMPS

1. Under base bid, provide Heat Pumps from one of the listed manufactures

2. Under this alternate provide Heat Pumps as Manufactured by Trane or Carrier

F. ALTERNATE NO. 6 ERV UNITS

1. Under Base bid: Replace only part of ERV as specified. Use Section 23 7200 Air to Air

Energy Recovery Equipment

a. Under This alternate Replace completely with all new ERV’s, Use section 23 7210

Air to Air Energy Recovery Equipment

G. ALTERNATE NO.7 MEDIA CENTER

1. Under base bid, the HVAC unit servicing the Media Center the existing unit shall reman

2. Under this alternate Remove and replace the HVAC unit servicing the Media Center.

Page 13: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

106-18 Burke County Middle School

HVAC Replacement

END OF SECTION 01 2300

Page 14: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

AIR-TO-AIR ENERGY RECOVERY EQUIPMENT (Alternate) 23 7210- 1

SECTION 23 7210

AIR-TO-AIR ENERGY RECOVERY EQUIPMENT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Packaged energy recovery units. (Alternate)

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product indicated. Include rated capacities, operating

characteristics, furnished specialties, and accessories.

1. Complete fan performance curves for both Supply Air and Exhaust Air, with system

operating conditions indicated, as tested in an AMCA Certified Chamber.

2. Sound performance data for both Supply Air and Exhaust Air, as tested in an AMCA

Certified chamber.

3. Motor ratings, electrical characteristics and motor and fan accessories.

4. Performance ratings for all DX coils.

5. Microprocessor Controller (DDC) specifications to include available options and

operating protocols. Include complete data on all factory-supplied input devices.

6. AHRI Certified coil performance ratings with system operating conditions indicated.

Ratings shall be in accordance with Standard 410.

7. Energy wheel performance data for both summer and winter operation.

8. Electric consumption data and construction specifications for electric heater, to include

heat output, warranty and safety certifications.

B. Shop Drawings: For air-to-air energy recovery equipment. Include plans, elevations, sections,

details, and attachments to other work.

1. Detail equipment assemblies and indicate dimensions, weights, loads, required

clearances, method of field assembly, components, and location and size of each field

connection.

2. Wiring Diagrams: For power, signal, and control wiring.

Page 15: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

AIR-TO-AIR ENERGY RECOVERY EQUIPMENT (Alternate) 23 7210- 2

1.4 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: Plans, elevations, and other details, drawn to scale, on which the

following items are shown and coordinated with each other, using input from Installers of the

items involved:

1. Suspended ceiling components.

2. Structural members to which equipment or suspension systems will be attached.

B. CLOSEOUT SUBMITTALS

C. Operation and Maintenance Data: For air-to-air energy recovery equipment to include in

maintenance manuals.

1.5 MAINTENANCE MATERIAL SUBMITTALS

A. Furnish extra materials that match products installed and that are packaged with protective

covering for storage and identified with labels describing contents.

1. Filters: Filter’s shall be MERV 8 disposable. Furnish Supply Air, Exhaust Air, and final

filters for each unit. 2. Fan Belts: One set(s) of belts for each belt-driven fan in energy recovery units.

3. Wheel Belts: One set(s) of belts for each heat wheel.

1.6 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by

a qualified testing agency, and marked for intended location and application.

B. ARI Compliance:

1. Capacity ratings for air-to-air energy recovery equipment shall comply with ARI 1060,

"Performance Rating of Air-to-Air Heat Exchangers for Energy Recovery Ventilation

Equipment."

2. Capacity ratings for air coils shall comply with ARI 410, "Forced-Circulation Air-

Cooling and Air-Heating Coils."

C. ASHRAE Compliance:

1. Applicable requirements in ASHRAE 62.1, Section 5 - "Systems and Equipment" and

Section 7 - "Construction and Startup."

2. Capacity ratings for air-to-air energy recovery equipment shall comply with

ASHRAE 84, "Method of Testing Air-to-Air Heat Exchangers."

D. NRCA Compliance: Roof curbs for roof-mounted equipment shall be constructed according to

recommendations of NRCA.

E. UL Compliance: Entire unit shall be ETL Certified per U.L. 1995 and bear an ETL sticker.

Page 16: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

AIR-TO-AIR ENERGY RECOVERY EQUIPMENT (Alternate) 23 7210- 3

F. Blowers shall be AMCA Certified for air flow.

1.7 COORDINATION

A. Coordinate layout and installation of air-to-air energy recovery equipment and suspension

system with other construction that penetrates ceilings or is supported by them, including light

fixtures, HVAC equipment, fire-suppression system, and partition assemblies.

B. Coordinate sizes and locations of concrete bases with actual equipment provided.

C. Coordinate sizes and locations of roof curbs, equipment supports, and roof penetrations with

actual equipment provided.

1.8 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or

replace components of air-to-air energy recovery equipment that fail in materials or

workmanship within specified warranty period.

1. Warranty Period for Packaged Energy Recovery Units: Two (2) years.

2. Warranty Period for dx compressors: Five (5) years.

PART 2 - PRODUCTS

2.1 PACKAGED ENERGY RECOVERY UNITS

A. Manufacturers: Subject to compliance with requirements, provide products by the following:

1. Aaon

2. Annexaire

3. Greenheck

4. Munters Cargocaire.

5. SEMCO Inc.

6. Seasons 4

7. Trane

8. Temtrol

9. Valent

10. Venmar Ventilation Inc.

B. Unit shall be fully assembled at the factory and consist of an insulated metal cabinet, exhaust air

blower, evaporator coil, energy wheel, packaged DX system, phase and brownout protection,

motorized dampers, motorized recirculating damper, curb assembly, filter assembly intake air,

supply air blower assembly, exhaust/relief blower assembly, filter assembly for exhaust air, and

an electrical control center. All specified components and internal accessories factory installed

are tested and prepared for single-point high voltage connection except with electric post heat

which has dual point power.

Page 17: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

AIR-TO-AIR ENERGY RECOVERY EQUIPMENT (Alternate) 23 7210- 4

C. Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62.1.

D. Housing: Manufacturer's standard construction with corrosion-protection coating and exterior

finish, hinged access doors with neoprene gaskets for inspection and access to internal parts,

minimum 2-inch- thick thermal insulation, knockouts for electrical and piping connections,

exterior drain connection, and lifting lugs.

1. Inlet: Weatherproof hood, with damper for exhaust and supply.

a. Exhaust: Spring-return, two-position, motor-operated damper.

b. Supply: Spring-return, two-position, motor-operated damper.

2. Roof Curb: Refer to Section "Roof Accessories" for roof curbs and equipment supports.

E. Heat Recovery Device: Energy wheel shall be of total enthalpy, rotary air-to-air type and shall

be an element of a removable energy wheel cassette. The cassette shall consist of a galvanized

steel framework (designed to produce laminar air flow through the wheel), an energy wheel as

specified and a motor and drive assembly. The cassette shall incorporate a pre-tensioned

urethane drive belt with a five year warranty. The wheel media shall be a polymer film matrix in

a stainless steel framework and be comprised of individual segments that are removable for

servicing. Non-segmented energy wheels are not acceptable. Silica gel desiccant shall be

permanently bonded to the polymer film and is designed and constructed to permit cleaning and

servicing. The energy wheel is to have a five year warranty. Performance criteria are to be as

specified in AHRI Standard 1060, complying with the Combined Efficiency data in the

submittal.

F. Supply and Exhaust Fans: Airfoil plenum fan with isolators and insulated flexible duct

connections.

1. Motor and Drive: Direct driven. Assembly shall be mounted on heavy gauge galvanized

steel rails and further mounted on 1.125 inch thick neoprene vibration isolators. Blower

motor shall be capable of continuous speed modulation and controlled by a VFD.

2. Comply with NEMA designation, temperature rating, service factor, enclosure type, and

efficiency requirements for motors specified in Section "Common Motor Requirements

for HVAC Equipment."

3. Motor Sizes: Minimum size as indicated. If not indicated, large enough so driven load

will not require motor to operate in service factor range above 1.0.

G. Filters: Unit shall have permanent metal filters located in the outdoor air intake and shall be

accessible from the exterior of the unit. MERV 8 disposable pleated filters shall be provided in

the supply air stream. MERV 8 disposable pleated filters shall be provided in the supply final

air stream and MERV 8 filters in the exhaust air stream.

1. Comply with NFPA 90A.

2. Filter Holding Frames: Arranged for flat or angular orientation, with access doors on both

sides of unit. Filters shall be removable from one side or lift out from access plenum.

3. Factory-fabricated, viscous-coated, flat-panel type.

4. Thickness: 1 inch.

5. MERV: 8, according to ASHRAE 52.2.

6. Media: Interlaced glass fibers sprayed with nonflammable adhesive.

Page 18: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

AIR-TO-AIR ENERGY RECOVERY EQUIPMENT (Alternate) 23 7210- 5

7. Frame: Galvanized steel with metal grid on outlet side, steel rod grid on inlet side,

hinged, and with pull and retaining handles.

H. Reheat Coil with factory installed modulating hot gas reheat valve.

I. Cooling Coils: Rated according to ARI 410 and ASHRAE 33, and bearing the ARI label.

1. Access: Fabricate coil section to allow removal and replacement of coil and to allow in-

place access for service and maintenance of coil(s).

