project manual · matthew maury elementary school rtu replacement bid documents wd project no....
Post on 19-May-2020
2 Views
Preview:
TRANSCRIPT
Wendel Project No. 487501
PROJECT MANUAL
FOR
ALEXANDRIA CITY PUBLIC SCHOOLS
MATTHEW MAURY ELEMENTARY SCHOOL RTU REPLACEMENT
BID DOCUMENTS
June 24, 2019
375 Essjay Suite 200 Williamsville, NY 14221
Table of Contents TOC - 1
ALEXANDRIA CITY PUBLIC SCHOOLS
MATTHEW MAURY ELEMENTARY SCHOOL RTU REPLACEMENT
PROJECT SPECIFICATIONS
TABLE OF CONTENTS
DIVISION 01 GENERAL REQUIREMENTS
011100 Summary of Work
012973 Schedule of Values
013200 Construction Progress Documentation
013300 Submittal Procedures
014000 Quality Requirements
015000 Temporary Facilities and Controls
016000 Materials, Products, Equipment
016000 Product Requirements
017300 Execution
017419 Construction Waste Managements and Disposal
019113 General Commissioning Requirements
012900 Payment Procedures
013100 Project Management and Coordination
013100a Request Form for Electronic Files
013100b Request for Information
013300a Submittal Transmittals
017329 Cutting and Patching
017700 Closeout Procedures
017823 Operation and Maintenance Data
017839 Project Record Documents
017900 Demonstration and Training
DIVISION 22_ - PLUMBING
220529 Hangers and Supports for Plumbing Piping and Equipment
220553 Identification for Plumbing Piping and Equipment
221316 Sanitary Waste and Vent Piping
221319 Sanitary Waste Piping Specialties
DIVISION 23 HEATING, VENTILATING AND AIR CONDITIONING (HVAC)
230010 General Mechanical Requirements
230513 Common Motor Requirements for HVAC Equipment
230553 Identification for HVAC Piping and Equipment
230993 Sequence of Operation of HVAC Controls
231123 Facility Natural Gas Piping
233116 Nonmetal Ducts
237200 Roof Accessories
237413 Packaged Rooftop Units
230593 Testing, Adjusting, and Balancing for HVAC
230900 Instrumentation and Control for HVAC
233113 Metal Ducts
233300 Air Duct Accessories
Table of Contents TOC - 2
DIVISION 26_ ELECTRICAL 260010 Basic Electrical Requirements
260100 Basic Materials and Methods
260455 Circuit Breakers for Existing Panelboards
260519 Low-Voltage Cables
260533 Raceways
260620 Wiring Devices
262913 Switches and Fuses
DIVISION 28_ ELECTRONIC SAFETY AND SECURITY
283100 Fire Detection and Alarm System
END OF TABLE OF CONTENTS
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUMMARY OF WORK 011100 - 1
SECTION 01 11 00 – SUMMARY OF WORK
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 LOCATION AND SCOPE OF WORK
A. The Work consists of construction services for the removal, disposal and replacement of
existing HVAC Units and Building Control System.
1. Project Location: Matthew Maury Elementary School
600 Russel Road Alexandria, VA 22301
Owner: Alexandria City Public Schools (ACPS)
1340 Braddock Place
6th Floor
Alexandria, VA 22314
B. Contract Documents, dated June 24, 2019 were prepared for the Project by Wendel WD
Architecture, Engineering, Surveying and Landscape Architecture, P.C., a Wendel
Company (Wendel), 375 Essjay Road, Williamsville, NY 14221.
C. The summary of the Work described herein is an overall summary of the responsibilities
of the Contractor and their relation to the Owner. It does not supersede the specific
requirements of the other Contract Documents.
1.3 CONTRACTS
A. The Work shall be performed under one prime Contract.
1.4 SCHEDULE
A. Contract shall comply with the following Schedule Dates:
1. Provide Insurance: One (1) Week from Notice of Contract Award
2. Shop Drawing Preparation: Immediately upon Notice of Contract Award.
3. Start Work: At the conclusion of the school year.
4. Final Completion: Two weeks prior to the start of the school year.
1.5 WORK COVERED BY CONTRACT DOCUMENTS
A. This Section describes the project in general and provides an overview of the extent of
the work to be performed. Detailed requirements and extent of work is stated in the
applicable Specification Sections and shown on the Drawings. The Contractor shall,
except as otherwise specifically stated herein or in any applicable parts of these Contract
Documents, provide and pay for all labor, materials, equipment, tools, construction
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUMMARY OF WORK 011100 - 2
equipment, and other facilities and services necessary for proper execution, testing, and
completion of the work.
B. Any part or item of the work which is reasonably implied or normally required to make
each installation satisfactorily and completely operable shall be performed by the
Contractor and the expense thereof shall be included in the applicable lump sum prices
bid for the various items of work. It is the intent of these Specifications to provide the
Owner with complete operable systems, subsystems, and other items of work. All
miscellaneous appurtenances and other items or work that are incidental to meeting the
intent of these Specifications shall be considered as having been included in the
applicable lump sum prices bid for the various items of work even though these
appurtenances and items may not be specifically called for in the Specifications.
C. All contractors are responsible for completing the bid forms located in the Bid
Requirements section of this document.
D. The Work consists of, but is not limited to, the following (Refer to Drawings and the
remainder of the Contract Documents for complete scope of work):
1. General Work:
a. Coordination of all work as necessary with ACPS operations
b. Other requirements as defined in the Contract Documents.
c. Maintaining of all Project Record Documents as detailed in this Contract
Document.
d. Provide protection for all Owners’ existing equipment and structures.
e. Delivery of equipment and materials to job site.
f. Provide storage and insurance for material.
g. Provide all associated equipment, and all particulars/specialties needed to
make the provided equipment fully functional and perform its intended use.
h. Contractor is responsible for all cutting and patching associated with the
work.
i. Provide start-up and commissioning services complete, for all new
equipment provided under this Contract.
j. Test, adjust and place into continuous service all equipment and materials
provided under this Contract
k. Provide operator training and operational and maintenance manuals for all
equipment provided under this Contract.
2. Mechanical Work:
a. Demolish twelve (12) existing packaged rooftop units (RTU) and associated
roof curbs. Demolish existing ductwork as indicated on drawings.
b. Demolish existing supply and return ductwork connections to rooftop units
as required for reconnection.
c. Demolish associated controllers, wall mounted temperature sensors, central
controllers, and wiring.
d. Remove roof mounted exhaust fan for relocation.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUMMARY OF WORK 011100 - 3
e. Provide packaged twelve (12) rooftop units. Provide delegated design for
(11) wind rated roof curbs for RTU’s. Provide ductwork and insulation as
indicated on drawings.
f. Provide wind rated roof curb for the one (1) relocated roof exhaust fan
g. Provide relocation of existing sanitary vents through roof to indicated
locations.
h. Provide integration of mechanical equipment into existing BMS system.
3. Structural Work: a. Provide delegated design for structural reinforcement of existing structural
steel open web joists at locations indicated on drawings.
b. Provide delegated design for structural roof framing for metal deck
penetrations, metal deck patching, and HVAC equipment curbs as indicated
on drawings.
4. Electrical Work: a. Disconnect existing rooftop units and reconnect new rooftop units.
b. Provide new breakers in existing panelboards for new rooftop units.
c. Provide breaker, wire and conduit for new mechanical equipment.
1.6 SPECIAL OWNER REQUIREMENTS
A. The Work shall be performed such that the Owner’s facility remains in continuous
satisfactory operation during the Project. Work shall be scheduled and conducted by
Contractor such that it does not impede the Owner’s regular operations, create potential
hazards to personnel, or cause odors or other nuisances.
B. Do not shut off or disconnect the existing operating systems, unless approved by the
Owner or Engineer in writing. Operation of existing equipment will be by Owner unless
specified otherwise.
C. Contractor shall cooperate fully with the Owner when the production and/or quality of
the building is threatened due to the Contractor’s operations or unforeseen conditions
beyond the Owner’s control that negatively affect the operations and therefore may affect
the Contractor’s operation. The Contractor shall cooperate fully with the Owner
including stopping of work at no additional cost to Owner.
D. Do not use any facilities within the existing building unless allowed by the Contract
Documents or authorized in writing by Owner.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUMMARY OF WORK 011100 - 4
1.7 WORK SEQUENCE
A. Contractor shall provide a written work sequence, prior to commencement of work, for
approval from the Owner and Engineer.
B. The Contractor is required to submit a detailed construction sequencing plan
demonstrating compliance with the requirements of all shutdowns.
1.8 COORDINATION WITH OWNER’S OPERATIONS AND EXISTING FACILITIES
A. Work which requires shutdown or in any way impedes the operation of the facility shall
be closely coordinated with the Engineer and the Owner. A minimum of 72 hours written
notice shall be given to the Engineer and the Owner before such approval will be granted.
B. Work within the School will be limited to those times that School is not in session.
1.9 OCCUPANCY REQUIREMENTS
A. Partial Owner Occupancy: Owner will occupy the premises during portions of
construction period, with the exception of areas under construction. Cooperate with
Owner during construction operations to minimize conflicts and facilitate Owner usage.
Perform the Work so as not to interfere with Owner's operations. Maintain existing exits
unless otherwise indicated.
1. Maintain access to existing walkways, corridors, and other adjacent occupied
or used facilities. Do not close or obstruct walkways, corridors, or other
occupied or used facilities without written permission from Owner and
authorities having jurisdiction.
2. Provide not less than 72 hours' notice to Owner of activities that will affect
Owner's operations.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUMMARY OF WORK 011100 - 5
1.10 WORK BY OTHERS
A. The Contractor’s attention is directed to the fact that work may be conducted at the site
by others (Owner’s employees or other Contractors employed by the Owner) during the
performance of the work under this Contract. The Contractor shall conduct its operations
so as to cause a minimum of interference with any work of the Owner’s employees or
other Contractors employed by the Owner, and shall cooperate fully with the Owner’s
employees and their Contractors to provide continued safe access to their respective
portions of the site.
B. Specific areas will require coordination with the Owner. The Contractor will be notified
by the Owner in such instances, and is expected to adjust his schedule as necessary.
1.11 CONTRACTOR’S USE OF PREMISES
A. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations
to areas within contract limits indicated. Do not disturb portions of the site beyond the
areas in which the Work is indicated.
1. Owner Occupancy: Allow for Owner occupancy of Project site.
2. Driveways and Entrances: Keep driveways and entrances serving the premises
clear and available to the Owner, the Owner's employees, and emergency
vehicles at all times. Do not use these areas for parking or storage of materials.
Schedule deliveries to minimize space and time requirements for storage of
materials and equipment on-site.
3. All deliveries to the Contractor at the site must be accepted at the site by the
Contractor, regardless of time of delivery. The Owner will not accept deliveries
for the Contractor at any time.
4. Restore to new condition any lawn, pavement, sidewalk, etc., damage by
construction and staging operations. Repair lawns with sod matching existing
lawns, not with seed.
1.12 CONTROL OF THE PROJECT SITE
A. The Contractor's use of the project site shall be limited to its construction operations and
as directed by Owner, including on-site storage of materials.
B. Contractor shall assume full responsibility for the security of all his/her materials and
equipment stored at the Site.
C. If directed by the Owner, move any stored items that interfere with the operations of the
Owner.
D. Obtain and pay for use additional storage or work areas if needed to perform the work.
E. Any damage to existing facilities, including contamination, which may be caused by
Contractor’s personnel, callers, visitors, materials or equipment, shall be repaired or
corrected at the sole expense of the Contractor.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUMMARY OF WORK 011100 - 6
1.13 SEQUENCE OF WORK
A. The work generally shall be constructed without disruption to the normal operation of the
School, except as noted in the General Requirements, and as otherwise approved by the
Owner.
B. It is hereby understood that Time is of the Essence in performing all work, but especially
in the time that the HVAC service is interrupted to the customer.
C. Substantial Completion – When the construction of the Project or a designated part
thereof is sufficiently completed, in accordance with the Contract Documents, so that the
Project or designated part can be utilized for the purposes for which it is intended.
Substantial Completion shall be achieved at such time as all Work associated with the
Project is complete. Substantial Completion includes complete HVAC system
installation and start-up associated with this project.
D. Final Completion - When the construction of the Project is complete, in accordance with
the Contract Documents. Final Completion shall be achieved at such time as all work
associated with the Project is complete.
1.14 WORK RESTRICTIONS
A. Work Restrictions, General: Comply with restrictions on construction operations.
1. Comply with limitations on use of public streets and with other requirements of
authorities having jurisdiction.
B. On-Site Work Hours: Limit work in the existing building to start at 8:00 A.M and finish
by 4:00 P.M Monday through Friday.
C. Existing HVAC Interruptions: Do not interrupt the HVAC serving facilities occupied by
Owner or others unless permitted under the following conditions and then only after
providing temporary utility services according to requirements indicated:
1. Notify Owner and Engineer not less than two days in advance of proposed utility
interruptions.
2. Obtain Engineer’s written permission before proceeding with utility
interruptions.
3. Provide for temporary heating and cooling for the entire time period that the
existing HVAC system will be out of service until the new HVAC is running
within normal parameters.
D. Nonsmoking: Smoking is not permitted on the project site at any time. There will be no
exceptions.
E. Controlled Substances: Use of tobacco products and other controlled substances on
project site is not permitted.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUMMARY OF WORK 011100 - 7
1.15 SPECIFICATION AND DRAWING CONVENTIONS
A. Specification Content: The Specifications use certain conventions for the style of
language and the intended meaning of certain terms, words, and phrases when used in
particular situations. These conventions are as follows:
1. Abbreviated Language: Language used in the Specifications and other Contract
Documents are abbreviated. Words and meanings shall be interpreted as
appropriate. Words implied, but not stated, shall be inferred as the sense requires.
Singular words shall be interpreted as plural, and plural words shall be interpreted
as singular where applicable as the context of the Contract Documents indicates.
2. Imperative mood and streamlined language are generally used in the
Specifications. Requirements expressed in the imperative mood are to be
performed by Contractor. Occasionally, the indicative or subjunctive mood may
be used in the Section Text for clarity to describe responsibilities that must be
fulfilled indirectly by Contractor or by others when so noted.
a. The words "shall," "shall be," or "shall comply with," depending on the
context, are implied where a colon (:) is used within a sentence or phrase.
3. Specification requirements are to be performed by Contractor unless specifically
stated otherwise.
B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the
Work of all Sections in the Specifications.
C. Drawing Coordination: Requirements for materials and products identified on Drawings
are described in detail in the Specifications. One or more of the following are used on
Drawings to identify materials and products:
1. Terminology: Materials and products are identified by the typical generic terms
used in the individual Specifications Sections.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION 01 11 00
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PAYMENT PROCEDURES 012900 - 1
SECTION 01 29 00 - PAYMENT PROCEDURES
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 necessary to prepare and process
Applications for Payment.
1.3 DEFINITIONS
A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum
to various portions of the Work and used as the basis for reviewing Contractor's Applications for
Payment.
1.4 SCHEDULE OF VALUES
A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's
construction schedule.
1. Coordinate line items in the schedule of values with other required administrative forms
and schedules, including the following:
a. Application for Payment forms with continuation sheets.
b. Submittal schedule.
c. Items required to be indicated as separate activities in Contractor's construction
schedule.
2. Submit the schedule of values to the Engineer at earliest possible date, but no later than
seven (7) calendar days before the date scheduled for submittal of initial Applications for
Payment.
3. Sub-schedules for Phased Work: Where the Work is separated into phases requiring
separately phased payments, provide sub-schedules showing values coordinated with each
phase of payment.
4. Sub-schedules for Separate Elements of Work: Where the Contractor's construction
schedule defines separate elements of the Work, provide sub-schedules showing values
coordinated with each element.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PAYMENT PROCEDURES 012900 - 2
5. Sub-schedules for Separate Design Contracts: Where the Owner has retained design
professionals under separate contracts who will each provide certification of payment
requests, provide sub-schedules showing values coordinated with the scope of each design
services contract as described in Section 011000 Summary of Work.
B. Format and Content: Use Project Manual table of contents as a guide to establish line items for
the schedule of values. Provide at least one line item for each Specification Section.
1. Identification: Include the following Project identification on the schedule of values:
a. Project name and location.
b. Name of Engineer.
c. Engineer's project number(s).
d. Contractor's name and address.
e. Date of submittal.
2. Arrange schedule of values consistent with format of AIA Document G703.
3. Arrange the schedule of values in tabular form with separate columns to indicate the
following for each item listed:
a. Related Specification Section or Division.
b. Description of the Work.
c. Name of subcontractor.
d. Name of manufacturer or fabricator.
e. Name of supplier.
f. Change Orders (numbers) that affect value.
g. Dollar value of the following, as a percentage of the Contract Sum to nearest one-
hundredth percent, adjusted to total 100 percent.
1) Labor.
2) Materials.
3) Equipment.
4. Provide a breakdown of the Contract Sum in enough detail to facilitate continued
evaluation of Applications for Payment and progress reports. Coordinate with Project
Manual table of contents. Provide multiple line items for principal subcontract amounts in
excess of 5 percent of the Contract Sum.
5. Round amounts to nearest whole dollar; total shall equal the Contract Sum.
6. Provide a separate line item in the schedule of values for each part of the Work where
Applications for Payment may include materials or equipment purchased or fabricated and
stored but not yet installed.
a. Differentiate between items stored on-site and items stored off-site. Regardless of
on- or off-site storage, provide evidence of insurance for such.
7. Provide separate line items in the schedule of values for initial cost of materials, for each
subsequent stage of completion, and for total installed value of that part of the Work.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PAYMENT PROCEDURES 012900 - 3
8. Allowances: Provide a separate line item in the schedule of values for each allowance.
Show line-item value of unit-cost allowances, as a product of the unit cost, multiplied by
measured quantity. Use information indicated in the Contract Documents to determine
quantities.
9. Purchase Contracts: Provide a separate line item in the schedule of values for each
purchase contract. Show line-item value of purchase contract. Indicate owner payments
or deposits, if any, and balance to be paid by Contractor.
10. Each item in the schedule of values and Applications for Payment shall be complete.
Include total cost and proportionate share of general overhead and profit for each item.
a. Temporary facilities and other major cost items that are not direct cost of actual
work-in-place may be shown either as separate line items in the schedule of values
or distributed as general overhead expense, at Contractor's option.
11. Schedule Updating: Update and resubmit the schedule of values before the next
Applications for Payment when Change Orders or Construction Change Directives result
in a change in the Contract Sum.
1.5 APPLICATIONS FOR PAYMENT
A. Each Application for Payment following the initial Application for Payment shall be consistent
with previous applications and payments as certified by the Engineer and paid for by the Owner.
1. Initial Application for Payment, Application for Payment at time of Substantial
Completion, and final Application for Payment involve additional requirements.
B. Payment Application Times: The date for each progress payment is indicated in the Agreement
between the Owner and the Contractor. The period of construction work covered by each
Application for Payment is the period indicated in the Agreement.
C. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form
for Applications for Payment.
D. Application Preparation: Complete every entry on form. Notarize and execute by a person
authorized to sign legal documents on behalf of Contractor. The Engineer will return incomplete
applications without action.
1. Entries shall match data on the schedule of values and Contractor's construction schedule.
Use updated schedules if revisions were made.
2. Include amounts for work completed following previous Application for Payment, whether
or not payment has been received. Include only amounts for work completed at time of
Application for Payment.
3. Include amounts of Change Orders and Construction Change Directives issued before last
day of construction period covered by application.
4. Indicate separate amounts for work being carried out under Owner-requested project
acceleration.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PAYMENT PROCEDURES 012900 - 4
E. Stored Materials: Include in Application for Payment amounts applied for materials or equipment
purchased or fabricated and stored, but not yet installed. Differentiate between items stored on-
site and items stored off-site.
1. Provide certificate of insurance, evidence of transfer of title to Owner, and consent of surety
to payment, for stored materials.
2. Provide supporting documentation that verifies amount requested, such as paid invoices.
Match amount requested with amounts indicated on documentation; do not include
overhead and profit on stored materials.
3. Provide summary documentation for stored materials indicating the following:
a. Value of materials previously stored and remaining stored as of date of previous
Applications for Payment.
b. Value of previously stored materials put in place after date of previous Application
for Payment and on or before date of current Application for Payment.
c. Value of materials stored since date of previous Application for Payment and
remaining stored as of date of current Application for Payment.
F. Transmittal: Submit three (3) signed and notarized original copies of each Application for
Payment to the Engineer by a method ensuring receipt. One copy shall include waivers of liens
and similar attachments if required.
1. Transmit each copy with a transmittal form listing attachments and recording appropriate
information about application.
G. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's
lien from entities (subcontractors, sub-subcontractors, and suppliers) lawfully entitled to file a
mechanic's lien arising out of the Contract and related to the Work covered by the payment for
construction period covered by the previous application.
1. Submit partial waivers on each item for amount requested in previous application, after
deduction for retainage, on each item.
2. When an application shows completion of an item, submit conditional final or full waivers.
3. Owner reserves the right to designate which entities involved in the Work must submit
waivers.
4. Submit final Application for Payment with or preceded by conditional final waivers from
every entity involved with performance of the Work covered by the application who is
lawfully entitled to a lien.
5. Waiver Forms: Submit executed waivers of lien on forms, acceptable to Owner.
H. Initial Application for Payment: Administrative actions and submittals that must precede or
coincide with submittal of first Application for Payment include the following:
1. List of subcontractors.
2. Schedule of values.
3. Contractor's construction schedule (preliminary if not final).
4. Combined Contractor's construction schedule (preliminary if not final) incorporating Work
of multiple contracts, with indication of acceptance of schedule by each Contractor.
5. Products list (preliminary if not final).
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PAYMENT PROCEDURES 012900 - 5
6. Schedule of unit prices.
7. Submittal schedule (preliminary if not final).
8. List of Contractor's staff assignments.
9. List of Contractor's principal consultants.
10. Copies of building permits.
11. Copies of authorizations and licenses from authorities having jurisdiction for performance
of the Work.
12. Initial progress report.
13. Report of preconstruction conference.
14. Certificates of insurance and insurance policies.
15. Performance and payment bonds.
16. Data needed to acquire Owner's insurance.
I. Application for Payment at Substantial Completion: After the Engineer issues the Certificate of
Substantial Completion, submit an Application for Payment showing 100 percent completion for
portion of the Work claimed as substantially complete.
1. Include documentation supporting claim that the Work is substantially complete and a
statement showing an accounting of changes to the Contract Sum.
2. This application shall reflect Certificate(s) of Substantial Completion issued previously for
Owner occupancy of designated portions of the Work.
J. Final Payment Application: After completing Project closeout requirements, submit final
Application for Payment with releases and supporting documentation not previously submitted
and accepted, including, but not limited, to the following:
1. Evidence of completion of Project closeout requirements.
2. Insurance certificates for products and completed operations where required and proof that
taxes, fees, and similar obligations were paid.
3. Updated final statement, accounting for final changes to the Contract Sum.
4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims."
5. AIA Document G706A, "Contractor's Affidavit of Release of Liens."
6. AIA Document G707, "Consent of Surety to Final Payment."
7. AIA Document G707A, “Consent of Surety to Final Reduction in or Partial Release of
Retainage.”
8. Evidence that claims have been settled.
9. Final meter readings for utilities, a measured record of stored fuel, and similar data as of
date of Substantial Completion or when Owner took possession of and assumed
responsibility for corresponding elements of the Work.
10. Final liquidated damages settlement statement.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION 01 29 00
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SCHEDULE OF VALUES 012973-1
SECTION 01 29 73 - SCHEDULE OF VALUES
PART 1 - GENERAL
1.1 GENERAL
A. The Schedule of Values must be approved by Engineer before the work commences.
B. Support values given with data that will substantiate their correctness.
C. List quantities of materials specified under unit price allowances.
D. Use Schedule of Values as basis for Contractor's Request for Payment on the lump sum portion of
the work and for unit price work.
1.2 FORM OF SUBMITTAL
A. Submit completed Schedule of Values on AIA Documents G702 and G703.
B. Use Table of Contents of this specification as basis for format for listing costs of work for sections
under Specification Division 02 through 48.
C. Identify each line item with number and title as listed in Table of Contents of this specification.
1.3 PREPARING SCHEDULE OF VALUES
A. Itemize separate line item cost for each of following general cost items:
1. Performance and payment bonds
2. Field supervision and layout
3. Temporary facilities and controls
B. Itemize separate line item cost for work required by trade. Break down the schedule into work
required for each phase separately. Separate line item costs must be identified for alteration work
within existing buildings and new construction work.
C. Itemized break down shall be for installed costs including:
1. Overhead and profit.
2. Labor, materials, equipment.
D. Round off figures to nearest dollar.
E. Work performed on a unit price basis shall indicate the estimated quantity of work and the unit price
for each item.
F. Make sum of total costs of all items listed in schedule equal to total contract sum.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SCHEDULE OF VALUES 012973-2
END OF SECTION 01 29 73
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PROJECT MANAGEMENT AND COORDINATION 013100 - 1
SECTION 01 31 00 - PROJECT MANAGEMENT AND COORDINATION
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 provisions for coordinating construction operations of the Project
including, but not limited to, the following:
1. Requests for Information (RFIs).
2. Project meetings.
B. Each contractor shall cooperate and participate in coordination requirements. Certain areas of
responsibility are assigned to a specific contractor.
1.3 DEFINITIONS
A. RFI: Request from Owner, Engineer, or Contractor seeking information required by or
clarifications of the Contract Documents.
1.4 REQUESTS FOR INFORMATION (RFIs)
A. General: Immediately on discovery of the need for additional information or interpretation of the
Contract Documents, Contractor shall prepare and submit an RFI in the form specified.
1. Engineer will return RFIs submitted to Engineer by other entities controlled by Contractor
with no response.
2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work
or work of subcontractors.
3. Engineer will not review RFI’s submitted via fax or verbal requests.
B. Content of the RFI: Include a detailed, legible description of item needing information or
interpretation and the following:
1. Project name.
2. Project number.
3. Date.
4. Name of Contractor.
5. Name of Engineer.
6. RFI number, numbered sequentially.
7. RFI subject.
8. Specification Section number and title and related paragraphs, as appropriate.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PROJECT MANAGEMENT AND COORDINATION 013100 - 2
9. Drawing number and detail references, as appropriate.
10. Field dimensions and conditions, as appropriate.
11. Contractor's suggested resolution. If Contractor's suggested resolution impacts the
Contract Time or the Contract Sum, Contractor shall state impact in the RFI.
12. Contractor's signature.
13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop
Drawings, coordination drawings, and other information necessary to fully describe items
needing interpretation.
a. Include dimensions, thicknesses, structural grid references, and details of affected
materials, assemblies, and attachments on attached sketches.
C. RFI Forms: Form template provided in Section 013100b.
1. Attachments shall be electronic files in Adobe Acrobat PDF format.
D. Engineer's Action: Engineer will review each RFI, determine action required, and respond.
Allow five (5) business days for Engineer's response for each RFI. RFIs received by Engineer
after 1:00 p.m. will be considered as received the following business day.
1. The following Contractor-generated RFIs will be returned without action:
a. Requests for approval of submittals.
b. Requests for approval of substitutions.
c. Requests for approval of Contractor's means and methods.
d. Requests for coordination information already indicated in the Contract Documents.
e. Requests for adjustments in the Contract Time or the Contract Sum.
f. Requests for interpretation of Engineer's actions on submittals.
g. Incomplete RFIs or inaccurately prepared RFIs.
2. Engineer's action may include a request for additional information, in which case
Engineer's time for response will date from time of receipt of additional information.
3. Engineer's action on RFIs that may result in a change to the Contract Time or the Contract
Sum may be eligible for Contractor to submit Change Proposal as specified in the General
Conditions of these Specifications.
a. If Contractor believes the RFI response warrants change in the Contract Time or the
Contract Sum, notify the Engineer in writing within 10 business days of receipt of
the RFI response.
E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number.
Submit log weekly. Include the following:
1. Project name.
2. Name and address of Contractor.
3. Name and address of the Engineer.
4. RFI number including RFIs that were returned without action or withdrawn.
5. RFI description.
6. Date the RFI was submitted.
7. Date Engineer’s response was received.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PROJECT MANAGEMENT AND COORDINATION 013100 - 3
F. On receipt of Engineer's action, update the RFI log and immediately distribute the RFI response
to affected parties. Review response and notify Engineer within five (5) business days if
Contractor disagrees with response.
1. Identification of related Minor Change in the Work, Construction Change Directive, and
Proposal Request, as appropriate.
1.5 PROJECT MEETINGS
A. General: Where indicated, the Engineer and/or the Owner shall schedule and conduct meetings
and conferences at Project site unless otherwise indicated.
1. Attendees: The Engineer shall inform participants and others involved, and individuals
whose presence is required, of date and time of each meeting.
2. Agenda: The Engineer shall prepare the meeting agenda. Distribute the agenda to all
invited attendees.
3. Minutes: The Engineer shall be responsible for conducting meeting and will record
significant discussions and agreements achieved. The Engineer shall distribute the meeting
minutes to everyone concerned, including the Owner and Contractor, within three (3)
business days of the meeting.
B. Preconstruction Conference: The Engineer will schedule and conduct a preconstruction
conference before starting construction, at a time convenient to Owner, but no later than 15
business days after execution of the Agreement.
1. Conduct the conference to review responsibilities and personnel assignments.
2. Attendees: Authorized representatives of Owner, Engineer, and their consultants;
Contractor and its superintendent; major subcontractors; suppliers; and other concerned
parties shall attend the conference. Participants at the conference shall be familiar with
Project and authorized to conclude matters relating to the Work.
3. Agenda: Discuss items of significance that could affect progress, including the following:
a. Tentative construction schedule.
b. Phasing.
c. Critical work sequencing and long-lead items.
d. Designation of key personnel and their duties.
e. Lines of communications.
f. Procedures for processing field decisions and Change Orders.
g. Procedures for RFIs.
h. Procedures for testing and inspecting.
i. Procedures for processing Applications for Payment.
j. Distribution of the Contract Documents.
k. Submittal procedures.
l. Preparation of record documents.
m. Use of the premises and existing building.
n. Work restrictions.
o. Working hours.
p. Owner's occupancy requirements.
q. Responsibility for temporary facilities and controls.
r. Procedures for moisture and mold control.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PROJECT MANAGEMENT AND COORDINATION 013100 - 4
s. Procedures for disruptions and shutdowns.
t. Construction waste management and recycling.
u. Parking availability.
v. Office, work, and storage areas.
w. Equipment deliveries and priorities.
x. First aid.
y. Security.
z. Progress cleaning.
4. Minutes: Entity responsible for conducting meeting will record and distribute meeting
minutes.
C. Progress Meetings: Engineer will conduct progress meetings as necessary, but at a minimum on
a monthly basisi.
1. Coordinate dates of meetings with preparation of payment requests.
2. Attendees: In addition to representatives of Owner, and Engineer, each contractor,
subcontractor, supplier, and other entity concerned with current progress or involved in
planning, coordination, or performance of future activities shall be represented at these
meetings. All participants at the meeting shall be familiar with Project and authorized to
conclude matters relating to the Work.
3. Agenda: Review and correct or approve minutes of previous progress meeting. Review
other items of significance that could affect progress. Include topics for discussion as
appropriate to status of Project.
a. Contractor's Construction Schedule: Review progress since the last meeting.
Determine whether each activity is on time, ahead of schedule, or behind schedule,
in relation to Contractor's construction schedule. Determine how construction
behind schedule will be expedited; secure commitments from parties involved to do
so. Discuss whether schedule revisions are required to ensure that current and
subsequent activities will be completed within the Contract Time.
1) Review schedule for next period.
b. Review present and future needs of each entity present, including the following:
1) Interface requirements.
2) Sequence of operations.
3) Status of submittals.
4) Deliveries.
5) Off-site fabrication.
6) Access.
7) Site utilization.
8) Temporary facilities and controls.
9) Progress cleaning.
10) Quality and work standards.
11) Status of correction of deficient items.
12) Field observations.
13) Status of RFIs.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PROJECT MANAGEMENT AND COORDINATION 013100 - 5
14) Status of proposal requests.
15) Pending changes.
16) Status of Change Orders.
17) Pending claims and disputes.
18) Documentation of information for payment requests.
4. Minutes: Engineer shall record and distribute the meeting minutes to each party present
and to parties requiring information.
a. Schedule Updating: Revise Contractor's construction schedule after each progress
meeting where revisions to the schedule have been made or recognized. Issue
revised schedule concurrently with the report of each meeting.
5. Agenda: Review and correct or approve minutes of the previous coordination meeting.
Review other items of significance that could affect progress. Include topics for discussion
as appropriate to status of Project.
a. Combined Contractor's Construction Schedule: Review progress since the last
coordination meeting. Determine whether each contract is on time, ahead of
schedule, or behind schedule, in relation to combined Contractor's construction
schedule. Determine how construction behind schedule will be expedited; secure
commitments from parties involved to do so. Discuss whether schedule revisions
are required to ensure that current and subsequent activities will be completed within
the Contract Time.
b. Schedule Updating: Revise combined Contractor's construction schedule after each
coordination meeting where revisions to the schedule have been made or recognized.
Issue revised schedule concurrently with report of each meeting.
c. Review present and future needs of each contractor present, including the following:
1) Interface requirements.
2) Sequence of operations.
3) Status of submittals.
4) Deliveries.
5) Off-site fabrication.
6) Access.
7) Site utilization.
8) Temporary facilities and controls.
9) Work hours.
10) Hazards and risks.
11) Progress cleaning.
12) Quality and work standards.
13) Change Orders.
6. Reporting: Record meeting results and distribute copies to everyone in attendance and to
others affected by decisions or actions resulting from each meeting.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PROJECT MANAGEMENT AND COORDINATION 013100 - 6
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION 01 31 00
REQUEST FORM FOR ELECTRONIC FILES
Page 1 of 2 rev
10.16.13
Alexandria City Public Schools
Wendel
Project Name ACPS RTU Replacement
Project Location Alexandria, VA
Wendel Project Number 487501
Electronic Files
Copies Date/Version Name/Description of File
(If more space is needed attach a list of the requested files hereto.)
Purpose of Request:
Processing Fee:
In order to request electronic files from Wendel WD Architecture, Engineering, Surveying & Landscape Architecture P.C., (hereinafter “Wendel”) this Request Form must be submitted to Wendel, fully executed and with no modifications. By submitting this Request Form the Recipient is entering into a contract, the Terms and Conditions of which are attached hereto and made a part hereof, and acknowledges that the Recipient has read this document, that the Recipient understands it and agrees to be bound by its terms.