2. Casing: Manufacturer's standard material.

3. Tubes: Copper.

4. Tube Headers: Manufacturer's standard material.

5. Fins: Aluminum.

6. Fin and Tube Joint: Mechanical bond.

7. Leak Test: Coils shall be leak tested with air under water.

8. Refrigerant Coils:

a. Capacity Reduction: Circuit coils for interlaced control permitting independent

operation of either compressor without conflict with the other compressor.

b. Suction and Distributor: Seamless copper tube with brazed joints.

J. Cooling-Coil Condensate Drain Pans:

1. Fabricated from stainless-steel sheet and sloped in multiple planes to collect and drain

condensate from cooling coils, coil piping connections, coil headers, and return bends.

2. Complying with requirements in ASHRAE 62.1.

3. Drain Connections: At low point of pan.

4. Units with stacked coils shall have an intermediate drain pan to collect and drain

condensate from top coil.

K. Packaged DX System: Unit shall have an integral compressor(s) and evaporator coil located

within the weather-tight unit housing. Condenser coils and appurtenant condenser fan

assemblies shall be factory installed as integral subassemblies of the unit and mounted on the

exterior of the unit. Condenser fan motors shall be three phase, type 56 frame, Open Air Over

and Shaft Up. Each condenser fan motor shall have a vented frame, rated for continuous duty

and be equipped with an automatic reset thermal protector. Motors shall be UL Recognized and

CSA Certified. The refrigerant compressor(s) shall be hermetic scroll-type and shall be

equipped with liquid line filter drier, thermostatic expansion valves (TXV)(s), manual reset

high pressure and low pressure cutouts and all appurtenant sensors, service ports and safety

devices. Compressed refrigerant system shall be fully charged with R-410A refrigerant. Each

compressor shall be factory-equipped with an electric crankcase heater to boil off liquid

refrigerant from the oil.

L. Packaged DX Control and Diagnostics: The Packaged DX system shall be controlled by an

onboard digital controller (DDC) that indicates both owner-supplied settings and fault

conditions that may occur. The DDC shall be programmed to indicate the following faults:

1. Global alarm condition (active when there is at least one alarm)

2. Supply Air Proving alarm

3. Dirty Filter Alarm

Page 19: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

AIR-TO-AIR ENERGY RECOVERY EQUIPMENT (Alternate) 23 7210- 6

4. Compressor Trip alarm

5. Compressor Locked Out alarm

6. Supply Air Temperature Low Limit alarm

a. Sensor #1 Out of Range (outside air temperature)

b. Sensor #2 Out of Range (supply air temperature)

c. Sensor #3 Out of Range (cold coil leaving air temperature)

M. Indirect-Fired Gas Furnaces:

1. Description: Factory assembled, piped, and wired; complying with NFPA 54, "National

Fuel Gas Code," and ANSI Z21.47, "Gas-Fired Central Furnaces."

a. AGA Approval: Furnace shall bear label of AGA.

2. Burners: Stainless steel.

a. Ignition: Electronically controlled electric spark with flame sensor.

3. Heat-Exchanger Drain Pan: Stainless steel.

4. Power Vent: Integral, motorized centrifugal fan interlocked with gas valve.

5. Gas Control Valve: Electronic modulating with 12-1 turndown.

6. Gas Train: Single-body, regulated, redundant, 24-V ac gas valve assembly containing

pilot solenoid valve, pilot filter, pressure regulator, pilot shutoff, and manual shutoff.

Control devices and control sequence shall comply with requirements of FMG.

7. Access: Fabricate section to allow removal and replacement of furnace and to allow in-

place access for service.

N. Piping and Wiring: Fabricate units with space within housing for piping and electrical conduits.

Wire motors and controls so only external connections are required during installation.

1. Indoor Enclosure: NEMA 250, Type 12 enclosure contains relays, starters, and terminal

strip.

2. Outdoor Enclosure: NEMA 250, Type 3R enclosure contains relays, starters, and terminal

strip.

3. Include disconnect switches.

4. Variable-speed controller to vary fan capacity from 100 to approximately 50 percent.

O. Motorized dampers: Intake Air, Exhaust Air, Motorized dampers of low leakage type shall be

factory installed.

P. Accessories:

1. Roof Curb: Galvanized steel with gasketing, and factory-installed wood nailer;

complying with NRCA standards; minimum height of 14 inches.

2. Intake weather hood with 2-inch- thick filters.

3. Exhaust weather hood with birdscreen.

4. Hail Guards: Protects the condensing unit from damage due to extreme weather

conditions such as hail and flying debris. 5. Recirculation air Dampers.

Page 20: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

AIR-TO-AIR ENERGY RECOVERY EQUIPMENT (Alternate) 23 7210- 7

6. Duct flanges.

7. Hinged access doors with quarter-turn latches.

2.2 CONTROLS

A. The unit shall be constructed so that it can be operated as a heating and cooling system

controlled by a Building Management System (BMS).

B. Unit supply fan shall be configured for Constant Volume (ON/OFF).

C. Unit exhaust fan shall be configured for Constant Volume (ON/OFF).

D. Outside Air / Return Air damper control shall be field adjustable two-position.

E. Dirty filter sensor shall be factory installed.

F. Operating protocol: The DDC shall be factory-programmed for BACNetMSTP.

G. Variable Frequency Drive (VFD): unit shall have factory installed variable frequency drive for

modulation of the supply and exhaust air blower assemblies. The VFD shall be factory-

programmed for unit-specific requirements and shall not require additional field programming

to operate.

H. Airflow monitoring.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine areas and conditions, with Installer present, for compliance with requirements for

installation tolerances and other conditions affecting performance of the Work.

B. Examine casing insulation materials and filter media before air-to-air energy recovery

equipment installation. Reject insulation materials and filter media that are wet, moisture

damaged, or mold damaged.

C. Examine roughing-in for electrical services to verify actual locations of connections before

installation.

D. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION

A. Install heat wheels so supply and exhaust airstreams flow in opposite directions and rotation is

away from exhaust side to purge section to supply side.

Page 21: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

AIR-TO-AIR ENERGY RECOVERY EQUIPMENT (Alternate) 23 7210- 8

1. Install access doors in both supply and exhaust ducts, both upstream and downstream, for

access to wheel surfaces, drive motor, and seals.

2. Install removable panels or access doors between supply and exhaust ducts on building

side for bypass during startup.

3. Access doors and panels are specified in Section "Air Duct Accessories."

B. Roof Curb: Install on roof structure or concrete base, level and secure, according to The NRCA

"Roofing and Waterproofing Manual - Volume 4: Construction Details - Low-Slope Roofing,"

Illustration "Raised Curb Detail for Rooftop Air Handling Units and Ducts." Install air-to-air

energy recovery equipment on curbs and coordinate roof penetrations and flashing with roof

construction specified in Section "Roof Accessories." Secure air-to-air energy recovery

equipment to upper curb rail, and secure curb base to roof framing or concrete base with anchor

bolts.

C. Unit Support: Install unit level on structural curbs. Coordinate wall penetrations and flashing

with wall construction. Secure air-to-air energy recovery equipment to structural support with

anchor bolts.

D. Install gas-fired furnaces according to NFPA 54, "National Fuel Gas Code."

E. Install units with clearances for service and maintenance.

F. Install new filters at completion of equipment installation and before testing, adjusting, and

balancing.

G. Pipe drains from drain pans to nearest roof drain or gutter; use ASTM B 88, Type L, drawn-

temper copper water tubing with soldered joints, same size as condensate drain connection.

3.3 CONNECTIONS

A. Comply with requirements for piping specified in Section "Natural Gas Piping". Drawings

indicate general arrangement of piping, fittings, and specialties.

B. Install piping adjacent to unit to allow service and maintenance.

C. Connect piping to units mounted on vibration isolators with flexible connectors.

D. Connect cooling condensate drain pans with air seal trap at connection to drain pan and install

cleanouts at changes in pipe direction.

E. Refrigerant Piping: Comply with applicable requirements in Section "Refrigerant Piping."

F. Comply with requirements for ductwork specified in Section "Metal Ducts."

G. Install electrical devices furnished with units but not factory mounted.

Page 22: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

AIR-TO-AIR ENERGY RECOVERY EQUIPMENT (Alternate) 23 7210- 9

3.4 FIELD QUALITY CONTROL

A. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test,

and adjust components, assemblies, and equipment installations, including connections.

B. Tests and Inspections:

1. Engage a factory authorized service representative to perform startup service.

a. Clean entire unit.

b. Comb coil fins as necessary.

c. Install clean filters.

d. Operational Test: After electrical circuitry has been energized, start units to

confirm proper motor rotation and unit operation.

e. Adjust seals and purge.

f. Test and adjust controls and safeties. Replace damaged and malfunctioning

controls and equipment.

g. Set initial temperature and humidity set points.

h. Set field-adjustable switches and circuit-breaker trip ranges as indicated.

2. Air-to-air energy recovery equipment will be considered defective if it does not pass tests

and inspections.

3. Prepare test and inspection reports.

3.5 DEMONSTRATION

A. Engage a factory-authorized service representative to train Owner's maintenance personnel to

adjust, operate, and maintain air-to-air energy recovery units.

END OF SECTION 23 7210

Page 23: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

ELECTRIC AIR COILS 23 8216.14 - 1

SECTION 23 8216.14

ELECTRIC AIR COILS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions, apply to this Section.

1.2 SUMMARY

A. Section includes electric resistance air coils.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product.

1. Include construction details, material descriptions, dimensions of individual components

and profiles, and finishes for each air coil.

2. Include rated capacities, operating characteristics, and pressure drops for each air coil.

B. Shop Drawings: Include diagrams for power, signal, and control wiring.

1.4 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: Reflected ceiling plans, drawn to scale, on which coil location and

ceiling-mounted access panels are shown and coordinated with each other.

1.5 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For air coils to include in operation and maintenance

manuals.

1.6 FIELD CONDITIONS

A. Altitude above Mean Sea Level: Zero feet.

Page 24: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

ELECTRIC AIR COILS 23 8216.14 - 2

PART 2 - PRODUCTS

2.1 DESCRIPTION

A. ASHRAE Compliance: Comply with applicable requirements in ASHRAE 62.1, Section 5 -

"Systems and Equipment" and Section 7 - "Construction and Startup."

2.2 COILS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the

following:

1. Brasch Manufacturing Co., Inc.

2. Chromalox.

3. Dunham-Bush, Inc.

4. INDEECO.

5. Lennox Industries, Inc.

6. Markel Products Co.

7. Trane.

B. Testing Agency Listing and Labeling: Listed and labeled as defined in NFPA 70, by a qualified

testing agency, and marked for intended location and application.

C. Coil Assembly: Comply with UL 1995.

D. Heating Elements: Coiled resistance wire of 80 percent nickel and 20 percent chromium;

surrounded by compacted magnesium-oxide powder in tubular-steel sheath; with spiral-wound,

copper-plated, steel fins continuously brazed to sheath.

E. Heating Elements: Open-coil resistance wire of 80 percent nickel and 20 percent chromium,

supported and insulated by floating ceramic bushings recessed into casing openings, and

fastened to supporting brackets.

F. High-Temperature Coil Protection: Disk-type, automatically reset, thermal-cutout, safety

device; serviceable through terminal box without removing heater from duct or casing.

1. Secondary Protection: Load-carrying, manually reset or manually replaceable, thermal

cutouts; factory wired in series with each heater stage.

G. Frames: Galvanized-steel channel frame, for slip-in mounting.

H. Control Panel: Unit mounted with disconnecting means and overcurrent protection. Include the

following controls:

1. SCR Controls

2. Magnetic contactor.

3. Time-delay relay.

4. Airflow proving switch.

Page 25: 1.1 PROJECT INFORMATION

120-17 Emanuel County Institute

Addendum #3 HVAC Replacement

ELECTRIC AIR COILS 23 8216.14 - 3

I. See Section "Instrumentation and Control for HVAC" for thermostat.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine ducts, plenums, and casings to receive air coils for compliance with requirements for

installation tolerances and other conditions affecting coil performance.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION

A. Install coils level and plumb.

B. Install coils in metal ducts and casings constructed according to SMACNA's "HVAC Duct

Construction Standards, Metal and Flexible."

C. Clean coils using materials and methods recommended in writing by manufacturers, and clean

inside of casings and enclosures to remove dust and debris.

3.3 CONNECTIONS

A. Ground equipment according to Section "Grounding and Bonding for Electrical Systems."

B. Connect wiring according to Section "Low-Voltage Electrical Power Conductors and Cables."

3.4 FIELD QUALITY CONTROL

A. Perform the following tests and inspections:

1. Operational Test: After electrical circuitry has been energized, operate electric coils to

confirm proper unit operation.

2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and

equipment.

B. Prepare test and inspection reports.

END OF SECTION 23 8216.14

Page 26: 1.1 PROJECT INFORMATION

c105

c280

c280

c280

c280

c280

c280

230

c240

c80

c80

c185

c240

c105

c185

c2940

OHP-1B

OHP-1A

IHP-1

MEDIA CENTER

CONFERENCE

BOYS OFFICE

GIRLSMECHANICALMEDIA DISTRIBUTION

N/E

C

36X36

REPLACE EXISTING WALL MOUNTED

RETURN GRILLE. VERIFY SIZE PRIOR TO

ORDERING NEW GRILLE. PROVIDE NEW

FIRE DAMPER LABEL.

EXISTING 10 TON INDOOR

UNIT TO REMAIN UNDER

BASE BID. SEE PART PLAN IF

ALTERNATE TO REPLACE IS

ACCEPTED.

T

PPD-1

INSTALL PPD-1 IN EXISTING

RETURN AIR PLENUM OF UNIT.

12

S

H

12

NOTE: CLEAN ALL EXISTING SUPPLY AND RETURN AIR DEVICES

(WHICH ARE TO REMAIN) OF DIRT AND DUST WITH A

NON-ABRASIVE CLEANING DETERGENT.

REMOVE EXISTING LINED

40X20 SUPPLY DUCT AND

REPLACE WITH NEW 40X20

UNLINED SUPPLY DUCT AS

SHOWN.

6"Ø

N/E

REMOVE EXIST. 6"Ø SUPPLY DUCT AND

OFFSET SUPPLY DUCT AS SHOWN.

40

X2

0

N/E

EDH-1

N/E

NOTE: EDH-1 SHALL BE REPLACED UNDER

BASE BID AND ALTERNATE. IHP-1 & OHP-1 TO

BE REPLACED IF ALTERNATE IS ACCEPTED.

EXISTING 5 TON OUTDOOR

UNITS TO REMAIN UNDER BASE

BID. SEE PART PLAN IF

ALTERNATE TO REPLACE IS

ACCEPTED.

2

DATE

DRAWING NO.

SEAL

PROJECT NO. APPROVED BY:

JAMES W. BUCKLEY & ASSOCIATES INC. -- ARCHITECTS

SWAINSBORO, ALBANY, ROME, SAVANNAH AND ATHENS

EMANUEL COUNTY INSTITUTE HVAC REPLACEMENT

SWAINSBORO EMANUEL COUNTY BOARD OF EDUCATION GEORGIA

SCHOOL CODE: 653-0196

MEDIA CENTER - BASE BID

9/17/18

CABNO 13015 M1.4 / SK-M3

HVAC NEW WORK PLAN - MEDIA CENTER

SCALE: 3/32" = 1' - 0"

2

M1.4

Page 27: 1.1 PROJECT INFORMATION

OHP-1

IHP-1

SL

SL

CONCRETE

PAD

RACK PIPING ON

WALL. SEE DETAIL.

IF ALTERNATE IS ACCEPTED,

REMOVE EXISTING 10 TON

SPLIT HEAT PUMP SYSTEM AND

REPLACE WITH NEW 10 TON

SYSTEM AS SHOWN.

40

X2

0

EX

IS

T.

N/E

CONNECT TO EXISTING SUPPLY,

RETURN AND OUTSIDE AIR

DUCTS.

MECH

ANIC

ALGIRLS

BOYS

CONFERENCE

OFFICE

2

DATE

DRAWING NO.

SEAL

PROJECT NO. APPROVED BY:

JAMES W. BUCKLEY & ASSOCIATES INC. -- ARCHITECTS

SWAINSBORO, ALBANY, ROME, SAVANNAH AND ATHENS

EMANUEL COUNTY INSTITUTE HVAC REPLACEMENT

SWAINSBORO EMANUEL COUNTY BOARD OF EDUCATION GEORGIA

SCHOOL CODE: 653-0196

MEDIA CENTER - ALTERNATE

9/17/18

CABNO 13015 M1.4 / SK-M4

HVAC ALTERNATE - PART PLAN MEDIA CENTER

SCALE: 3/32" = 1' - 0"

3

M1.4

Page 28: 1.1 PROJECT INFORMATION

WHP-C9

3013

3010BOYS

3012GIRLS

3011JANITOR

3014CONF. ROOM

3015WORK ROOM

5

EX

IS

T. 2

0X

12

EX

IS

T. 1

6X

12

EXIST. 24X12

EFD

ERU-C1

8

c225

c825

c825

c290

c60

T

T

S

H

A

B

BASE BID - EXISTING ENERGY RECOVERY UNIT TO REMAIN.

REPLACE WHEEL AS NOTED ON BASE BID SCHEDULE.

PPD-12

11

F-C5

16

N/E

N/E

N/E

ALTERNATE BID - REMOVE EXISTING ROOF MOUNTED

ENERGY RECOVERY UNIT (ERU), ROOF CURB AND

ASSOCIATED SUPPLY AND RETURN DUCTWORK AS

REQUIRED. INSTALL NEW ERU AND RECONNECT TO EXISTING

DUCTWORK. PROVIDE NEW DUCTWORK WHERE REQUIRED.

VERIFY EXISTING DUCT SIZES AND ARRANGEMENT PRIOR TO

ORDERING AND INSTALLING NEW ERU.

ON ROOF

G

BASE BID - GAS PIPING SHALL

REMAIN AS SHOWN, AND NOTED

ON ORIGINAL DESIGN,

ALTERNATE - PIPING SHALL BE

LOCATED AS SHOWN, BUT FINAL

CONNECTION POINTS MUST BE

COORDINATED PRIOR TO

INSTALLATION OF ERU-C1.