In consideration of Recipient’s acceptance of the terms of this Request Form, the sufficiency of which is hereby acknowledged, Wendel grants Recipient a limited, nonexclusive, non-transferable license, subject to the attached Terms and Conditions, to temporarily save the original electronic files to storage media for viewing and printing, and the creation of derivative works therefrom, by Recipient solely for the Purpose stated above, which Purpose must be related to the Project named above.
Each person signing this Agreement represents and warrants that he or she is duly authorized and has legal capacity
to execute and deliver this Agreement.
Wendel Recipient Signature Signature
Printed Name Printed Name
Title Title
Date Date
REQUEST FORM FOR ELECTRONIC FILES Terms and Conditions
Page 2 of 2 rev 10.16.13
Recipient understands and confirms that (i) the electronic files provided by Wendel may contain confidential and/or proprietary information and are each and all deemed confidential and proprietary, (ii) Recipient shall use not less than the same degree of care to avoid disclosure of the electronic files as it uses for its own confidential or proprietary Information of like importance, and (iii) Recipient must immediately notify Wendel of any known or suspected unauthorized use(s) of the electronic files.
The availability of electronic files is subject to the consent of the owner(s) of those electronic files. Wendel will not negotiate with nor repeatedly solicit another party to obtain their consent. Neither this Request Form nor any such separate party’s consent may be assigned or transferred by Recipient to any other person or entity.
Electronic files and data, and the license for the limited use thereof hereby granted, are provided by Wendel only for the convenience of the Recipient, do not constitute or imply a grant of any rights, by license or otherwise, to Recipient under any patent, copyright, trade secret, or other intellectual property right, are not Project contract documents nor Instruments of Service of any licensed professional, shall not be construed as containing original signatures and seals of any licensed professionals, and are not intended to be deemed a sale of the electronic files and data to the Recipient; all right, title and interest in the electronic files belong to and shall remain with Wendel. The electronic files and data shall not be used by the Recipient for the construction or building of the Project, for additions to the Project, for completion of the Project by others, or on other projects.
Recipient may not remove or obscure any copyright notice or other notices contained in the electronic files. Recipient will not copy, alter, modify, disassemble, reverse engineer, decompile, or distribute, sell, rent, lease, lend or sub-license to any third party, any of the electronic files received from Wendel without the prior written consent of Wendel.
Wendel, at its sole discretion, may (i) modify the electronic files before they are provided to the Recipient. Such modifications may include, but are not necessarily limited to, removal of the seals of licensed professionals and certain confidential or proprietary information or (ii) refuse to provide some or all electronic files requested by Recipient.
WENDEL PROVIDES THE ELECTRONIC FILES SOLELY ON AN "AS IS" BASIS. NO REPRESENTATION OR WARRANTY IS MADE, EITHER EXPRESS OR IMPLIED, CONCERNING THE MERCHANTABILITY OF THE ELECTRONIC FILES AND DATA OR THEIR FITNESS FOR A PARTICULAR PURPOSE. Wendel shall not be responsible for and the Recipient assumes all risks associated with the receipt, use and possession of the electronic files. Recipient waives any and all claims against and shall defend, indemnify and hold harmless Wendel, its sub-consultants, subcontractors, agents, and the owners, partners and employees of each of them, from and against any and all third party claims, suits, losses, direct, indirect, consequential, punitive or special damages, costs and expenses, including but not limited to attorney’s fees, arising out of, resulting from, or in connection with the Recipient’s possession, use, modification or distribution of
the electronic files and data provided by Wendel. The waiver, defense and indemnification obligations set forth in this paragraph shall survive any use of the electronic files provided under this Request Form.
Recipient agrees it shall have no right to furnish or provide the electronic files in any litigation, administrative proceeding, arbitration or mediation against Wendel, its sub-consultants, subcontractors, agents, and the owners, partners and employees of each of them, except with the express written consent of Wendel.
Upon conclusion or expiration of the stated Purpose, Recipient will return or destroy all the electronic files received from Wendel. Recipient will retain no copies of the electronic files, unless both parties agree that such return or destruction is not feasible, Recipient will then extend the protection of the confidentiality requirements set forth herein to the electronic files not returned or destroyed, and refrain from further use or disclosure of such electronic files or their content for as long as Recipient retains the electronic files.
The Recipient understands and acknowledges that any disclosure or misappropriation of any of the electronic files, or the confidential or proprietary data or Information contained therein, in violation of this contract may cause Wendel irreparable harm, the amount of which may be difficult to ascertain, and therefore agrees that Wendel shall have the right to apply to a court of competent jurisdiction for an order restraining and enjoining such disclosure or breach and for such other relief as Wendel shall deem appropriate. Such right of Wendel is to be in addition to the remedies otherwise available to Wendel at law or in equity. The Recipient expressly waives (i) the defense that a remedy in damages will be adequate and (ii) any requirement in an action for injunction for the posting of a bond by Wendel. If any action at law or in equity is brought to enforce or interpret the provisions of this contract, the prevailing party in such action shall be awarded its attorneys' fees and costs incurred.
This Request Form shall be interpreted and construed in accordance with the laws of the State of New York. If one or more of the provisions contained herein is found to be invalid, illegal or unenforceable in any respect, the validity, legality and enforceability of the remaining provisions shall not be affected. Such invalid, illegal or unenforceable provisions shall be revised only to the extent necessary to make them enforceable. Recipient agrees to submit to jurisdiction and venue in the state and federal courts of Erie County, New York for any dispute which may arise hereunder.
This Request Form contains all applicable terms and conditions relating to the provision of the requested electronic files to the Recipient by Wendel. No other terms and conditions apply. This Request Form is not a part of, subject to, nor a modification of the terms and conditions of any bid documents or contract documents of the Project named above.
_________________________________________________ REQUEST FOR INFORMATION Contractor Name
Address: Phone: City, State, Zip: Fax: Project No. 487501
Answered By: Date:
Contractor RFI No.: DATE:
TITLE: JOB:
PROJECT: Alexandria City Public Schools REQUIRED:
TO: Wendel
375 Essjay Road, Suite 200
Williamsville, New York, 14221
ATTN: Kait Heschke (KHeschke@wendelcompanies.com)
QUESTION:
ANSWER:
Note: the response to this RFI is for clarification of the contract documents. The response is NOT authorization to
proceed with additional work.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 1
SECTION 013200 - CONSTRUCTION PROGRESS DOCUMENTATION
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 documenting the progress of
construction during performance of the Work, including but not limited to, the following:
1. Preliminary construction schedule.
2. Contractor's construction schedule.
3. Submittal schedule.
4. Daily construction reports.
5. Material location reports.
6. Site condition reports.
7. Special reports.
1.3 DEFINITIONS
A. Activity: A discrete part of a project that can be identified for planning, scheduling,
monitoring, and controlling the construction project. Activities included in a construction
schedule consume time and resources.
1. Critical Activity: An activity on the critical path that must start and finish on the planned
early start and finish times.
2. Predecessor Activity: An activity that precedes another activity in the network.
3. Successor Activity: An activity that follows another activity in the network.
B. CPM: Critical path method, which is a method of planning and scheduling a construction
project where activities are arranged based on activity relationships. Network calculations
determine when activities can be performed and the critical path of Project.
C. Critical Path: The longest connected chain of interdependent activities through the network
schedule that establishes the minimum overall Project duration and contains no float.
D. Event: The starting or ending point of an activity.
E. Float: The measure of leeway in starting and completing an activity.
1. Float time belongs to Owner.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 2
2. Free float is the amount of time an activity can be delayed without adversely affecting the
early start of the successor activity.
3. Total float is the measure of leeway in starting or completing an activity without
adversely affecting the planned Project completion date.
1.4 INFORMATIONAL SUBMITTALS
A. Format for Submittals: Submit required submittals in the following format:
1. Working electronic copy of schedule file, where indicated.
a. File Format: “.xer” file from Primavera P6.
2. PDF electronic file.
B. Qualification Data for Scheduling Consultant: For consultant or in-house persons specified in
“Quality Assurance” Article to demonstrate their capabilities and experience. Include lists of
completed projects with project names and addresses, names and addresses of engineers and
owners, and other information specified.
C. Preliminary construction schedule.
1. Approval of startup construction schedule will not constitute approval of schedule of
values for cost-loaded activities.
D. Submittals Schedule: Submit submittals schedule, conforming to dates on the Contractor’s
Construction Schedule. Include any required submittals not included on the schedule. Arrange
the following information in a tabular format:
1. Scheduled dates for first submittal.
2. Specification Section number and title.
3. Submittal category (action or informational)
4. Name of subcontractor.
5. Description of the Work covered.
6. Scheduled date for Engineer’s and Owner’s final release or approval.
E. Contractor's Construction Schedule: Submit on 11”x17” paper for review as required to display
entire schedule for entire construction period.
1. Submit a working electronic copy of schedule, using software indicated, and labeled to
comply with requirements for submittals. Include type of schedule (initial or updated)
and date on label.
F. CPM Reports: Concurrent with CPM schedule, submit each of the following reports. Format
for each activity in reports shall contain activity number, activity description and cost loading,
original duration, remaining duration, early start date, early finish date, late start date, late
finish date, and total float in calendar days.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 3
1. Activity Report: List of all activities sorted by activity number and then early start date,
or actual start date if known.
2. Logic Report: List of preceding and succeeding activities for all activities, sorted in
ascending order by activity number and then early start date, or actual start date if known.
3. Total Float Report: List of all activities sorted in ascending order of total float.
G. Daily Construction Reports: Submit at weekly intervals.
H. Material Location Reports: Submit at monthly intervals.
I. Site Condition Reports: Submit at time of discovery of differing conditions.
J. Special Reports: Submit at time of unusual event.
K. Three Week Look-Ahead Schedules: Submit at weekly intervals.
1.5 QUALITY ASSURANCE
A. Prescheduling Conference: Conduct conference at Project site to comply with requirements in
Section 013100 "Project Management and Coordination" Review methods and procedures
related to the preliminary construction schedule and Contractor's construction schedule,
including, but not limited to, the following:
1. Review software limitations and content and format for reports.
2. Verify availability of qualified personnel needed to develop and update schedule.
3. Discuss constraints, including phasing, work stages, area separations, interim milestones,
and partial Owner occupancy.
4. Review delivery dates for Owner-furnished products.
5. Review schedule for work of Owner's separate contracts.
6. Review submittal requirements and procedures.
7. Review time required for review of submittals and resubmittals.
8. Review requirements for tests and inspections by independent testing and inspecting
agencies.
9. Review time required for Project closeout and Owner startup procedures, including
commissioning activities.
10. Review and finalize list of construction activities to be included in schedule.
11. Review procedures for updating schedule.
1.6 COORDINATION
A. Coordinate Contractor's construction schedule with the schedule of values, list of subcontracts,
submittal schedule, progress reports, payment requests, and other required schedules and
reports.
1. Secure time commitments for performing critical elements of the Work from entities
involved.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 4
2. Coordinate each construction activity in the network with other activities and schedule
them in proper sequence.
PART 2 - PRODUCTS
2.1 SUBMITTAL SCHEDULE
A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required
per construction schedule. Include time required for review, resubmittal, ordering,
manufacturing, fabrication, and delivery when establishing dates.
1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and
Contractor’s Construction Schedule.
2. Initial Submittal: Submit within 10 business days of Notice to Proceed. Include
submittals required during the first 60 calendar days of construction. List those required
to maintain orderly progress of the Work and those required early because of long lead
time for manufacture or fabrication.
3. Final Submittal: Submit concurrently with the first complete submittal of Contractor’s
Construction Schedule. Update monthly as required.
2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL
A. Time Frame: Extend schedule from date established for the Notice to Proceed to date of Final
Completion.
1. Contract completion date(s) shall not be changed by submission of a schedule that shows
a late completion date, unless specifically authorized by Change Order.
B. Activities: Treat each story or separate area as a separate numbered activity for each main
element of the Work. Include the following:
1. Activity Duration
2. Procurement Activities
3. Submittal Review Time
4. Startup and Testing Time
5. Commissioning
6. Substantial Completion
7. Punch List and Final Completion
C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and
as follows in schedule, and show how the sequence of the Work is affected.
1. Phasing: Arrange list of activities on schedule by phase.
2. Work under More Than One Contract: Include a separate activity for each contract.
3. Work by Owner: Include a separate activity for each portion of the Work performed by
Owner.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 5
4. Products Ordered in Advance: Include a separate activity for each product. Include
delivery date as provided or as indicated in Section 011000 "Summary." Delivery dates
indicated stipulate the earliest possible delivery date.
5. Owner-Furnished Products: Include a separate activity for each product. Include
delivery date as provided or as indicated in Section 011000 "Summary." Delivery dates
indicated stipulate the earliest possible delivery date.
6. Work Restrictions: Show the effect of the following items on the schedule:
a. Coordination with existing adjacent construction.
b. Uninterruptible services.
c. Use of premises restrictions.
d. Provisions for future construction.
e. Seasonal variations.
f. Environmental control.
7. Work Stages: Indicate important stages of construction for each major portion of the
Work, including, but not limited to, the following:
a. Subcontract awards.
b. Submittals.
c. Purchases.
d. Mockups.
e. Fabrication.
f. Sample testing.
g. Deliveries.
h. Installation.
i. Tests and inspections.
j. Adjusting.
k. Curing.
l. Building flush-out.
m. Startup and placement into final use and operation.
n. Commissioning
8. Construction Areas: Identify each major area of construction for each major portion of
the Work. Indicate where each construction activity within a major area must be
sequenced or integrated with other construction activities to provide for the following:
a. Structural completion.
b. Temporary enclosure and space conditioning.
c. Permanent space enclosure.
d. Completion of mechanical installation.
e. Completion of electrical installation.
f. Substantial Completion.
g. Final Completion.
D. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but
not limited to, the Notice to Proceed, Substantial Completion, and final completion and the
following interim milestones:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 6
1. Temporary enclosure and space conditioning.
E. Recovery Schedule: When periodic update indicates the Work is 14 or more calendar days
behind the current approved schedule, submit a separate recovery schedule indicating means by
which Contractor intends to regain compliance with the schedule. Indicate changes to working
hours, working days, crew sizes, and equipment required to achieve compliance, and date by
which recovery will be accomplished.
F. Computer Scheduling Software: Prepare schedules using Primavera P6.
2.3 PRELIMINARY CONSTRUCTION SCHEDULE
A. Bar-Chart Schedule: Submit startup, horizontal, bar-chart-type construction schedule within 30
calendar days of date established for the Notice to Proceed.
B. Preparation: Indicate each significant construction activity separately.
2.4 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART)
A. Gantt-Chart Schedule: Submit a comprehensive, fully developed, horizontal, Gantt-chart-type,
Contractor's construction schedule within 30 calendar days of date established for the Notice to
Proceed. Base schedule on the startup construction schedule and additional information
received since the start of Project.
B. Preparation: Indicate each significant construction activity separately.
2.5 CONTRACTOR'S CONSTRUCTION SCHEDULE (CPM SCHEDULE)
A. General: Prepare network diagrams using AON (activity-on-node) format.
B. CPM Schedule: Prepare Contractor's construction schedule using a time-scaled CPM network
analysis diagram for the Work.
1. Develop network diagram in sufficient time to submit CPM schedule so it can be
accepted for use no later than 30 calendar days after date established for the Notice to
Proceed.
a. Failure to include any work item required for performance of this Contract shall not
excuse Contractor from completing all work within applicable completion dates.
2. Conduct educational workshops to train and inform key Project personnel, including
subcontractors' personnel, in proper methods of providing data and using CPM schedule
information.
3. Establish procedures for monitoring and updating CPM schedule and for reporting
progress. Coordinate procedures with progress meeting and payment request dates.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 7
4. Use "one workday" as the unit of time for individual activities. Indicate nonworking
days and holidays incorporated into the schedule in order to coordinate with the Contract
Time.
C. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work.
Using the startup network diagram, prepare a network to identify probable critical paths.
1. Activities: Indicate the estimated time duration, sequence requirements, and relationship
of each activity in relation to other activities. Include estimated time frames for the
following activities:
a. Preparation and processing of submittals.
b. Mobilization and demobilization.
c. Purchase of materials.
d. Delivery.
e. Fabrication.
f. Utility interruptions.
g. Installation.
h. Work by Owner that may affect or be affected by Contractor's activities.
i. Startup Testing and commissioning.
j. Punch list and final completion.
k. Activities occurring following final completion.
2. Critical Path Activities: Identify critical path activities, including those for interim
completion dates. Scheduled start and completion dates shall be consistent with Contract
milestone dates.
3. Processing: Process data to produce output data on a computer-drawn, time-scaled
network. Revise data, reorganize activity sequences, and reproduce as often as necessary
to produce the CPM schedule within the limitations of the Contract Time.
4. Format: Mark the critical path.
D. Contract Modifications: For each proposed contract modification and concurrent with its
submission, prepare a time-impact analysis using a network fragment to demonstrate the effect of
the proposed change on the overall project schedule.
E. Initial Issue of Schedule: Prepare initial network diagram from a sorted activity list indicating
straight "early start-total float." Identify critical activities. Prepare tabulated reports showing the
following:
1. Contractor or subcontractor and the Work or activity.
2. Description of activity.
3. Main events of activity.
4. Immediate preceding and succeeding activities.
5. Early and late start dates.
6. Early and late finish dates.
7. Activity duration in workdays.
8. Total float or slack time.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 8
F. Schedule Updating: Concurrent with making revisions to schedule, prepare tabulated reports
showing the following:
1. Identification of activities that have changed.
2. Changes in early and late start dates.
3. Changes in early and late finish dates.
4. Changes in activity durations in workdays.
5. Changes in the critical path.
6. Changes in total float or slack time.
7. Changes in the Contract Time.
G. Individual construction activities shall be no longer than 15 days duration and no greater than
$50,000 in value.
H. Construction activities only shall be cost loaded to match the contractors bid. Cost loading shall
be entered as budget cost.
2.6 REPORTS
A. Daily Construction Reports: Prepare a daily construction report recording the following
information concerning events at Project site:
1. List of subcontractors at Project site.
2. List of separate contractors at Project site.
3. Approximate count of personnel at Project site.
4. Equipment at Project site.
5. Material deliveries.
6. High and low temperatures and general weather conditions, including presence of rain or
snow.
7. Accidents.
8. Meetings and significant decisions.
9. Unusual events (see special reports).
10. Stoppages, delays, shortages, and losses.
11. Meter readings and similar recordings.
12. Emergency procedures.
13. Orders and requests of authorities having jurisdiction.
14. Change Orders received and implemented.
15. Construction Change Directives received and implemented.
16. Services connected and disconnected.
17. Equipment or system tests, commissioning, and startups.
18. Partial completions and occupancies.
19. Substantial Completions authorized.
20. Locations of Work.
B. Material Location Reports: At monthly intervals, prepare and submit a comprehensive list of
materials delivered to and stored at Project site. List shall be cumulative, showing materials
previously reported plus items recently delivered. Include with list a statement of progress on
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 9
and delivery dates for materials or items of equipment fabricated or stored away from Project
site. Indicate the following categories for stored materials:
1. Material stored prior to previous report and remaining in storage.
2. Material stored prior to previous report and since removed from storage and installed.
3. Material stored following previous report and remaining in storage.
C. Site Condition Reports: Immediately on discovery of a difference between site conditions and
the Contract Documents, prepare and submit a detailed report. Submit with a Request for
Information. Include a detailed description of the differing conditions, together with
recommendations for changing the Contract Documents.
2.7 SPECIAL REPORTS
A. General: Submit special reports directly to Owner within one day of an occurrence. Distribute
copies of report to parties affected by the occurrence.
B. Reporting Unusual Events: When an event of an unusual and significant nature occurs at
Project site, whether or not related directly to the Work, prepare and submit a special report.
List chain of events, persons participating, response by Contractor's personnel, evaluation of
results or effects, and similar pertinent information. Advise Owner in advance when these
events are known or predictable.
C. Three Week Look-Ahead Schedules: Contractor will submit a 3 week look-ahead schedule each
week on a specific day of the week to be determined at the Preconstruction meeting. Each
schedule will show specific work activities over that 3 week period and also areas of
coordination required with other contractors and involved entities. These schedules will also
show delivery dates of critical material or equipment items.
1. Revise schedule immediately after each meeting or other activity where revisions have
been recognized or made. Issue updated schedule concurrently with the report of each
such meeting.
PART 3 - EXECUTION
3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE
A. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect
actual construction progress and activities. Issue schedule one week before each regularly
scheduled progress meeting.
1. Revise schedule immediately after each meeting or other activity where revisions have
been recognized or made. Issue updated schedule concurrently with the report of each
such meeting.
2. Include a report with updated schedule that indicates every change, including, but not
limited to, changes in logic, durations, actual starts and finishes, and activity durations.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION PROGRESS DOCUMENTATION 013200 - 10
3. As the Work progresses, indicate final completion percentage for each activity.
4. Schedule update shall coincide with the monthly pay requisition submittal and budget %
complete shall match the current pay requisition submittal request.
B. Distribution: Distribute copies of approved schedule to Engineer, Owner, separate contractors,
testing and inspecting agencies, and other parties identified by Owner with a need-to-know
schedule responsibility.
1. Post copies in Project meeting rooms and temporary field offices.
2. When revisions are made, distribute updated schedules to the same parties and post in the
same locations. Delete parties from distribution when they have completed their assigned
portion of the Work and are no longer involved in performance of construction activities.
END OF SECTION 013200
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUBMITTAL PROCEDURES 013300 - 1
SECTION 013300 - SUBMITTAL PROCEDURES
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 requirements for the submittal schedule and administrative and procedural
requirements for submitting Shop Drawings, Product Data, Samples and other submittals.
B. Related Requirements:
1. Section 01300 “Construction Progress Documentation” for submitting schedules and
reports, including Contractors construction schedules.
1.3 DEFINITIONS
A. Action Submittals: Written and graphic information, and physical samples that require
Architect’s responsive action. Action submittals are those submittals indicated in individual
Specification Sections as "action submittals."
B. Informational Submittals: Written and graphic information, and physical samples that do not
require Architect’s responsive action. Submittals may be rejected for not complying with
requirements. Informational submittals are those submittals indicated in individual
Specification Sections as "informational submittals."
C. File Transfer Protocol (FTP): Communications protocol that enables transfer of files to and
from another computer over a network and that serves as the basis for standard Internet
protocols. An FTP site is a portion of a network located outside of network firewalls within
which internal and external users are able to access files.
D. Portable Document Format (PDF): An open standard for electronic documents, licensed by
Adobe Systems, used for representing documents in a device-independent and display
resolution-independent fixed-layout document format.
E. Cloud-Based Construction Management Software Application (CMSA): Any of a number of
proprietary file management collaborative systems intended for internet-connected device use.
The intent of these applications is to enable dispersed users access to shared documents for
storage, organization, retrieval, editing, tracking, reporting or other functions, with such access
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUBMITTAL PROCEDURES 013300 - 2
usually controlled by invitation and security protocols. More than one such application type or
specific programs may be used, depending on Owner preferences.
1. Project preferred CMSA: To be determined with Architect.
1.4 SUBMITTAL PROCEDURES
A. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings will be
provided by Architect for Contractor's use in preparing submittals.
1. Architect will furnish Contractor one set of digital data drawing files of the Contract
Drawings for use in preparing Shop Drawings and Project Record Drawings.
a. Architect makes no representations as to the accuracy or completeness of digital
data drawing files as they relate to the Contract Drawings.
b. Digital Drawing Software Program: The Contract Drawings are available in an
AutoCAD format. Contact Architect to determine exact format available for each
discipline.
c. Contractor shall execute a data licensing agreement in the form included in Project
Manual.
1) To request electronic files, complete “Request Form for Electronic Files”.
2) Include “Processing Fee” in amount as indicated jn section 013100 “Project
Management and Coordination”.
B. Coordination: Coordinate preparation and processing of submittals with performance of
construction activities.
1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other
submittals, and related activities that require sequential activity.
2. Identify long lead time submittals and products early on and notify Owner and Architect.
Plan this into the submittal and delivery process.
3. Submit all submittal items required for each Specification Section concurrently unless
partial submittals for portions of the Work are indicated on approved submittal schedule.
4. Submit action submittals and informational submittals required by the same Specification
Section as separate packages under separate transmittals.
5. Coordinate transmittal of different types of submittals for related parts of the Work so
processing will not be delayed because of need to review submittals concurrently for
coordination.
a. Architect reserve(s) the right to withhold action on a submittal requiring
coordination with other submittals until related submittals are received.
C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows.
Time for review shall commence upon Architect's receipt of submittal. No extension of the
Contract Time will be authorized because of failure to transmit submittals enough in advance of
the Work to permit processing, including resubmittals.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUBMITTAL PROCEDURES 013300 - 3
1. Initial Review: Allow 15 business days for initial review of each submittal. Allow
additional time if coordination with subsequent submittals is required. Architect will
advise Contractor when a submittal being processed must be delayed for coordination.
2. Intermediate Review: If intermediate submittal is necessary, process it in same manner
as initial submittal.
3. Resubmittal Review: Allow 15 business days for review of each resubmittal.
4. Sequential Review: Where sequential review of submittals by Architect's consultants,
Owner, or other parties is indicated, allow 20 additional business days for initial review
of each submittal.
5. Concurrent Consultant Review: Where the Contract Documents indicate that submittals
may be transmitted simultaneously to Architect and to Architect's consultants, allow 15
business days for review of each submittal. Submittal will be returned to Architect
before being returned to Contractor.
6. Transmittal for Sample Submittals: Assemble each submittal individually and
appropriately for transmittal and handling. Transmit each submittal using a transmittal
form. Architect will return without review submittals received from sources other than
Contractor. Transmit each submittal using the transmittal form at the end of this section.
D. Electronic Submittals: Identify and incorporate information in each electronic submittal file as
follows:
1. Assemble complete submittal package into a single indexed file incorporating submittal
requirements of a single Specification Section and transmittal form with links enabling
navigation to each item.
2. Name file with submittal number or other unique identifier, including revision identifier.
a. File name shall use project identifier and Specification Section number followed
by a decimal point and then a sequential number (e.g., LNHS-061000.01).
Resubmittals shall include an alphabetic suffix after another decimal point (e.g.,
LNHS-061000.01.A).
3. Provide means for insertion to permanently record Contractor's review and approval
markings and action taken by Architect.
4. Transmittal Form for Electronic Submittals: Use software-generated form from
electronic project management software acceptable to Owner and Architect , containing
the following information:
a. Project name.
b. Date.
c. Name and address of Architect.
d. Name of Contractor.
e. Name of firm or entity that prepared submittal.
f. Names of subcontractor, manufacturer, and supplier.
g. Category and type of submittal.
h. Submittal purpose and description.
i. Specification Section number and title.
j. Specification paragraph number or drawing designation and generic name for each
of multiple items.
k. Drawing number and detail references, as appropriate.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUBMITTAL PROCEDURES 013300 - 4
l. Location(s) where product is to be installed, as appropriate.
m. Related physical samples submitted directly.
n. Indication of full or partial submittal.
o. Transmittal number, numbered consecutively.
p. Submittal and transmittal distribution record.
q. Other necessary identification.
r. Remarks.
5. Metadata: Include the following information as keywords in the electronic submittal file
metadata:
a. Project name.
b. Number and title of appropriate Specification Section.
c. Manufacturer name.
d. Product name.
E. Options: Identify options requiring selection by Architect.
F. Deviations and Additional Information: On an attached separate sheet, prepared on Contractor's
letterhead, record relevant information, requests for data, revisions other than those requested
by Architect on previous submittals, and deviations from requirements in the Contract
Documents, including minor variations and limitations. Include same identification information
as related submittal.
G. Resubmittals: Make resubmittals in same form and number of copies as initial submittal.
1. Note date and content of previous submittal.
2. Note date and content of revision in label or title block and clearly indicate extent of
revision.
3. Resubmit submittals until they are marked with approval notation from Architect’s
action stamp[s].
H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers,
fabricators, and installers, authorities having jurisdiction, and others as necessary for
performance of construction activities. Show distribution on transmittal forms.
I. Use for Construction: Retain complete copies of submittals on Project site. Use only final
action submittals that are marked with approval notation from Architect’s action stamp[s].
PART 2 - PRODUCTS
2.1 ACTION SUBMITTALS
A. General: Prepare and submit Action Submittals required by individual Specification Sections.
B. Product Data: Collect information into a single submittal for each element of construction and
type of product or equipment.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUBMITTAL PROCEDURES 013300 - 5
1. If information must be specially prepared for submittal because standard printed data are
not suitable for use, submit as Shop Drawings, not as Product Data.
2. Mark each copy of each submittal to show which products and options are applicable.
3. Include the following information, as applicable:
a. Manufacturer's written recommendations.
b. Manufacturer's product specifications.
c. Color charts showing full range of available colors.
d. Manufacturer catalog cuts.
e. Wiring diagrams showing factory-installed wiring.
f. Printed performance curves.
g. Operational range diagrams.
h. Mill reports.
i. Standard product operating and maintenance manuals.
j. Compliance with recognized trade association standards.
k. Compliance with recognized testing agency standards.
l. Application of testing agency labels and seals.
m. Notation of coordination requirements.
4. For equipment, include the following in addition to the above, as applicable:
a. Wiring diagrams showing factory-installed wiring.
b. Printed performance curves.
c. Operational range diagrams.
d. Clearances required to other construction, if not indicated on accompanying Shop
Drawings.
C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base
Shop Drawings on reproductions of the Contract Documents or standard printed data.
1. Preparation: Include the following information, as applicable:
a. Dimensions.
b. Identification of products.
c. Fabrication and installation drawings.
d. Roughing-in and setting diagrams.
e. Wiring diagrams showing field-installed wiring, including power, signal, and
control wiring.
f. Shop work manufacturing instructions.
g. Templates and patterns.
h. Schedules.
i. Design calculations.
j. Compliance with specified standards.
k. Notation of coordination requirements.
l. Notation of dimensions established by field measurement.
2. Wiring Diagrams: Differentiate between manufacturer-installed and field-installed wiring.
3. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop
Drawings on sheets at least 8-1/2 by 11 inches but no larger than sheet size used for
Contract Document Drawings.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUBMITTAL PROCEDURES 013300 - 6
4. Number of Copies: Submit two black-line prints and one electronic file copy of each
submittal. Architect will return the one print marked with action taken to the Contractor
for distribution. Contractor shall make necessary copies from the returned print.
D. Samples: Prepare physical units of materials or products, including the following:
1. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or
sections of units showing the full range of colors, textures, and patterns available.
2. Samples for Verification: Submit full-size units or Samples of size indicated, prepared
from the same material to be used for the Work, cured and finished in manner specified,
and physically identical with the product proposed for use, and that show full range of color
and texture variations expected. Samples include, but are not limited to, the following:
partial sections of manufactured or fabricated components; small cuts or containers of
materials; complete units of repetitively used materials; swatches showing color, texture,
and pattern; color range sets; and components used for independent testing and inspection.
3. Preparation: Mount, display, or package Samples in manner specified to facilitate review
of qualities indicated. Prepare Samples to match Architect's sample where so indicated.
Attach label on unexposed side that includes the following:
a. Generic description of Sample.
b. Product name or name of manufacturer.
c. Sample source.
4. Submit Samples for review of kind, color, pattern, and texture for a final check of these
characteristics with other elements and for a comparison of these characteristics between
final submittal and actual component as delivered and installed.
a. If variation in color, pattern, texture, or other characteristic is inherent in the
product represented by a Sample, submit at least three sets of paired units that
show approximate limits of the variations.
b. Refer to individual Specification Sections for requirements for Samples that
illustrate workmanship, fabrication techniques, and details of assembly,
connections, operation, and similar construction characteristics.
5. Number of Samples for Initial Selection: Submit two full sets of available choices where
color, pattern, texture, or similar characteristics are required to be selected from
manufacturer's product line. Architect will return one submittal with options selected.
6. Number of Samples for Verification: Submit two full sets of Samples. Architect will
retain one Sample set; remainder will be returned marked with action taken to the
Contractor for distribution.
a. Submit a single Sample where assembly details, workmanship, fabrication techniques,
connections, operation, and other similar characteristics are to be demonstrated.
7. Disposition: Contractor to maintain one set of approved Samples at Project site, available
for quality-control comparisons throughout the course of construction activity. Sample
sets may be used to determine final acceptance of construction associated with each set.
a. Samples that may be incorporated into the Work are indicated in individual
Specification Sections. Such Samples must be in an undamaged condition at time
of use.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUBMITTAL PROCEDURES 013300 - 7
b. Samples not incorporated into the Work, or otherwise designated as Owner's
property, are the property of Contractor.
E. Submittals requiring compliance with other sections in the Project Manual.
1. Contractor's Construction Schedule.
2. Submittals Schedule.
3. Application for Payment.
4. Schedule of Values.
5. Subcontract List.
2.2 INFORMATIONAL SUBMITTALS
A. General: Prepare and submit Informational Submittals required by individual Specification
Sections and elsewhere in the Contract Documents.
1. Number of Copies: Submit two copies of each submittal, unless otherwise indicated.
Architect will not return copies, unless they are rejected for noncompliance with the
Contract Documents.
2. Certificates and Certifications: Provide a notarized statement that includes signature of
entity responsible for preparing certification. Certificates and certifications shall be signed
by an officer or other individual authorized to sign documents on behalf of that entity.
3. Test and Inspection Reports: Comply with requirements in Division 1 Section "Quality
Requirements."
B. Qualification Data: Prepare written information that demonstrates capabilities and experience of
firm or person. Include lists of completed projects with project names and addresses, names
and addresses of architects and owners, and other information specified.
C. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that
product complies with requirements.
D. Welding Certificates: Prepare written certification that welding procedures and personnel comply
with requirements. Submit record of Welding Procedure Specification (WPS) and Procedure
Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified.
E. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that
Installer complies with requirements and, where required, is authorized for this specific Project.
F. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying
that manufacturer complies with requirements. Include evidence of manufacturing experience
where required.
G. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that
material complies with requirements.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUBMITTAL PROCEDURES 013300 - 8
H. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's
standard form, indicating and interpreting test results of material for compliance with
requirements.
I. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting results of tests performed before installation
of product, for compliance with performance requirements.
J. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting results of compatibility tests performed
before installation of product. Include written recommendations for primers and substrate
preparation needed for adhesion.
K. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's
standard form, indicating and interpreting results of field tests performed either during installation
of product or after product is installed in its final location, for compliance with requirements.