1

2

"

GRAPHIC SCALE IN FEET

8' 0' 16' 24' 32'8'

NORTHKEY PLAN

c200

c350

c350 c350

c350 c350

c125

9049VESTIBULE

9050

9054JANITOR

9046

HOME MANAGEMENTCLASSROOM

EX

IS

T. 1

4"Ø

EX

IS

T. 1

6X

16

EXIST. 26X16

ES/FD

ERU-B1

EXIST. 10X10

EXIST. 12X12

EFD

ERU-A1

c260

c260

c260

EX

IS

T. 1

6X

6

EFD

c160

T

S

H

T S H

c50

N/E

c

D

10

300

c1200

1

1

1

1

1

1

EFD

T

D

SL

ON ROOF

BASE BID - EXISTING ENERGY RECOVERY UNIT TO REMAIN.

REPLACE WHEEL AS NOTED ON BASE BID SCHEDULE.

ALTERNATE BID - REMOVE EXISTING ROOF MOUNTED

ENERGY RECOVERY UNIT (ERU), ROOF CURB AND

ASSOCIATED SUPPLY AND RETURN DUCTWORK AS

REQUIRED. INSTALL NEW ERU AND RECONNECT TO EXISTING

DUCTWORK. PROVIDE NEW DUCTWORK WHERE REQUIRED.

VERIFY EXISTING DUCT SIZES AND ARRANGEMENT PRIOR TO

ORDERING AND INSTALLING NEW ERU.

N/E

N/E

ON ROOF

18X16

N/E

N/E

EXIST. 8X10

EXIST. 12X10

c125

EXIST. 10X10

10X10

N/E

18X16

1

2

"

BASE BID - GAS PIPING SHALL

REMAIN AS SHOWN, AND NOTED

ON ORIGINAL DESIGN,

ALTERNATE - PIPING SHALL BE

LOCATED AS SHOWN, BUT FINAL

CONNECTION POINTS MUST BE

COORDINATED PRIOR TO

INSTALLATION OF ERU-A1 & ERU B1.

1

2

"

G

5018CORRIDOR

5020CLASSROOM

5027CLOSET

5024CLASSROOM

5 5

EXIST. 20X14

EFD

ERU-D1

EXIST. 22X12

EFD

8 8

EFD

EFD

c175

c175

c175

c175

T S

H

TT

T

B

A

B

A

B

1

1

1

1

1

D

c685

PROVIDE NEW MVD IF

EXIST. MVD NOT

PRESENT.

18X10

22X

12

FD

EXIST.

22X12

N/E

F-D1

16

N/E

EXIST. 20X14

EXIST. 16X14

N/E

BASE BID - EXISTING ENERGY RECOVERY UNIT TO REMAIN.

REPLACE WHEEL AS NOTED ON BASE BID SCHEDULE.

ALTERNATE BID - REMOVE EXISTING ROOF MOUNTED

ENERGY RECOVERY UNIT (ERU), ROOF CURB AND

ASSOCIATED SUPPLY AND RETURN DUCTWORK AS

REQUIRED. INSTALL NEW ERU AND RECONNECT TO EXISTING

DUCTWORK. PROVIDE NEW DUCTWORK WHERE REQUIRED.

VERIFY EXISTING DUCT SIZES AND ARRANGEMENT PRIOR TO

ORDERING AND INSTALLING NEW ERU.

ON ROOF

1

G

BASE BID - GAS PIPING SHALL

REMAIN AS SHOWN, AND NOTED

ON ORIGINAL DESIGN,

ALTERNATE - PIPING SHALL BE

LOCATED AS SHOWN, BUT FINAL

CONNECTION POINTS MUST BE

COORDINATED PRIOR TO

INSTALLATION OF ERU-D1.

1

2

"

DELTA ENGINEERING GROUP, LLC

204 PITCARIN WAY SUITE A

AUGUSTA, GEORGIA 30909

706-364-1770

PROJECT NUMBER

PROJECT DATE

APPROVED BY

CHECKED BY

DRAWN BY

Copyright (c) 2008All Rights Reserved.

ISSUED FOR:NOT VALID UNLESS SIGNED

JA

ME

S W

. B

UC

KL

EY

&

A

SS

OC

IA

TE

S IN

C. -- A

RC

HIT

EC

TS

SW

AIN

SB

OR

O, A

LB

AN

Y, R

OM

E, S

AV

AN

NA

H A

ND

A

TH

EN

SG

EO

RG

IA

SHEET

NUMBER:

05/21/2018

NO 13015

CAB

CAB

BID

WA

RN

IN

G: C

on

tra

cto

rs, su

bco

ntra

cto

rs, v

en

do

rs a

nd

su

pp

lie

rs a

re

a

dv

ise

d th

at th

e co

ntra

ct d

ocu

me

nts co

nsist o

f

Arch

ite

ct-re

pro

du

ce

d p

rin

te

d, b

ou

nd

a

nd

n

um

be

re

d sp

ecifica

tio

ns, A

rch

ite

ct-re

pro

du

ce

d p

rin

te

d, b

ou

nd

a

nd

nu

mb

ere

d b

lu

e- o

r b

la

ck

-lin

e p

rin

ts, a

dd

en

da

, p

ost-b

id

a

dd

en

da

, a

nd

ch

an

ge

o

rd

ers o

nly

. D

ocu

me

nts re

pro

du

ce

d b

y

pa

rtie

s o

th

er th

an

th

e A

rch

ite

ct, w

he

th

er in

h

ard

co

py

o

r in

e

le

ctro

nic fo

rm

at, sh

all n

ot b

e co

nsid

ere

d p

art o

f th

e

co

ntra

ct d

ocu

me

nts a

nd

d

o n

ot su

pe

rse

de

th

e p

ro

visio

ns o

f th

e co

ntra

ct d

ocu

me

nts. T

he

co

ntra

cto

r, su

bco

ntra

cto

rs,

ve

nd

ors a

nd

su

pp

lie

rs a

re

so

le

ly

re

sp

on

sib

le

fo

r v

erifica

tio

n th

at in

fo

rm

atio

n u

tiliz

ed

in

b

id

din

g, d

ev

elo

pm

en

t o

f sh

op

dra

win

gs, a

nd

co

nstru

ctio

n o

f th

e fa

cility

a

re

id

en

tica

l to

th

e co

ntra

ct d

ocu

me

nts.

EM

AN

UE

L C

OU

NT

Y IN

ST

IT

UT

E H

VA

C R

EP

LA

CE

ME

NT

SW

AIN

SB

OR

OE

MA

NU

EL

C

OU

NT

Y B

OA

RD

O

F E

DU

CA

TIO

N

GE

OR

GIA

SC

HO

OL

C

OD

E: 65

3-0

19

6

M1.5

MHW

HVAC

ALT

ERNA

TES

HVAC PART PLAN - ALTERNATE FOR ERU-C1

SCALE: 1/8" = 1' - 0"

2

M1.5

A B

C

D

N.I.C.

OLDGYM

N.I.C.

N.I.C.

HVAC PART PLAN - ALTERNATE FOR ERU-A1 AND ERU-B1

SCALE: 1/8" = 1' - 0"

1

M1.5

HVAC PART PLAN -ALTERNATE FOR ERU-C1

SCALE: 1/8" = 1' - 0"

3

M1.5

Page 29: 1.1 PROJECT INFORMATION

OUTDOOR HEAT PUMP SCHEDULE

ITEM

OHP-1

HEATING CAP. M.B.H.

HI

(1)

HILO LO

INDOOR HEAT PUMP SCHEDULE

ITEMNOTES

DRIVE

COOLING CAP. BTUH

SENSIBLETOTAL

AUX. HEAT (2)

K.W.STGS.

(1)

ITEM

REFRIGERATION PIPE SCHEDULE

IHP/OHP-1

IHP-A3

IHP-A4

IHP-A5

IHP-A6

IHP-A7

IHP-A8

IHP-A9

OHP-A3

OHP-A4

OHP-A5

OHP-A6

OHP-A7

OHP-A8

OHP-B2

OHP-B3

OHP-B4A

3.6 2.6 TWA 120 E (3)(5)13.0119,000 88.3122.5 (2) 1 1/8"

IHP-A1 OHP-A1

OHP-B1

IHP-A2

OHP-A10

(1) REFRIGERANT PIPE SIZES INDICATED ARE FOR ESTIMATING PURPOSES ONLY.

EXACT SIZES AND ACCESSORIES REQUIRED SHALL BE DETERMINED BY EQUIPMENT

MANUFACTURER FROM FIELD OBTAINED DIMENSIONS.

(1) RATINGS IN ACCORDANCE WITH A.R.I. STANDARD 240.

(2) HEATER SIZED AT 208 VOLT. COORDINATE WITH ELECTRICAL PLANS.

(3) ELECTRICAL DATA PROVIDED IS BASED ON EQUIPMENT SELECTED AS BASIS OF DESIGN. VERIFY ELECTRICAL REQUIREMENTS WITH ELECTRICAL PLANS AND/OR CONTRACTOR BEFORE ORDERING EQUIPMENT.