L. Product Test Reports: Prepare written reports indicating current product produced by
manufacturer complies with requirements. Base reports on evaluation of tests performed by
manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed
by a qualified testing agency.
M. Research/Evaluation Reports: Prepare written evidence, from a model code organization
acceptable to authorities having jurisdiction, that product complies with building code in effect
for Project. Include the following information:
1. Name of evaluation organization.
2. Date of evaluation.
3. Time period when report is in effect.
4. Product and manufacturers' names.
5. Description of product.
6. Test procedures and results.
7. Limitations of use.
N. Maintenance Data: Prepare written and graphic instructions and procedures for operation and
normal maintenance of products and equipment.
O. Design Data: Prepare written and graphic information, including, but not limited to, performance
and design criteria, list of applicable codes and regulations, and calculations. Include list of
assumptions and other performance and design criteria and a summary of loads. Include load
diagrams if applicable. Provide name and version of software, if any, used for calculations.
Include page numbers.
P. Manufacturer's Instructions: Prepare written or published information that documents
manufacturer's recommendations, guidelines, and procedures for installing or operating a
product or equipment. Include name of product and name, address, and telephone number of
manufacturer. Include the following, as applicable:
1. Preparation of substrates.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUBMITTAL PROCEDURES 013300 - 9
2. Required substrate tolerances.
3. Sequence of installation or erection.
4. Required installation tolerances.
5. Required adjustments.
6. Recommendations for cleaning and protection.
Q. Manufacturers Field Reports: Prepare written information documenting factory-authorized
service representative's tests and inspections. Include the following, as applicable:
1. Name, address, and telephone number of factory-authorized service representative
making report.
2. Statement on condition of substrates and their acceptability for installation of product.
3. Statement that products at Project site comply with requirements.
4. Summary of installation procedures being followed, whether they comply with
requirements and, if not, what corrective action was taken.
5. Results of operational and other tests and a statement of whether observed performance
complies with requirements.
6. Statement whether conditions, products, and installation will affect warranty.
7. Other required items indicated in individual Specification Sections.
R. Insurance Certificates and Bonds: Prepare written information indicating current status of
insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of
coverage, amounts of deductibles, if any, and term of the coverage.
S. Material Safety Data Sheets: Keep on site and submit information directly to Owner. If
submitted to Architect, Architect will not review this information but will return it with no
action taken.
2.3 DELEGATED-DESIGN SERVICES
A. Performance and Design Criteria: Where professional design services or certifications by a
design professional are specifically required of Contractor by the Contract Documents, provide
products and systems complying with specific performance and design criteria indicated.
1. If criteria indicated are not sufficient to perform services or certification required, submit
a written request for additional information to Architect.
B. Delegated-Design Services Certification: In addition to Shop Drawings, Product Data, and
other required submittals, submit digitally signed PDF file of certificate, signed and sealed by
the responsible design professional licensed in the jurisdiction of the Project for each product,
assembly or system specifically assigned to Contractor to be designed or certified by a design
professional.
1. Indicate that products and systems comply with performance and design criteria in the
Contract Documents. Include list of codes, loads and other factors used in performing
these services.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUBMITTAL PROCEDURES 013300 - 10
PART 3 - EXECUTION
3.1 CONTRACTOR'S REVIEW
A. Action and Informational Submittals: Review each submittal and check for coordination with
other Work of the Contract and for compliance with the Contract Documents. Note corrections
and field dimensions. Mark with approval stamp before submitting to Architect.
B. Project Closeout and Maintenance Material Submittals: See requirements in Section 017700
"Closeout Procedures."
C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name
and location, submittal number, Specification Section title and number, name of reviewer, date
of Contractor's approval, and statement certifying that submittal has been reviewed, checked,
and approved for compliance with the Contract Documents.
3.2 ARCHITECT'S ACTION
A. General: Architect will not review submittals that do not bear Contractor's approval stamp and
will return them without action.
B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or
modifications required, and return it. Architect will stamp each submittal with an action stamp
and will mark stamp appropriately to indicate action taken, as follows:
1. Architect’s Action:
a. Final Unrestricted Release: When the Architect marks a submittal “No Exceptions
Taken” the Work covered by the submittal may proceed provided it complies with
requirements of the Contract Documents. Final payment depends on that
compliance.
b. Final-But-Restricted Release: When the Architect marks a submittal “Provide as
Corrected,” the Work covered by the submittal may proceed provided it complies
with notations or corrections on the submittal and requirements of the Contract
Documents. Final payment depends on that compliance.
c. Returned for Resubmittal: When the Architect marks a submittal “Revise and
Resubmit,” do not proceed with Work covered by the submittal, including
purchasing, fabrication, delivery, or other activity. Revise or prepare a new
submittal according to the notations; resubmit without delay.
1) Do not use, or allow others to use, submittals marked “Revise and
Resubmit” at the Project Site or elsewhere where Work is in progress.
d. Returned for Resubmittal: When the Architect marks a submittal “Rejected”, the
Architect has not completed a full review, because it is clear that the submittal
does not reflect the requirements of the Contract Documents. Do not proceed with
work covered by the submittal, including purchasing, fabrication, delivery or other
activity. Revise or prepare a new submittal that complies with the Contract
Documents.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SUBMITTAL PROCEDURES 013300 - 11
e. Other Action: If the submittal is primarily for information purposes, record
purposes, special processing, or other contractor activity, the submittal will be
returned marked “Reviewed for General Conformance Only”. These submittals
have been received and processed for information only and not approved or
disapproved by the architect.
C. Informational Submittals: Architect will review each submittal and will not return it, or will
reject and return it if it does not comply with Contract Document requirements.
D. Submittals not required by the Contract Documents will not be reviewed and will be discarded
or returned without action.
END OF SECTION 013300
Submittal No.
Submittal Transmittal
PROJECT: Matthew Maury Elementary School RTU Replacement PROJECT #: 487501
OWNER: Alexandria City Public Schools A/E:
Wendel
CONTRACT # & NAME
CONTRACTOR: (NAME, ADDRESS, TELEPHONE & FAX NUMBERS)
Date:
REMARKS:
NUMBER OF COPIES SUBMITTED: (8 maximum)
TYPE OF SUBMITTAL: (CHECK ALL THAT APPLY) ( ) PRODUCT DATA/CATALOG CUT
( ) SHOP DRAWINGS
( ) SAMPLE
( ) COLOR SELECTION
( ) SCHEDULE
( ) WARRANTY
( ) TEST REPORT
( ) RECORD DOCUMENT
( ) PERFORMANCE DATA
( ) OPERATIONS & MAINTENANCE DATA
( ) OTHER
SPEC. SECTION:
PARAGRAPH(S):
DWG. REF. NO.:
DESCRIPTION OF SUBMITTAL:
PRODUCT NAME:
MANUFACTURER:
ADDRESS: TEL.
NO.:
CONTRACTOR or SUBCONTRACTOR: TEL. NO.:
SUPPLIER: TEL. NO.:
CONTRACTOR CERTIFICATION
CONTRACTOR CERTIFIES THAT THE INFORMATION SUBMITTED COMPLIES WITH THE CONTRACT DOCUMENT REQUIREMENTS. By: Date: NOTE: Contractor shall apply an approval stamp to
each copy of each submittal.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
QUALITY REQUIREMENTS 014000 - 1
SECTION 014000 - QUALITY REQUIREMENTS
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 quality assurance and quality
control.
B. Testing and inspecting services are required to verify compliance with requirements specified or
indicated. These services do not relieve Contractor of responsibility for compliance with the
Contract Document requirements.
1. Specific quality-assurance and -control requirements for individual construction activities
are specified in the Sections that specify those activities. Requirements in those Sections
may also cover production of standard products.
2. Specified tests, inspections, and related actions do not limit Contractor's other quality-
assurance and -control procedures that facilitate compliance with the Contract Document
requirements.
3. Requirements for Contractor to provide quality-assurance and -control services required
by Architect, Owner, Commissioning Authority, if applicable, or authorities having
jurisdiction are not limited by provisions of this Section.
4. Specific test and inspection requirements are not specified in this Section.
1.3 DEFINITIONS
A. Quality-Assurance Services: Activities, actions, and procedures performed before and during
execution of the Work to guard against defects and deficiencies and substantiate that proposed
construction will comply with requirements.
B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after
execution of the Work to evaluate that actual products incorporated into the Work and
completed construction comply with requirements. Services do not include contract
enforcement activities performed by Architect.
C. Mockups: Full-size physical assemblies that are constructed on-site. Mockups are constructed
to verify selections made under Sample submittals; to demonstrate aesthetic effects and, where
indicated, qualities of materials and execution; to review coordination, testing, or operation; to
show interface between dissimilar materials; and to demonstrate compliance with specified
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
QUALITY REQUIREMENTS 014000 - 2
installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved
mockups establish the standard by which the Work will be judged.
1. Integrated Exterior Mockups: Mockups of the exterior envelope erected separately from
the building but on Project site, consisting of multiple products, assemblies, and
subassemblies.
2. All mockups indicated in the specifications are required and all contractors and
subcontractors are contractual to them. All mockups are subject to approval by Owner’s
Representative.
D. Preconstruction Testing: Tests and inspections performed specifically for Project before
products and materials are incorporated into the Work, to verify performance or compliance
with specified criteria.
E. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing
agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to
establish product performance and compliance with specified requirements.
F. Source Quality-Control Testing: Tests and inspections that are performed at the source, e.g.,
plant, mill, factory, or shop.
G. Field Quality-Control Testing: Tests and inspections that are performed on-site for installation
of the Work and for completed Work.
H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing
laboratory shall mean the same as testing agency.
I. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an
employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation,
including installation, erection, application, and similar operations.
1. Use of trade-specific terminology in referring to a trade or entity does not require that
certain construction activities be performed by accredited or unionized individuals, or
that requirements specified apply exclusively to specific trade(s).
J. Experienced: Unless otherwise indicated in individual Specification sections, when used with
an entity or individual, "experienced" means having successfully completed a minimum of five
previous projects similar in nature, size, and extent to this Project; being familiar with special
requirements indicated; and having complied with requirements of authorities having
jurisdiction.
1.4 CONFLICTING REQUIREMENTS
A. Referenced Standards: If compliance with two or more standards is specified and the standards
establish different or conflicting requirements for minimum quantities or quality levels, comply
with the most stringent requirement. Refer conflicting requirements that are different, but
apparently equal, to Architect for a decision before proceeding.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
QUALITY REQUIREMENTS 014000 - 3
B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be
the minimum provided or performed. The actual installation may comply exactly with the
minimum quantity or quality specified, or it may exceed the minimum within reasonable limits.
To comply with these requirements, indicated numeric values are minimum or maximum, as
appropriate, for the context of requirements. Refer uncertainties to Architect for a decision
before proceeding.
1.5 ACTION SUBMITTALS
A. Shop Drawings: For integrated exterior, provide plans, sections, and elevations, indicating
materials and size of mockup construction.
1. Indicate manufacturer and model number of individual components.
2. Provide axonometric drawings for conditions difficult to illustrate in two dimensions.
1.6 INFORMATIONAL SUBMITTALS
A. Contractor's Quality-Control Plan: For quality-assurance and quality-control activities and
responsibilities.
B. Qualification Data: For Contractor's quality-control personnel.
C. Contractor's Statement of Responsibility: When required by authorities having jurisdiction,
submit copy of written statement of responsibility sent to authorities having jurisdiction before
starting work on the following systems:
1. Seismic-force-resisting system, designated seismic system, or component listed in the
designated seismic system quality-assurance plan prepared by Architect.
2. Main wind-force-resisting system or a wind-resisting component listed in the wind-force-
resisting system quality-assurance plan prepared by Architect.
D. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to
demonstrate their capabilities and experience. Include proof of qualifications in the form of a
recent report on the inspection of the testing agency by a recognized authority.
E. Schedule of Tests and Inspections: Prepare in tabular form and include the following:
1. Specification Section number and title.
2. Entity responsible for performing tests and inspections.
3. Description of test and inspection.
4. Identification of applicable standards.
5. Identification of test and inspection methods.
6. Number of tests and inspections required.
7. Time schedule or time span for tests and inspections.
8. Requirements for obtaining samples.
9. Unique characteristics of each quality-control service.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
QUALITY REQUIREMENTS 014000 - 4
1.7 CONTRACTOR'S QUALITY-CONTROL PLAN
A. Quality-Control Plan, General: Submit quality-control plan within 14 calendar days of Notice
to Proceed, and not less than seven calendar days prior to preconstruction conference. Submit
in format acceptable to Architect. Identify personnel, procedures, controls, instructions, tests,
records, and forms to be used to carry out Contractor's quality-assurance and quality-control
responsibilities. Coordinate with Contractor's construction schedule.
B. Quality-Control Personnel Qualifications: Engage qualified full-time personnel trained and
experienced in managing and executing quality-assurance and quality-control procedures
similar in nature and extent to those required for Project.
1. Project quality-control manager may also serve as Project superintendent.
C. Submittal Procedure: Describe procedures for ensuring compliance with requirements through
review and management of submittal process. Indicate qualifications of personnel responsible
for submittal review.
D. Testing and Inspection: In quality-control plan, include a comprehensive schedule of Work
requiring testing or inspection, including the following:
1. Contractor-performed tests and inspections including subcontractor-performed tests and
inspections. Include required tests and inspections and Contractor-elected tests and
inspections.
2. Special inspections required by authorities having jurisdiction and indicated on the
"Statement of Special Inspections." Refer to Section 014100 “Special Inspections and
Structural Testing”.
3. Owner-performed tests and inspections indicated in the Contract Documents, including
tests and inspections indicated to be performed by the Commissioning Authority, if
applicable.
E. Continuous Inspection of Workmanship: Describe process for continuous inspection during
construction to identify and correct deficiencies in workmanship in addition to testing and
inspection specified. Indicate types of corrective actions to be required to bring work into
compliance with standards of workmanship established by Contract requirements and approved
mockups.
F. Monitoring and Documentation: Maintain testing and inspection reports including log of
approved and rejected results. Include work Architect has indicated as nonconforming or
defective. Indicate corrective actions taken to bring nonconforming work into compliance with
requirements. Comply with requirements of authorities having jurisdiction.
1.8 REPORTS AND DOCUMENTS
A. Test and Inspection Reports: Prepare and submit certified written reports specified in other
Sections. Include the following:
1. Date of issue.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
QUALITY REQUIREMENTS 014000 - 5
2. Project title and number.
3. Name, address, and telephone number of testing agency.
4. Dates and locations of samples and tests or inspections.
5. Names of individuals making tests and inspections.
6. Description of the Work and test and inspection method.
7. Identification of product and Specification Section.
8. Complete test or inspection data.
9. Test and inspection results and an interpretation of test results.
10. Record of temperature and weather conditions at time of sample taking and testing and
inspecting.
11. Comments or professional opinion on whether tested or inspected Work complies with
the Contract Document requirements.
12. Name and signature of laboratory inspector.
13. Recommendations on retesting and re-inspecting.
B. Manufacturer's Technical Representative's Field Reports: Prepare written information
documenting manufacturer's technical representative's tests and inspections specified in other
Sections. Include the following:
1. Name, address, and telephone number of technical representative making report.
2. Statement on condition of substrates and their acceptability for installation of product.
3. Statement that products at Project site comply with requirements.
4. Summary of installation procedures being followed, whether they comply with
requirements and, if not, what corrective action was taken.
5. Results of operational and other tests and a statement of whether observed performance
complies with requirements.
6. Statement whether conditions, products, and installation will affect warranty.
7. Other required items indicated in individual Specification Sections.
C. Factory-Authorized Service Representative's Reports: Prepare written information documenting
manufacturer's factory-authorized service representative's tests and inspections specified in
other Sections. Include the following:
1. Name, address, and telephone number of factory-authorized service representative
making report.
2. Statement that equipment complies with requirements.
3. Results of operational and other tests and a statement of whether observed performance
complies with requirements.
4. Statement whether conditions, products, and installation will affect warranty.
5. Other required items indicated in individual Specification Sections.
D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses,
certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee
payments, judgments, correspondence, records, and similar documents, established for
compliance with standards and regulations bearing on performance of the Work.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
QUALITY REQUIREMENTS 014000 - 6
1.9 QUALITY ASSURANCE
A. General: Qualifications paragraphs in this article establish the minimum qualification levels
required; individual Specification Sections specify additional requirements.
B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar
to those indicated for this Project and with a record of successful in-service performance, as
well as sufficient production capacity to produce required units.
C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated
for this Project and with a record of successful in-service performance, as well as sufficient
production capacity to produce required units.
D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling
work similar in material, design, and extent to that indicated for this Project, whose work has
resulted in construction with a record of successful in-service performance.
E. Professional Engineer Qualifications: A professional engineer who is legally qualified to
practice in jurisdiction where Project is located and who is experienced in providing
engineering services of the kind indicated. Engineering services are defined as those performed
for installations of the system, assembly, or product that are similar in material, design, and
extent to those indicated for this Project.
F. Specialists: Certain Specification Sections require that specific construction activities shall be
performed by entities who are recognized experts in those operations. Specialists shall satisfy
qualification requirements indicated and shall be engaged for the activities indicated.
1. Requirements of authorities having jurisdiction shall supersede requirements for
specialists.
G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the
experience and capability to conduct testing and inspecting indicated, as documented according
to ASTM E 329; and with additional qualifications specified in individual Sections; and, where
required by authorities having jurisdiction, that is acceptable to authorities.
1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7.
2. NVLAP: A testing agency accredited according to NIST's National Voluntary
Laboratory Accreditation Program.
H. Manufacturer's Technical Representative Qualifications: An authorized representative of
manufacturer who is trained and approved by manufacturer to observe and inspect installation
of manufacturer's products that are similar in material, design, and extent to those indicated for
this Project.
I. Factory-Authorized Service Representative Qualifications: An authorized representative of
manufacturer who is trained and approved by manufacturer to inspect installation of
manufacturer's products that are similar in material, design, and extent to those indicated for this
Project.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
QUALITY REQUIREMENTS 014000 - 7
J. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing
for compliance with specified requirements for performance and test methods, comply with the
following:
1. Contractor responsibilities include the following:
a. Provide test specimens representative of proposed products and construction.
b. Submit specimens in a timely manner with sufficient time for testing and analyzing
results to prevent delaying the Work.
c. Provide sizes and configurations of test assemblies, mockups, and laboratory
mockups to adequately demonstrate capability of products to comply with
performance requirements.
d. Build site-assembled test assemblies and mockups using installers who will
perform same tasks for Project.
e. Build laboratory mockups at testing facility using personnel, products, and
methods of construction indicated for the completed Work.
f. When testing is complete, remove test specimens, assemblies, and mockups; do
not reuse products on Project.
2. Testing Agency Responsibilities: Submit a certified written report of each test,
inspection, and similar quality-assurance service to Architect and Commissioning
Authority, if applicable, with copy to Contractor. Interpret tests and inspections and state
in each report whether tested and inspected work complies with or deviates from the
Contract Documents.
K. Mockups: Before installing portions of the Work requiring mockups, build mockups for each
form of construction and finish required to comply with the following requirements, using
materials indicated for the completed Work:
1. Build mockups in location and of size indicated or, if not indicated, as directed by
Architect.
2. Notify Architect seven calendar days in advance of dates and times when mockups will
be constructed.
3. Employ supervisory personnel who will oversee mockup construction. Employ workers
that will be employed during the construction at Project.
4. Demonstrate the proposed range of aesthetic effects and workmanship.
5. Obtain Architect's approval of mockups before starting work, fabrication, or construction.
a. Allow seven calendar days for initial review and each re-review of each mockup.
6. Maintain mockups during construction in an undisturbed condition as a standard for
judging the completed Work.
7. Demolish and remove mockups when directed unless otherwise indicated.
L. Integrated Exterior Mockups: Construct integrated exterior mockup as indicated on Drawings.
Coordinate installation of exterior envelope materials and products for which mockups are
required in individual Specification Sections, along with supporting materials.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
QUALITY REQUIREMENTS 014000 - 8
1.10 QUALITY CONTROL
A. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are
Contractor's responsibility. Perform additional quality-control activities required to verify that
the Work complies with requirements, whether specified or not.
1. Unless otherwise indicated, provide quality-control services specified and those required
by authorities having jurisdiction. Perform quality-control services required of
Contractor by authorities having jurisdiction, whether specified or not.
2. Where services are indicated as Contractor's responsibility, engage a qualified testing
agency to perform these quality-control services.
a. Contractor shall not employ same entity engaged by Owner, unless agreed to in
writing by Owner.
3. Notify testing agencies at least 24 hours in advance of time when Work that requires
testing or inspecting will be performed.
4. Where quality-control services are indicated as Contractor's responsibility, submit a
certified written report, in duplicate, of each quality-control service.
5. Testing and inspecting requested by Contractor and not required by the Contract
Documents are Contractor's responsibility.
6. Submit additional copies of each written report directly to authorities having jurisdiction,
when they so direct.
B. Manufacturer's Field Services: Where indicated, engage a factory-authorized service
representative to inspect field-assembled components and equipment installation, including
service connections.
C. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical
representative to observe and inspect the Work. Manufacturer's technical representative's
services include participation in preinstallation conferences, examination of substrates and
conditions, verification of materials, observation of Installer activities, inspection of completed
portions of the Work, and submittal of written reports.
D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's
responsibility, provide quality-control services, including retesting and reinspecting, for
construction that replaced Work that failed to comply with the Contract Documents.
E. Testing Agency Responsibilities: Cooperate with Architect, Commissioning Authority if
applicable and Contractor in performance of duties. Provide qualified personnel to perform
required tests and inspections.
1. Notify Architect, Commissioning Authority if applicable, and Contractor promptly of
irregularities or deficiencies observed in the Work during performance of its services.
2. Determine the location from which test samples will be taken and in which in-situ tests
are conducted.
3. Conduct and interpret tests and inspections and state in each report whether tested and
inspected work complies with or deviates from requirements.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
QUALITY REQUIREMENTS 014000 - 9
4. Submit a certified written report, in duplicate, of each test, inspection, and similar
quality-control service through Contractor.
5. Do not release, revoke, alter, or increase the Contract Document requirements or approve
or accept any portion of the Work.
6. Do not perform any duties of Contractor.
F. Associated Services: Cooperate with agencies performing required tests, inspections, and
similar quality-control services, and provide reasonable auxiliary services as requested. Notify
agency sufficiently in advance of operations to permit assignment of personnel. Provide the
following:
1. Access to the Work.
2. Incidental labor and facilities necessary to facilitate tests and inspections.
3. Adequate quantities of representative samples of materials that require testing and
inspecting. Assist agency in obtaining samples.
4. Facilities for storage and field curing of test samples.
5. Delivery of samples to testing agencies.
6. Preliminary design mix proposed for use for material mixes that require control by testing
agency.
7. Security and protection for samples and for testing and inspecting equipment at Project
site.
G. Coordination: Coordinate sequence of activities to accommodate required quality-assurance
and -control services with a minimum of delay and to avoid necessity of removing and
replacing construction to accommodate testing and inspecting.
1. Schedule times for tests, inspections, obtaining samples, and similar activities.
H. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality-
control services required by the Contract Documents. Coordinate and submit concurrently with
Contractor's construction schedule. Update as the Work progresses.
1. Distribution: Distribute schedule to Owner, Architect, Commissioning Authority if
applicable, testing agencies, and each party involved in performance of portions of the
Work where tests and inspections are required.
1.11 SPECIAL TESTS AND INSPECTIONS
A. Special Tests and Inspections: Refer to Specification Section 014100 “Special Inspections and
Structural testing”.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
QUALITY REQUIREMENTS 014000 - 10
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1 TEST AND INSPECTION LOG
A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following:
1. Date test or inspection was conducted.
2. Description of the Work tested or inspected.
3. Date test or inspection results were transmitted to Architect.
4. Identification of testing agency or special inspector conducting test or inspection.
B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test
and inspection log for Architect's and Commissioning Authority's if applicable and Construction
Manager's reference during normal working hours.
3.2 REPAIR AND PROTECTION
A. General: On completion of testing, inspecting, sample taking, and similar services, repair
damaged construction and restore substrates and finishes.
1. Provide materials and comply with installation requirements specified in other
Specification Sections or matching existing substrates and finishes. Restore patched
areas and extend restoration into adjoining areas with durable seams that are as invisible
as possible. Comply with the Contract Document requirements for cutting and patching
in Section 017300 "Execution."
B. Protect construction exposed by or for quality-control service activities.
C. Repair and protection are Contractor's responsibility, regardless of the assignment of
responsibility for quality-control services.
END OF SECTION 014000
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TEMPORARY FACILITIES AND CONTROLS 015000 - 1
SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS
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 requirements for temporary utilities, support facilities, and security and
protection facilities.
1.3 USE CHARGES
A. General: Installation and removal of and use charges for temporary facilities shall be included
in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services
and facilities without cost, including, but not limited to Architect, testing agencies, and
authorities having jurisdiction. The usage charges for the sewer service, water service and
electric power service are to be paid by the general contractor.
B. Sewer Service: Pay sewer-service use charges for sewer usage by all entities for construction
operations.
C. Water Service: Pay water-service use charges for water used by all entities for construction
operations.
D. Electric Power Service: Pay electric-power-service use charges for electricity used by all
entities for construction operations.
1.4 INFORMATIONAL SUBMITTALS
A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for
construction personnel.
B. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having
jurisdiction. Indicate Contractor personnel responsible for management of fire-prevention
program.
C. Moisture-Protection Plan: Describe procedures and controls for protecting materials and
construction from water absorption and damage.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TEMPORARY FACILITIES AND CONTROLS 015000 - 2
1. Describe delivery, handling, and storage provisions for materials subject to water
absorption or water damage.
2. Indicate procedures for discarding water-damaged materials, protocols for mitigating
water intrusion into completed Work, and replacing water-damaged Work.
3. Indicate sequencing of work that requires water, such as sprayed fire-resistive materials,
plastering, and terrazzo grinding, and describe plans for dealing with water from these
operations. Show procedures for verifying that wet construction has dried sufficiently to
permit installation of finish materials.
D. Dust- and HVAC-Control Plan: Submit coordination drawing and narrative that indicates the
dust- and HVAC-control measures proposed for use, proposed locations, and proposed time
frame for their operation. Identify further options if proposed measures are later determined to
be inadequate. Include the following:
1. Locations of dust-control partitions at each phase of work.
2. HVAC system isolation schematic drawing.
3. Location of proposed air-filtration system discharge.
4. Waste handling procedures.
5. Other dust-control measures.
1.5 QUALITY ASSURANCE
A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary
electric service. Install service to comply with NFPA 70.
B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each
temporary utility before use. Obtain required certifications and permits.
C. Accessible Temporary Egress: Comply with applicable provisions in the U.S. Architectural &
Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines,
ICC/ANSI A117.1 and local jurisdictional requirements, whichever is more stringent.
1.6 PROJECT CONDITIONS
A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume
responsibility for operation, maintenance, and protection of each permanent service during its
use as a construction facility before Owner's acceptance, regardless of previously assigned
responsibilities.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TEMPORARY FACILITIES AND CONTROLS 015000 - 3
PART 2 - PRODUCTS
2.1 MATERIALS
A. Chain-Link Fencing: Minimum 2-inch, 0.148-inch-thick, galvanized-steel, chain-link fabric
fencing; minimum 6 feet high with galvanized-steel pipe posts; minimum 2-3/8-inch-OD line
posts and 2-7/8-inch- OD corner and pull posts, with 1-5/8-inch- OD top rails.
B. Portable Chain-Link Fencing: Minimum 2-inch, 0.148-inch thick, galvanized-steel, chain-link
fabric fencing; minimum 6 feet high with galvanized-steel pipe posts; minimum 2-3/8-inch OD
line posts and 2-7/8-inch OD corner and pull posts, with 1-5/8-inch OD top and bottom rails.
Provide galvanized-steel bases for supporting posts.
C. Polyethylene Sheet: Reinforced, fire-resistive sheet, 10-mil minimum thickness, with flame-
spread rating of 15 or less per ASTM E 84 and passing NFPA 701 Test Method 2.
D. Dust-Control Adhesive-Surface Walk-off Mats: Provide mats minimum 36 by 60 inches.
E. Insulation: Unfaced mineral-fiber blanket, manufactured from glass, slag wool, or rock wool;
with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively.
2.2 TEMPORARY FACILITIES
A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature
controls, and foundations adequate for normal loading.
B. Contractor’s Field Office: Of sufficient size to accommodate needs of Owner and Architect,
and construction personnel office activities and to accommodate Project meetings specified in
other Division 01 Sections. Keep office clean and orderly. All supplies are to be replenished as
required during the project duration and supplies remaining at the end of the project will
become the property of the contractor. All equipment and supplies shall be new. Furnish and
equip offices as follows:
1. Provide a field office with a minimum double wide x 60 foot long trailer with accommo-
dations for a minimum of four PVTA personnel with offices, heating and cooling equip-
ment, conference room, stairs at both entrances along with a private toilet.
2. Provide a minimum of 3 desks or seating areas with drawers.
3. Task chair (4) –Guest chairs (3).
4. Plan table a minimum of 4’ x 16’ long.
5. Conference table and padded chairs with accommodations for a minimum of 12 people.
6. Three large standing file cabinets.
7. Appropriate shelving for onsite samples.
8. 2 Tack and white boards, 24”x36” minimum with markers, erasers and cleaners.
9. Office cleaning daily.
10. Waste Baskets with liners (4).
11. Provide all utilities for the duration of the project.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TEMPORARY FACILITIES AND CONTROLS 015000 - 4
12. 2 Computers (Dell Latitude 3470, or equivalent) with lap top docking station with large
monitor, keyboard, and mouse.
a. Computer Software Requirements: Microsoft Office and Project, Adobe Acrobat
(latest versions)/Bluebeam with one version of P6 software.
13. Wi-fi router with capability to provide high speed internet for four (4) laptops/computers.
14. Color copier/printer/fax with 11”x17” capabilities (Xerox Global PritDriver 7335 PCL6
model or equivalent).
15. Two (2) Digital cameras- minimum 12 mega-pixel, with 16gb memory card and extra
batteries.
16. Two (2) Smart Phones with service, and with internet hot spot capability.
17. One land line with telephone.
18. Internet access (highspeed) with 4 stations minimum.
19. Office supplies for the office, including, but not limited to paper, filing, notepads, pens,
pencils, markers, staplers, tape dispensers, ink and/or toner, (with refills as requested) etc.
20. Standup Refrigerator.
21. Microwave.
22. Coffee maker with all coffee and supplies.
23. Water cooler and cups.
24. Provide electrical power service and 120-V ac duplex receptacles, with no fewer than one
receptacle on each wall. Heating and cooling equipment necessary to maintain a uniform
indoor temperature of 68 to 72 deg F.
25. Lighting fixtures capable of maintaining average illumination of 20 fc at desk height.
26. All temporary offices shall be fully insulated underneath and enclosed with a temporary
plywood enclosure skirt.
27. Provide two entrances with temporary stairs and stone walkway.
28. Provide burglar bars and burglar door locks at each window and door.
C. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate
materials and equipment for construction operations.
1. Store combustible materials apart from building.
2.3 EQUIPMENT
A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by
locations and classes of fire exposures.
B. HVAC Equipment: Unless Owner authorizes use of permanent HVAC system, provide vented,
self-contained, liquid-propane-gas or fuel-oil heaters with individual space thermostatic control.
1. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating
units is prohibited.
2. Heating Units: Listed and labeled for type of fuel being consumed, by a qualified testing
agency acceptable to authorities having jurisdiction, and marked for intended location
and application.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TEMPORARY FACILITIES AND CONTROLS 015000 - 5
3. Permanent HVAC System: Use of permanent HVAC system is not permitted during
construction.
C. Air-Filtration Units: Primary and secondary HEPA-filter-equipped portable units with four-
stage filtration. Provide single switch for emergency shutoff. Configure to run continuously.
PART 3 - EXECUTION
3.1 INSTALLATION, GENERAL
A. Locate facilities where they will serve Project adequately and result in minimum interference
with performance of the Work. Relocate and modify facilities as required by progress of the
Work.
B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities
are no longer needed or are replaced by authorized use of completed permanent facilities.
3.2 TEMPORARY UTILITY INSTALLATION
A. General: Install temporary service or connect to existing service.
1. Arrange with utility company, Owner, and existing users for time when service can be
interrupted, if necessary, to make connections for temporary services.
B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully.
1. Connect temporary sewers to municipal system as directed by authorities having
jurisdiction.
C. Water Service: Install water service and distribution piping in sizes and pressures adequate for
construction.
D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of
construction personnel. Comply with requirements of authorities having jurisdiction for type,
number, location, operation, and maintenance of fixtures and facilities.
E. Heating: Provide temporary heating required by construction activities for curing or drying of
completed installations or for protecting installed construction from adverse effects of low
temperatures or high humidity. Select equipment that will not have a harmful effect on
completed installations or elements being installed.
F. Ventilation and Humidity Control: Provide temporary ventilation required by construction
activities for curing or drying of completed installations or for protecting installed construction
from adverse effects of high humidity. Select equipment that will not have a harmful effect on
completed installations or elements being installed. Coordinate ventilation requirements to
produce ambient condition required and minimize energy consumption.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TEMPORARY FACILITIES AND CONTROLS 015000 - 6
1. Provide dehumidification systems when required to reduce substrate moisture levels to
level required to allow installation or application of finishes.
G. Electric Power Service: Provide electric power service and distribution system of sufficient
size, capacity, and power characteristics required for construction operations.
1. Install electric power service overhead or underground as arranged with the power
company.
2. Connect temporary service to Owner's existing power source, as directed by Owner.
H. Lighting: Provide temporary lighting with local switching that provides adequate illumination
for construction operations, observations, inspections, and traffic conditions.
1. Install and operate temporary lighting that fulfills security and protection requirements
without operating entire system.
2. Install lighting for Project identification sign.
I. Telephone Service: Provide temporary telephone service in common-use facilities for use by all
construction personnel. Install one telephone line for each field office.
1. At each telephone, post a list of important telephone numbers.
a. Police and fire departments.
b. Ambulance service.
c. Contractor's home office.
d. Contractor's emergency after-hours telephone number.
e. Architect's office.
f. Engineers' offices.
g. Owner's office.
h. Principal subcontractors' field and home offices.
2. Provide superintendent with cellular telephone or portable two-way radio for use when
away from field office.