NOTIFY ENGINEER IMMEDIATELY IF ANY DISCREPANCIES ARE FOUND. CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION OF ELECTRICAL DATA IF OTHER MANUFACTURERS ARE FURNISHED.

(4) FURNISH DUAL CIRCUIT SPLIT FACE COIL.

(5) FURNISH WITH BLUE DIAMOND CONDENSATE PUMP.

(6) FURNISH PLASMA PURIFICATION DEVICE. REFER TO PLASMA PURIFICATION SCHEDULE.

(7) BALANCE ALL AIR DEVICES TO AIRFLOWS INDICATED ON PLANS.

(8) UNIT SHALL REMAIN UNDER BASE BID. REPLACE UNIT WITH MODEL INDICATED IF ALTERNATE IS ACCEPTED.

(1) RATINGS IN ACCORDANCE WITH A.R.I. STANDARD 240.

(2) ELECTRICAL DATA PROVIDED IS BASED ON EQUIPMENT SELECTED AS BASIS OF DESIGN. VERIFY ELECTRICAL REQUIREMENTS WITH ELECTRICAL PLANS

AND/OR CONTRACTOR BEFORE ORDERING EQUIPMENT. NOTIFY ENGINEER IMMEDIATELY IF ANY DISCREPANCIES ARE FOUND. CONTRACTOR SHALL BE

RESPONSIBLE FOR COORDINATION OF ELECTRICAL DATA IF OTHER MANUFACTURERS ARE PROVIDED.

(3) FURNISH UNIT WITH 2 COMPRESSORS.

(4) COOLING AND HEATING CAPACITY IS TOTAL NET CAPACITY FOR 2 UNITS.

(5) UNIT SHALL REMAIN UNDER BASE BID. REPLACE UNIT WITH MODEL INDICATED IF ALTERNATE IS ACCEPTED.

SUPPLY

C.F.M.

EXT. S.P.

(IN. W.C.)

O.A.

C.F.M.

FAN

HP.

TRANE MODEL

NO.

COOLING

CAPACITY

(1) BTUH

SEER.

MIN.

C.O.P. (1)

TRANE

MODEL NO.

SUCTION

LINE O.D. (1)

LIQUID LINE

O.D.(1)

(2) 1/2"

ELECTRICAL DATA (3)

VOLTAGE PHASE M.C.A. M.O.C.P.

ELECTRICAL DATA (2)

VOLTAGE PHASE M.C.A. M.O.C.P.

200/230 3 41 50

SIZE E.E.R.

TW-A1

AMANA MODEL NO.ITEM

THRU WALL HEAT PUMP SCHEDULE

09 9,000 12.0 8,100 360 2.5

PTH 09 (1)

COOLING

CAPACITY

BTUH

ELEC.

HEAT (KW)

(2)

FAN

C.F.M.

HEATING

CAPACITY

BTUH

PACKAGED WALL MOUNT HEAT PUMP SCHEDULE

HEATING CAP.

EXT. S.P.

ITEM

SUPPLY

C.F.M. W.C. C.F.M.

O.A.

BTUH (1)

COOLING CAP.

MIN.

E.E.R.

HI STAGESLOLO

(1)

HI

C.O.P.

K.W.

AUX. HEAT(1)

BARD

MODEL NO.

0.3600 60 10.217,100

4

W18H (3)(4)3.110.216.5 1.9 1

(1) RATINGS IN ACCORDANCE WITH A.R.I. STANDARD 240.

(2) ELECTRICAL DATA PROVIDED IS BASED ON EQUIPMENT SELECTED AS BASIS OF DESIGN. VERIFY ELECTRICAL REQUIREMENTS WITH ELECTRICAL PLANS AND/OR CONTRACTOR BEFORE ORDERING

EQUIPMENT. NOTIFY ENGINEER IMMEDIATELY IF ANY DISCREPANCIES ARE FOUND. CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION OF ELECTRICAL DATA IF OTHER MANUFACTURERS ARE

PROVIDED.

(3) UNITS SHALL HAVE INTEGRAL DISCONNECTS AND HOT GAS REHEAT DEHUMIDIFICATION SYSTEM. PROVIDE GASKETS FOR UNIT TO WALL SEAL SHIPPED

LOOSE FOR FIELD INSTALLATION.

(4) FURNISH MOTORIZED FRESH AIR DAMPER.

IHP-A10

IHP-B3

IHP-B4

IHP-B1

IHP-B2

MODEL NUMBER

TITUS

TYPE FINISH NOTESMARK

AIR DEVICE SCHEDULE

SIZE (1)

NECK

DAMPER

OPPOSED BLADE

(1) DUCT RUNOUT SHALL BE SAME SIZE AS NECK SIZE UNLESS NOTED OTHERWISE.

(2) BLADES 14 GAUGE, FRAME 16 GAUGE HEAVY STEEL.

(3) VERIFY EXISTING CEILING TYPE. PROVIDE LAY-IN TYPE GRILLE FOR T-BAR AND SURFACE TYPE GRILLE FOR ALL OTHER CEILINGS.

IHP-1 (4)(6)(7)(8)4000 23000.5 124,00087,600BELT - - TWE 120 E 208 3 9 15

ELECT. DATA (2)

VOLTS PHASE

208/230 1

6000 8000.5

--3000 7000.5

(7)1400 -2000.5 --DIRECT - - EXISTING TO REMAIN- - - -

(6)(7)1600 -1950.5 --DIRECT - - EXISTING TO REMAIN- - - -

(6)(7)3000 -1950.5 --BELT - - EXISTING TO REMAIN- - - -

(4)3000 1 1/23200.5 93,00072,900BELT 11.24 1 TWE 090E208 3 45.7 50

--1000 1350.5 DIRECT

0.5

-- DIRECT

(7)1400 --0.5 --DIRECT - - EXISTING TO REMAIN- - - -

(7)2000 -1000.5 --DIRECT - - EXISTING TO REMAIN- - - -

(7)4000 -2400.5 --DIRECT - - EXISTING TO REMAIN- - - -

- - EXISTING TO REMAIN-- --

- - - -

- - EXISTING TO REMAIN-- --

- - - -

- - EXISTING TO REMAIN-- --

- - - -

3.3 2.3

TWA090E

11.0 EER93,000 49.082.0

208/230 3 34.4 45

- - EXISTING TO REMAIN-- --

- - - -

- - EXISTING TO REMAIN-- --

- - - -

- - EXISTING TO REMAIN-- --

- - - -

IHP-A1/OHP-A1

IHP-A2/OHP-A2A & A2B - -

IHP-A3/OHP-A3 1 3/8" 5/8"

IHP-A4/OHP-A4 - -

IHP-A5/OHP-A5 - -

IHP-A6/OHP-A6 - -

IHP-A7/OHP-A7 1 3/8" 5/8"

IHP-A8/OHP-A8 3/4" 3/8"

IHP-A9/OHP-A9A & A9B

IHP-A10/OHP-A10

IHP-B1/OHP-B1 - -

IHP-B2/OHP-B2 3/4" 3/8"

IHP-B3/OHP-B3 - -

IHP-B4/OHP-B4 - -

TW-D1

09 9,000 12.0 8,100 360 2.5

PTH 09 (1)

0.3 0

9

W30H (3)1

WHP-C1 THRU

WHP-C9 & C11

208/230 3

WHP-A1

0.31100 100 10.034,600

9

W36H (3)(4)3.019.632.0 2.0 1208/230 3

WHP-A2 0.41000 100 10.030,000

9

W30H (3)(4)3.118.929.8 2.18 1208/230 3

WHP-A3

IHP-B5

IHP-C1

OHP-B5 IHP-B5/OHP-B5 1/2" 1/4"

OHP-C1 IHP-C1/OHP-C1 1/2" 1/4"

0.3 0

9

W30H (3)1

WHP-D1 THRU

WHP-D8

208/230 3

0.31100 0 10.234,600

9

W36H (3)3.019.632.0 2.0 1WHP-D9 & D10

208/230 3

0.3 0

9

W30H (3)1

WHP-D11 THRU

WHP-D17

208/230 3

ENERGY RECOVERY UNIT SCHEDULE - BASE BID

ITEM

5 1,300

NOMINAL

TONS

SUPPLY

ERU-A1 1,200

ERU

CFM CFM

1,300

SEMCO MODEL

NUMBER

7.5 2,000ERU-B1 1,9002,000

7.5 2,250ERU-C1 2,0002,250

7.5 3,050ERU-D1 2,5003,050

A

SIDE WALL

SUPPLY REGISTERSTANDARD WHITE

MANUFACTURERS

YES

SEE PLANS

WITH 3/4" BLADE SPACING

300RS - DOUBLE DEFLECTION

B

SIDE WALL

RETURN GRILLE

SEE PLANS

STANDARD WHITE

MANUFACTURERS

NO

WITH 1/2" BLADE SPACING

355RL - 35° DEFLECTION

C

HEAVY DUTY

RETURN GRILLE

SEE PLANS

STANDARD WHITE

MANUFACTURERS

NO

WITH 1/2" BLADE SPACING

33RL - 38° DEFLECTION

(2)

--1601600 0.5 1/2 DIRECT 34,100 48,000 7.2 1 TAM4AO 48208 1 47 50 4TWA304848,000 13.0 46.5 31.8 3.4 2.4

208/230 3 21 35

7/8" 3/8"

(7)

EXISTING TO REMAIN- -- BELT -- -- -- -- --

- - - - - - EXISTING TO REMAIN

- - - -

OHP-A2A

& A2B

11.24 1 TWE090E72,900 93,0001 1/2 BELT (4)208 3 45.7 50

TWA090E

3.3 2.349.082.011.0 EER93,000

208/230 3 34.4 45

13.630,00021,6001/3 TAM4AO 30208 1 24 25 2.33.216.528.813.030,000

4TWA3030208/230 3 11 15

3800

TWE120E

BELT2 124,00087,600 218.72(4)200 208 3 73.0 80

OHP-A9A

& A9B

13.0

4TWA3060 (4)119,000 122.5 88.3

3.6 2.6

208/230 3 20 35

7/8" 3/8"

MSZ GL09NA

15

MITSUBISHI

----9,0007,300DIRECT

0.76

--170

FLA

11208/230

MITSUBISHI

MUZ-GL09NA

3.34.446.710.924.69,000

208/230 1 9 15

3/8" 1/4"

--7.2 131,5001/2 DIRECT 41,5002000.51400 TAM4AO 42208 1 47 50 4TWA304241,500 13.0 40.5 26.6 2.43.4

200/230 3 18 30

PKA-A18

(5)

MITSUBISHI

----18,00012,240DIRECT

0.33

----425

FLA

208/230 1 1 15

PKA-A18

--

MITSUBISHI

----18,00012,240DIRECT

0.33

----425

FLA

208/230 1 1 15

18,000 15.3 19.0 13.0 2.83 9.5 HSPF

MITSUBISHI

PUZ-A18

208/230 1 13 15

18,000 15.3 19.0 13.0 2.83 9.5 HSPF

MITSUBISHI

PUZ-A18

208/230 1 13 15

& B4B

(1) SET OUTSIDE AIR TO 15 CFM.

(2) HEATER SIZED AT 208 VOLTS.

(1) VERIFY VOLTAGE REQUIREMENT WITH IHP/WHP ELECTRICAL REQUIREMENTS.

(2) IHP-C10 SHALL BE 1240 CFM.

ITEM

PLASMA PURIFICATION DEVICE SCHEDULE

GLOBAL PLASMA SOLUTIONS

MODEL NO.

PPD-2 IHP-A5

1600

UNIT

SERVED

TREATED

AIRFLOW

(CFM)

GPS-FC-3-BAS12

POWER

(VA)

INPUT

VOLTAGE (1)

24 VAC

PPD-3 IHP-A6

3000

GPS-FC-3-BAS1224 VAC

PPD-1 IHP-1

4000

GPS-FC48-AC10 WATTS24 VAC

WHP-C1 THRU

WHP-C11

WHP-D1 THRU

WHP-D8

WHP-D9 & D10

WHP-D11 THRU

WHP-D17

PPD-4 THRU

PPD-14

PPD-15 THRU

PPD-22

PPD-23 & PPD-24

PPD-25 THRU

PPD-31

1100 (2)

1100

1100

1100

6

D

8

D

SQUARE

CEILING DIFFUSER

MANUFACTURERS

STANDARD WHITE

YES TMS / 24"X24" FACE (3)

(3)

6"Ø

SQUARE

CEILING DIFFUSER

MANUFACTURERS

STANDARD WHITE

YES8"Ø

TMS / 24"X24" FACE

SERVES

RTU-A1

RTU-B1

RTU-C1

RTU-D1

RTU CFM

RETURN

1,200

(1) EXISTING RTU AND ERU UNITS TO REMAIN. BALANCE AIRFLOWS TO CFM'S AS LISTED. FURNISH REPLACEMENT WHEEL IN EXISTING ERU'S.

(2) WHEEL ENTERING AIR CONDITIONS TO BE 95 °F DB/78°F WB IN SUMMER AND 23 °F DB/17 °F WB WINTER.

RETURN AIR TEMPS SHALL BE 75 °F DB/62 °F WB SUMMER AND 72°F DB/57°F WB WINTER.

FVTS200H-4RN4AB (1)

SP2200T-4RN4AA (1)

SP2200T-4RN4AA (1)

FV-3000

1,900

2,000

10

D

(3)

SQUARE

CEILING DIFFUSER

MANUFACTURERS

STANDARD WHITE

YES10"Ø TMS / 24"X24" FACE

ERU LVG AIR TEMPS

DB/WB °F (2)

SUMMER

81.5/67.8

WINTER

56.1/46.6

MAX PD. MAX PD.

--

80.9/67.3 57.6/48.2--

IHP-D1

PKA-A18

--

MITSUBISHI

----18,00012,240DIRECT

0.33

----425

FLA

208/230 1 1 15

OHP-C2 18,000 24.6 19.0 11.0 4.28 2.47

MITSUBISHI

PUZ-A18

208/230 1 11 28

IHP-D1/OHP-D1 1/2" 1/4"

EXIST. TO REMAIN

EXIST. TO REMAIN

EXIST. TO REMAIN

2,500 81.8/68.1 55.4/46.1.50 .25

HP

OUTSIDE AIR EXHAUST AIR

HP

3 1.5

1100 10.030,000 3.118.929.8 2.18

1100 10.030,000 3.118.029.8 2.18

1100 10.030,000 3.118.029.8 2.18

-- - -

- -

- -

82.0/68.2 54.9/45.7

GPS-FC-3-BAS

GPS-FC-3-BAS

GPS-FC-3-BAS

GPS-FC-3-BAS

1224 VAC

1224 VAC

1224 VAC

1224 VAC

(1) FURNISH BACKDRAFT DAMPER, ROOF CURB ADAPTER (IF REQUIRED), INSECT SCREEN, AND DISCONNECT MEANS.

(2) SWITCH WITH ROOM LIGHTS. FURNISH AUXILIARY CONTACTS AS REQUIRED.

(3) CONTROL WITH THERMOSTAT. SET AT 85°F (ADJUSTABLE).

(4) CONTROL WITH WALL SWITCH.

(5) SHALL BE NSF LISTED. CONNECT TO JAMB MOUNTED DOOR SWITCH. LOCATE ON HINGE SIDE OF EXTERIOR DOOR.

(6) COORDINATE ELECTRICAL REQUIREMENTS WITH ELECTRICAL PLANS & CONTRACTOR BEFORE ORDERING EQUIPMENT. NOTIFY

ENGINEER IMMEDIATELY IF DISCREPANCIES FOUND.

F-A6 RECEIVING 9028 (5)1440 - 1750 - MARS 48 STD

1/2

SONESLOCATION R.P.M.H.P. NOTESC.F.M.ITEM

FAN SCHEDULE

ELECTRICAL DATA (6)

VOLTS PHASE

115 1Ø

S.P.

(IN. WC)

GREENHECK

MODEL NO.

F-A1 TOILET 9011 (1)(2)90 .25 1550 3.6 G-060-D

1/60

115 1Ø

F-A2 TOILET 9015 (1)(2)90 .25 1550 3.6 G-060-D

1/60

115 1Ø

F-A3 TOILET 9020 (1)(2)90 .25 1550 3.6 G-060-D

1/60

115 1Ø

F-A4 BATHROOM 9033 (1)(2)90 .25 1550 3.6 G-060-D

1/60

115 1Ø

F-A5 DISHWASH 9029 (1)(4)1300 .25 1140 9.3 G-133-B

1/6

115 1Ø

F-A7 9042

EXISTING

1550 - - - CARMON

-

- -

F-A8 HOME EC. 9045 (1)(4)1300 .25 1140 9.3 G-133-B

1/6

115 1Ø

F-B1 KILN 9070 (1)(3)500 .25 1300 6.4 G-095-G

1/12

115 1Ø

F-B2 ART 9067 (1)(4)1300 .25 1140 9.3 G-133-B

1/6

115 1Ø

F-C1 STAFF TOILET 3009 (1)(2)115 .25 1300 2.8 G-070-G

1/60

115 1Ø

F-C2 DARK ROOM 3022 (1)(4)115 .25 1300 2.8 G-070-G

1/60

115 1Ø

F-C3 SCIENCE 3006 (1)(4)785 .25 1550 8.7 G-095-D

1/8

115 1Ø

F-C4 SCIENCE 3005 (1)(4)1215 .25 1140 9.2 G-133-B

1/6

115 1Ø

F-C5 SCIENCE (1)(4)1215 .25 1140 9.2 G-133-B

1/6

115 1Ø

F-D1 CLASSROOM 5020 (1)(4)1030 .25 1140 8.3 G-123-B

1/6

115 1Ø

F-D2 SCIENCE 5026 (1)(4)1030 .25 1140 8.3 G-123-B

1/6

115 1Ø

F-D3 SCIENCE 5028 (1)(4)1030 .25 1140 8.3 G-123-B

1/6

115 1Ø

6

E SQUARE

CEILING DIFFUSER

MANUFACTURERS

STANDARD WHITE

YES TMS / 12"X12" FACE (3)6"Ø

IHP-C2

PLA-A18

--

MITSUBISHI

----18,00015,300DIRECT

.51

----570

FLA

208/230 1 1 15

1

OHP-D1 18,000 15.3 19.0 13.0 2.83 9.5 HSPF

MITSUBISHI

PUZ-A18

208/230

1/4"