J. Electronic Communication Service: Provide a desktop computer in the primary field office
adequate for use by Architect and Owner to access Project electronic documents and maintain
electronic communications.
3.3 SUPPORT FACILITIES INSTALLATION
A. General: Comply with the following:
1. Provide construction for temporary offices, shops, and sheds located within construction
area or within 30 feet of building lines that is noncombustible according to ASTM E 136.
Comply with NFPA 241.
2. Maintain support facilities until Architect schedules Substantial Completion inspection.
Remove before Substantial Completion. Personnel remaining after Substantial
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TEMPORARY FACILITIES AND CONTROLS 015000 - 7
Completion will be permitted to use permanent facilities, under conditions acceptable to
Owner.
B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas
adequate for construction operations. Locate temporary roads and paved areas within
construction limits indicated on Drawings.
1. Provide dust-control treatment that is nonpolluting and nontracking. Reapply treatment
as required to minimize dust.
C. Temporary Use of Permanent Roads and Paved Areas: Locate temporary roads and paved areas
in same location as permanent roads and paved areas. Construct and maintain temporary roads
and paved areas adequate for construction operations. Extend temporary roads and paved areas,
within construction limits indicated, as necessary for construction operations.
1. Coordinate elevations of temporary roads and paved areas with permanent roads and
paved areas.
2. Prepare subgrade and install subbase and base for temporary roads and paved areas
according to Section 310000 "Earth Moving."
3. Recondition base after temporary use, including removing contaminated material,
regrading, proofrolling, compacting, and testing.
D. Traffic Controls: Comply with requirements of authorities having jurisdiction.
1. Protect existing site improvements to remain including curbs, pavement, and utilities.
2. Maintain access for fire-fighting equipment and access to fire hydrants.
E. Parking: Provide temporary parking areas for construction personnel.
F. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction.
Maintain Project site, excavations, and construction free of water.
1. Dispose of rainwater in a lawful manner that will not result in flooding Project or
adjoining properties or endanger permanent Work or temporary facilities.
2. Remove snow and ice as required to minimize accumulations.
G. Project Identification and Temporary Signs: Prepare Project identification. Install signs where
indicated to inform public and persons seeking entrance to Project. Do not permit installation of
unauthorized signs.
1. Provide 4 foot by 8 foot sign board comprised of ¾ inch exterior grade plywood mounted
on 4 x 4 preservative treated wood posts set 4 feet into the ground. Provide 4’ x 8’ vinyl
sign to be mounted to the sign board. Sign graphics to be provided by Architect. Submit
shop drawings for approval prior to fabrication and installation.
2. Prepare temporary signs to provide directional information to construction personnel and
visitors.
a. Construct signs of exterior-type Grade B-B high-density concrete form overlay
plywood in sizes and thicknesses indicated. Support on posts or framing of
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TEMPORARY FACILITIES AND CONTROLS 015000 - 8
preservative-treated wood or steel. Paint sign panel and applied graphics with
exterior-grade alkyd gloss enamel over exterior primer or provide sign printed on
vinyl and attached to plywood.
3. Maintain and touchup signs so they are legible at all times.
H. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle
waste from construction operations. Comply with requirements of authorities having
jurisdiction. Comply with progress cleaning requirements in Section 017300 "Execution."
I. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel.
1. Truck cranes and similar devices used for hoisting materials are considered "tools and
equipment" and not temporary facilities.
J. Temporary Stairs: Until permanent stairs are available, provide temporary stairs where ladders
are not adequate.
K. Temporary Use of Permanent Stairs: Use of new stairs for construction traffic will be
permitted, provided stairs are protected and finishes restored to new condition at time of
Substantial Completion.
3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION
A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities,
and other improvements at Project site and on adjacent properties, except those indicated to be
removed or altered. Repair damage to existing facilities.
B. Environmental Protection: Provide protection, operate temporary facilities, and conduct
construction as required to comply with environmental regulations and that minimize possible
air, waterway, and subsoil contamination or pollution or other undesirable effects.
1. Comply with work restrictions specified in Section 011000 "Summary."
C. Temporary Erosion and Sedimentation Control: Comply with requirements specified in
Section 311000 "Site Clearing” and/or Stormwater Pollution Prevention Plan (SWPPP).
D. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide
barriers in and around excavations and subgrade construction to prevent flooding by runoff of
stormwater from heavy rains.
E. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line
of trees to protect vegetation from damage from construction operations. Protect tree root
systems from damage, flooding, and erosion.
F. Pest Control: Engage pest-control service to recommend practices to minimize attraction and
harboring of rodents, roaches, and other pests and to perform extermination and control
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TEMPORARY FACILITIES AND CONTROLS 015000 - 9
procedures at regular intervals so Project will be free of pests and their residues at Substantial
Completion. Perform control operations lawfully, using environmentally safe materials.
G. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure
fence in a manner that will prevent people and animals from easily entering site except by
entrance gates.
1. Extent of Fence: As required to enclose entire Project site or portion determined
sufficient to accommodate construction operations.
2. Maintain security by limiting number of keys and restricting distribution to authorized
personnel. Furnish one set of keys to Owner.
H. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas
of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft,
and similar violations of security. Lock entrances at end of each work day.
I. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having
jurisdiction for erecting structurally adequate barricades, including warning signs and lighting.
J. Temporary Enclosures: Provide temporary enclosures for protection of construction, in
progress and completed, from exposure, foul weather, other construction operations, and similar
activities. Provide temporary weathertight enclosure for building exterior.
1. Where heating or cooling is needed and permanent enclosure is incomplete, insulate
temporary enclosures.
K. Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types
needed to protect against reasonably predictable and controllable fire losses. Comply with
NFPA 241; manage fire-prevention program.
1. Prohibit smoking in construction areas.
2. Supervise welding operations, combustion-type temporary heating units, and similar
sources of fire ignition according to requirements of authorities having jurisdiction.
3. Develop and supervise an overall fire-prevention and -protection program for personnel
at Project site. Review needs with local fire department and establish procedures to be
followed. Instruct personnel in methods and procedures. Post warnings and information.
3.5 MOISTURE AND MOLD CONTROL
A. Contractor's Moisture-Protection Plan: Avoid trapping water in finished work. Document
visible signs of mold that may appear during construction.
B. Exposed Construction Phase: Before installation of weather barriers, when materials are subject
to wetting and exposure and to airborne mold spores, protect as follows:
1. Protect porous materials from water damage.
2. Protect stored and installed material from flowing or standing water.
3. Keep porous and organic materials from coming into prolonged contact with concrete.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TEMPORARY FACILITIES AND CONTROLS 015000 - 10
4. Remove standing water from decks.
5. Keep deck openings covered or dammed.
C. Partially Enclosed Construction Phase: After installation of weather barriers but before full
enclosure and conditioning of building, when installed materials are still subject to infiltration
of moisture and ambient mold spores, protect as follows:
1. Do not load or install drywall or other porous materials or components, or items with
high organic content, into partially enclosed building.
2. Keep interior spaces reasonably clean and protected from water damage.
3. Periodically collect and remove waste containing cellulose or other organic matter.
4. Discard or replace water-damaged material.
5. Do not install material that is wet.
6. Discard, replace, or clean stored or installed material that begins to grow mold.
7. Perform work in a sequence that allows any wet materials adequate time to dry before
enclosing the material in drywall or other interior finishes.
D. Controlled Construction Phase of Construction: After completing and sealing of the building
enclosure but prior to the full operation of permanent HVAC systems, maintain as follows:
1. Control moisture and humidity inside building by maintaining effective dry-in conditions.
2. Use permanent HVAC system to control humidity.
3. Comply with manufacturer's written instructions for temperature, relative humidity, and
exposure to water limits.
a. Hygroscopic materials that may support mold growth, including wood and
gypsum-based products, that become wet during the course of construction and
remain wet for 48 hours are considered defective.
b. Measure moisture content of materials that have been exposed to moisture during
construction operations or after installation. Record readings beginning at time of
exposure and continuing daily for 48 hours. Identify materials containing moisture
levels higher than allowed. Report findings in writing to Architect.
c. Remove materials that cannot be completely restored to their manufactured
moisture level within 48 hours.
3.6 OPERATION, TERMINATION, AND REMOVAL
A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and
abuse, limit availability of temporary facilities to essential and intended uses.
B. Maintenance: Maintain facilities in good operating condition until removal.
1. Maintain operation of temporary enclosures, heating, cooling, humidity control,
ventilation, and similar facilities on a 24-hour basis where required to achieve indicated
results and to avoid possibility of damage.
C. Operate Project-identification-sign lighting daily from dusk until 12:00 midnight.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TEMPORARY FACILITIES AND CONTROLS 015000 - 11
D. Temporary Facility Changeover: Do not change over from using temporary security and
protection facilities to permanent facilities until Substantial Completion.
E. Termination and Removal: Remove each temporary facility when need for its service has
ended, when it has been replaced by authorized use of a permanent facility, or no later than
Substantial Completion. Complete or, if necessary, restore permanent construction that may
have been delayed because of interference with temporary facility. Repair damaged Work,
clean exposed surfaces, and replace construction that cannot be satisfactorily repaired.
1. Materials and facilities that constitute temporary facilities are property of Contractor.
Owner reserves right to take possession of Project identification signs.
2. Remove temporary roads and paved areas not intended for or acceptable for integration
into permanent construction. Where area is intended for landscape development, remove
soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove
materials contaminated with road oil, asphalt and other petrochemical compounds, and
other substances that might impair growth of plant materials or lawns. Repair or replace
street paving, curbs, and sidewalks at temporary entrances, as required by authorities
having jurisdiction.
3. At Substantial Completion, repair, renovate, and clean permanent facilities used during
construction period. Comply with final cleaning requirements specified in
Section 017700 "Closeout Procedures."
END OF SECTION 015000
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
MATERIAL, PRODUCTS AND EQUIPMENT 016000-1
SECTION 01 60 00 - MATERIAL, PRODUCTS AND EQUIPMENT
PART 1 - GENERAL
1.1 MATERIAL, PRODUCTS AND EQUIPMENT STANDARDS
A. Materials, products and equipment shall conform to the manufacturer's current detailed specifications
on date of this Project Manual unless specifically indicated otherwise.
PART 2 - DELIVERY AND STORAGE OF MATERIALS, PRODUCTS AND EQUIPMENT
2.1 All materials, products and equipment shall be carefully handled and protected from damage and
weather as required by manufacturer’s specifications and recommendations during loading, delivery,
unloading, storage and installation.
2.2 Owner's Representative shall designate space for storage of materials, products and equipment,
allotting space to each Contractor.
2.3 Store all materials, products and equipment in a neat and orderly manner.
2.4 Any movement of stored materials necessitated by progress of the Work will be accomplished
promptly by the appropriate Contractor at no extra cost to the Owner.
2.5 Materials, products and equipment items that are normally packaged shall be delivered to the project
site in manufacturer's sealed containers, plainly labeled with manufacturer's name and brand name.
2.6 Coordinate deliveries to the site to allow examination by the Owner’s Representative and Owner
prior to incorporation into the work.
2.7 Any materials that cannot be received on site will be stored off site, per the above paragraphs, in a
place paid for by the appropriate Contractor at no extra cost to the Owner, until they can be received
on the site for storage or installation. Each Contractor shall insure material stored off site against
damage or loss and provide record of material insurance to the Owner.
2.8 Except as otherwise specified, each Contractor shall be responsible for his equipment delivered to
and used on the site and shall be responsible for his materials whether stored at the site or
incorporated into the construction, until the work is completed and accepted by the Owner.
2.9 Protection of individual Contractor's tools, plant equipment supplies, and materials will be the sole
responsibility of the Contractor.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
MATERIAL, PRODUCTS AND EQUIPMENT 016000-2
PART 3 - INSTALLATION
3.1 All manufactured articles, material, products and equipment shall be applied, installed, connected,
erected, cleaned and conditioned as recommended by the manufacturer, unless specified to the
contrary.
3.2 Install materials, products and equipment to be readily accessible for operation, maintenance and
repair. Minor deviations from Drawings may be made to accomplish this, but changes involving
extra cost shall not be made without prior written approval.
END OF SECTION 016000
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PRODUCT REQUIREMENTS 016000 - 1
SECTION 016000 - PRODUCT REQUIREMENTS
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 selection of products for use in
Project, product delivery, storage, handling, manufacturers' standard warranties on products,
special warranties and comparable products.
1.3 DEFINITIONS
A. Products: Items obtained for incorporating into the Work, whether purchased for Project or
taken from previously purchased stock. The term "product" includes the terms "material,"
"equipment," "system" and terms of similar intent.
1. Named Products: Items identified by manufacturer's product name, including make or
model number or other designation shown or listed in manufacturer's published product
literature that is current as of date of the Contract Documents.
2. New Products: Items that have not previously been incorporated into another project or
facility. Products salvaged, reused or repurposed from other projects are not considered
new products.
3. Comparable Product: Product that is demonstrated and approved through submittal
process to have the indicated qualities related to type, function, dimension, in-service
performance, physical properties, appearance and other characteristics that are equivalent
or exceed those of specified product.
B. Basis-of-Design Product Specification: A specification in which a specific manufacturer's
product is named and accompanied by the words "basis of design” or “basis of design product"
including make, model number or other designation to establish the significant qualities related
to type, function, dimension, in-service performance, physical properties, appearance and other
characteristics for purposes of evaluating comparable products of additional manufacturers
named in the specification.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PRODUCT REQUIREMENTS 016000 - 2
1.4 ACTION SUBMITTALS
A. Comparable Product Requests: Submit request for consideration of each comparable product.
Identify product or fabrication or installation method to be replaced. Include Specification
Section number and title and Drawing numbers and titles.
1. Include data to indicate compliance with the requirements specified in "Comparable
Products" Article.
2. Engineer's Action: If necessary, Engineer will request additional information or
documentation for evaluation within one week of receipt of a comparable product
request. Engineer will notify Contractor through Construction Manager of approval or
rejection of proposed comparable product request within 15 business days of receipt of
request, or five business days of receipt of additional information or documentation,
whichever is later.
a. Form of Approval: As specified in Section 013300 Submittal Procedures.
b. Use product specified if Engineer does not issue a decision on use of a comparable
product request within time allocated.
B. Basis of Design Product Specification Submittal: Comply with requirements in Section 013300
Submittal Procedures. Show compliance with requirements.
1.5 QUALITY ASSURANCE
A. Compatibility of Options: If Contractor is given option of selecting between two or more
products for use on Project, select product compatible with products previously selected, even if
previously selected products were also options.
1. Each contractor is responsible for providing products and construction methods
compatible with products and construction methods of other contractors.
2. If a dispute arises between contractors over concurrently selectable but incompatible
products, Engineer will determine which products shall be used.
1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle products using means and methods that will prevent damage,
deterioration, and loss, including theft and vandalism. Comply with manufacturer's written
instructions.
B. Delivery and Handling:
1. Schedule delivery to minimize long-term storage at Project site and to prevent
overcrowding of construction spaces.
2. Coordinate delivery with installation time to ensure minimum holding time for items that
are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other
losses.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PRODUCT REQUIREMENTS 016000 - 3
3. Deliver products to Project site in an undamaged condition in manufacturer's original
sealed container or other packaging system, complete with labels and instructions for
handling, storing, unpacking, protecting and installing.
4. Inspect products on delivery to determine compliance with the Contract Documents and
to determine that products are undamaged and properly protected.
C. Storage:
1. Store products to allow for inspection and measurement of quantity or counting of units.
2. Store materials in a manner that will not endanger Project structure.
3. Store products that are subject to damage by the elements, under cover in a weather tight
enclosure above ground, and with ventilation adequate to prevent condensation.
4. Protect foam plastic from exposure to sunlight, except to extent necessary for period of
installation and concealment by covering construction.
5. Comply with product manufacturer's written instructions for temperature, humidity,
ventilation, and weather-protection requirements for storage.
6. Protect stored products from damage, and liquids from freezing.
7. Provide a secure location and enclosure at Project site for storage of materials and
equipment by Owner's construction forces. Coordinate location and security procedures
with Owner.
1.7 PRODUCT WARRANTIES
A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other
warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on
product warranties do not relieve Contractor of obligations under requirements of the Contract
Documents.
1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a
particular product and specifically endorsed by manufacturer to Owner.
2. Special Warranty: Written warranty required by the Contract Documents to provide
specific rights for Owner.
B. Special Warranties: Prepare a written document that contains appropriate terms and
identification, ready for execution.
1. Manufacturer's Standard Form: Modified to include Project-specific information and
properly executed.
2. Specified Form: When specified forms are included with the Specifications, prepare a
written document using indicated form properly executed.
3. See other Sections for specific content requirements and particular requirements for
submitting special warranties.
C. Submittal Time: Comply with requirements in Section 017700 Closeout Procedures.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PRODUCT REQUIREMENTS 016000 - 4
PART 2 - PRODUCTS
2.1 PRODUCT SELECTION PROCEDURES
A. General Product Requirements: Provide products that comply with the Contract Documents,
are undamaged and, unless otherwise indicated, are new at time of installation.
1. Provide products complete with accessories, trim, finish, fasteners, and other items
needed for a complete installation and indicated use and effect.
2. Standard Products: If available, and unless custom products or nonstandard options are
specified, provide standard products of types that have been produced and used
successfully in similar situations on other projects.
3. Owner reserves the right to limit selection to products with warranties not in conflict with
requirements of the Contract Documents.
4. Where products are accompanied by the term "as selected," Engineer will make selection.
5. Descriptive, performance, and reference standard requirements in the Specifications
establish salient characteristics of products.
6. Or Equal: For products specified by name and accompanied by the term "or equal," "or
approved equal," or "or approved," comply with requirements in "Comparable Products"
Article to obtain approval for use of an unnamed product.
B. Product Selection Procedures:
1. Product: Where Specifications name a single manufacturer and product, provide the
named product that complies with requirements. Comparable products for Contractor's
convenience will not be considered.
2. Manufacturer/Source: Where Specifications name a single manufacturer or source,
provide a product by the named manufacturer or source that complies with requirements.
Comparable products for Contractor's convenience will not be considered.
3. Products:
a. Restricted List: Where Specifications include a list of names of both
manufacturers and products, provide one of the products listed that complies with
requirements. Comparable products for Contractor's convenience will not be
considered unless otherwise indicated.
b. Nonrestricted List: Where Specifications include a list of names of both available
manufacturers and products, provide one of the products listed, or an unnamed
product, that complies with requirements. Comply with requirements in
"Comparable Products" Article for consideration of an unnamed product.
4. Manufacturers:
a. Restricted List: Where Specifications include a list of manufacturers' names,
provide a product by one of the manufacturers listed that complies with
requirements. Comparable products for Contractor's convenience will not be
considered unless otherwise indicated.
b. Nonrestricted List: Where Specifications include a list of available manufacturers,
provide a product by one of the manufacturers listed, or a product by an unnamed
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PRODUCT REQUIREMENTS 016000 - 5
manufacturer, that complies with requirements. Comply with requirements in
"Comparable Products" Article for consideration of an unnamed manufacturer's
product.
5. Basis of Design Product: Where Specifications name a product, or refer to a product
indicated on Drawings, and include a list of manufacturers, provide the specified or
indicated product or a comparable product by one of the other named manufacturers.
Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics
that are based on the product named. Comply with requirements in "Comparable
Products" Article for consideration of an unnamed product by one of the other named
manufacturers.
C. Visual Matching Specification: Where Specifications require "match Architect's sample",
provide a product that complies with requirements and matches Architect's sample. Architect's
decision will be final on whether a proposed product matches.
D. Visual Selection Specification: Where Specifications include the phrase "as selected by
Architect from manufacturer's full range" or similar phrase, select a product that complies with
requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's
product line that includes both standard and premium items.
2.2 COMPARABLE PRODUCTS
A. Conditions for Consideration: Engineer will consider Contractor's request for comparable
product when the following conditions are satisfied. If the following conditions are not
satisfied, Engineer may return requests without action, except to record noncompliance with
these requirements:
1. Evidence that the proposed product does not require revisions to the Contract Documents,
and that it is consistent with the Contract Documents and will produce the indicated
results, and that it is compatible with other portions of the Work.
2. Detailed comparison of significant qualities of proposed product with those named in the
Specifications. Significant qualities include attributes such as performance, weight, size,
durability, visual effect, and specific features and requirements indicated.
3. Evidence that proposed product provides specified warranty.
4. List of similar installations for completed projects with project names and addresses and
names and addresses of Engineers and Owners, if requested.
5. Samples, if requested.
PART 3 - EXECUTION (Not Used)
END OF SECTION 016000
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
EXECUTION 017300 - 1
SECTION 017300 - EXECUTION
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 general administrative and procedural requirements governing execution of the
Work including, but not limited to, the following:
1. Construction layout.
2. Installation of the Work. Cutting and patching.
3. Correction of work.
4. Coordination of Owner-installed products.
5. Progress cleaning.
6. Starting and adjusting.
7. Protection of installed construction.
1.3 DEFINITIONS
A. Cutting: Removal of in-place construction necessary to permit installation or performance of
other work.
B. Patching: Fitting and repair work required to restore construction to original conditions after
installation of other work.
1.4 INFORMATIONAL SUBMITTALS
A. Cutting and Patching Plan: Submit plan describing procedures at least 10 days prior to the time
cutting and patching will be performed. Include the following information:
1. Extent: Describe reason for and extent of each occurrence of cutting and patching.
2. Changes to In-Place Construction: Describe anticipated results. Include changes to
structural elements and operating components as well as changes in building appearance
and other significant visual elements.
3. Products: List products to be used for patching and firms or entities that will perform
patching work.
4. Dates: Indicate when cutting and patching will be performed.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
EXECUTION 017300 - 2
5. Utilities and Mechanical and Electrical Systems: List services and systems that cutting
and patching procedures will disturb or affect. List services and systems that will be
relocated and those that will be temporarily out of service. Indicate length of time
permanent services and systems will be disrupted.
a. Include description of provisions for temporary services and systems during
interruption of permanent services and systems.
B. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept
hazardous materials, for hazardous waste disposal.
1.5 QUALITY ASSURANCE
A. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of
construction elements.
1. Structural Elements: When cutting and patching structural elements, notify Architect of
locations and details of cutting and await directions from Architect before proceeding.
Shore, brace, and support structural elements during cutting and patching. Do not cut and
patch structural elements in a manner that could change their load-carrying capacity or
increase deflection
2. Operational Elements: Do not cut and patch operating elements and related components
in a manner that results in reducing their capacity to perform as intended or that results in
increased maintenance or decreased operational life or safety
3. Other Construction Elements: Do not cut and patch other construction elements or
components in a manner that could change their load-carrying capacity, that results in
reducing their capacity to perform as intended, or that results in increased maintenance or
decreased operational life or safety
4. Visual Elements: Do not cut and patch construction in a manner that results in visual
evidence of cutting and patching. Do not cut and patch exposed construction in a manner
that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and
replace construction that has been cut and patched in a visually unsatisfactory manner.
B. Cutting and Patching Conference: Before proceeding, meet at Project site with parties involved
in cutting and patching, including mechanical and electrical trades. Review areas of potential
interference and conflict. Coordinate procedures and resolve potential conflicts before
proceeding.
C. Manufacturer's Installation Instructions: Obtain and maintain on-site manufacturer's written
recommendations and instructions for installation of products and equipment.
PART 2 - PRODUCTS
2.1 MATERIALS
A. General: Comply with requirements specified in other Sections.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
EXECUTION 017300 - 3
1. For projects requiring compliance with sustainable design and construction practices and
procedures, use products for patching that comply with sustainable design requirements.
B. In-Place Materials: Use materials for patching identical to in-place materials. For exposed
surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent
possible.
1. If identical materials are unavailable or cannot be used, use materials that, when installed,
will provide a match acceptable to Architect for the visual and functional performance of
in-place materials.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Existing Conditions: The existence and location of underground and other utilities and
construction indicated as existing are not guaranteed. Before beginning sitework, investigate
and verify the existence and location of underground utilities, mechanical and electrical
systems, and other construction affecting the Work.
1. Before construction, verify the location and invert elevation at points of connection of
sanitary vent.
2. Furnish location data for work related to Project that must be performed by public
utilities serving Project site.
B. Examination and Acceptance of Conditions: Before proceeding with each component of the
Work, examine substrates, areas, and conditions, with Installer or Applicator present where
indicated, for compliance with requirements for installation tolerances and other conditions
affecting performance. Record observations.
1. Examine roughing-in for mechanical and electrical systems to verify actual locations of
connections before equipment and fixture installation.
2. Examine walls, floors, and roofs for suitable conditions where products and systems are
to be installed.
3. Verify compatibility with and suitability of substrates, including compatibility with
existing finishes or primers.
C. Written Report: Where a written report listing conditions detrimental to performance of the
Work is required by other Sections, include the following:
1. Description of the Work.
2. List of detrimental conditions, including substrates.
3. List of unacceptable installation tolerances.
4. Recommended corrections.
D. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding
with the Work indicates acceptance of surfaces and conditions.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
EXECUTION 017300 - 4
3.2 PREPARATION
A. Field Measurements: Take field measurements as required to fit the Work properly. Recheck
measurements before installing each product. Where portions of the Work are indicated to fit to
other construction, verify dimensions of other construction by field measurements before
fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the
Work.
B. Space Requirements: Verify space requirements and dimensions of items shown
diagrammatically on Drawings.
C. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for
clarification of the Contract Documents caused by differing field conditions outside the control
of Contractor, submit a request for information to Architect according to requirements in
Section 013100 "Project Management and Coordination."
3.3 CONSTRUCTION LAYOUT
A. Verification: Before proceeding to lay out the Work, verify layout information shown on
Drawings, in relation to the property survey and existing benchmarks. If discrepancies are
discovered, notify Engineer promptly.
3.4 INSTALLATION
A. General: Locate the Work and components of the Work accurately, in correct alignment and
elevation, as indicated.
1. Make vertical work plumb and make horizontal work level.
2. Where space is limited, install components to maximize space available for maintenance
and ease of removal for replacement.
3. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated.
B. Comply with manufacturer's written instructions and recommendations for installing products in
applications indicated.
C. Install products at the time and under conditions that will ensure the best possible results.
Maintain conditions required for product performance until Substantial Completion.
D. Conduct construction operations so no part of the Work is subjected to damaging operations or
loading in excess of that expected during normal conditions of occupancy.
E. Sequence the Work and allow adequate clearances to accommodate movement of construction
items on site and placement in permanent locations.
F. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
EXECUTION 017300 - 5
G. Templates: Obtain and distribute to the parties involved templates for work specified to be
factory prepared and field installed. Check Shop Drawings of other work to confirm that
adequate provisions are made for locating and installing products to comply with indicated
requirements.
H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size
and number to securely anchor each component in place, accurately located and aligned with
other portions of the Work. Where size and type of attachments are not indicated, verify size
and type required for load conditions.
1. Mounting Heights: Where mounting heights are not indicated, mount components at
heights directed by Architect.
2. Allow for building movement, including thermal expansion and contraction.
3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions
for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with
integral anchors, that are to be embedded in concrete or masonry. Deliver such items to
Project site in time for installation.
I. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated,
arrange joints for the best visual effect. Fit exposed connections together to form hairline joints.
3.5 CUTTING AND PATCHING
A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching.
Proceed with cutting and patching at the earliest feasible time, and complete without delay.
1. Cut in-place construction to provide for installation of other components or performance
of other construction, and subsequently patch as required to restore surfaces to their
original condition.
B. Temporary Support: Provide temporary support of work to be cut.
C. Protection: Protect in-place construction during cutting and patching to prevent damage.
Provide protection from adverse weather conditions for portions of Project that might be
exposed during cutting and patching operations.
D. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems
are required to be removed, relocated, or abandoned, bypass such services/systems before
cutting to minimize interruption to occupied areas.
E. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar
operations, including excavation, using methods least likely to damage elements retained or
adjoining construction. If possible, review proposed procedures with original Installer; comply
with original Installer's written recommendations.
1. In general, use hand or small power tools designed for sawing and grinding, not
hammering and chopping. Cut holes and slots neatly to minimum size required, and with
minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
EXECUTION 017300 - 6
2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces.
3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a
diamond-core drill.
4. Excavating and Backfilling: Comply with requirements in applicable Sections where
required by cutting and patching operations.
5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be
removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent
entrance of moisture or other foreign matter after cutting.
6. Proceed with patching after construction operations requiring cutting are complete.
F. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations
following performance of other work. Patch with durable seams that are as invisible as
practicable. Provide materials and comply with installation requirements specified in other
Sections, where applicable.
1. Inspection: Where feasible, test and inspect patched areas after completion to
demonstrate physical integrity of installation.
2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration
into retained adjoining construction in a manner that will minimize evidence of patching
and refinishing.
a. Clean piping, conduit, and similar features before applying paint or other finishing
materials.
b. Restore damaged pipe covering to its original condition.
3. Floors and Walls: Where walls or partitions that are removed extend one finished area
into another, patch and repair floor and wall surfaces in the new space. Provide an even
surface of uniform finish, color, texture, and appearance. Remove in-place floor and wall
coverings and replace with new materials, if necessary, to achieve uniform color and
appearance.
a. Where patching occurs in a painted surface, prepare substrate and apply primer and
intermediate paint coats appropriate for substrate over the patch, and apply final
paint coat over entire unbroken surface containing the patch. Provide additional
coats until patch blends with adjacent surfaces.
4. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an even-plane
surface of uniform appearance.
5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a
weathertight condition and ensures thermal and moisture integrity of building enclosure.
G. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint,
mortar, oils, putty, and similar materials from adjacent finished surfaces.
3.6 OWNER-INSTALLED PRODUCTS
A. Site Access: Provide access to Project site for Owner's construction personnel.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
EXECUTION 017300 - 7
B. Coordination: Coordinate construction and operations of the Work with work performed by
Owner's construction personnel.
1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for
Owner's portion of the Work. Adjust construction schedule based on a mutually agreeable
timetable. Notify Owner if changes to schedule are required due to differences in actual
construction progress.
2. Preinstallation Conferences: Include Owner's construction personnel at preinstallation
conferences covering portions of the Work that are to receive Owner's work. Attend
preinstallation conferences conducted by Owner's construction personnel if portions of
the Work depend on Owner's construction.
3.7 PROGRESS CLEANING
A. General: Maintain and clean Project site and work areas daily, including common areas.
Coordinate progress cleaning for joint-use areas where more than one installer has worked.
Enforce requirements strictly. Dispose of materials lawfully.
1. Comply with requirements in NFPA 241 for removal of combustible waste materials and
debris.
2. Do not hold waste materials more than seven days during normal weather or three days if
the temperature is expected to rise above 80 deg F.
3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark
containers appropriately and dispose of legally, according to regulations.
a. Use containers intended for holding waste materials of type to be stored.
4. Coordinate progress cleaning for joint-use areas where Contractor and other contractors
are working concurrently.
B. Site: Maintain Project site free of waste materials and debris.
C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for
proper execution of the Work.
1. Remove liquid spills promptly.
2. Where dust would impair proper execution of the Work, broom-clean or vacuum the
entire work area, as appropriate.
D. Public Roads: Roads shall be cleared of all mud, dust, debris, etc. on a daily basis or as directed
by the owner
E. Installed Work: Keep installed work clean. Clean installed surfaces according to written
instructions of manufacturer or fabricator of product installed, using only cleaning materials
specifically recommended. If specific cleaning materials are not recommended, use cleaning
materials that are not hazardous to health or property and that will not damage exposed surfaces.
F. Concealed Spaces: Remove debris from concealed spaces before enclosing the space.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
EXECUTION 017300 - 8
G. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure
freedom from damage and deterioration at time of Substantial Completion.
H. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials
down sewers or into waterways. Comply with waste disposal requirements in Section 015000
"Temporary Facilities and Controls" and Section 017419 "Construction Waste Management and
Disposal."
I. During handling and installation, clean and protect construction in progress and adjoining
materials already in place. Apply protective covering where required to ensure protection from
damage or deterioration at Substantial Completion.
J. Clean and provide maintenance on completed construction as frequently as necessary through
the remainder of the construction period. Adjust and lubricate operable components to ensure
operability without damaging effects.
K. Limiting Exposures: Supervise construction operations to assure that no part of the construction,
completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious
exposure during the construction period.
3.8 STARTING AND ADJUSTING
A. Coordinate startup and adjusting of equipment and operating components with requirements in
Section 019113 "General Commissioning Requirements."
B. Start equipment and operating components to confirm proper operation. Remove
malfunctioning units, replace with new units, and retest.
C. Adjust equipment for proper operation. Adjust operating components for proper operation
without binding.
D. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties.
Replace damaged and malfunctioning controls and equipment.
E. Manufacturer's Field Service: Comply with qualification requirements in Section 014000
"Quality Requirements."
3.9 PROTECTION OF INSTALLED CONSTRUCTION
A. Provide final protection and maintain conditions that ensure installed Work is without damage
or deterioration at time of Substantial Completion.
B. Comply with manufacturer's written instructions for temperature and relative humidity.
END OF SECTION 017300
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CUTTING AND PATCHING 017329 - 1
SECTION 01 73 29 - CUTTING AND PATCHING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions
and other Division-1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section specifies administrative and procedural requirements for cutting and patching.
B. Refer to other Sections for specific requirements and limitations applicable to cutting and
patching individual parts of the Work.
1. Requirements of this Section apply to mechanical and electrical installations. Refer to
Division-23 and Division-26 Sections for other requirements and limitations applicable to
cutting and patching mechanical and electrical installations.
1.3 SUBMITTALS
A. Cutting and Patching Proposal: Where approval of procedures for cutting and patching is
required before proceeding, submit a proposal describing procedures well in advance of the time
cutting and patching will be performed and request approval to proceed. Include the following
information, as applicable, in the proposal:
1. Describe the extent of cutting and patching required and how it is to be performed;
indicate why it cannot be avoided.
2. Describe anticipated results in terms of changes to existing construction; include changes
to structural elements and operating components as well as changes in the building's
appearance and other significant visual elements.
3. List products to be used and firms or entities that will perform Work.
4. Indicate dates when cutting and patching is to be performed.
5. List utilities that will be disturbed or affected, including those that will be relocated and
those that will be temporarily out-of-service. Indicate how long service will be disrupted.
6. Approval by the Engineer to proceed with cutting and patching does not waive the
Engineer's right to later require complete removal and replacement of a part of the Work
found to be unsatisfactory.
1.4 QUALITY ASSURANCE
A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that
would reduce their load-carrying capacity or load-deflection ratio.