13 15

IHP-C2/OHP-C2 1/2"

IHP-G1 0.57600

TWE240E

BELT5 255,000181,400 222.44 (4)0 208 3 97.0 100 10.0 EER

TWA240E (3)255,100 236.0 134.0

3.2 2.0

208/230 3 86.0 100

OHP-G1

IHP-G1/OHP-G1 2 - 1 3/8" 2 - 5/8"

TO REMAIN

F

EGG CRATE

RETURN / EXHAUST

22"X22"

STANDARD WHITE

MANUFACTURERS

NO

(2)

WITH BORDER FRAME

50 / 24X24 PANEL

IHP-B6 -- DIRECT

SLZ-KA15

15

MITSUBISHI

----15,00010,050DIRECT

0.28

--390

FLA

11208/230 OHP-B6

MITSUBISHI

SUZ-KA15

1.992.7110.218.016.015,000

208/230 1 12 15(5)

IHP-B6/OHP-B6 1/2" 1/4"

0.51240 0 10.240,500

9

W42H (3)3.1022.2638.5 2.03 1208/230 3WHP-C10

ENERGY RECOVERY UNIT SCHEDULE - ALTERNATE

ITEM

1300 1.0

C.F.M.

TO

SPACE

EXT. S.P.

(IN W.C.)

ERU-A1 1

FAN HP

SUPPLY

1200 1.0

C.F.M.

FROM

SPACE

EXT. S.P.

(IN W.C.)

1

FAN HP

EXHAUST

100 RVE-40-30P-30H

GREENHECK

MODEL NO. (1)

GAS HEAT

INPUT

(MBH)

65.7

COOLING COIL

TOTAL

CAPACITY

MBTU/HR

78.0

WB

95.0

DB

46.357.119.023.068.481.2

ENTHALPY WHEEL (2)

WBDB DB WB DB WB

SUMMER

ENT. AIR

SUMMER

LVG. AIR

WINTER

ENT. AIR

WINTER

LVG. AIR

(1) ENERGY RECOVERY UNITS TO BE PACKAGED SYSTEM WITH INTEGRAL CONTROL SYSTEM. FURNISH CONTROLS COMPATIBLE WITH BUILDING MANAGEMENT SYSTEM OR STAND ALONE CONTROLS AS REQUIRED

PER ALTERNATE.

(2) BASED ON 75°F DB/50%RH RETURN AIR (SUMMER) AND 72°F RETURN AIR (WINTER)

EX

HA

US

T A

IR

OUTDOOR AIR

RELIEF/RETURN AIR

SUPPLY AIR

GAS HEAT

SUPPLY FAN

ENTHALPY WHEEL

EXHAUST FAN

FILTERS

FILTERS

ERU-B1

ERU-C1

ERU-D1

41.5

SENS

CAPACITY

MBTU/HR

40.3

HG REHEAT

CAPACITY

MBTU/HR

CONTROL SECTION

CONDENSING

SECTION

HOT GAS

REHEAT COIL

DX COOLING

COIL

2000 1.0 1 1/2 1900 1.0 1 1/2100 RVE-40-36P-15H

102.1 78.095.0 46.157.319.023.068.681.263.4 88.9

2250 1.0 2 2000 1.0 1 1/2

150 RVE-40-36P-30H

104.4 78.095.0 45.155.419.023.068.981.967.7 61.9

3050 1.0 3 2500 1.0 3200 RVE-40-36P-30H

131.6 78.095.0 42.451.419.023.070.183.586.2 73.1

(1) PROVIDE WITH PROVING SWITCH. REFER TO SPECIFICATIONS FOR SEQUENCE OF OPERATION.

EDH-1 40X20 INDEECO

25

SIZE KWITEM

ELECTRIC DUCT HEATER SCHEDULE

MANUFURER &

MODEL NO.

SCR

STAGES

2

2 2

2

2

2

2

DELTA ENGINEERING GROUP, LLC

204 PITCARIN WAY SUITE A

AUGUSTA, GEORGIA 30909

706-364-1770

PROJECT NUMBER

PROJECT DATE

APPROVED BY

CHECKED BY

DRAWN BY

Copyright (c) 2008All Rights Reserved.

ISSUED FOR:NOT VALID UNLESS SIGNED

JA

ME

S W

. B

UC

KL

EY

&

A

SS

OC

IA

TE

S IN

C. -- A

RC

HIT

EC

TS

SW

AIN

SB

OR

O, A

LB

AN

Y, R

OM

E, S

AV

AN

NA

H A

ND

A

TH

EN

SG

EO

RG

IA

SHEET

NUMBER:

05/21/2018

NO 13015

CAB

CAB

BID

WA

RN

IN

G: C

on

tra

cto

rs, su

bco

ntra

cto

rs, v

en

do

rs a

nd

su

pp

lie

rs a

re

a

dv

ise

d th

at th

e co

ntra

ct d

ocu

me

nts co

nsist o

f

Arch

ite

ct-re

pro

du

ce

d p

rin

te

d, b

ou

nd

a

nd

n

um

be

re

d sp

ecifica

tio

ns, A

rch

ite

ct-re

pro

du

ce

d p

rin

te

d, b

ou

nd

a

nd

nu

mb

ere

d b

lu

e- o

r b

la

ck

-lin

e p

rin

ts, a

dd

en

da

, p

ost-b

id

a

dd

en

da

, a

nd

ch

an

ge

o

rd

ers o

nly

. D

ocu

me

nts re

pro

du

ce

d b

y

pa

rtie

s o

th

er th

an

th

e A

rch

ite

ct, w

he

th

er in

h

ard

co

py

o

r in

e

le

ctro

nic fo

rm

at, sh

all n

ot b

e co

nsid

ere

d p

art o

f th

e

co

ntra

ct d

ocu

me

nts a

nd

d

o n

ot su

pe

rse

de

th

e p

ro

visio

ns o

f th

e co

ntra

ct d

ocu

me

nts. T

he

co

ntra

cto

r, su

bco

ntra

cto

rs,

ve

nd

ors a

nd

su

pp

lie

rs a

re

so

le

ly

re

sp

on

sib

le

fo

r v

erifica

tio

n th

at in

fo

rm

atio

n u

tiliz

ed

in

b

id

din

g, d

ev

elo

pm

en

t o

f sh

op

dra

win

gs, a

nd

co

nstru

ctio

n o

f th

e fa

cility

a

re

id

en

tica

l to

th

e co

ntra

ct d

ocu

me

nts.

EM

AN

UE

L C

OU

NT

Y IN

ST

IT

UT

E H

VA

C R

EP

LA

CE

ME

NT

SW

AIN

SB

OR

OE

MA

NU

EL

C

OU

NT

Y B

OA

RD

O

F E

DU

CA

TIO

N

GE

OR

GIA

SC

HO

OL

C

OD

E: 65

3-0

19

6

M3.0

MHW

HVAC

SCH

EDUL

ES

Page 30: 1.1 PROJECT INFORMATION

POINT NAME

DDC SYSTEM POINTS LIST - WALL MOUNTED HEAT PUMP

HARDWARE POINTS

ANALOG

INPUT

SHOWN ON

GRAPHIC

SOFTWARE POINTS

PID

LOOP

SCHEDULE TREND ALARM

ANALOG

OUTPUT

BINARY

INPUT

BINARY

OUTPUT

ANALOG

VALUE

BINARY

VALUE

XXROOM TEMP

ROOM OFFSET

X

XX

ROOM HUMIDITYXX

COMPRESSORX

REVERSING VALVE (HEAT/COOL)X

XAUXILIARY HEAT

XSUPPLY FAN

X

POINT NAME

DDC SYSTEM POINTS LIST - SPLIT SYSTEM HEAT PUMPS

HARDWARE POINTS

X

SHOWN ON

GRAPHIC

SOFTWARE POINTS

SCHEDULE

X

TREND ALARM

ZONE TEMP

XXZONE SETPOINT ADJUST

XXZONE OVERRIDE

X

XXSMOKE DETECTOR (1)

X X

XXFAN STATUS

X

XXFAN START/STOP

X

XXREVERSING VALVE

X

XXCOMPRESSOR STAGE 1

X

SCHEDULEX

HEATING SETPOINTXX

COOLING SETPOINTXX

HIGH ZONE TEMPX

LOW ZONE TEMPX

COMPRESSOR RUNTIME EXCEEDX

FAN FAILUREX

FAN IN HANDX

FAN RUNTIME EXCEEDEDX

(1) WHERE REQUIRED

XXCOMPRESSOR STAGE 2 (1)

X

ELECTRIC HEATX XX

OA/ RETURN AIR DAMPERS (1)X X X

ANALOG

INPUT

PID

LOOP

ANALOG

OUTPUT

BINARY

INPUT

BINARY

OUTPUT

ANALOG

VALUE

BINARY

VALUE

X

POINT NAME

DDC SYSTEM POINTS LIST - MISC POINTS

HARDWARE POINTS

X

SHOWN ON

GRAPHIC

SOFTWARE POINTS

SCHEDULE

X

TREND ALARM

OUTSIDE AIR TEMPERATURE

XXOUTSIDE AIR HUMIDITY

X

ANALOG

INPUT

PID

LOOP

ANALOG

OUTPUT

BINARY

INPUT

BINARY

OUTPUT

ANALOG

VALUE

BINARY

VALUE

X

POINT NAME

DDC SYSTEM POINTS LIST - DUCTLESS SPLIT SYSTEMS

HARDWARE POINTS

X

SHOWN ON

GRAPHIC

SOFTWARE POINTS

SCHEDULE TREND ALARM

SPACE TEMP (1)

HIGH SPACE TEMPX

(1) TEMPERATURE IS FOR INFORMATION ONLY. CONTROL OF UNIT SHALL BE THRU UNIT FURNISHED CONTROLS.