1. Obtain approval of the cutting and patching proposal before cutting and patching the
following structural elements:
a. Foundation construction.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CUTTING AND PATCHING 017329 - 2
b. Structural concrete.
c. Structural steel.
d. Lintels.
e. Structural decking.
f. Miscellaneous structural metals.
g. Equipment supports.
h. Piping, ductwork, vessels and equipment.
B. Operational and Safety Limitations: Do not cut and patch operating elements or safety related
components in a manner that would result in reducing their capacity to perform as intended, or
result in increased maintenance, or decreased operational life or safety.
1. Obtain approval of the cutting and patching proposal before cutting and patching the
following operating elements or safety related systems:
a. Shoring, bracing, and sheeting.
b. Primary operational systems and equipment.
c. Water, moisture, or vapor barriers.
d. Membranes and flashings.
e. Fire protection systems.
f. Control systems.
g. Communication systems.
h. Electrical wiring systems.
C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied
spaces, in a manner that would, in the Engineer's opinion, reduce the building's aesthetic
qualities, or result in visual evidence of cutting and patching. Remove and replace Work cut
and patched in a visually unsatisfactory manner.
1. If possible retain the original installer or fabricator to cut and patch the following
categories of exposed Work, or if it is not possible to engage the original installer or
fabricator, engage another recognized experienced and specialized firm:
a. Precast concrete panels.
b. Processed concrete finishes.
c. Window system.
PART 2 – PRODUCTS
2.1 MATERIALS
A. Materials - General:
1. Use materials in conformance with the Contract Documents.
2. If not shown or indicated in the Contract Documents, use materials and products that are
identical to existing materials and products affected by cutting and patching Work.
3. For exposed surfaces, use materials that visually match existing adjacent surfaces to fullest
extent possible. If identical materials are unavailable or cannot be used, use materials
whose installed performance will equal or surpass that of existing materials.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CUTTING AND PATCHING 017329 - 3
4. Replace, patch, and repair materials and surfaces cut or damaged during cutting and
patching operations, using materials that do not void required or existing warranties.
B. Compound Applied to Core-Drilled Surfaces and Cut Concrete Surfaces:
1. After core-drilling and before installing the utility or equipment through the penetration,
coat exposed concrete and steel with solvent-free, two-component, epoxy protective
coating.
2. Product and Manufacturer: Provide one of the following:
a. Sikagard 62, by Sika Corporation.
b. Or equal.
PART 3 – EXECUTION
3.1 INSPECTION
A. Before cutting existing surfaces, examine surfaces to be cut and patched and conditions under
which cutting and patching is to be performed. Take corrective action before proceeding, if
unsafe or unsatisfactory conditions are encountered.
1. Before proceeding, meet at the site with parties involved in cutting and patching,
including mechanical and electrical trades. Review areas of potential interference and
conflict. Coordinate procedures and resolve potential conflicts before proceeding.
3.2 PREPARATION
A. Temporary Support: Provide temporary support as required to maintain the structural integrity
of the Project, to protect adjacent Work from damage during cutting, and to support the Work to
be cut.
B. Protection: Protect existing construction during cutting and patching to prevent damage.
Provide protection from adverse weather conditions for portions of the Project that might be
exposed during cutting and patching operations.
C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas.
D. Take all precautions necessary to avoid cutting existing pipe, conduit or ductwork serving the
building, but scheduled to be removed or relocated until provisions have been made to bypass
them.
3.3 PERFORMANCE
A. Coring: Core-drill holes to be cut through concrete and masonry walls, slabs, or arches, unless
otherwise accepted by ENGINEER in writing.
1. Perform coring with non-impact rotary tool using diamond core-drills. Size holes for
pipe, conduit, sleeves, equipment or mechanical seals, as required, to be installed through
the penetration.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CUTTING AND PATCHING 017329 - 4
2. Do not core-drill through electrical conduit or other utility lines embedded in walls or
slabs. To extent possible, avoid cutting reinforcing steel in slabs and walls.
3. Protect existing equipment, utilities, and adjacent areas from water and other damage
covered by core-drilling operations.
4. After core-drilling and before installing the utility or equipment through the penetration,
coat exposed concrete and steel with protective coating material indicated in Paragraph
2.1.B of this Section. Apply protective coating in accordance with manufacturer’s
instructions.
5. Vacuum or otherwise remove slurry and tailings from the work area following core-
drilling.
D. Cutting: Cut existing construction using methods least likely to damage elements to be retained
or adjoining construction. Where possible review proposed procedures with the original
installer; comply with the original installer's recommendations.
1. Cut existing construction using methods least likely to damage elements retained
or adjoining construction, and that provide proper surfaces to receive installation
or repair. 2. In general, use hand or small power tools designed for sawing or grinding, not
hammering and chopping. Cut holes and slots neatly to size required with minimum
disturbance of adjacent surfaces. Temporarily cover openings when not in use.
3. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side
into concealed surfaces.
4. Comply with requirements of applicable Sections of Division-31 and Division-32 where
cutting and patching requires excavating and backfilling.
5. By-pass utility services such as pipe or conduit, before cutting, where services are shown
or required to be removed, relocated or abandoned. Cut-off pipe or conduit in walls or
partitions to be removed. Cap, valve or plug and seal the remaining portion of pipe or
conduit to prevent entrance of moisture or other foreign matter after by-passing and
cutting.
6. After cutting concrete and before installing subsequent construction on or through
the opening, coat exposed concrete and steel with protective coating material
indicated herein this Section. Apply protective coating in accordance with
manufacturer’s instructions.
E. Patching: Patch construction by filling, repairing, refinishing, closing-up, and similar
operations following performance of other Work.
1. Patch with durable seams that are as invisible as possible. Comply with specified
tolerances. Where feasible, inspect and test patched areas to demonstrate integrity
of the installation.
1. Restore exposed finishes of patched areas and extend finish restoration into retained
adjoining construction in a manner that will eliminate evidence of patching and
refinishing.
2. Where removal of walls or partitions extends one finished area into another, patch and
repair floor and wall surfaces in the new space to provide an even surface of uniform
color and appearance. Remove existing floor and wall coverings and replace with new
materials, if necessary to achieve uniform color and appearance.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CUTTING AND PATCHING 017329 - 5
a. Where patching occurs in a smooth painted surface, extend final paint coat over
entire unbroken area containing the patch, after the patched area has received
primer and second coat.
3. Patch, repair or rehang existing ceilings as necessary to provide an even plane surface of
uniform appearance.
3.4 CLEANING
A. Thoroughly clean areas and spaces where cutting and patching is performed or used as access.
B. Remove completely paint, mortar, oils, putty and items of similar nature.
C. Thoroughly clean piping, conduit and similar features before painting or other finishing is
applied. Restore damaged pipe covering to its original condition.
END OF SECTION – 01 73 29
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419 - 1
SECTION 017419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
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 the following:
1. Salvaging nonhazardous demolition and construction waste.
2. Recycling nonhazardous demolition and construction waste.
3. Disposing of nonhazardous demolition and construction waste.
1.3 DEFINITIONS
A. Construction Waste: Building and site improvement materials and other solid waste resulting
from construction, remodeling, renovation, or repair operations. Construction waste includes
packaging.
B. Demolition Waste: Building and site improvement materials resulting from demolition or
selective demolition operations.
C. Disposal: Removal off-site of demolition and construction waste and subsequent sale,
recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having
jurisdiction.
D. Recycle: Recovery of demolition or construction waste for subsequent processing in
preparation for reuse.
E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another
facility.
F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent
incorporation into the Work.
1.4 PERFORMANCE REQUIREMENTS
A. General: Practice efficient waste management in the use of materials in the course of the Work.
Use all reasonable means to divert construction and demolition waste from landfills and
incinerators. Facilitate recycling and salvage of materials.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419 - 2
1. Demolition Waste including, but not limited to:
a. Structural and miscellaneous steel.
b. Rough hardware.
c. Roofing.
d. Insulation.
e. Metal studs.
f. Gypsum board.
g. Acoustical tile and panels.
h. Equipment.
i. Plumbing fixtures.
j. Piping.
k. Supports and hangers.
l. Valves.
m. Mechanical equipment.
n. Refrigerants.
o. Electrical conduit.
p. Copper wiring.
q. Electrical devices.
r. Switchgear and panelboards.
2. Construction Waste, including but not limited to:
a. Metals.
b. Roofing.
c. Insulation.
d. Piping.
e. Electrical conduit.
f. Packaging: Regardless of salvage/recycle goal indicated in "General" Paragraph
above, salvage or recycle 100 percent of the following uncontaminated packaging
materials:
1) Paper.
2) Cardboard.
3) Boxes.
4) Plastic sheet and film.
5) Polystyrene packaging.
6) Wood crates.
7) Plastic pails.
1.5 ACTION SUBMITTALS
A. Waste Management Plan: General: Develop a waste management plan according to
requirements in this Section. Plan shall consist of waste identification, waste reduction work
plan. Distinguish between demolition and construction waste..
B. Submit plan within 7 days of date established for the Notice to Proceed. Plan must include the
following:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419 - 3
1. Education Plan ad signage for subcontractors.
2. Location of containers.
3. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged,
recycled, or disposed of in landfill or incinerator. Distinguish between construction
waste and demolition waste.
4. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this
Project, describe methods for preparing salvaged materials before incorporation into the
Work.
5. Recycled Materials: Include list of local receivers and processors and type of recycled
materials each will accept. Include names, addresses, and telephone numbers.
6. Disposed Materials: Indicate how and where materials will be disposed of. Include
name, address, and telephone number of each landfill and incinerator facility.
7. Handling and Transportation Procedures: Include method that will be used for separating
recyclable waste including sizes of containers, container labeling, and designated location
where materials separation will be performed.
1.6 INFORMATIONAL SUBMITTALS
A. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste
by recycling and processing facilities licensed to accept them. Include manifests, weight
tickets, receipts, and invoices.
B. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills
and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts,
and invoices.
C. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for
recovering refrigerant, stating that all refrigerant that was present was recovered and that
recovery was performed according to EPA regulations. Include name and address of technician
and date refrigerant was recovered.
1.7 QUALITY ASSURANCE
A. Regulatory Requirements: Comply with hauling and disposal regulations of authorities having
jurisdiction.
B. Waste Management Conference: Conduct conference at Project site to comply with
requirements in Section 013100 "Project Management and Coordination." Review methods and
procedures related to waste management including, but not limited to, the following:
1. Review and discuss waste management plan.
2. Review and finalize procedures for materials separation and verify availability of
containers and bins needed to avoid delays.
3. Review procedures for periodic waste collection and transportation to recycling and
disposal facilities.
4. Review waste management requirements for each trade.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419 - 4
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1 PLAN IMPLEMENTATION
A. General: Implement approved waste management plan. Provide handling, containers, storage,
signage, transportation, and other items as required to implement waste management plan
during the entire duration of the Contract.
1. Comply with operation, termination, and removal requirements in Section 015000
"Temporary Facilities and Controls."
B. Training: Train workers, subcontractors, and suppliers on proper waste management
procedures, as appropriate for the Work.
1. Distribute waste management plan to everyone concerned within three days of submittal
return.
2. Distribute waste management plan to entities when they first begin work on-site. Review
plan procedures and locations established for salvage, recycling, and disposal.
C. Site Access and Temporary Controls: Conduct waste management operations to ensure
minimum interference with roads, streets, walks, walkways, and other adjacent occupied and
used facilities.
1. Designate and label specific areas on Project site necessary for separating materials that
are to be salvaged, recycled, reused, donated, and sold.
2. Comply with Section 015000 "Temporary Facilities and Controls" for controlling dust
and dirt, environmental protection, and noise control.
3.2 SALVAGING DEMOLITION WASTE
A. Salvaged Items for Reuse in the Work: For any items salvaged onsite, reuse and handle as
follows:
1. Clean salvaged items.
2. Pack or crate items after cleaning. Identify contents of containers with label indicating
elements, date of removal, quantity, and location where removed.
3. Store items in a secure area until installation.
4. Protect items from damage during transport and storage.
5. Install salvaged items to comply with installation requirements for new materials and
equipment. Provide connections, supports, and miscellaneous materials necessary to
make items functional for use indicated.
B. Salvaged Items for Sale and Donation: Not permitted on Project site.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419 - 5
C. Salvaged Items for Owner's Use: For any item salvaged for Owner's use, handle as follows:
1. Clean salvaged items.
2. Pack or crate items after cleaning. Identify contents of containers with label indicating
elements, date of removal, quantity, and location where removed.
3. Store items in a secure area until delivery to Owner.
4. Transport items to Owner's storage area designated by Owner.
5. Protect items from damage during transport and storage.
3.3 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL
A. General: Recycle paper, beverage containers, glass, metal, and plastic containers deemed
acceptable for recycling by local recycling agency, used by on-site workers.
B. Preparation of Waste: Prepare and maintain recyclable waste materials according to recycling
or reuse facility requirements. Maintain materials free of dirt, adhesives, solvents, petroleum
contamination, and other substances deleterious to the recycling process.
C. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate
recyclable waste by type at Project site to the maximum extent practical according to approved
construction waste management plan.
1. Provide appropriately marked containers or bins for controlling recyclable waste until
removed from Project site. Include list of acceptable and unacceptable materials at each
container and bin.
a. Inspect containers and bins for contamination and remove contaminated materials
if found.
2. Stockpile processed materials on-site without intermixing with other materials. Place,
grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust.
3. Stockpile materials away from construction area. Do not store within drip line of
remaining trees.
4. Store components off the ground and protect from the weather.
5. Remove recyclable waste from Owner's property and transport to recycling receiver or
processor.
3.4 RECYCLING DEMOLITION WASTE
A. Wood Materials: Sort and stack members according to size, type, and length. Separate lumber,
engineered wood products, panel products, and treated wood materials.
B. Metals: Separate metals by type.
1. Structural Steel: Stack members according to size, type of member, and length.
2. Remove and dispose of bolts, nuts, washers, and other rough hardware.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419 - 6
C. Piping: Reduce piping to straight lengths and store by type and size. Separate supports,
hangers, valves, sprinklers, and other components by type and size.
D. Conduit: Reduce conduit to straight lengths and store by type and size.
3.5 RECYCLING CONSTRUCTION WASTE
A. Packaging:
1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry
location.
2. Polystyrene Packaging: Separate and bag materials.
3. Pallets: As much as possible, require deliveries using pallets to remove pallets from
Project site. For pallets that remain on-site, break down pallets into component wood
pieces and comply with requirements for recycling wood.
4. Crates: Break down crates into component wood pieces and comply with requirements
for recycling wood.
B. Wood Materials:
1. Clean Cut-Offs of Lumber: Grind or chip into small pieces.
2. Clean Sawdust: Bag sawdust that does not contain painted or treated wood.
C. Gypsum Board: Stack large clean pieces on wood pallets or in container and store in a dry
location.
1. Clean Gypsum Board: Grind scraps of clean gypsum board using small mobile chipper
or hammer mill. Screen out paper after grinding.
a. Comply with requirements in Section 329300 "Plants" for use of clean ground
gypsum board as inorganic soil amendment.
3.6 DISPOSAL OF WASTE
A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove
waste materials from Project site and legally dispose of them in a landfill or incinerator
acceptable to authorities having jurisdiction.
1. Except as otherwise specified, do not allow waste materials that are to be disposed of
accumulate on-site.
2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces
and areas.
B. Burning: Do not burn waste materials.
C. Disposal: Remove waste materials from Owner's property and legally dispose of them.
END OF SECTION 017419
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CLOSEOUT PROCEDURES 017700 - 1
SECTION 01 77 00 - CLOSEOUT PROCEDURES
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 contract closeout, including, but
not limited to, the following:
1. Substantial Completion procedures.
2. Final completion procedures.
3. Warranties.
4. Repair of the Work.
1.3 ACTION SUBMITTALS
A. Product Data: For cleaning agents.
B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion.
C. Certified List of Incomplete Items: Final submittal at Final Completion.
1.4 CLOSEOUT SUBMITTALS
A. Certificates of Release: From authorities having jurisdiction.
B. Certificate of Insurance: For continuing coverage.
C. Field Report: For pest control inspection.
1.5 MAINTENANCE MATERIAL SUBMITTALS
A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in
other Sections.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CLOSEOUT PROCEDURES 017700 - 2
1.6 SUBSTANTIAL COMPLETION PROCEDURES
A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and
corrected (Contractor's punch list), indicating the value of each item on the list and reasons why
the Work is incomplete.
B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 business
days prior to requesting inspection for determining date of Substantial Completion. List items
below that are incomplete at time of request.
1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction
permitting Owner unrestricted use of the Work and access to services and utilities. Include
occupancy permits, operating certificates, and similar releases.
2. Submit closeout submittals specified in other Division 01 Sections, including project
record documents, operation and maintenance manuals, final completion construction
photographic documentation, damage or settlement surveys, property surveys, and similar
final record information.
3. Submit closeout submittals specified in individual Sections, including specific warranties,
workmanship bonds, maintenance service agreements, final certifications, and similar
documents.
4. Submit maintenance material submittals specified in individual Sections, including tools,
spare parts, extra materials, and similar items, and deliver to location designated by the
Engineer. Label with manufacturer's name and model number where applicable.
a. Schedule of Maintenance Material Items: Prepare and submit schedule of
maintenance material submittal items, including name and quantity of each item and
name and number of related Specification Section. Obtain Engineer’s signature for
receipt of submittals.
5. Submit test/adjust/balance records.
6. Submit changeover information related to Owner's occupancy, use, operation, and
maintenance.
C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 business
days prior to requesting inspection for determining date of Substantial Completion. List items
below that are incomplete at time of request.
1. Advise Owner of pending insurance changeover requirements.
2. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's
personnel of changeover in security provisions.
3. Complete startup and testing of systems and equipment.
4. Perform preventive maintenance on equipment used prior to Substantial Completion.
5. Instruct Owner's personnel in operation, adjustment, and maintenance of products,
equipment, and systems.
6. Advise Owner of changeover in heat and other utilities.
7. Participate with Owner in conducting inspection and walkthrough with local emergency
responders.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CLOSEOUT PROCEDURES 017700 - 3
8. Terminate and remove temporary facilities from Project site, along with mockups,
construction tools, and similar elements.
9. Complete final cleaning requirements, including touchup painting.
10. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual
defects.
D. Inspection: Submit a written request for inspection to determine Substantial Completion a
minimum of 10 business days prior to date the work will be completed and ready for final
inspection and tests. On receipt of request, the Engineer will either proceed with inspection or
notify Contractor of unfulfilled requirements. The Engineer will prepare the Certificate of
Substantial Completion after inspection or will notify Contractor of items, either on Contractor's
list or additional items identified by the Engineer, that must be completed or corrected before
certificate will be issued.
1. Reinspection: Request reinspection when the Work identified in previous inspections as
incomplete is completed or corrected.
2. Results of completed inspection will form the basis of requirements for final completion.
1.7 FINAL COMPLETION PROCEDURES
A. Submittals Prior to Final Completion: Before requesting final inspection for determining final
completion, complete the following:
1. Submit a final Application for Payment according to Section 012900 "Payment
Procedures."
2. Certified List of Incomplete Items: Submit certified copy of Engineer's Substantial
Completion inspection list of items to be completed or corrected (punch list), endorsed and
dated by the Engineer. Certified copy of the list shall state that each item has been
completed or otherwise resolved for acceptance.
3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage
complying with insurance requirements.
4. Submit pest-control final inspection report.
B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of
10 business days prior to date the work will be completed and ready for final inspection and tests.
On receipt of request, the Engineer will either proceed with inspection or notify Contractor of
unfulfilled requirements. The Engineer will prepare a final Certificate for Payment after
inspection or will notify Contractor of construction that must be completed or corrected before
certificate will be issued.
1. Reinspection: Request reinspection when the Work identified in previous inspections as
incomplete is completed or corrected.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CLOSEOUT PROCEDURES 017700 - 4
1.8 LIST OF INCOMPLETE ITEMS (PUNCH LIST)
A. Organization of List: Contractor shall prepare Punch List to include the following: name and
identification of each space and area affected by construction operations for incomplete items and
items needing correction including, if necessary, areas disturbed by Contractor that are outside
the limits of construction.
1. Organize list of spaces in sequential order.
2. Include the following information at the top of each page:
a. Project name.
b. Date.
c. Name of Engineer.
d. Name of Contractor.
e. Page number.
3. Submit list of incomplete items in the following format:
a. MS Excel electronic file. Engineer will return annotated file.
b. PDF electronic file. Engineer will return annotated file.
1.9 SUBMITTAL OF PROJECT WARRANTIES
A. Time of Submittal: Submit written warranties on request of the Engineer for designated portions
of the Work where commencement of warranties other than date of Substantial Completion is
indicated, or when delay in submittal of warranties might limit Owner's rights under warranty.
B. Partial Occupancy: Submit properly executed warranties within 15 business days of completion
of designated portions of the Work that are completed and occupied or used by Owner during
construction period by separate agreement with Contractor.
C. Organize warranty documents into an orderly sequence based on the table of contents of Project
Manual.
1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders,
thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch
paper.
2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark
tab to identify the product or installation. Provide a typed description of the product or
installation, including the name of the product and the name, address, and telephone
number of Installer.
3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES,"
Project name, and name of Contractor.
4. Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and
bond submittal package into a single indexed electronic PDF file with links enabling
navigation to each item. Provide bookmarked table of contents at beginning of document.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
CLOSEOUT PROCEDURES 017700 - 5
D. Provide additional copies of each warranty to include in operation and maintenance manuals.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.1 REPAIR OF THE WORK
A. Complete repair and restoration operations before requesting inspection for determination of
Substantial Completion.
B. Repair or remove and replace defective construction. Repairing includes replacing defective
parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting
operating equipment. Where damaged or worn items cannot be repaired or restored, provide
replacements. Remove and replace operating components that cannot be repaired. Restore
damaged construction and permanent facilities used during construction to specified condition.
END OF SECTION 01 77 00
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
OPERATION AND MAINTENANCE DATA 017823 - 1
SECTION 01 78 23 - OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes administrative and procedural requirements for preparing operation and
maintenance manuals, including the following:
1. Operation and maintenance documentation directory.
2. Emergency manuals.
3. Operation manuals for systems, subsystems, and equipment.
4. Product maintenance manuals.
5. Systems and equipment maintenance manuals.
1.2 CLOSEOUT SUBMITTALS
A. Manual Content: Operations and maintenance manual content is specified in individual
Specification Sections to be reviewed at the time of Section submittals. Submit reviewed
manual content formatted and organized as required by this Section.
1. Engineer will comment on whether content of operations and maintenance submittals are
acceptable.
2. Where applicable, clarify and update reviewed manual content to correspond to revisions
and field conditions.
B. Format: Submit operations and maintenance manuals in the following format:
1. PDF electronic file. Assemble each manual into a composite electronically indexed file.
Submit on digital media acceptable to Engineer.
a. Name each indexed document file in composite electronic index with applicable
item name. Include a complete electronically linked operation and maintenance
directory.
b. Enable inserted reviewer comments on draft submittals.
2. Three (3) paper copies. Include a complete operation and maintenance directory.
Enclose title pages and directories in clear plastic sleeves. Engineer will return two (2)
copies.
C. Manual Submittal: Submit each manual in final form prior to requesting inspection for
Substantial Completion and at least fifteen (15) days before commencing demonstration and
training. Engineer will return copy with comments.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
OPERATION AND MAINTENANCE DATA 017823 - 2
1. Correct or revise each manual to comply with Engineer’s comments. Submit copies of
each corrected manual within fifteen (15) days of receipt of Engineer’s comments and
prior to commencing demonstration and training.
PART 2 - PRODUCTS
2.1 REQUIREMENTS FOR OPERATION AND MAINTENANCE MANUALS
A. Directory: Prepare a single, comprehensive directory of emergency, operation, and
maintenance data and materials, listing items and their location to facilitate ready access to
desired information.
B. Organization: Unless otherwise indicated, organize each manual into a separate section for each
system and subsystem, and a separate section for each piece of equipment not part of a system.
Each manual shall contain the following materials, in the order listed:
1. Title page.
2. Table of contents.
3. Manual contents.
C. Title Page: Include the following information:
1. Subject matter included in manual.
2. Name and address of Project.
3. Name and address of Owner.
4. Date of submittal.
5. Name and contact information for Contractor.
6. Name and contact information for Construction Manager.
7. Name and contact information for Engineer.
8. Name and contact information for Commissioning Authority.
9. Names and contact information for major consultants to the Engineer that designed the
systems contained in the manuals.
10. Cross-reference to related systems in other operation and maintenance manuals.
D. Table of Contents: List each product included in manual, identified by product name, indexed
to the content of the volume, and cross-referenced to Specification Section number in Project
Manual.
E. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by
system, subsystem, and equipment. If possible, assemble instructions for subsystems,
equipment, and components of one system into a single binder.
F. Manuals, Electronic Files: Submit manuals in the form of a multiple file composite electronic
PDF file for each manual type required.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
OPERATION AND MAINTENANCE DATA 017823 - 3
1. Electronic Files: Use electronic files prepared by manufacturer where available. Where
scanning of paper documents is required, configure scanned file for minimum readable
file size.
2. File Names and Bookmarks: Enable bookmarking of individual documents based on file
names. Name document files to correspond to system, subsystem, and equipment names
used in manual directory and table of contents. Group documents for each system and
subsystem into individual composite bookmarked files, then create composite manual, so
that resulting bookmarks reflect the system, subsystem, and equipment names in a readily
navigated file tree. Configure electronic manual to display bookmark panel on opening
file.
G. Manuals, Paper Copy: Submit manuals in the form of hard copy, bound and labeled volumes.
1. Binders: Heavy-duty, three-ring, vinyl-covered, loose-leaf type binders, in thickness
necessary to accommodate contents, sized to hold 8-1/2-by-11-inch paper; with clear
plastic sleeve on spine to hold label describing contents and with pockets inside covers to
hold folded oversize sheets.
a. Identify each binder on front and spine, with printed title "OPERATION AND
MAINTENANCE MANUAL," Project title or name, and subject matter of
contents and indicate Specification Section number on bottom of spine. Indicate
volume number for multiple-volume sets.
2. Dividers: Heavy-paper dividers with plastic-covered tabs for each section of the manual.
Mark each tab to indicate contents. Include typed list of products and major components
of equipment included in the section on each divider, cross-referenced to Specification
Section number and title of Project Manual.
3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic
software storage media for computerized electronic equipment.
4. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text.
a. If oversize drawings are necessary, fold drawings to same size as text pages and
use as foldouts.
b. If drawings are too large to be used as foldouts, fold and place drawings in labeled
envelopes and bind envelopes in rear of manual. At appropriate locations in
manual, insert typewritten pages indicating drawing titles, descriptions of contents,
and drawing locations.
2.2 OPERATION MANUALS
A. Content: In addition to requirements in this Section, include operation data required in
individual Specification Sections and the following information:
1. System, subsystem, and equipment descriptions. Use designations for systems and
equipment indicated on Contract Documents.
2. Performance and design criteria if Contractor is delegated design responsibility.
3. Operating standards.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
OPERATION AND MAINTENANCE DATA 017823 - 4
4. Operating procedures.
5. Operating logs.
6. Wiring diagrams.
7. Control diagrams.
8. Piped system diagrams.
9. Precautions against improper use.
10. License requirements including inspection and renewal dates.
B. Descriptions: Include the following:
1. Product name and model number. Use designations for products indicated on Contract
Documents.
2. Manufacturer's name.
3. Equipment identification with serial number of each component.
4. Equipment function.
5. Operating characteristics.
6. Limiting conditions.
7. Performance curves.
8. Engineering data and tests.
9. Complete nomenclature and number of replacement parts.
C. Operating Procedures: Include the following, as applicable:
1. Startup procedures.
2. Equipment or system break-in procedures.
3. Routine and normal operating instructions.
4. Regulation and control procedures.
5. Instructions on stopping.
6. Normal shutdown instructions.
7. Seasonal and weekend operating instructions.
8. Required sequences for electric or electronic systems.
9. Special operating instructions and procedures.
D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as
installed.
E. Piped Systems: Diagram piping as installed, and identify color-coding where required for
identification.
2.3 PRODUCT MAINTENANCE MANUALS
A. Content: Organize manual into a separate section for each product, material, and finish.
Include source information, product information, maintenance procedures, repair materials and
sources, and warranties and bonds, as described below.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
OPERATION AND MAINTENANCE DATA 017823 - 5
B. Source Information: List each product included in manual identified by product name and
arranged to match manual's table of contents. For each product, list name, address, and
telephone number of Installer or supplier and maintenance service agent, and cross-reference
Specification Section number and title in Project Manual.
C. Product Information: Include the following, as applicable:
1. Product name and model number.
2. Manufacturer's name.
3. Color, pattern, and texture.
4. Material and chemical composition.
5. Reordering information for specially manufactured products.
D. Maintenance Procedures: Include manufacturer's written recommendations and the following:
1. Inspection procedures.
2. Troubleshooting guide.
3. Types of cleaning agents to be used and methods of cleaning.
4. List of cleaning agents and methods of cleaning detrimental to product.
5. Schedule for routine cleaning and maintenance.
6. Repair instructions.
E. Spare Parts List and Source Information: Include lists of replacement and repair parts, with
parts identified and cross-referenced to manufacturers' maintenance documentation and local
sources of maintenance materials and related services.
F. Repair Materials and Sources: Include lists of materials and local sources of materials and
related services.
G. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and
conditions that would affect validity of warranties or bonds.
PART 3 - EXECUTION
3.1 MANUAL PREPARATION
A. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care
and maintenance of each product, material, and finish incorporated into the Work.
B. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance
data indicating operation and maintenance of each system, subsystem, and piece of equipment
not part of a system.
C. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include
only sheets pertinent to product or component installed. Mark each sheet to identify each
product or component incorporated into the Work. If data include more than one item in a
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
OPERATION AND MAINTENANCE DATA 017823 - 6
tabular format, identify each item using appropriate references from the Contract Documents.
Identify data applicable to the Work and delete references to information not applicable.
D. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the
relationship of component parts of equipment and systems and to illustrate control sequence and
flow diagrams. Coordinate these drawings with information contained in record Drawings to
ensure correct illustration of completed installation.
1. Do not use original project record documents as part of operation and maintenance
manuals.
END OF SECTION 017823
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PROJECT RECORD DOCUMENTS 017839 - 1
SECTION 01 78 39 - PROJECT RECORD DOCUMENTS
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 project record documents,
including the following:
1. Record Drawings.
2. Record Specifications.
3. Record Product Data.
4. Miscellaneous record submittals.
1.3 CLOSEOUT SUBMITTALS
A. Record Drawings: Comply with the following:
1. Number of Copies: Submit one (1) set(s) of marked-up record prints.
2. Number of Copies: Submit copies of Project Record Drawings as follows:
a. Initial Submittal:
1) Submit one (1) paper-copy set(s) of marked-up record prints.
2) Submit PDF electronic files of scanned record prints and one (1) of file prints.
3) Submit record digital data files and one (1) set(s) of plots.
4) The Engineer will indicate whether general scope of changes, additional
information recorded, and quality of drafting are acceptable.
b. Re-submittal:
1) Submit three (3) paper-copy set(s) of marked-up record prints.
2) Submit PDF electronic files of scanned record prints and three (3) set(s) of
prints.
3) Print each drawing, whether or not changes and additional information were
recorded.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PROJECT RECORD DOCUMENTS 017839 - 2
a. Final Submittal:
1) Submit one (1) paper-copy set(s) of marked-up record prints.
2) Submit record digital data files and three (3) set(s) of record digital data file
plots.
3) Plot each drawing file, whether or not changes and additional information
were recorded.
B. Record Specifications: Submit one (1) annotated electronic PDF(s) and directories of Project's
Specifications, including addenda and contract modifications.
C. Record Product Data: Submit one (1) annotated electronic PDF(s) and directories of each
submittal.
1. Where record Product Data are required as part of operation and maintenance manuals,
submit duplicate marked-up Product Data as a component of manual.
D. Reports: Submit written report each week indicating items incorporated into project record
documents concurrent with progress of the Work, including revisions, concealed conditions, field
changes, product selections, and other notations incorporated.
PART 2 - PRODUCTS
2.1 RECORD DRAWINGS
A. Record Prints: Maintain one set of marked-up paper copies of the Contract Drawings and Shop
Drawings, incorporating new and revised drawings as modifications are issued.
1. Preparation: Mark record prints to show the actual installation, when such installation
varies from that shown originally. Require individual person or entity who obtained record
data, whether that individual or entity is an installer, subcontractor or similar entity, to
provide information for preparation of corresponding marked-up record prints.
a. Clearly record and identify information about concealed elements that would be
difficult to identify, measure or record later.
b. Accurately record information in an acceptable drawing technique.
c. Record data immediately after revealing or obtaining it.
d. Record and check the markup before enclosing or concealing installations.
e. Cross-reference record prints to corresponding photographic documentation.
2. Maintain on Project site at all times, in an approved location, and in a clean, dry and legible
condition, one set of Project Drawings and one set of Submittals. These documents shall
be used to record as-built conditions on a day-to-day basis, and shall be kept current and
available for inspection by the Engineer during working hours.
3. Content: Types of items requiring marking include, but are not limited to, the following:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PROJECT RECORD DOCUMENTS 017839 - 3
a. Dimensional changes to Drawings.
b. Concealed insulation types, thicknesses and R-Values.
c. Locations of discontinuous insulation, if any.
d. Revisions to details shown on Drawings.
e. Depths of foundations below first floor.
f. Locations and depths of underground utilities.
g. Revisions to routing of piping and conduits.
h. Revisions to electrical circuitry.
i. Actual equipment locations.
j. Duct size and routing.
k. Locations of concealed internal utilities.
l. Changes made by Change Order or Construction Change Directive.
m. Changes made following the Engineer's written orders.
n. Details not on the original Contract Drawings.
o. Field records for variable and concealed conditions.
p. Actual installed information about Work that is otherwise shown only schematically.
4. Mark the Contract Drawings and Shop Drawings completely and accurately. Use
personnel proficient at recording graphic information in production of marked-up record
prints.
5. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between
changes for different categories of the Work at same location.
6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers,
and similar identification, where applicable.
B. Record Digital Data Files: Immediately before inspection for Certificate of Substantial
Completion, review marked-up record prints with the Engineer. When authorized, prepare a full
set of corrected digital data files of the Contract Drawings, as follows:
1. Format: Same digital data software program, version, and operating system as the original
Contract Drawings.
2. Format: DWG: Autodesk AutoCAD, current version.
3. Format: Annotated electronic PDF, with comment function enabled.
4. Incorporate changes and additional information previously marked on record prints.
Delete, redraw, and add details and notations where applicable.
5. Refer instances of uncertainty to Engineer for resolution.
6. Engineer will furnish Contractor one set of digital data files of the Contract Drawings for
use in recording information.
a. See Section 013300 Submittals for requirements related to use of Engineer's digital
data files.
b. The Engineer will provide data file layer information. Record markups in separate
layers.
C. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD
DRAWING" in a prominent location.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PROJECT RECORD DOCUMENTS 017839 - 4
1. Record Prints: Organize record prints and newly prepared record Drawings into
manageable sets. Bind each set with durable paper cover sheets. Include identification on
cover sheets.
2. Format: Annotated electronic PDF, with comment function enabled.
3. Record Digital Data Files: Organize digital data information into separate electronic files
that correspond to each sheet of the Contract Drawings. Name each file with the sheet
identification. Include identification in each digital data file.
4. Identification:
a. Project name.
b. Date.
c. Designation "PROJECT RECORD DRAWINGS".
d. Name of Engineer.
e. Name of Contractor.
2.2 RECORD SPECIFICATIONS
A. Preparation: Mark Specifications to indicate the actual product installation where installation
varies from that indicated in Specifications, addenda, and contract modifications.
1. Give particular attention to information on concealed products and installations that cannot
be readily identified and recorded later.
2. Mark copy with the proprietary name and model number of products, materials, and
equipment furnished, including substitutions and product options selected.
3. Record the name of manufacturer, supplier, installer and other information necessary to
provide a record of selections made.
4. For each principal product, indicate whether record Product Data has been submitted in
operation and maintenance manuals instead of submitted as record Product Data.
5. Note related Change Orders, record Product Data, and record Drawings where applicable.
B. Format: Submit record Specifications as annotated electronic PDF(s) or as scanned electronic
PDF(s) of marked-up paper copy of Specifications.
2.3 RECORD PRODUCT DATA
A. Preparation: Mark Product Data to indicate the actual product installation where installation
varies substantially from that indicated in Product Data submittal.
1. Give particular attention to information on concealed products and installations that cannot
be readily identified and recorded later.
2. Include significant changes in the product delivered to Project site and changes in
manufacturer's written instructions for installation.
3. Note related Change Orders, record Specifications, and record Drawings where applicable.
B. Format: Submit record Product Data as annotated electronic PDF or as scanned electronic PDF(s)
of marked-up paper copy of Product Data and one (1) paper copy.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PROJECT RECORD DOCUMENTS 017839 - 5
1. Include record Product Data directory organized by Specification Section number and title,
electronically linked to each item of record Product Data.
2.4 MISCELLANEOUS RECORD SUBMITTALS
A. Assemble miscellaneous records required by other Specification Sections for miscellaneous
record keeping and submittal in connection with actual performance of the Work. Bind or file
miscellaneous records and identify each, ready for continued use and reference.
B. Format: Submit miscellaneous record submittals as electronic PDF or as scanned electronic
PDF(s) of marked-up miscellaneous record submittals and one (1) paper copy.
1. Include miscellaneous record submittals directory organized by Specification Section
number and title, electronically linked to each item of miscellaneous record submittals.
PART 3 - EXECUTION
3.1 RECORDING AND MAINTENANCE
A. Recording: Maintain one copy of each submittal during the construction period for project record
document purposes. Post changes and revisions to project record documents as they occur; do
not wait until end of Project.
B. Maintenance of Record Documents and Samples: Store record documents and Samples in the
field office apart from the Contract Documents used for construction. Do not use project record
documents for construction purposes. Maintain record documents in good order and in a clean,
dry, legible condition protected from deterioration and loss. Provide access to project record
documents for Field Engineer’s reference during normal working hours.
END OF SECTION 01 78 39
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
DEMONSTRATION AND TRAINING 017900 - 1
SECTION 01 79 00 – DEMONSTRATION AND TRAINING
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 instructing Owner's personnel,
including the following:
1. Demonstration of operation of systems, subsystems, and equipment.
2. Training in operation and maintenance of systems, subsystems, and equipment.
3. Demonstration and training video recordings.
1.3 INFORMATIONAL SUBMITTALS
A. Instruction Program: Submit outline of instructional program for demonstration and training,
including a list of training modules and a schedule of proposed dates, times, length of instruction
time, and instructors' names for each training module. Include learning objective and outline for
each training module.
1. Indicate proposed training modules using manufacturer-produced demonstration and
training video recordings for systems, equipment, and products in lieu of video recording
of live instructional module.
B. Qualification Data: For training facilitator, instructor(s) and videographer.
C. Attendance Record: For each training module, submit list of participants and length of instruction
time.
D. Evaluations: For each participant and for each training module, submit results and documentation
of performance-based test.
1.4 CLOSEOUT SUBMITTALS
A. Demonstration and Training Video Recordings: Submit two (2) copies within seven (7) days of
end of each training module.
1. Identification: On each copy, provide an applied label with the following information:
a. Name of Project.
b. Name and address of videographer.
c. Name of Engineer.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
DEMONSTRATION AND TRAINING 017900 - 2
d. Name of Construction Manager.
e. Name of Contractor.
f. Date of video recording.
2. Prepared and bound in format matching operation and maintenance manuals. Mark
appropriate identification on front and spine of each binder. Include a cover sheet with
same label information as the corresponding video recording. Include name of Project and
date of video recording on each page.
3. Prepared in PDF electronic format. Include a cover sheet with same label information as
the corresponding video recording and a table of contents with links to corresponding
training components. Include name of Project and date of video recording on each page.
4. At completion of training, submit complete training manual(s) for Owner's use prepared
and bound in format matching operation and maintenance manuals and also in PDF
electronic file format on compact disc.
1.5 QUALITY ASSURANCE
A. Facilitator Qualifications: A firm or individual experienced in training or educating maintenance
personnel in a training program similar in content and extent to that indicated for this Project, and
whose work has resulted in training or education with a record of successful learning
performance.
B. Instructor Qualifications: A factory-authorized service representative experienced in operation
and maintenance procedures and training.
C. Videographer Qualifications: A professional videographer who is experienced photographing
demonstration and training events similar to those required.
D. Preinstruction Conference: Conduct conference at Project site to review methods and procedures
related to demonstration and training including, but not limited to, the following:
1. Inspect and discuss locations and other facilities required for instruction.
2. Review and finalize instruction schedule and verify availability of educational materials,
instructors' personnel, audiovisual equipment, and facilities needed to avoid delays.
3. Review required content of instruction.
4. For instruction that must occur outside, review weather and forecasted weather conditions
and procedures to follow if conditions are unfavorable.
E. Qualifications of instructors are subject to acceptance by Engineer. If Engineer does not accept
qualifications of proposed instructor, furnish services of replacement instructor with acceptable
qualifications.
1.6 COORDINATION
A. Coordinate instruction schedule with Owner's operations. Adjust schedule as required to
minimize disrupting Owner's operations and to ensure availability of Owner's personnel.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
DEMONSTRATION AND TRAINING 017900 - 3
B. Coordinate instructors, including providing notification of dates, times, length of instruction time,
and course content.
C. Coordinate content of training modules with content of approved emergency, operation, and
maintenance manuals. Do not submit instruction program until operation and maintenance data
has been reviewed and approved by Engineer.
PART 2 - PRODUCTS
2.1 INSTRUCTION PROGRAM
A. Program Structure: Develop an instruction program that includes individual training modules for
each system and for equipment not part of a system, as required by individual Specification
Sections.
B. Training Modules: Develop a learning objective and teaching outline for each module. Include
a description of specific skills and knowledge that participant is expected to master. For each
module, include instruction for the following as applicable to the system, equipment, or
component:
1. Basis of System Design, Operational Requirements, and Criteria: Include the following:
a. System, subsystem, and equipment descriptions.
b. Performance and design criteria if Contractor is delegated design responsibility.
c. Operating standards.
d. Regulatory requirements.
e. Equipment function.
f. Operating characteristics.
g. Limiting conditions.
h. Performance curves.
2. Documentation: Review the following items in detail:
a. Emergency manuals.
b. Operations manuals.
c. Maintenance manuals.
d. Project record documents.
e. Identification systems.
f. Warranties and bonds.
g. Maintenance service agreements and similar continuing commitments.
3. Emergencies: Include the following, as applicable:
a. Instructions on meaning of warnings, trouble indications, and error messages.
b. Instructions on stopping.
c. Shutdown instructions for each type of emergency.
d. Operating instructions for conditions outside of normal operating limits.
e. Sequences for electric or electronic systems.
f. Special operating instructions and procedures.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
DEMONSTRATION AND TRAINING 017900 - 4
4. Operations: Include the following, as applicable:
a. Startup procedures.
b. Equipment or system break-in procedures.
c. Routine and normal operating instructions.
d. Regulation and control procedures.
e. Control sequences.
f. Safety procedures.
g. Instructions on stopping.
h. Normal shutdown instructions.
i. Operating procedures for emergencies.
j. Operating procedures for system, subsystem, or equipment failure.
k. Seasonal and weekend operating instructions.
l. Required sequences for electric or electronic systems.
m. Special operating instructions and procedures.
5. Adjustments: Include the following:
a. Alignments.
b. Checking adjustments.
c. Noise and vibration adjustments.
d. Economy and efficiency adjustments.
6. Troubleshooting: Include the following:
a. Diagnostic instructions.
b. Test and inspection procedures.
7. Maintenance: Include the following:
a. Inspection procedures.
b. Types of cleaning agents to be used and methods of cleaning.
c. List of cleaning agents and methods of cleaning detrimental to product.
d. Procedures for routine cleaning
e. Procedures for preventive maintenance.
f. Procedures for routine maintenance.
g. Instruction on use of special tools.
8. Repairs: Include the following:
a. Diagnosis instructions.
b. Repair instructions.
c. Disassembly; component removal, repair, and replacement; and reassembly
instructions.
d. Instructions for identifying parts and components.
e. Review of spare parts needed for operation and maintenance.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
DEMONSTRATION AND TRAINING 017900 - 5
PART 3 - EXECUTION
3.1 PREPARATION
A. Assemble educational materials necessary for instruction, including documentation and training
module. Assemble training modules into a training manual organized in coordination with
requirements in Section 017823 "Operation and Maintenance Data."
B. Set up instructional equipment at instruction location.
3.2 INSTRUCTION
A. Facilitator: Engage a qualified facilitator to prepare instruction program and training modules, to
coordinate instructors, and to coordinate between Contractor and Owner for number of
participants, instruction times, and location.
B. Engage qualified instructors to instruct Owner's personnel to adjust, operate, and maintain
systems, subsystems, and equipment not part of a system.
1. Engineer will furnish an instructor to describe basis of system design, operational
requirements, criteria, and regulatory requirements.
2. Owner will furnish an instructor to describe Owner's operational philosophy.
3. Owner will furnish Contractor with names and positions of participants.
C. Scheduling: Provide instruction at mutually agreed on times. For equipment that requires
seasonal operation, provide similar instruction at start of each season.
1. Schedule training with Owner through Engineer with at least ten (10) days advance notice.
D. Training Location and Reference Material: Conduct training on-site in the completed and fully
operational facility using the actual equipment in-place. Conduct training using final operation
and maintenance data submittals.
E. Evaluation: At conclusion of each training module, assess and document each participant's
mastery of module by use of a written performance-based test.
F. Cleanup: Collect used and leftover educational materials and give to Owner. Remove
instructional equipment and restore systems and equipment to condition existing before initial
training use.
END OF SECTION 01 79 00
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 1
SECTION 019113 – GENERAL COMMISSIONING REQUIREMENTS
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 DESCRIPTION
A. Commissioning. Commissioning is a systematic process of ensuring that all building systems
perform interactively according to the design intent and the owner’s operational needs. This is
achieved by beginning in the design phase and documenting design intent and continuing through
construction, acceptance and the warranty period with actual verification of performance. The
commissioning process shall encompass and coordinate the traditionally separate functions of
system documentation, equipment startup, control system calibration, testing and balancing,
performance testing and training.
1. Verify that applicable equipment and systems are installed according to the manufacturer’s
recommendations and to industry accepted minimum standards and that they receive
adequate operational checkout by installing contractors.
2. Verify and document proper performance of equipment and systems.
3. Verify that O&M documentation left on site is complete.
4. Verify that the Owner’s operating personnel are adequately trained.
B. The commissioning process does not take away from or reduce the responsibility of the system
designers or installing contractors to provide a finished and fully functioning product.
C. Abbreviations. The following are common abbreviations used in the Specifications. Definitions
are found in Section 1.6.
A/E- Architect and design engineers FT- Functional performance test
CxA- Commissioning authority GC- General Contractor
CC Controls
Contractor/Subcontractor (EMS
manufacturer)
MC- Mechanical Contractor
CO
FR-
Contractor/Subcontractor
Field Representative (Owner)
SC- Startup Checklist
Cx- Commissioning PM- Project manager (of the Owner)
Cx Plan- Commissioning Plan document Subs- Subcontractors
EC- Electrical Contractor TAB- Test and balance
Contractor/Subcontractor (firm)
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 2
D. Where Contractor is mentioned in this section it refers to the General, Mechanical, Electrical
Contractor and all Subcontractors.
1.3 COORDINATION
A. Commissioning Team. The members of the commissioning team consist of the Commissioning
authority (CxA), the Project Manager (PM), the designated representative of Owner’s field
Representative (FR), the General Contractor (GC), the architect and design engineers (particularly
the mechanical engineer), the Mechanical Contractor (MC), the Electrical Contractor (EC), the
Testing and Balancing Contractor/Subcontractor (TAB), the Controls Contractor/Subcontractor
(CC), any other installing subcontractors or suppliers of equipment. If known, the Owner’s
building or plant operator/engineer is also a member of the commissioning team.
B. Management. The CxA is hired by the Owner directly. The CxA directs and coordinates the
commissioning activities and the reports to the Owner. All members work together to fulfill their
contracted responsibilities and meet the objectives of the Contract Documents. The CxA’s
responsibilities are the same regardless of who hired the CxA.
C. Scheduling. The CxA will work with the FR and Contractors according to established protocols to
schedule the commissioning activities. The CxA will provide sufficient notice to the FR and
Contractors for scheduling commissioning activities. The Contractors will integrate all
commissioning activities into the master schedule. All parties will address scheduling problems
and make necessary notifications in a timely manner in order to expedite the commissioning
process.
1.4 COMMISSIONING PROCESS
A. Commissioning Plan. The commissioning plan (provided at the commissioning kick-off meeting by
the CxA) provides guidance in the execution of the commissioning process. Just after the initial
commissioning kick-off meeting, the CxA will update the plan, which is then considered the “final”
plan, though it will continue to evolve and expand as the project progresses. The Specifications
will take precedence over the Commissioning Plan.
B. Commissioning Process During Construction. The following narrative provides a brief overview of
the typical commissioning tasks during construction and the general order in which they occur.
1. Commissioning during construction begins with a kick-off meeting conducted by the CxA
where the commissioning process is reviewed with the commissioning team members.
2. Additional meetings will be required throughout construction, scheduled by the CxA with
necessary parties attending, to plan, scope, coordinate, schedule future activities and resolve
problems.
3. Equipment documentation is submitted to the CxA during normal submittals, including
equipment submittals and detailed start-up procedures.
4. The CxA works with the Contractors in developing startup plans and startup documentation
formats, including providing the Contractors with Startup Checklists to be completed, during
the startup process.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 3
5. In general, the checkout and performance verification proceeds from simple to complex;
from component level to equipment to systems and intersystem levels with Startup Checklists
being completed before functional testing.
6. The Contractors, under their own direction, execute and document the Startup Checklists and
perform startup and initial checkout. The CxA documents that the checklists and startup
were completed according to the approved plans. This will include the CxA witnessing start-
up of selected equipment.
7. The CxA develops specific equipment and system functional performance test procedures.
The Contractors and Subs review the procedures.
8. The functional performance test procedures are executed and documented by the Contractors
and Subs, under the direction of the CxA.
9. Items of non-compliance in material, installation or setup are corrected at the Contractors
and Sub’s expense and the system retested
10. The CxA reviews the O&M documentation for completeness
11. Commissioning is completed before Substantial Completion.
12. The CxA reviews, pre-approves and coordinates the training provided by the Contractors and
Subs and verifies that is was completed.
13. Deferred testing is conducted, as specified or required.
1.5 RESPONSIBILITIES
A. The general responsibilities of various parties in the commissioning process are provided in this
section. The responsibilities, in more detail, for the Mechanical Contractor/Subcontractor and
Controls Contractor/Subcontractor are in Division 23, those of the Electrical
Contractor/Subcontractor in Division 26, those of the Plumbing Contractor/Subcontractor in
Division 22 and those of the General Contractor in Division 1.
B. All Parties
1. Follow the Commissioning Plan.
2. Attend commissioning kick-off meeting and additional meetings, as necessary.
C. Commissioning Authority (CxA)
1. The CxA is not responsible for design concept, design criteria, compliance with codes,
design or general construction scheduling, cost estimating, or construction management. The
CxA may assist with problem-solving non-conformance or deficiencies, but ultimately that
responsibility resides with the contractor and the A/E. The primary role of the CxA is to
develop and coordinate the execution of a testing plan, observe and document performance—
that systems are functioning in accordance with the documented design intent and in
accordance with the Contract Documents. The Contractors will provide all tools or the use of
tools to start, check-out and functionally test equipment and systems.
2. Construction and Acceptance Phase
a. Coordinates and directs the commissioning activities in a logical, sequential and
efficient manner using consistent protocols and forms, centralized documentation,
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 4
clear and regular communications and consultations with all necessary parties,
frequently updated timelines and schedules and technical expertise.
b. Coordinate the commissioning work and, with the Contractors and FR, ensure that
commissioning activities are being scheduled into the master schedule.
c. Revise, as necessary, the Commissioning Plan—Construction Phase.
d. Plan and conduct a commissioning kick-off meeting and other commissioning
meetings.
e. Request and review additional information required to perform commissioning tasks,
including O&M materials, contractor start-up and checkout procedures.
f. Before startup, gather and review the current control sequences and interlocks and
work with contractors and design engineers until sufficient clarity has been obtained,
in writing, to be able to write detailed testing procedures.
g. Review and approve normal Contractor submittals applicable to systems being
commissioned for compliance with commissioning needs, concurrent with the A/E
reviews.
h. Write and distribute Startup Checklists.
i. Review the Startup Plan developed by the Contractors and Subs.
j. Perform site visits, as necessary, to observe component and system installations.
Attends selected planning and job-site meetings to obtain information on construction
progress. Review construction meeting minutes for revisions/substitutions relating to
the commissioning process. Assist in resolving any discrepancies.
k. Witness all or part of the HVAC piping test and flushing procedure, sufficient to be
confident that proper procedures were followed. Notify owner’s project manager of
any deficiencies in results or procedures.
l. Witness all or part of any ductwork testing and cleaning procedures, sufficient to be
confident that proper procedures were followed. Notify owner’s project manager of
any deficiencies in results or procedures.
m. Approve systems startup by reviewing start-up reports and by selected site
observation.
n. Review TAB execution plan.
o. Oversee sufficient functional testing of the control system and approve it to be used
for TAB, before TAB is executed.
p. Approve air and water systems balancing, by reviewing completed reports and by
selected site observation.
q. With necessary assistance and review from installing contractors, write the functional
performance test procedures for equipment and systems. This may include energy
management control system trending, stand-alone datalogger monitoring or manual
functional testing. Submit to FR for review, and for approval if required.
r. Analyze any functional performance trend logs and monitoring data to verify
performance.
s. Coordinate, witness and approve manual functional performance tests performed by
installing contractors. Coordinate retesting as necessary until satisfactory performance
is achieved.
t. Maintain a master deficiency and resolution log and a separate testing record. Provide
the FR and PM with written progress reports and test results with recommended
actions.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 5
u. Review equipment warranties to ensure that the Owner’s responsibilities are clearly
defined.
v. Oversee and approve the training of the Owner’s operating personnel.
w. Compile and maintain a commissioning record and building systems book(s).
x. Review and approve the preparation of the O&M manuals.
y. Provide a final commissioning report (as described in this section).
3. Warranty Period
a. Coordinate and supervise required seasonal or deferred testing and deficiency
correction.
D. Contractor/Subcontractor (CO)
1. Construction and Acceptance Phase
a. Facilitate the coordination of the commissioning work by the CxA, and with the Subs
and CxA ensure that commissioning activities are being scheduled into the master
schedule.
b. Include the cost of commissioning in the total contract price.
c. Furnish a copy of all construction documents, addenda, change orders and approved
submittals and shop drawings related to commissioned equipment to the CxA.
d. In each purchase order or subcontract written, include requirements for submittal data,
O&M data, commissioning tasks and training.
e. Ensure that all Subs execute their commissioning responsibilities according to the
Contract Documents and schedule.
f. A representative shall attend a commissioning kick-off meeting and other necessary
meetings scheduled by the CxA to facilitate the Cx process.
g. Coordinate and conduct the training of owner personnel.
h. Prepare O&M manuals, according to the Contract Documents, including clarifying and
updating the original sequences of operation to as-built conditions.
2. Warranty Period
a. Execute seasonal or deferred functional performance testing, witnessed by the CxA,
according to the specifications.
b. Correct deficiencies and make necessary adjustments to O&M manuals and as-built
drawings for applicable issues identified in any seasonal testing.
E. Equipment Suppliers
1. Provide all requested submittal data, including detailed start-up procedures and specific
responsibilities of the Owner to keep warranties in force.
2. Assist in equipment testing per agreements with Contractors/Subcontractors.
3. Include all special tools and instruments (only available from vendor, specific to a piece of
equipment) required for testing equipment according to these Contract Documents in the
base bid price to the Contractor.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 6
4. Through the contractors they supply products to, analyze specified products and verify that
the designer has specified the newest most updated equipment reasonable for this project’s
scope and budget.
5. Provide information requested by CxA regarding equipment sequence of operation and
testing procedures.
6. Review test procedures for equipment installed by factory representatives.
7. Provide startup services (if specified).
8. Provide training on equipment.
1.6 DEFINITIONS
A. Acceptance Phase - phase of construction after startup and initial checkout when functional
performance tests, O&M documentation review and training occurs.
B. Approval - acceptance that a piece of equipment or system has been properly installed and is
functioning in the tested modes according to the Contract Documents.
C. Architect / Engineer (A/E) - the prime consultant (architect) and sub-consultants who comprise the
design team, generally the HVAC mechanical designer/engineer and the electrical
designer/engineer.
D. Commissioning authority (CxA) - an independent agent, not otherwise associated with the A/E
team members or the Contractor, though he/she may be hired as a subcontractor to them. The CxA
directs and coordinates the day-to-day commissioning activities. The CxA does not take an
oversight role like the FR. The CxA is part of the Field Representative (FR) team or shall report
directly to the FR.
E. Commissioning Plan - an overall plan, developed before or after bidding, that provides the
structure, schedule and coordination planning for the commissioning process.
F. Contract Documents - the documents binding on parties involved in the construction of this project
(drawings, specifications, change orders, amendments, contracts, Cx Plan, etc.).
G. Control system - the central building energy management control system.
H. Datalogging - monitoring flows, currents, status, pressures, etc. of equipment using stand-alone
dataloggers separate from the control system.
I. Deferred Functional Tests - FTs that are performed later, after substantial completion, due to partial
occupancy, equipment, seasonal requirements, design or other site conditions that disallow the test
from being performed.
J. Deficiency - a condition in the installation or function of a component, piece of equipment or
system that is not in compliance with the Contract Documents (that is, does not perform properly or
is not complying with the design intent).
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 7
K. Factory Testing - testing of equipment on-site or at the factory by factory personnel with an
Owner’s representative present.
L. Field Representative (FR) - The Owner’s representative in the day-to-day activities of construction.
In general, FR is hired by the owner to assist the government in the overall management of the
project including supervising and on-site managing authority over a project’s construction. The
Contractor reports to the FR. The FR is the Owner’s on-site representative.
M. Functional Performance Test (FT) - test of the dynamic function and operation of equipment and
systems using manual (direct observation) or monitoring methods. Functional testing is the dynamic
testing of systems (rather than just components) under full operation (e.g., the chiller pump is tested
interactively with the chiller functions to see if the pump ramps up and down to maintain the
differential pressure setpoint). Systems are tested under various modes, such as during low cooling
or heating loads, high loads, component failures, unoccupied, varying outside air temperatures, fire
alarm, power failure, etc. The systems are run through all the control system’s sequences of
operation and components are verified to be responding as the sequences state. Traditional air or
water test and balancing (TAB) is not functional testing, in the commissioning sense of the word.
TAB’s primary work is setting up the system flows and pressures as specified, while functional
testing is verifying that which has already been set up. The commissioning authority develops the
functional test procedures in a sequential written form, coordinates, oversees and documents the
actual testing, which is usually performed by the installing contractor or vendor. FTs are performed
after startup is complete.
N. Indirect Indicators - indicators of a response or condition, such as a reading from a control system
screen reporting a damper to be 100% closed.
O. Manual Test - using hand-held instruments, immediate control system readouts or direct
observation to verify performance (contrasted to analyzing monitored data taken over time to make
the “observation”).
P. Monitoring - the recording of parameters (flow, current, status, pressure, etc.) of equipment
operation using dataloggers or the trending capabilities of control systems.
Q. Non-Compliance - see Deficiency.
R. Non-Conformance - see Deficiency.
S. Over-written Value - writing over a sensor value in the control system to see the response of a
system (e.g., changing the outside air temperature value from 50F to 75F to verify economizer
operation). See also “Simulated Signal.”
T. Owner-Contracted Tests - tests paid for by the Owner outside the CO’s contract and for which the
CxA does not oversee. These tests will not be repeated during functional tests if properly
documented.
U. Phased Commissioning - commissioning that is completed in phases (by floors, for example) due to
the size of the structure or other scheduling issues, in order minimize the total construction time.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 8
V. Startup Checklist (SC) - a list of items to inspect and elementary component tests to conduct to
verify proper installation of equipment, provided by the CxA to the Sub. Startup Checklists are
primarily static inspections and procedures to prepare the equipment or system for initial operation
(e.g., belt tension, oil levels OK, labels affixed, gages in place, sensors calibrated, etc.). However,
some startup checklist items entail simple testing of the function of a component, a piece of
equipment or system (such as measuring the voltage imbalance on a three phase pump motor of a
chiller system). The word startup refers to before functional testing. Startup Checklists augment
and are combined with the manufacturer’s start-up information. Even without a commissioning
process, contractors typically perform some, if not many, of the Startup Checklist items a
commissioning authority will recommend. However, few contractors document in writing the
execution of these checklist items. Therefore, for most equipment, the contractors execute the
checklists on their own. The commissioning authority only requires that the procedures be
documented in writing, and does not witness much of the startup, except for larger or more critical
pieces of equipment.
W. Project Manager (PM) - the contracting and managing authority for the owner over the design
and/or construction of the project, a staff position.
X. Sampling - functionally testing only a fraction of the total number of identical or near identical
pieces of equipment. Refer to Part 3.6, F for details.
Y. Seasonal Performance Tests - FT that are deferred until the system(s) will experience conditions
closer to their design conditions.
Z. Simulated Condition - condition that is created for the purpose of testing the response of a system
(e.g., applying a hair blower to a space sensor to see the response in a VAV box).
AA. Simulated Signal - disconnecting a sensor and using a signal generator to send an amperage,
resistance or pressure to the transducer and DDC system to simulate a sensor value.
BB. Specifications - the construction specifications of the Contract Documents.
CC. Startup - the initial starting or activating of dynamic equipment, including executing Startup
Checklists.
DD. Subs - the subcontractors to the CO who provide and install building components and systems.
EE. Test Procedures - the step-by-step process which must be executed to fulfill the test requirements.
The test procedures are developed by the CxA.
FF. Test Requirements - requirements specifying what modes and functions, etc. shall be tested. The
test requirements are not the detailed test procedures.
GG. Trending - monitoring using the building control system.
HH. Vendor - supplier of equipment.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 9
II. Warranty Period - warranty period for entire project, including equipment components. Warranty
begins at Substantial Completion and extends for at least one year, unless specifically noted
otherwise in the Contract Documents and accepted submittals.
1.7 SYSTEMS TO BE COMMISSIONED
A. The following systems will be commissioned in this project:
1. Air Handling System Equipment (RTU’s, exhaust fans, dampers, etc)
2. Building Management System and controls
3. Duct and Damper Operations
PART 2 - PRODUCTS
2.1 TEST EQUIPMENT
A. All standard testing equipment required to perform startup and initial checkout and required
functional performance testing shall be provided by the Division contractor for the equipment being
tested. For example, the MC of Division 23 shall ultimately be responsible for all standard testing
equipment for the HVAC system and controls system in Division 23. Two-way radios shall be
provided by the Division Contractor.
B. Special equipment, tools and instruments (only available from vendor, specific to a piece of
equipment) required for testing equipment, according to these Contract Documents shall be
included in the base bid price to the Contractor and left on site.
C. All testing equipment shall be of sufficient quality and accuracy to test and/or measure system
performance with the tolerances specified in the Specifications. If not otherwise noted, the
following minimum requirements apply: Temperature sensors and digital thermometers shall have
a certified calibration within the past year to an accuracy of 0.5F and a resolution of + or - 0.1F.
Pressure sensors shall have an accuracy of + or - 2.0% of the value range being measured (not full
range of meter) and have been calibrated within the last year. All equipment shall be calibrated
according to the manufacturer’s recommended intervals and when dropped or damaged.
Calibration tags shall be affixed or certificates readily available.
D. Refer to Part 3.6 F for details regarding equipment that may be required to simulate required test
conditions.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 10
PART 3 - EXECUTION
3.1 MEETINGS
A. Kick-off Meeting. Within 90 days of commencement of construction, the CxA will schedule, plan
and conduct a commissioning kick-off meeting with the entire commissioning team in attendance.
Meeting minutes will be distributed to all parties by the CxA. Information gathered from this
meeting will allow the CxA to revise the Draft Commissioning Plan to its “final” version, which
will also be distributed to all parties.
B. Miscellaneous Meetings. Other meetings will be planned and conducted by the CxA as
construction progresses. These meetings will cover coordination, deficiency resolution and
planning issues with particular Contractors. The CxA will plan these meetings and will minimize
unnecessary time being spent by Contractors. For large projects, these meetings may be held
monthly, until the final 3 months of construction when they may be held as frequently as one per
week.
3.2 REPORTING
A. The CxA will regularly communicate with all members of the commissioning team, keeping them
apprised of commissioning progress and scheduling changes through memos, progress reports, etc.
B. Testing or review approvals and non-conformance and deficiency reports are made regularly with
the review and testing as described in later sections.
3.3 SUBMITTALS
A. The CxA will provide appropriate Contractors with a specific request for the type of submittal
documentation the CxA requires to facilitate the commissioning work. These requests will be
integrated into the normal submittal process and protocol of the construction team. At minimum,
the request will include the manufacturer and model number, the manufacturer’s printed installation
and detailed start-up procedures, full sequences of operation, O&M data, performance data, any
performance test procedures, control drawings and details of owner contracted tests. In addition, the
installation and checkout materials that are actually shipped inside the equipment and the actual
field checkout sheet forms to be used by the factory or field technicians shall be submitted to the
CxA. All documentation requested by the CxA will be included by the Contractors in their O&M
manual contributions.
B. The Commissioning Authority will review and approve submittals related to the commissioned
equipment for conformance to the Contract Documents as it relates to the commissioning process,
to the functional performance of the equipment and adequacy for developing test procedures. This
review is intended primarily to aid in the development of functional testing procedures and only
secondarily to verify compliance with equipment specifications. The Commissioning Authority
will notify the FR, PM or A/E as requested, of items missing or areas that are not in conformance
with Contract Documents and which require resubmission.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 11
C. The CxA may request additional design narrative from the A/E and Controls
Contractor/Subcontractor, depending on the completeness of the design intent documentation and
sequences provided with the Specifications.
D. These submittals to the CxA do not constitute compliance for O&M manual documentation. The
O&M manuals are the responsibility of the Contractor, though the CxA will review and approve
them.
3.4 START-UP CHECKLISTS AND INITIAL CHECKOUT
A. The following procedures apply to all equipment to be commissioned, according to Section 1.7,
Systems to be commissioned. Some systems that are not comprised so much of actual dynamic
machinery, e.g., electrical system power quality, may have very simplified SCs and startup.
B. General. Startup Checklists are important to ensure that the equipment and systems are hooked up
and operational. It ensures that functional performance testing (in-depth system checkout) may
proceed without unnecessary delays. Each piece of equipment receives full startup checkout. No
sampling strategies are used. The startup for a given system must be successfully completed prior
to formal functional performance testing of equipment or subsystems of the given system.
C. Start-up and Initial Checkout Plan. The CxA shall assist the commissioning team members
responsible for startup of any equipment in developing detailed start-up plans for all equipment.
The primary role of the CxA in this process is to ensure that there is written documentation that
each of the manufacturer-recommended procedures have been completed. Parties responsible for
startup are identified in the commissioning kick-off meeting and in the checklist forms. Parties
responsible for executing functional performance tests are identified in the testing requirements in
Division 22, 23 and 26 Sections.
1. The CxA creates Startup Checklists which indicate required procedures to be executed as
part of startup and initial checkout of the systems and the party responsible for their
execution.
2. These checklists and tests are provided by the CxA to the Contractor. The Contractors
determines which trade is responsible for executing and documenting each of the line item
tasks and notes that trade on the form. Each form will have more than one trade responsible
for its execution.
3. The subcontractor responsible for the purchase of the equipment develops the full start-up
plan by combining (or adding to) the CxA’s Startup Checklists with the manufacturer’s
detailed start-up and checkout procedures from the O&M manual and the normally used field
checkout sheets. The plan will include checklists and procedures with specific boxes or lines
for recording and documenting the checking and inspections of each procedure and a
summary statement with a signature block at the end of the plan.
The full start-up plan could consist of something as simple as:
a. The CxA’s Startup Checklists.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 12
b. The manufacturer’s standard written start-up procedures copied from the installation
manuals with check boxes by each procedure and a signature block added by hand at
the end.
c. The manufacturer’s normally used field checkout sheets.
4. The subcontractor submits the full startup plan to the CxA for review and approval.
5. The CxA reviews and approves the procedures and the format for documenting them, noting
any procedures that need to be added.