ANALOG

INPUT

PID

LOOP

ANALOG

OUTPUT

BINARY

INPUT

BINARY

OUTPUT

ANALOG

VALUE

BINARY

VALUE

X

POINT NAME

DDC SYSTEM POINTS LIST - THRU THE WALL UNITS

HARDWARE POINTS

X

SHOWN ON

GRAPHIC

SOFTWARE POINTS

SCHEDULE TREND ALARM

SPACE TEMP (1)

HIGH SPACE TEMPX

(1) TEMPERATURE IS FOR INFORMATION ONLY. CONTROL OF UNIT SHALL BE THRU UNIT FURNISHED CONTROLS.

ANALOG

INPUT

PID

LOOP

ANALOG

OUTPUT

BINARY

INPUT

BINARY

OUTPUT

ANALOG

VALUE

BINARY

VALUE

POINT NAME

DDC SYSTEM POINTS LIST - ENERGY RECOVERY UNIT

HARDWARE POINTS

ANALOG

INPUT

SHOWN ON

GRAPHIC

SOFTWARE POINTS

PID

LOOP

SCHEDULE TREND ALARM

ANALOG

OUTPUT

BINARY

INPUT

BINARY

OUTPUT

ANALOG

VALUE

BINARY

VALUE

OA INTAKE DAMPERSX X

X

OA INTAKE FILTERX X

X

SUPPLY TEMP BEFORE WHEELX

X

ENTHALPY WHEELX

X

X

SUPPLY TEMP AFTER WHEELX

X

XXCOMPRESSOR (EACH STAGE)

XXSUPPLY FAN

XX X

SUPPLY TEMPX

X

X

RELIEF FILTERX X

X

RELIEF TEMP BEFORE WHEELX

X

XXRELIEF FAN

XX X

RELIEF DAMPERSX X

X

RECIRCULATION DAMPERSX X

X

SPACE HUMIDITY MONITORX X

SPACE TEMPERATURE MONITORX X

XXSMOKE DETECTOR

X X

X

SCHEDULE X X

HEATING SETPOINTXX

COOLING SETPOINTXX

HIGH ZONE TEMPX

LOW ZONE TEMPX

COMPRESSOR RUNTIME EXCEEDX

FAN FAILUREX

FAN IN HANDX

FAN RUNTIME EXCEEDEDX

HIGH MIXED AIR TEMPX

LOW MIXED AIR TEMPX

XXGAS HEATING

ENERGY RECOVERY UNIT AIRFLOW SCHEMATIC

SCALE: NONEM3.1

1

O.A. DAMPER

SMOKE DETECTOR.

SM

SUPPLY FAN

O.A.

INTAKE

SUPPLY

AIR

AIR-COOLED

CONDENSER

GAS PREHEAT

COIL

SPACE TEMP,

HUMIDITY

MONITORING

FILTER GAGE AND

D.P. SWITCH

RELIEF

DAMPER

EXHAUST

RELIEF

EXHAUST

AIR

EXHAUST PREFILTER

WITH FILTER GAGE AND

D.P. SENSOR

MD

MD

TEMP. SENSOR

(TYP.)

M

EXHAUST

FAN

ENTHALPY

WHEEL

EVAPORATOR

COIL

HOT GAS

REHEAT

COIL

PRE

FILTER

MD

RECIRCULATION

DAMPER

POINT NAME

DDC SYSTEM POINTS LIST - ENERGY RECOVERY UNIT

HARDWARE POINTS

ANALOG

INPUT

SHOWN ON

GRAPHIC

SOFTWARE POINTS

PID

LOOP

SCHEDULE TREND ALARM

ANALOG

OUTPUT

BINARY

INPUT

BINARY

OUTPUT

ANALOG

VALUE

BINARY

VALUE

OA INTAKE DAMPERSX X

X

OA INTAKE FILTERX X

X

SUPPLY TEMP BEFORE WHEELX

X

ENTHALPY WHEELX

X

X

SUPPLY TEMP AFTER WHEELX

X

XXCONDENSER (EACH STAGE)

SUPPLY TEMP AFTER COILSX

X

GAS HEATX

X

XXSUPPLY FAN

XX X

SUPPLY TEMPX

X

X

RELIEF FILTERX X

X

RELIEF TEMP BEFORE WHEELX

X

XXRELIEF FAN

XX X

RELIEF DAMPERSX X

X

RECIRCULATION DAMPERSX X

X

SPACE HUMIDITY MONITORX X

SPACE TEMPERATURE MONITORX X

XXSMOKE DETECTOR

X X

X

X

SCHEDULE X X

NOTE: IF DDC CONTROLS ALTERNATE IS ACCEPTED AND ENERGY

RECOVERY UNIT ALTERNATE IS ACCEPTED FURNISH CONTROLS PER THIS

POINTS LIST AND AIRFLOW SCHEMATIC

X

1

X

1

XZONE HUMIDITY (2)

(2) MEDIA CENTER

1

X

2

DELTA ENGINEERING GROUP, LLC

204 PITCARIN WAY SUITE A

AUGUSTA, GEORGIA 30909

706-364-1770

PROJECT NUMBER

PROJECT DATE

APPROVED BY

CHECKED BY

DRAWN BY

Copyright (c) 2008All Rights Reserved.

ISSUED FOR:NOT VALID UNLESS SIGNED

JA

ME

S W

. B

UC

KL

EY

&

A

SS

OC

IA

TE

S IN

C. -- A

RC

HIT

EC

TS

SW

AIN

SB

OR

O, A

LB

AN

Y, R

OM

E, S

AV

AN

NA

H A

ND

A

TH

EN

SG

EO

RG

IA

SHEET

NUMBER:

05/21/2018

NO 13015

CAB

CAB

BID

WA

RN

IN

G: C

on

tra

cto

rs, su

bco

ntra

cto

rs, v

en

do

rs a

nd

su

pp

lie

rs a

re

a

dv

ise

d th

at th

e co

ntra

ct d

ocu

me

nts co

nsist o

f

Arch

ite

ct-re

pro

du

ce

d p

rin

te

d, b

ou

nd

a

nd

n

um

be

re

d sp

ecifica

tio

ns, A

rch

ite

ct-re

pro

du

ce

d p

rin

te

d, b

ou

nd

a

nd

nu

mb

ere

d b

lu

e- o

r b

la

ck

-lin

e p

rin

ts, a

dd

en

da

, p

ost-b

id

a

dd

en

da

, a

nd

ch

an

ge

o

rd

ers o

nly

. D

ocu

me

nts re

pro

du

ce

d b

y

pa

rtie

s o

th

er th

an

th

e A

rch

ite

ct, w

he

th

er in

h

ard

co

py

o

r in

e

le

ctro

nic fo

rm

at, sh

all n

ot b

e co

nsid

ere

d p

art o

f th

e

co

ntra

ct d

ocu

me

nts a

nd

d

o n

ot su

pe

rse

de

th

e p

ro

visio

ns o

f th

e co

ntra

ct d

ocu

me

nts. T

he

co

ntra

cto

r, su

bco

ntra

cto

rs,

ve

nd

ors a

nd

su

pp

lie

rs a

re

so

le

ly

re

sp

on

sib

le

fo

r v

erifica

tio

n th

at in

fo

rm

atio

n u

tiliz

ed

in

b

id

din

g, d

ev

elo

pm

en

t o

f sh

op

dra

win

gs, a

nd

co

nstru

ctio

n o

f th

e fa

cility

a

re

id

en

tica

l to

th

e co

ntra

ct d

ocu

me

nts.

EM

AN

UE

L C

OU

NT

Y IN

ST

IT

UT

E H

VA

C R

EP

LA

CE

ME

NT

SW

AIN

SB

OR

OE

MA

NU

EL

C

OU

NT

Y B

OA

RD

O

F E

DU

CA

TIO

N

GE

OR

GIA

SC

HO

OL

C

OD

E: 65

3-0

19

6

M3.1

MHW

HVAC

POI

NTS

LISTS

AutoCAD SHX Text
DP
AutoCAD SHX Text
S
AutoCAD SHX Text
DP
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
S
AutoCAD SHX Text
H
AutoCAD SHX Text
S
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
S
AutoCAD SHX Text
T
Page 31: 1.1 PROJECT INFORMATION
Page 32: 1.1 PROJECT INFORMATION
Page 33: 1.1 PROJECT INFORMATION
Page 34: 1.1 PROJECT INFORMATION