D. Execution of Startup Checklists and Startup.
1. Four weeks prior to startup, the Contractors, Subs and vendors schedule startup and checkout
with the FR and CxA. The performance of the Startup Checklists, startup and checkout are
directed and executed by the Contractor, Subs or vendor. When checking off Startup
Checklist items, signatures may be required of other Contractors or Subs for verification of
completion of their work.
2. The Contractors, Subs and vendors shall execute startup on all primary and terminal
equipment and provide the CxA with a signed and dated copy of the completed start-up tests
and checklists.
3. The CxA will review the signed and dated copy of the completed start-up tests and
checklists. If inconsistencies are suspected, than start-up tests and checklists shall be
performed again, while observed by the CxA on all suspected equipment or systems.
4. The CxA shall observe, at minimum, the procedures for each piece of primary equipment,
unless there are multiple units, (in which case a sampling strategy may be used as approved
by the FR). In no case will the number of units witnessed be less than four on any one
building, nor less than 20% of the total number of identical or very similar units.
5. For lower-level components of equipment, (e.g., VAV boxes, sensors, controllers), the CxA
shall observe a sampling of the start-up procedures. The sampling procedures are identified
in the commissioning plan.
6. Only individuals that have direct knowledge and witnessed that a line item task on the
Startup Checklist was actually performed shall initial or check that item off. It is not
acceptable for witnessing supervisors to fill out these forms.
E. Deficiencies, Non-Conformance and Approval in Checklists and Startup.
1. The Contractors and Subs shall clearly list any outstanding items of the initial start-up
procedures that were not completed successfully, at the bottom of the procedures form or on
an attached sheet. The procedures form and any outstanding deficiencies are provided to the
CxA within two days of test completion.
2. The CxA reviews the report and submits either a non-compliance report or an approval form
to the Contractors or FR. The CxA shall work with the Subs and vendors to correct and
retest deficiencies or uncompleted items. The CxA will involve the FR and others as
necessary. The installing Subs or vendors shall correct all areas that are deficient or
incomplete in the checklists and tests in a timely manner, and shall notify the CxA as soon as
outstanding items have been corrected and resubmit an updated start-up report and a
Statement of Correction on the original non-compliance report. When satisfactorily
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 13
completed, the CxA recommends approval of the execution of the checklists and startup of
each system to the FR using a standard form.
3. Items left incomplete, which later cause deficiencies or delays during functional testing may
3.5 PHASED COMMISSIONING
A. The project will require startup, initial checkout and functional testing to be executed in phases.
This phasing will be planned and scheduled in a coordination meeting of the CxA, FR, mechanical,
TAB, controls and the GC Contractors/subcontractors. Results will be added to the master and
commissioning schedule.
3.6 FUNCTIONAL PERFORMANCE TESTING
A. This sub-section applies to all commissioning functional testing for all divisions.
B. The general list of equipment to be commissioned is found in Part 1.7.
C. The parties responsible to execute each test include Division 22, 23 and 26 contractors and sub-
contractors.
D. Prior to executing functional testing, the Contractor shall provide a Certificate of Readiness stating
that startup and checkout have been successfully completed and all equipment, systems and
controls are ready to be Functionally Performance Tested, and notify the Cx Team of clearance to
proceed with Functional Performance Testing.
E. Objectives and Scope. The objective of functional performance testing is to demonstrate that each
system is operating according to the documented design intent and Contract Documents.
Functional testing facilitates bringing the systems from a state of substantial completion to full
dynamic operation. Additionally, during the testing process, areas of deficient performance are
identified and corrected, improving the operation and functioning of the systems.
In general, each system should be operated through all modes of operation (seasonal, occupied,
unoccupied, warm-up, cool-down, part- and full-load) where there is a specified system response.
Verifying each sequence in the sequences of operation is required. Proper responses to such modes
and conditions as power failure, freeze condition, low oil pressure, no flow, equipment failure, etc.
shall also be tested.
F. Development of Test Procedures. Before test procedures are written, the CxA shall obtain all
requested documentation and a current list of change orders affecting equipment or systems,
including an updated points list, program code, control sequences and parameters. The CxA shall
develop specific test procedures and forms to verify and document proper operation of each piece
of equipment and system. Each Contractor, Sub or vendor responsible to execute a test, shall
provide limited assistance to the CxA in developing the procedures review (answering questions
about equipment, operation, sequences, etc.). Prior to execution, the CxA shall provide a copy of
the test procedures to the Contractors and Sub(s) who shall review the tests for feasibility, safety,
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 14
equipment and warranty protection. The CxA may submit the tests to the A/E for review, if
requested.
The CxA shall review owner-contracted, factory testing or required owner acceptance tests which
the CxA is not responsible to oversee, including documentation format, and shall determine what
further testing or format changes may be required to comply with the Specifications. Redundancy
of testing shall be minimized.
The purpose of any given specific test is to verify and document compliance with the stated criteria
of acceptance given on the test form.
G. Test Methods.
1. Functional performance testing and verification may be achieved by manual testing (persons
manipulate the equipment and observe performance) or by monitoring the performance and
analyzing the results using the control system’s trend log capabilities or by stand-alone
dataloggers. The CxA may substitute specified methods or require an additional method to
be executed, other than what was specified. The CxA will determine which method is most
appropriate for tests that do not have a method specified.
2. Simulated Conditions. Simulating conditions (not by an overwritten value) shall be allowed,
though timing the testing to experience actual conditions is encouraged wherever practical.
3. Overwritten Values. Overwriting sensor values to simulate a condition, such as overwriting
the outside air temperature reading in a control system to be something other than it really is,
shall be allowed, but shall be used with caution and avoided when possible. Such testing
methods often can only test a part of a system, as the interactions and responses of other
systems will be erroneous or not applicable. Simulating a condition is preferable. e.g., for
the above case, by heating the outside air sensor with a hair blower rather than overwriting
the value or by altering the appropriate setpoint to see the desired response. Before
simulating conditions or overwriting values, sensors, transducers and devices shall have been
calibrated.
4. Simulated Signals. Using a signal generator which creates a simulated signal to test and
calibrate transducers and DDC constants is generally recommended over using the sensor to
act as the signal generator via simulated conditions or overwritten values.
5. Altering Setpoints. Rather than overwriting sensor values, and when simulating conditions is
difficult, altering setpoints to test a sequence is acceptable. For example, to see the AC
compressor lockout work at an outside air temperature below 55F, when the outside air
temperature is above 55F, temporarily change the lockout setpoint to be 2F above the current
outside air temperature.
6. Indirect Indicators. Relying on indirect indicators for responses or performance shall be
allowed only after visually and directly verifying and documenting, over the range of the
tested parameters, that the indirect readings through the control system represent actual
conditions and responses. Much of this verification is completed during startup.
7. Setup. Each function and test shall be performed under conditions that simulate actual
conditions as close as is practically possible. The Sub executing the test shall provide all
necessary materials, system modifications, etc. to produce the necessary flows, pressures,
temperatures, etc. necessary to execute the test according to the specified conditions. At
completion of the test, the Sub shall return all affected building equipment and systems, due
to these temporary modifications, to their pre-test condition.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 15
H. Coordination and Scheduling. The Contractors shall provide sufficient notice to the CxA regarding
their completion schedule for the startup of all equipment and systems. The CxA will schedule
functional tests through the FR, Contractors and affected Subs. The CxA shall direct, witness and
document the functional testing of all equipment and systems. The Contractors shall execute the
tests. In general, functional testing is conducted after startup has been satisfactorily completed. The
control system is sufficiently tested and approved by the CxA before it is used for TAB or to verify
performance of other components or systems. The air balancing and water balancing is completed
and debugged before functional testing of air-related or water-related equipment or systems.
Testing proceeds from components to subsystems to systems. When the proper performance of all
interacting individual systems has been achieved, the interface or coordinated responses between
systems is checked.
I. Test Equipment. Refer to Part 2 for test equipment requirements.
J. Problem Solving. The CxA will recommend solutions to problems found, however the burden of
responsibility to solve, correct and retest problems is with the Contractors, Subs and A/E.
3.7 DOCUMENTATION, NON-CONFORMANCE AND APPROVAL OF TESTS
A. Documentation. The CxA shall witness and document the results of all functional performance
tests using the specific procedural forms developed for that purpose. Prior to testing, these forms
are provided to the FR for review and approval and to the Subs for review. The CxA will include
the filled out forms in the Cx report.
B. Non-Conformance.
1. The CxA will record the results of the functional test on the procedure or test form. All
deficiencies or non-conformance issues shall be noted and reported to the FR on a standard
non-compliance form.
2. Corrections of minor deficiencies identified may be made during the tests at the discretion of
the CxA. In such cases the deficiency and resolution will be documented on the procedure
form.
3. Every effort will be made to expedite the testing process and minimize unnecessary delays,
while not compromising the integrity of the procedures. However, the CxA will not be
pressured into overlooking deficient work or loosening acceptance criteria to satisfy
scheduling or cost issues, unless there is an overriding reason to do so at the request of the
FR.
4. As tests progress and a deficiency is identified, the CxA discusses the issue with the
executing contractor.
a. When there is no dispute on the deficiency and the Contractors accepts responsibility
to correct it:
1) The CxA documents the deficiency and the Contractor’s response and
intentions and they go on to another test or sequence. After the day’s work, the
CxA submits the non-compliance reports to the FR for signature, if required. A
copy is provided to the Contractors and CxA. The Contractors corrects the
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 16
deficiency, signs the statement of correction at the bottom of the non-
compliance form certifying that the equipment is ready to be retested and sends
it back to the CxA.
2) The CxA reschedules the test and the test is repeated.
b. If there is a dispute about a deficiency, regarding whether it is a deficiency or who is
responsible:
1) The deficiency shall be documented on the non-compliance form with the Sub’s
response and a copy given to the FR and to the Contractors representative
assumed to be responsible.
2) Resolutions are made at the lowest management level possible. Other parties
are brought into the discussions as needed. Final interpretive authority is with
the A/E. Final acceptance authority is with the Project Manager.
3) The CxA documents the resolution process.
4) Once the interpretation and resolution have been decided, the appropriate party
corrects the deficiency, signs the statement of correction on the non-compliance
form and provides it to the CxA. The CxA reschedules the test and the test is
repeated until satisfactory performance is achieved.
C. Cost of Retesting.
1. The cost for the Contractors and Subs to re-perform startup or functional test, if they are
responsible for the deficiency, shall be theirs. If they are not responsible, any cost recovery
for retesting costs shall be negotiated with the other Contractors.
2. For a deficiency identified, not related to any Startup Checklist or start-up fault, the
following shall apply: The CxA and FR will direct the retesting of the equipment once at no
“charge” to the Contractors for their time. However, the CxA’s and FR’s time for a second
retest will be charged to the Contractors, who may choose to recover costs from the party
responsible for the deficiency.
3. The time for the CxA and FR to direct any retesting required because a specific Startup
Checklist or start-up test item, reported to have been successfully completed, but determined
during functional testing to be faulty, will be backcharged to the Contractors, who may
choose to recover costs from the party responsible for executing the faulty test.
4. Refer to the sampling section Part 3.6 for requirements for testing and retesting identical
equipment.
5. The Contractor shall respond in writing to the CxA and FR at least as often as
commissioning meetings are being scheduled concerning the status of each apparent
outstanding discrepancy identified during commissioning. Discussion shall cover
explanations of any disagreements and proposals for their resolution.
6. The CxA retains the original non-conformance forms until the end of the project.
7. Any required retesting by any contractor shall not be considered a justified reason for a claim
of delay or for a time extension by the prime contractor.
D. Failure Due to Manufacturer Defect. If 10%, or three, whichever is greater, of identical pieces (size
alone does not constitute a difference) of equipment fail to perform to the Contract Documents
(mechanically or substantively) due to manufacturing defect, not allowing it to meet its submitted
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 17
performance spec, all identical units may be considered unacceptable by the FR or PM. In such
case, the Contractor shall provide the Owner with the following:
1. Within one week of notification from the FR or PM, the Contractor or manufacturer’s
representative shall examine all other identical units making a record of the findings. The
findings shall be provided to the FR or PM within two weeks of the original notice.
2. Within two weeks of the original notification, the Contractor or manufacturer shall provide a
signed and dated, written explanation of the problem, cause of failures, etc. and all proposed
solutions which shall include full equipment submittals. The proposed solutions shall not
significantly exceed the specification requirements of the original installation.
3. The FR or PM will determine whether a replacement of all identical units or a repair is
acceptable.
4. Two examples of the proposed solution will be installed by the Contractor and the FR will be
allowed to test the installations for up to one week, upon which the FR or PM will decide
whether to accept the solution.
5. Upon acceptance, the Contractor and/or manufacturer shall replace or repair all identical
items, at their expense and extend the warranty accordingly, if the original equipment
warranty had begun. The replacement/repair work shall proceed with reasonable speed
beginning within one week from when parts can be obtained.
E. Approval. The CxA notes each satisfactorily demonstrated function on the test form. Formal
approval of the functional test is made later after review by the CxA and by the FR, if necessary.
The CxA recommends acceptance of each test to the FR using a standard form. The FR gives final
approval on each test using the same form, providing a signed copy to the CxA and the Contractor.
3.8 OPERATION AND MAINTENANCE MANUALS
A. Standard O&M Manuals.
1. The specific content and format requirements for the standard O&M manuals are detailed in
Division 1 Sections. Special requirements for the controls contractor and TAB contractor are
found in Division 22, 23 and 26 Sections.
2. CxA Review and Approval. Prior to substantial completion, the CxA shall review the O&M
manuals, documentation and redline as-builds to verify compliance with the Specifications.
The CxA will communicate deficiencies in the manuals to the FR, PM or A/E, as requested.
Upon a successful review of the corrections, the CxA recommends approval and acceptance
of these sections of the O&M manuals to the FR, PM or A/E. The CxA also reviews each
equipment warranty and verifies that all requirements to keep the warranty valid are clearly
stated. This work does not supersede the A/E’s review of the O&M manuals according to
the A/E’s contract.
3.9 TRAINING OF OWNER PERSONNEL
A. The Contractors shall be responsible for training, coordination and scheduling and ultimately for
ensuring that training is completed.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 18
1. The CxA shall interview the facility manager and lead engineer to determine the special
needs and areas where training will be most valuable. The Owner and CxA shall decide how
rigorous the training should be for each piece of commissioned equipment. The CxA shall
communicate the results to the Subs and vendors who have training responsibilities.
2. In addition to these general requirements, the specific training requirements of Owner
personnel by Subs and vendors is specified in Division 22, 23 and 26.
3. Each Contractor, Subcontractor and vendor responsible for training will submit a written
training plan to the CxA for review and approval prior to training. The plan will cover the
following:
a. Equipment (included in training)
b. Intended audience
c. Location of training
d. Objectives
e. Methods (classroom lecture, video, site walk-through, actual operational
demonstrations, written handouts, etc.)
f. Subjects covered (description, duration of discussion, special methods, etc.)
g. Duration of training on each subject
h. Instructor and qualifications for each subject.
4. For the primary HVAC equipment, the Controls Contractor shall provide a short discussion
of the control of the equipment during the mechanical or electrical training conducted by
others.
3.10 DEFERRED TESTING
A. Unforeseen Deferred Tests. If any check or test cannot be completed due to the building structure,
required occupancy condition or other deficiency, execution of checklists and functional testing
may be delayed upon approval of the PM. These tests will be conducted in the same manner as the
seasonal tests as soon as possible.
B. Seasonal Testing. During the warranty period, seasonal testing (tests delayed until weather
conditions are closer to the system’s design) shall be completed as part of this contract. The CxA
shall coordinate this activity. Tests will be executed, documented and deficiencies corrected by the
appropriate Subs, with facilities staff and the CxA witnessing. Any final adjustments to the O&M
manuals and as-builds due to the testing will be made.
C. Demand Controlled Ventilation Testing. One year after installation check calibration of CO2
sensors and monitor/test CO2 levels to ensure target per person ventilation rates are met and
maintained. Submit the following record to the School District’s Health and Safety Committee:
1. CO2 concentration readings from all sensors serving each space at not greater than 15 minute
intervals. Records of CO2 Concentration must be kept for a minimum of three years.
2. Airflow readings are required in accordance with Indoor Air Quality section of Part III
Environment.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL COMMISSIONING REQUIREMENTS 019113 - 19
3.11 WRITTEN WORK PRODUCTS
A. The commissioning process generates a number of written work products described in various parts
of the Specifications. The Commissioning Plan—Construction Phase, lists all the formal written
work products, describes briefly their contents, who is responsible to create them, their due dates,
who receives and approves them and the location of the specification to create them. In summary,
the written products are:
Product Developed By
1. Final commissioning plan CxA
2. Commissioning Meeting minutes CxA
3. Commissioning schedules Contractors with CxA and FR
4. Equipment documentation submittals Contractors and Subs
5. Sequence clarifications Contractors, Subs and A/E as needed
6. Startup Checklists CxA
7. Startup and initial checkout plan Contractors and Subs
8. Startup and initial checkout forms filled out Contractors and Subs
9. Controls system checkout plan CC
10. TAB Plan TAB
11. Final TAB report TAB
12. Issues log (deficiencies) CxA
13. Commissioning Progress Record CxA
14. Deficiency reports CxA
15. Functional test forms CxA
16. Filled out functional tests Contractors, Subs and CxA
17. O&M manuals Contractors and Subs
18. Overall training plan Contractors and Subs
19. Specific training agendas Contractors and Subs
20. Final commissioning report CxA
END OF SECTION 019113
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220529 - 1
SECTION 220529 - HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Metal pipe hangers and supports.
1.3 DEFINITIONS
A. MSS: Manufacturers Standardization Society of The Valve and Fittings Industry Inc.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
PART 2 - PRODUCTS
2.1 METAL PIPE HANGERS AND SUPPORTS
A. Carbon-Steel Pipe Hangers and Supports:
1. Description: MSS SP-58, Types 1 through 58, factory-fabricated components.
2. Galvanized Metallic Coatings: Pre-galvanized or hot dipped.
3. Hanger Rods: Continuous-thread rod, nuts, and washer made of carbon steel.
2.2 PIPE POSITIONING SYSTEMS
A. Description: IAPMO PS 42, positioning system of metal brackets, clips, and straps for
positioning piping in pipe spaces; for plumbing fixtures in commercial applications.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220529 - 2
2.3 MISCELLANEOUS MATERIALS
A. Structural Steel: ASTM A 36/A 36M, carbon-steel plates, shapes, and bars; black and
galvanized.
B. Grout: ASTM C 1107, factory-mixed and -packaged, dry, hydraulic-cement, nonshrink and
nonmetallic grout; suitable for interior and exterior applications.
1. Properties: Nonstaining, noncorrosive, and nongaseous.
2. Design Mix: 5000-psi (34.5-MPa), 28-day compressive strength.
PART 3 - EXECUTION
3.1 HANGER AND SUPPORT INSTALLATION
A. Metal Pipe-Hanger Installation: Comply with MSS SP-69 and MSS SP-89. Install hangers,
supports, clamps, and attachments as required to properly support piping from the building
structure.
B. Pipe Positioning-System Installation: Install support devices to make rigid supply and waste
piping connections to each plumbing fixture.
C. Install hangers and supports complete with necessary attachments, inserts, bolts, rods, nuts,
washers, and other accessories.
D. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses
from movement will not be transmitted to connected equipment.
E. Pipe Slopes: Install hangers and supports to provide indicated or required pipe slopes and to not
exceed maximum pipe deflections allowed by ASME B31.9 for building services piping.
3.2 METAL FABRICATIONS
A. Cut, drill, and fit miscellaneous metal fabrications for trapeze pipe hangers.
B. Fit exposed connections together to form hairline joints. Field weld connections that cannot be
shop welded because of shipping size limitations.
3.3 ADJUSTING
A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and to achieve
indicated slope of pipe.
B. Trim excess length of continuous-thread hanger and support rods to 1-1/2 inches.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220529 - 3
3.4 HANGER AND SUPPORT SCHEDULE
A. Specific hanger and support requirements are in Sections specifying piping systems and
equipment.
B. Comply with MSS SP-69 for pipe-hanger selections and applications that are not specified in
piping system Sections.
C. Use hangers and supports with galvanized metallic coatings for piping and equipment that will
not have field-applied finish.
D. Use nonmetallic coatings on attachments for electrolytic protection where attachments are in
direct contact with copper tubing.
E. Use carbon-steel pipe hangers and metal framing systems and attachments for general service
applications.
F. Horizontal-Piping Hangers and Supports: Unless otherwise indicated and except as specified in
piping system Sections, install the following types:
1. Adjustable, Steel Clevis Hangers (MSS Type 1): For suspension of noninsulated or
insulated, stationary pipes NPS 1/2 to NPS 30.
2. Yoke-Type Pipe Clamps (MSS Type 2): For suspension of up to 1050 deg F, pipes
NPS 4 to NPS 24, requiring up to 4 inches of insulation.
3. Carbon- or Alloy-Steel, Double-Bolt Pipe Clamps (MSS Type 3): For suspension of
pipes NPS 3/4 to NPS 36, requiring clamp flexibility and up to 4 inches of insulation.
4. Steel Pipe Clamps (MSS Type 4): For suspension of cold and hot pipes NPS 1/2 to
NPS 24 if little or no insulation is required.
5. Pipe Hangers (MSS Type 5): For suspension of pipes NPS 1/2 to NPS 4, to allow off-
center closure for hanger installation before pipe erection.
6. Adjustable, Swivel Split- or Solid-Ring Hangers (MSS Type 6): For suspension of
noninsulated, stationary pipes NPS 3/4 to NPS 8.
7. Adjustable, Swivel-Ring Band Hangers (MSS Type 10): For suspension of noninsulated,
stationary pipes NPS 1/2 to NPS 8.
G. Vertical-Piping Clamps: Unless otherwise indicated and except as specified in piping system
Sections, install the following types:
1. Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers NPS 3/4 to
NPS 24.
2. Carbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers NPS 3/4
to NPS 24 if longer ends are required for riser clamps.
H. Hanger-Rod Attachments: Unless otherwise indicated and except as specified in piping system
Sections, install the following types:
1. Steel Turnbuckles (MSS Type 13): For adjustment up to 6 inches for heavy loads.
2. Steel Clevises (MSS Type 14): For 120 to 450 deg F piping installations.
3. Swivel Turnbuckles (MSS Type 15): For use with MSS Type 11, split pipe rings.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220529 - 4
4. Malleable-Iron Sockets (MSS Type 16): For attaching hanger rods to various types of
building attachments.
5. Steel Weldless Eye Nuts (MSS Type 17): For 120 to 450 deg F piping installations.
I. Building Attachments: Unless otherwise indicated and except as specified in piping system
Sections, install the following types:
1. Steel or Malleable Concrete Inserts (MSS Type 18): For upper attachment to suspend
pipe hangers from concrete ceiling.
2. Top-Beam C-Clamps (MSS Type 19): For use under roof installations with bar-joist
construction, to attach to top flange of structural shape.
3. Side-Beam or Channel Clamps (MSS Type 20): For attaching to bottom flange of beams,
channels, or angles.
4. Center-Beam Clamps (MSS Type 21): For attaching to center of bottom flange of beams.
5. Welded Beam Attachments (MSS Type 22): For attaching to bottom of beams if loads
are considerable and rod sizes are large.
6. C-Clamps (MSS Type 23): For structural shapes.
7. Top-Beam Clamps (MSS Type 25): For top of beams if hanger rod is required tangent to
flange edge.
8. Side-Beam Clamps (MSS Type 27): For bottom of steel I-beams.
9. Steel-Beam Clamps with Eye Nuts (MSS Type 28): For attaching to bottom of steel I-
beams for heavy loads.
10. Linked-Steel Clamps with Eye Nuts (MSS Type 29): For attaching to bottom of steel I-
beams for heavy loads, with link extensions.
11. Malleable-Beam Clamps with Extension Pieces (MSS Type 30): For attaching to
structural steel.
12. Side-Beam Brackets (MSS Type 34): For sides of steel or wooden beams.
J. Saddles and Shields: Unless otherwise indicated and except as specified in piping system
Sections, install the following types:
1. Steel-Pipe-Covering Protection Saddles (MSS Type 39): To fill interior voids with
insulation that matches adjoining insulation.
2. Protection Shields (MSS Type 40): Of length recommended in writing by manufacturer
to prevent crushing insulation.
3. Thermal-Hanger Shield Inserts: For supporting insulated pipe.
K. Comply with MSS SP-69 for trapeze pipe-hanger selections and applications that are not
specified in piping system Sections.
L. Comply with MFMA-103 for metal framing system selections and applications that are not
specified in piping system Sections.
M. Use pipe positioning systems in pipe spaces behind plumbing fixtures to support supply and
waste piping for plumbing fixtures.
END OF SECTION 220529
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553 - 1
SECTION 220553 - IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Stencils.
2. Valve tags.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
B. Samples: For color, letter style, and graphic representation required for each identification
material and device.
C. Valve numbering scheme.
D. Valve Schedules: For each piping system to include in maintenance manuals.
1.4 COORDINATION
A. Coordinate installation of identifying devices with completion of covering and painting of
surfaces where devices are to be applied.
B. Coordinate installation of identifying devices with locations of access panels and doors.
C. Install identifying devices before installing acoustical ceilings and similar concealment.
PART 2 - PRODUCTS
2.1 STENCILS
A. Stencils: Prepared with letter sizes according to ASME A13.1 for piping; and minimum letter
height of 3/4 inch for access panel and door labels, and similar operational instructions.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553 - 2
1. Stencil Material: Fiberboard or metal.
2. Stencil Paint: Exterior, gloss, alkyd enamel black unless otherwise indicated. Paint may
be in pressurized spray-can form.
3. Identification Paint: Exterior, alkyd enamel in colors according to ASME A13.1 unless
otherwise indicated.
2.2 VALVE TAGS
A. Valve Tags: Stamped or engraved with 1/4-inch letters for piping system abbreviation and 1/2-
inch numbers.
1. Tag Material: Brass, 0.032-inch minimum thickness, and having predrilled or stamped
holes for attachment hardware.
2. Fasteners: Brass wire-link or beaded chain; or S-hook.
B. Valve Schedules: For each piping system, on 8-1/2-by-11-inch bond paper. Tabulate valve
number, piping system, system abbreviation (as shown on valve tag), location of valve (room or
space), normal-operating position (open, closed, or modulating), and variations for
identification. Mark valves for emergency shutoff and similar special uses.
1. Valve-tag schedule shall be included in operation and maintenance data.
PART 3 - EXECUTION
3.1 PREPARATION
A. Clean piping surfaces of substances that could impair bond of identification devices, including
dirt, oil, grease, release agents, and incompatible primers, paints, and encapsulants.
3.2 PIPE LABEL INSTALLATION
A. Stenciled Pipe Label Option: Stenciled labels may be provided instead of manufactured pipe
labels, at Installer's option. Install stenciled pipe labels with painted, color-coded bands or
rectangles, complying with ASME A13.1, on each piping system.
1. Identification Paint: Use for contrasting background.
2. Stencil Paint: Use for pipe marking.
B. Locate pipe labels where piping is exposed or above accessible ceilings in finished spaces;
machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and
exterior exposed locations as follows:
1. Near each valve and control device.
2. Near each branch connection, excluding short takeoffs for fixtures and terminal units.
Where flow pattern is not obvious, mark each pipe at branch.
3. Near major equipment items and other points of origination and termination.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553 - 3
4. Spaced at maximum intervals of 10 feet along each run.
C. Pipe Label Color Schedule:
1. Gas Piping:
a. Background Color: Yellow
b. Letter Color: Black
3.3 VALVE-TAG INSTALLATION
A. Install tags on valves and control devices in piping systems, except check valves; valves within
factory-fabricated equipment units; shutoff valves; faucets; convenience and lawn-watering
hose connections; and similar roughing-in connections of end-use fixtures and units. List
tagged valves in a valve schedule.
B. Valve-Tag Application Schedule: Tag valves according to size, shape, and color scheme and
with captions similar to those indicated in the following subparagraphs:
1. Valve-Tag Size and Shape:
a. All: 1-1/2 inches, round.
2. Valve-Tag Color:
a. All: Natural.
3. Letter Color:
a. All: Black.
END OF SECTION 220553
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SANITARY WASTE AND VENT PIPING 221316 - 1
SECTION 221316 - SANITARY WASTE AND VENT PIPING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Pipe, tube, and fittings.
2. Specialty pipe fittings.
3. Encasement for underground metal piping.
1.3 PERFORMANCE REQUIREMENTS
A. Components and installation shall be capable of withstanding the following minimum working
pressure unless otherwise indicated:
1. Soil, Waste, and Vent Piping: 10-foot head of water.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: For sovent drainage system. Include plans, elevations, sections, and details.
1.5 INFORMATIONAL SUBMITTALS
A. Field quality-control reports.
1.6 QUALITY ASSURANCE
A. Piping materials shall bear label, stamp, or other markings of specified testing agency.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SANITARY WASTE AND VENT PIPING 221316 - 2
PART 2 - PRODUCTS
2.1 PIPING MATERIALS
A. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube, fitting
materials, and joining methods for specific services, service locations, and pipe sizes.
B. Cast iron soil pipe and fittings shall be marked with the collective trademark of the cast iron soil
pipe institute, and be listed by NSF International
2.2 HUBLESS, CAST-IRON SOIL PIPE AND FITTINGS
A. Pipe and Fittings: ASTM A 888 or CISPI 301.
B. Sovent Stack Fittings: ASME B16.45 or ASSE 1043, hubless, cast-iron aerator and deaerator
drainage fittings.
C. CISPI, Hubless-Piping Couplings:
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. ANACO-Husky.
b. Fernco Inc.
c. MIFAB, Inc.
d. Mission Rubber Company; a division of MCP Industries, Inc.
e. Tyler Pipe.
2. Standards: ASTM C 1277 and CISPI 310.
3. Description: Stainless-steel corrugated shield with stainless-steel bands and tightening
devices; and ASTM C 564, rubber sleeve with integral, center pipe stop.
2.3 COPPER TUBE AND FITTINGS
A. Copper DWV Tube: ASTM B 306, drainage tube, drawn temper.
B. Copper Drainage Fittings: ASME B16.23, cast copper or ASME B16.29, wrought copper,
solder-joint fittings.
C. Hard Copper Tube: ASTM B 88, Type, water tube, drawn temper.
D. Soft Copper Tube: ASTM B 88, Type L, water tube, annealed temper.
E. Copper Pressure Fittings:
1. Copper Fittings: ASME B16.18, cast-copper-alloy or ASME B16.22, wrought-copper,
solder-joint fittings. Furnish wrought-copper fittings if indicated.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SANITARY WASTE AND VENT PIPING 221316 - 3
2. Copper Unions: MSS SP-123, copper-alloy, hexagonal-stock body with ball-and-socket,
metal-to-metal seating surfaces, and solder-joint or threaded ends.
F. Copper Flanges: ASME B16.24, Class 150, cast copper with solder-joint end.
1. Flange Gasket Materials: ASME B16.21, full-face, flat, nonmetallic, asbestos-free, 1/8-
inch maximum thickness unless thickness or specific material is indicated.
2. Flange Bolts and Nuts: ASME B18.2.1, carbon steel unless otherwise indicated.
G. Solder: ASTM B 32, lead free with ASTM B 813, water-flushable flux.
2.4 SPECIALTY PIPE FITTINGS
A. Transition Couplings:
1. General Requirements: Fitting or device for joining piping with small differences in
OD's or of different materials. Include end connections same size as and compatible with
pipes to be joined.
2. Fitting-Type Transition Couplings: Manufactured piping coupling or specified piping
system fitting.
3. Shielded, Nonpressure Transition Couplings:
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1) Cascade Waterworks Mfg. Co.
2) Mission Rubber Company; a division of MCP Industries, Inc.
b. Standard: ASTM C 1460.
c. Description: Elastomeric or rubber sleeve with full-length, corrosion-resistant
outer shield and corrosion-resistant-metal tension band and tightening mechanism
on each end.
PART 3 - EXECUTION
3.1 PIPING INSTALLATION
A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping
systems. Indicated locations and arrangements were used to size pipe and calculate friction
loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless
deviations to layout are approved on coordination drawings.
B. Install piping in concealed locations unless otherwise indicated and except in equipment rooms
and service areas.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SANITARY WASTE AND VENT PIPING 221316 - 4
C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right
angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated
otherwise.
D. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal.
E. Install piping at indicated slopes.
F. Install piping free of sags and bends.
G. Install fittings for changes in direction and branch connections.
H. Install piping to allow application of insulation.
I. Make changes in direction for soil and waste drainage and vent piping using appropriate
branches, bends, and long-sweep bends. Sanitary tees and short-sweep 1/4 bends may be used
on vertical stacks if change in direction of flow is from horizontal to vertical. Use long-turn,
double Y-branch and 1/8-bend fittings if two fixtures are installed back to back or side by side
with common drain pipe. Straight tees, elbows, and crosses may be used on vent lines. Use
proper size of standard increasers and reducers if pipes of different sizes are connected.
Reducing size of drainage piping in direction of flow is prohibited.
J. Install soil and waste drainage and vent piping at the following minimum slopes unless
otherwise indicated:
1. Vent Piping: 1 percent down toward vertical fixture vent or toward vent stack.
K. Install cast-iron soil piping according to CISPI's "Cast Iron Soil Pipe and Fittings Handbook,"
Chapter IV, "Installation of Cast Iron Soil Pipe and Fittings."
1. Install encasement on underground piping according to ASTM A 674 or
AWWA C105/A 21.5.
L. Install aboveground copper tubing according to CDA's "Copper Tube Handbook."
M. Do not enclose, cover, or put piping into operation until it is inspected and approved by
authorities having jurisdiction.
3.2 JOINT CONSTRUCTION
A. Join hubless, cast-iron soil piping according to CISPI 310 and CISPI's "Cast Iron Soil Pipe and
Fittings Handbook" for hubless-piping coupling joints.
B. Join copper tube and fittings with soldered joints according to ASTM B 828. Use
ASTM B 813, water-flushable, lead-free flux and ASTM B 32, lead-free-alloy solder.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SANITARY WASTE AND VENT PIPING 221316 - 5
3.3 SPECIALTY PIPE FITTING INSTALLATION
A. Transition Couplings:
1. Install transition couplings at joints of piping with small differences in OD's.
2. In Drainage Piping: Shielded, nonpressure transition couplings.
3. In Aboveground Force Main Piping: Fitting-type transition couplings.
4. In Underground Force Main Piping:
a. NPS 1-1/2 and Smaller: Fitting-type transition couplings.
b. NPS 2 and Larger: Pressure transition couplings.
3.4 HANGER AND SUPPORT INSTALLATION
A. Comply with requirements for seismic-restraint devices specified in Section 220548 "Vibration
and Seismic Controls for Plumbing Piping and Equipment."
B. Comply with requirements for pipe hanger and support devices and installation specified in
Section 220529 "Hangers and Supports for Plumbing Piping and Equipment."
1. Install carbon-steel pipe hangers for horizontal piping in noncorrosive environments.
2. Install carbon-steel pipe support clamps for vertical piping in noncorrosive environments.
3. Vertical Piping: MSS Type 8 or Type 42, clamps.
4. Install individual, straight, horizontal piping runs:
a. 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers.
5. Multiple, Straight, Horizontal Piping Runs 100 Feet or Longer: MSS Type 44, pipe rolls.
Support pipe rolls on trapeze.
6. Base of Vertical Piping: MSS Type 52, spring hangers.
C. Support horizontal piping and tubing within 12 inches of each fitting, valve, and coupling.
D. Support vertical piping and tubing at base and at each floor.
E. Rod diameter may be reduced one size for double-rod hangers, with 3/8-inch minimum rods.
F. Install hangers for cast-iron soil piping with the following maximum horizontal spacing and
minimum rod diameters:
1. NPS 1-1/2 and NPS 2: 60 inches with 3/8-inch rod.
2. NPS 3: 60 inches with 1/2-inch rod.
G. Install supports for vertical cast-iron soil piping every 15 feet.
H. Install hangers for copper tubing with the following maximum horizontal spacing and minimum
rod diameters:
1. NPS 1-1/4: 72 inches with 3/8-inch rod.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SANITARY WASTE AND VENT PIPING 221316 - 6
2. NPS 1-1/2 and NPS 2: 96 inches with 3/8-inch rod.
3. NPS 2-1/2: 108 inches with 1/2-inch rod.
4. NPS 3 and NPS 5: 10 feet with 1/2-inch rod.
I. Install supports for vertical copper tubing every 10 feet.
J. Support piping and tubing not listed above according to MSS SP-69 and manufacturer's written
instructions.
3.5 CONNECTIONS
A. Drawings indicate general arrangement of piping, fittings, and specialties.
3.6 IDENTIFICATION
A. Identify exposed sanitary waste and vent piping. Comply with requirements for identification
specified in Section 220553 "Identification for Plumbing Piping and Equipment."
3.7 FIELD QUALITY CONTROL
A. During installation, notify authorities having jurisdiction at least 24 hours before inspection
must be made. Perform tests specified below in presence of authorities having jurisdiction.
1. Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in
after roughing-in and before setting fixtures.
2. Final Inspection: Arrange for final inspection by authorities having jurisdiction to
observe tests specified below and to ensure compliance with requirements.
B. Reinspection: If authorities having jurisdiction find that piping will not pass test or inspection,
make required corrections and arrange for reinspection.
C. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction.
D. Test sanitary drainage and vent piping according to procedures of authorities having jurisdiction
or, in absence of published procedures, as follows:
1. Test for leaks and defects in new piping and parts of existing piping that have been
altered, extended, or repaired. If testing is performed in segments, submit separate report
for each test, complete with diagram of portion of piping tested.
2. Leave uncovered and unconcealed new, altered, extended, or replaced drainage and vent
piping until it has been tested and approved. Expose work that was covered or concealed
before it was tested.
3. Roughing-in Plumbing Test Procedure: Test drainage and vent piping except outside
leaders on completion of roughing-in. Close openings in piping system and fill with
water to point of overflow, but not less than 10-foot head of water. From 15 minutes
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SANITARY WASTE AND VENT PIPING 221316 - 7
before inspection starts to completion of inspection, water level must not drop. Inspect
joints for leaks.
4. Finished Plumbing Test Procedure: After plumbing fixtures have been set and traps
filled with water, test connections and prove they are gastight and watertight. Plug vent-
stack openings on roof and building drains where they leave building. Introduce air into
piping system equal to pressure of 1-inch wg. Use U-tube or manometer inserted in trap
of water closet to measure this pressure. Air pressure must remain constant without
introducing additional air throughout period of inspection. Inspect plumbing fixture
connections for gas and water leaks.
5. Repair leaks and defects with new materials and retest piping, or portion thereof, until
satisfactory results are obtained.
6. Prepare reports for tests and required corrective action.
3.8 CLEANING AND PROTECTION
A. Clean interior of piping. Remove dirt and debris as work progresses.
B. Protect drains during remainder of construction period to avoid clogging with dirt and debris
and to prevent damage from traffic and construction work.
C. Place plugs in ends of uncompleted piping at end of day and when work stops.
3.9 PIPING SCHEDULE
A. Aboveground, vent piping NPS 4 and smaller shall be any of the following:
1. Hubless, cast-iron soil pipe and fittings; CISPI hubless-piping couplings; and coupled
joints.
2. Copper DWV tube, copper drainage fittings, and soldered joints.
a. Option for Vent Piping, NPS 2-1/2 and NPS 3-1/2: Hard copper tube, Type M;
copper pressure fittings; and soldered joints.
3. Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition couplings.
END OF SECTION 221316
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SANITARY WASTE PIPING SPECIALTIES 221319 - 1
SECTION 221319 - SANITARY WASTE PIPING SPECIALTIES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Cleanouts.
2. Roof flashing assemblies.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product indicated. Include rated capacities, operating
characteristics, and accessories for the following:
1. Cleanouts
B. Field quality-control reports.
1.4 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For drainage piping specialties to include in emergency,
operation, and maintenance manuals.
1.5 QUALITY ASSURANCE
A. Drainage piping specialties shall bear label, stamp, or other markings of specified testing
agency.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for
intended use.
C. Comply with NSF 14, "Plastics Piping Components and Related Materials," for plastic sanitary
piping specialty components.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SANITARY WASTE PIPING SPECIALTIES 221319 - 2
1.6 COORDINATION
A. Coordinate size and location of roof penetrations.
PART 2 - PRODUCTS
2.1 CLEANOUTS
A. Exposed Metal Cleanouts:
1. ASME A112.36.2M, Cast-Iron Cleanouts:
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1) MIFAB, Inc.
2) Smith, Jay R. Mfg. Co.
3) Watts Drainage Products.
4) Zurn Plumbing Products Group.
2. Refer to schedule on drawings
2.2 ROOF FLASHING ASSEMBLIES
A. Roof Flashing Assemblies:
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. Acorn Engineering Company; Elmdor/Stoneman Div.
b. Thaler Metal Industries Ltd.
2. Description: Manufactured assembly made of 4.0-lb/sq. ft., 0.0625-inch thick, lead
flashing collar and skirt extending at least 8 inches from pipe, with galvanized-steel boot
reinforcement and counterflashing fitting.
a. Open-Top Vent Cap: Without cap.
2.3 FLASHING MATERIALS
A. Zinc-Coated Steel Sheet: ASTM A 653/A 653M, with 0.20 percent copper content and 0.04-
inch minimum thickness, unless otherwise indicated. Include G90 hot-dip galvanized, mill-
phosphatized finish for painting if indicated.
B. Elastic Membrane Sheet: ASTM D 4068, flexible, chlorinated polyethylene, 40-mil minimum
thickness.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SANITARY WASTE PIPING SPECIALTIES 221319 - 3
C. Fasteners: Metal compatible with material and substrate being fastened.
D. Metal Accessories: Sheet metal strips, clamps, anchoring devices, and similar accessory units
required for installation; matching or compatible with material being installed.
E. Solder: ASTM B 32, lead-free alloy.
F. Bituminous Coating: SSPC-Paint 12, solvent-type, bituminous mastic.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install cleanouts in aboveground piping and building drain piping according to the following,
unless otherwise indicated:
1. Size same as drainage piping up to NPS 4. Use NPS 4 for larger drainage piping unless
larger cleanout is indicated.
2. Locate at each change in direction of piping greater than 45 degrees.
3. Locate at minimum intervals of 50 feet for piping NPS 4 and smaller and 100 feet for
larger piping.
B. Install roof flashing assemblies on sanitary stack vents and vent stacks that extend through roof.
C. Install flashing fittings on sanitary stack vents and vent stacks that extend through roof.
3.2 CONNECTIONS
A. Comply with requirements in Section 221316 "Sanitary Waste and Vent Piping" for piping
installation requirements.
B. Install piping adjacent to equipment to allow service and maintenance.
3.3 FLASHING INSTALLATION
A. Fabricate flashing from single piece unless large pans, sumps, or other drainage shapes are
required. Join flashing according to the following if required:
1. Copper Sheets: Solder joints of copper sheets.
B. Install sheet flashing on pipes, sleeves, and specialties passing through or embedded in floors
and roofs with waterproof membrane.
1. Pipe Flashing: Sleeve type, matching pipe size, with minimum length of 10 inches, and
skirt or flange extending at least 8 inches around pipe.
2. Sleeve Flashing: Flat sheet, with skirt or flange extending at least 8 inches around sleeve.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SANITARY WASTE PIPING SPECIALTIES 221319 - 4
3. Embedded Specialty Flashing: Flat sheet, with skirt or flange extending at least 8 inches
around specialty.
C. Set flashing on roofs in solid coating of bituminous cement.
D. Secure flashing into sleeve and specialty clamping ring or device.
E. Install flashing for piping passing through roofs with counter-flashing or commercially made
flashing fittings.
F. Extend flashing up vent pipe passing through roofs and turn down into pipe, or secure flashing
into cast-iron sleeve having calking recess.
G. Fabricate and install flashing and pans, sumps, and other drainage shapes.
3.4 FIELD QUALITY CONTROL
A. Tests and Inspections:
1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest
until no leaks exist.
2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and
equipment.
3.5 PROTECTION
A. Protect drains during remainder of construction period to avoid clogging with dirt or debris and
to prevent damage from traffic or construction work.
B. Place plugs in ends of uncompleted piping at end of each day or when work stops.
END OF SECTION 221319
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 1
SECTION 23 00 10 – GENERAL MECHANICAL REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. The General Conditions, Supplementary General Conditions, Instructions to Bidders, General
Requirements, and Division 1 of these Specifications are part of the work of this Section.
B. Section 230010 General Mechanical Requirements applies to the work of all Mechanical
Trades, including HVAC, Temperature Controls, as well as each Mechanical Specification
Section.
1.2 EQUIPMENT AND MATERIALS SPECIFIED
A. Where products are named on the Drawings or in the Specifications, a Basis of Design product
may be named. Other product manufacturers named in the specifications are acceptable;
however, the Contractor must first confirm that these products meet the requirements of the
contract documents by demonstrating at minimum that they fit into the available space, and
meet all performance requirements indicated on the Contract Documents, prior to submitting
them for approval. Where the Engineer has determined the products do not meet the
requirements of the contract documents, the product is not acceptable.
B. Where the Contractor submits for approval equipment or materials other than those that are the
Engineer’s basis for design, the Contractor shall first demonstrate in writing that the equipment
or materials will fit into available space, and will meet or exceed all performance requirements
indicated on the drawings. Where, in the opinion of the Engineer, any characteristic of the
product or material requires modification, such as larger motors, electrical feeders, circuit
breakers, additional control devices, valves, fittings, larger support and other miscellaneous
equipment, the cost of all such modifications to this and other Contracts shall be borne by the
Contractor offering the substitution.
C. Contractor shall retain the ultimate responsibility for function of equipment and materials which
are not the basis of design for the Contract Documents. Responsibility includes coordinate with
other trades for proper location of roughing, and connections to be made by other trades, as well
as removal and replacement of any doors, frames, walls, ceilings, roofing, and floors without
additional cost to be borne by the project.
D. If revised arrangement submittal is rejected, revise and resubmit specified “design equipment”
item which conforms to the Contract Documents.
1.3 ABSENCE OF SPECIFICATION
A. Where the drawings or the specifications do not name a particular brand or manufacturer of any
item, the item is still part of the Work, and the Contractor shall provide such item(s) that may be
fairly and reasonably judged throughout the construction industry to be the most appropriate
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 2
and best quality item for the intended application. Provide submittals for proposed items to the
Engineer for review and approval.
1.4 DRAWINGS AND SPECIFICATIONS
A. The drawings are diagrammatic, and have been developed by the Engineer for the purpose of
indicating the sizes, capacities, and the general arrangement of the systems to be installed under
this Contract. Install all equipment in complete compliance with manufacturer's instructions,
applicable codes and ordinances, and in a neat and workmanlike manner. Field inspect all
existing conditions, and identify any obstacles or interferences which may affect the execution
of the work. Carefully lay out the routing and location of all equipment and materials so as to
accommodate obstacles and interferences, and to provide proper maintenance and access
clearances.
B. Notify the Engineer of any conflicts that will affect the quality, performance, or appearance of
the systems installed under this Contract, prior to installing them. In the event of conflict
between the drawings and specifications, this shall be brought to the attention of the Engineer
for resolution prior to submission of bids. In the event the contractor fails to note these
discrepancies prior to the submission of bids or in writing within their bid submission, the
Engineer shall resolve the discrepancy such that the design intent is provided. The contractor
shall provide all labor, materials, and equipment to correct the installation deficiencies as
defined by the Engineer.
C. Refer to the Architectural Plans for dimensioned drawings. Do not determine dimensions by
scaling the Drawings.
1.5 CODES AND STANDARDS
A. All Work shall conform to rules and regulations of federal, state, and local governmental
agencies having jurisdictional authority. All installations shall be installed and tested in
accordance with these rules and regulations.
B. In the event of a conflict between these contract documents and governing rules, regulations,
and codes the more stringent practice shall apply.
C. Install all work in complete compliance with the applicable provisions of the following:
1. 2015 International Building Code
2. 2015 International Existing Building Code
3. 2015 International Fire Code
4. 2015 International Plumbing Code
5. 2015 International Mechanical Code
6. 2015 International Fuel Gas Code
7. 2015 International Energy Conservation Code
8. 2015 Virginia Construction Code (USBC, Part I)
9. 2015 Virginia Existing Building Code (USBC, Part II)
10. 2015 Virginia Maintenance Code (USBC, Part III)
11. American Gas Association (AGA)
12. Underwriter’s Laboratories (UL)
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 3
13. National Fire Protection Association (NFPA)
14. American Society of Mechanical Engineers (ASME)
15. American Society of Heating, Refrigeration, and Air Conditioning Engineers (ASHRAE)
16. Utility Company Standards and Requirements
17. Occupational, Safety and Health Act (OSHA)
18. International Standards Organization (ISO)
19. Other requirements required by the Authorities having Jurisdiction.
1.6 LICENSING AND PERMITS
A. Contractor shall maintain all required licenses to perform the work of his respective trade in the
locality where the project is constructed.
B. All electrical work shall be performed under the supervision of a licensed electrician.
C. All plumbing work shall be performed under the supervision of a licensed master plumber.
D. Apply for all required permits associated with the work of this Contract and pay the cost of all
associated permitting fees.
1.7 SAFETY
A. The contractor shall submit for review a safety program as part of the bid for review.
1.8 UTILITIES
A. This Contractor shall file all applications for all utility services for this project with the
respective utility companies, authorities, and all other related agencies, and on a timely basis, so
as not to delay the project. The Contractor shall assemble all required information, data,
drawings that are required by the utility company. The Engineer will provide copies of those
Contract Documents requested by the utility.
1.9 SUBMITTALS, SHOP DRAWINGS, WIRING DIAGRAMS
A. Unless otherwise waived, provide submittals for all equipment and materials that are part of this
Contract.
B. Submittals shall include dimensions, weights, capacities, and a list of all specific features and
accessories that are to be provided for this project in sufficient detail to permit the Engineer to
determine compliance with specified requirements.
C. Provide wiring diagrams for approval by the Engineer for all electrically powered and/or
electrically controlled equipment that is part of this Contract.
D. Provide complete temperature control wiring diagrams for approval by the Engineer for all
temperature control systems and equipment.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 4
E. Refer to Division 1 for additional requirements for submittals and shop drawings. Where such
requirements conflict with this section, the more stringent shall apply.
F. Approval of shop drawings and/or submittals does not relieve this contractor from responsibility
for deviations from the contract documents. It is the responsibility of the Contractor to meet the
requirements of these documents. All errors and omissions in the product data are to be
corrected by this Contractor irrespective of any approvals by the Architect or Engineer.
1.10 LAYOUT, COORDINATION AND SEQUENCING
A. Coordinate the work with the work of other Contractors working on this project.
B. It is the responsibility of this Contractor to lay out and adjust the location of the work of this
Contract. Contractor’s layout shall accommodate all obstacles and interferences anticipated or
encountered. Contractor shall relocate obstacles and interferences where required, and as may
additionally be directed by the Engineer.
C. Store materials on a dry base, a least 6” above grade. Store materials so not to interfere with
other work or obstruct access to the building. Provide covering, if stored outdoors, provide
sight-proof covering. Protect against both theft and damage. Replace stolen or damaged items
at no additional cost to the project.
D. Install the work sequentially with respect to the work of other trades in a timely manner, and so
as not to delay the work of other trades or of the Project schedule.
E. Adhere to the established Construction Schedule for the Project.
F. Order all equipment and materials in a timely manner so as not to delay the Project. Notify the
Engineer of any delays in the timely procurement of equipment and materials.
1.11 ELECTRONIC CAD FILES
A. The Engineer may provide the Contractor with CAD files for this project. These CAD files
shall be used for reference purposes only, and not as shop drawings or as-built documents. It is
the Contractors’ responsibility to provide detailed, coordinated shop drawings and
documentation prior to installation. The purpose of the Contractors’ coordination shop
drawings is to account for all trades and field conditions and identify any conflicts that shall be
resolved prior to installation.
B. Any additional cost for changes due to conflicts as a result of the Contractors’ failure to provide
properly coordinated documents will be the responsibility of the Contractors and not of the
Engineer or the Owner.
C. If the Contractor requests electronic CAD files from the Engineer and this request is granted,
such convenience may be deducted from monies owed to the contractor at the completion of the
project at a value determined mutually by the Engineer and Contractor.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 5
1.12 COORDINATION DRAWINGS
A. Shop/Coordination Drawings: Produced in electronic format (compatible with AutoCAD 2013)
Detailed at 3/8” =1’-0” scale, double lined. Drawings shall indicate duct and pipe layout and
elevation, and all equipment with manufacturers’ recommended maintenance access. The
following items shall be shown and coordinated with each other, and coordinated with all
installations from other trades such as Division 26:
1. Duct and piping installation in all spaces, indicating coordination with general construction,
building components, and other building services. Indicate proposed changes to duct and
piping layout.
2. Fabrication, assembly, and installation, including plans, elevations, sections, components,
and attachments to other work.
3. Fabrication of pipe anchors, hangers, supports for multiple pipes, alignment guides.
4. Detail location of anchors, alignment guides, and expansion joints and loops.
5. Factory- and shop-fabricated ducts and fittings.
6. Duct layout indicating sizes, configuration, liner material, static-pressure class, and service.
7. Piping layout indicating sizes, configuration, valve locations and service.
8. Refrigerant piping installation indicating coordination with general construction, building
components, and other building services. Indicate proposed changes to refrigerant pipe
layout.
9. Mechanical-room layout and relationships between components and adjacent structural and
mechanical elements.
10. Support location, type, and weight.
11. Field measurements.
12. Equipment layout indicating sizes, configuration, valve locations and service.
13. Elevation of top of ducts and pipes.
14. Dimensions of main duct runs from building grid lines.
15. Duct and pipe fittings.
16. Reinforcement and spacing.
17. Suspended ceiling components.
18. Structural members to which duct and piping will be attached.
19. Structural members to which RTUs will be attached.
20. Roof openings
21. Roof curbs and flashing.
22. Size and location of initial access modules for acoustical tile.
23. Penetrations of smoke barriers and fire-rated construction.
24. Room walk paths and equipment access
25. Items penetrating finished ceiling including the following:
a. Lighting fixtures.
b. Air outlets and inlets.
c. Speakers.
d. Sprinklers.
e. Access panels.
f. Perimeter moldings
B. No installations shall proceed until coordination drawings have been submitted and approved by
the Engineer.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 6
1.13 EXISTING CONDITIONS
A. Inspect the existing premises where the work is performed prior to submitting a proposal to
perform the work. Note all instances where interferences and/or obstacles will affect the layout
of the work.
B. Submit a complete list and photographs of existing damage, to the Owner prior to beginning
work. If existing damage is not documented and submitted, the Contractor shall repair all
damage found at the completion of the project that is determined to have been caused by the
work of this contract. Repairs shall restore the area to like new condition.
C. The Owner’s Representative shall determine if the Contractor has damaged existing systems or
construction and shall approve the repairs.
1.14 REMOVALS AND DEMOLITION
A. Where drawings indicate items to be removed, Contractor shall remove all equipment, supports,
foundations, concrete pads, frames, piping, controls, insulation, fasteners, conduit, wiring,
boxes, ductwork, metal bases, and all other related accessories. Remove these items from the
site, and dispose of at an approved disposal facility. Pay all fees associated with disposal of
removed items.
B. The contractor shall submit to the owner refrigerant recovery and installation logs and any
hazardous materials disposal logs.
C. Demolition of mechanical systems includes removal and deprogramming of multiple control
system devices and sensors. Coordinate with the Owner if any quantity to desired to be turned
over surplus stock. Owner shall determine which items shall be turned over.
D. Contractor to exercise extreme care to preserve materials, finishes, and equipment to remain.
E. Where the Contract Documents require that equipment be turned over to the Owner, Contractor
to exercise extreme care in removing and handling the equipment, and shall turn same over to
owner in same condition as presently exists, and at location as directed by the Owner.
F. Unless specifically called out on the Contract Documents, the Contractor is not to leave any
piping, piping specialties, ductwork, ductwork accessories, conduit, wiring, panels, pneumatic
tubing, equipment, fasteners, hangers, or supports, abandoned in place. Where a systems is
called on the contract documents to be removed, all the above listed installations shall be
included with the removal. Seal all openings after removal as called for on the contract
documents in a manner consistent with the adjacent construction. Structural integrity of the
building shall be maintained.
1.15 ROUGHING IN
A. Due to small scale of Drawings, it is not possible to indicate all offsets, fittings, changes in
elevation, etc. Verify final locations for rough-ins with field measurements and with the
equipment being connected. Verify exact location and elevations at work site prior to any rough
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 7
in work. DO NOT SCALE PLANS. If field conditions, details, changes in equipment or shop
drawing information require a significant change to the original documents, contact the Owner’s
Representative for approval before proceeding.
B. All equipment locations shall be coordinated with other trades to eliminate interference with
required clearances for equipment maintenance and inspections.
C. Coordinate work with other trades and determine exact routing of all duct, pipe, conduit, etc.,
before fabrication and installation. Coordinate with Architectural Drawings and all existing
architecture. Mechanical and electrical drawings show design arrangement only for Diffusers,
grilles, registers, air terminals, lighting fixtures, sprinklers, speakers and other items. Do not
rough-in contract work without reflected ceiling location plans. Report to the Engineer
immediately for instances where to the mechanical/electrical/architectural plans show more than
one device occupying the same ceiling location.
D. For equipment and connections provided in this contract, prepare roughing drawings as follows:
1. Existing equipment being relocated: Measure the existing equipment and prepare drawings
for installation in new location.
2. New equipment: Obtain equipment roughing drawings and dimensions, then prepare
rough-in drawings.
E. Where more than one trade is involved in an area, space or chase, all shall cooperate and install
their own work to utilize the space equally between them in proportion to their individual
requirements. In general, ductwork shall be given preference except where grading of piping
becomes a problem, followed by piping then electrical wiring. If it is determined that ample
maintenance and passage space has not been provided, rearrange work and/or furnish other
equipment as required for ample maintenance space. Any changes in the size or location of the
material or equipment supplied, which may be necessary in order to meet field conditions or in
order to avoid conflicts between trades, shall be brought to the immediate attention of the
Owner's Representative and approval received before such alterations are made.
F. Contractor shall relocate existing work in the way of new construction. VISIT SITE BEFORE
BIDDING TO DETERMINE SCOPE OF WORK. Provide new materials, including new
piping and insulation for relocated work.
G. All equipment requiring service and / or access shall be provided adequate clearances for this
purpose. Any clearances described in manufacturer’s information, code requirements, etc., shall
be taken into account in determining final rough-in positions. Reasonable access for
maintenance and service shall be maintained. The most stringent standard, as determined by the
Engineer, shall apply.
1.16 CUTTING AND PATCHING
A. Provide cutting and patching for all work under this Contract:
1. Provide steel lintels for all duct floor and wall penetrations and similar large openings.
2. Provide steel sleeves for all floor and wall pipe penetrations.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 8
B. Refer to Division 1, Section “Cutting and Patching” for additional requirements.
1.17 CONCEALMENT
A. Conceal all work above ceilings and within walls, below slabs, and elsewhere through the
building, except in unfinished spaces. Where a conflict exists that renders concealment
impossible, notify the Engineer before starting the work and install as directed.
1.18 FIRE-STOPPING
A. Provide materials and products listed by an independent testing laboratory for Through-
Penetration Fire Stop Systems, to meet requirements of Fire Tests of Through Penetration Fire-
Stops, ASTM E814.
B. Provide fire stop system at all locations where piping, tubing, conduit, cables, ductwork, and
similar items pass through or penetrate any fire rated wall or floor assembly. Where fire ratings
of wall and floor assemblies are not indicated on the drawings, Contractor is to assume that all
floor and wall assembles are two (2) hour fire rated assemblies.
C. Maintain minimum required fire-resistance rating of the wall, floor, or ceiling assembly which
is penetrated.
D. Apply fire-stopping systems within the temperature and humidity limits permitted by the
manufacturer.
E. Provide rigid sleeves where non-armored cables pass through fire rated walls and barriers.
F. Acceptable Manufacturers:
1. Hilti Firestop Systems
2. Dow Corning Fire-Stop System Foams and Sealants
3. Nelson Electric Fire-Stop System Putty, CLK and WRP
4. Thomas & Betts – S-100 FS500/600
5. Carborum Fyre Putty
1.19 FIRE AND SMOKE DAMPERS
A. Fire dampers are required at all duct penetrations of all fire rated assemblies.
B. Smoke dampers are required at all duct penetrations of smoke barriers.
C. Refer to Specification Section “Duct Accessories” for additional requirements for Fire and
Smoke dampers.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 9
1.20 ACCESS DOORS AND PANELS
A. Provide access doors for all recessed valves, dampers, junction boxes, controls, and for all other
items of equipment that require access, where these items are installed above inaccessible
ceiling.
B. Access doors used shall be specifically designed for the material composing the wall or ceiling
where installed.
C. Unless otherwise indicated, access doors shall be prime painted steel, minimum 14-gauge frame
and panel, except where used in toilet rooms, kitchens and showers, where they shall be 16-
gauge frame and panel stainless steel. Unless otherwise indicated, hinges shall be piano hinge
style.
D. Access doors used in fire rated walls, partitions and ceilings shall be Underwriters Laboratories
1-1/2 hour class B fire rated.
E. Locks shall be screwdriver type, unless otherwise indicated.
F. Access doors shall be securely attached to the wall, ceiling, or framing material, and installed in
complete conformance to manufacturer’s installation instructions.
G. The Contractor shall coordinate the location of all access doors to permit unrestricted access to
the equipment to be accessed. Where multiple items of equipment in the same vicinity can be
grouped together, provide access panels of proper size to permit unrestricted access to all such
items. The Contractor shall provide access panels for all items of equipment which require
access.
1.21 EQUIPMENT INSTALLATION
A. Minimum Requirements:
1. Materials shall have a flame spread rating of 25 or less and a smoke developed rating of 50
or less, in accordance with NFPA 255.
2. All equipment and material for which there is a listing service shall bear a UL label.
3. Electrical equipment and systems shall meet UL Standards and requirements of the N.E.C.
This listing requirement applies to the entire assembly. Any modifications to equipment to
suit the intent of the specifications shall be performed in accordance with UL Standards and
the requirements of the N.E.C.
4. Communications equipment shall meet all FCC Regulations.
5. All materials, unless otherwise specified, shall be new and be the standard products of the
manufacturer. Used equipment or damaged material will be rejected.
B. Install all equipment in compliance with manufacturer’s instructions and the Contract
Documents. Notify the Engineer where manufacturer’s instructions differ from the Contract
Documents for resolution.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 10
C. Coordinate ordering all equipment with long lead times or equipment having major impact on
work by other trades.
D. Provide all scaffolding, rigging, hoisting, and services necessary for erection and delivery of
equipment and apparatus furnished. Remove these apparatus’ when they are no longer required.
E. Where mounting heights are not indicated, install systems in a manner to maximize head room
possible.
F. Lay out equipment to provide access to all components requiring maintenance. Provide
clearances as required by applicable codes and standards, as well as manufacturer’s
recommendations, and good practice.
G. Lay out equipment so as to provide adequate removal clearance for coils, tubes, fan assemblies,
and similar components.
H. Equipment shall be plumb and level, and secured to supporting structures as specified,
recommended by manufacturer, and as dictated by good practice.
I. Take all necessary precautions with equipment, systems, and building to prevent any damage
due to freezing and/or water. Repair or replace, any no additional cost to the project, any such
damage which is a result of failure to take proper precautions against freezing and water
damage.
1.22 EQUIPMENT SUPPORTS AND ROOF CURBS
A. Provide supporting structures for all mechanical equipment.
B. Equipment support frames:
1. Provide steel support frames for all equipment under this Contract that is installed above
the floor or suspended from the structure above including, but not limited to, air-handling
units, terminal boxes, coils, furnaces, heat recovery units, and control panels, as called for
on the Contract Documents.
2. Unless otherwise noted, use galvanized steel support frames.
3. Use structural steel channels and steel angles, bolted construction.
4. Provide 1/2” steel plate at each vertical support, anchor bolted to floor; anchor top of each
vertical support to structure above.
5. Provide diagonal bracing to restrain deflection in the three perpendicular axes.
6. Attach equipment to frame using approved fasteners and vibration isolating mounting
hardware.
7. Use horizontal frames suspended from above from four points with threaded rods, forged
steel turnbuckles and associated hardware for suspended items such as fans, terminal boxes,
and similar equipment as approved by the Engineer. Provide lateral sway bracing anchored
to structure for each orthogonal axis. Use steel angles or channels for this purpose.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 11
a. Threaded rod schedule, total weight suspended based on minimum four (4) rods:
Weight (lbs) Rod Diameter (4 rods required to support Weight)
0-300 3/8”
301-585 1/2"
586-900 5/8”
901-1350 3/4"
1351-2500 1”
1/4" diameter rod is not permitted.
8. Metal bars, plates, tubing, etc. shall conform to ASTM standards:
a. Steel plates, shapes, bars, and grating: ASTM A36
b. Cold-formed Steel Tubing: ASTM A500
c. Hot-rolled Steel Tubing: ASTM A501
d. Steel Pipe: ASTM A53, Schedule 40, welded
e. Fasteners shall be zinc-coated, type, grade, and class as required.
C. Curbs, rails and dunnage
1. Provide factory manufactured, insulated roof mounting curbs for all roof mounted
equipment including, but not limited to fans, rooftop HVAC units, and similar equipment.
2. Unless specifically noted otherwise, provide structural steel roof mounting rails for
condensing units, condensers, and similar equipment.
3. Coordinate installation of all curbs, and equipment rails with roof openings, roof structure,
flashing, and roofing membrane and insulation.
D. Refer to respective Specification sections for support of ductwork and piping.
E. Provide shop drawings for all equipment support frames, and mounting curbs, mounting rails,
for review and approval by the Engineer.
1.23 ROOF PENETRATIONS
A. Provide pre-fabricated roof penetration curbs for all pipe, duct, and conduit roof penetrations.
B. All new openings through roof shall be flashed and sealed water-tight whether under this
contract. Work shall be completed by qualified and licensed Roof Contractor.
C. Maintain all existing roof warranties
D. Curbs by equipment manufacturer: Thybar, Pate Company, or approved equivalent.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 12
1.24 START-UP AND TESTING
A. Engage the services of a qualified factory representative for all manufactured equipment to
assist in the start-up of all systems and equipment installed under this Contract.
B. Test all systems, equipment, components, and controls installed under this Contract.
C. Test all piping and related accessories installed under this Contract.
D. Testing requirements are contained in specifications for each specific equipment, component,
and material type.
E. Correct all deficient items detected and re-test until results are satisfactory.
F. Upon completion of testing, submit a comprehensive written test report to the Engineer for
review and approval.
1.25 CONTINUITY OF SERVICES
A. All or part of the building will be in use during construction operations. Maintain existing
systems in operation within all rooms of building as directed by the Owner. Refer to "General
Conditions of the Contract for Construction" for temporary facilities for additional contract
requirements. Schedules for various phases of contract work shall be coordinated with Owner's
Representative. Provide, as part of contract, temporary mechanical connections and relocation
as required to accomplish the above. Obtain approval in writing as to date, time, and location
for shut-down of existing mechanical facilities or services.
1.26 ADJUSTMENTS AND BALANCING
A. Balance all air and fluid flows associated with the systems installed under this contract per the
Engineer’s requirements. Where flow rates, speeds, and capacities are not stated on the
drawings, the Engineer will, upon request, provide the Contractor with required quantities.
Refer to Section “Testing, Adjusting, and Balancing” for additional requirements.
1.27 IDENTIFICATION
A. Identify all equipment, piping, ductwork, valves, and controls with permanent, marking system
as specified. Refer to Section “Mechanical Identification” for requirements.
1.28 PAINTING
A. All painting shall consist of one prime and two finish color coats of non-lead oil base paint,
unless otherwise indicated. Provide heat resistant paint where temperatures exceed 200 deg F.
Provide Pittsburgh Paint Co. “Galvanized Iron Primer” for all galvanized surfaces. Clean all
surfaces to be painted thoroughly before painting. Paint color for piping shall conform to
Owner’s requirements. Paint shall be as manufactured by Sherwin Williams, Pratt and Lambert,
or approved equivalent.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 13
B. Surfaces Requiring Painting:
1. Surfaces requiring painting shall include, but shall not be limited to the following:
a. All painting indicated on the Room Finish Schedule and Drawings.
1.29 CLEANING
A. Keep the job site and premises clean at all times. Refer to Division 1 for requirements.
B. Contractor shall maintain all installed work clean throughout the duration of the project.
1. Remove debris, dirt, grease, paint, plaster, etc. from all equipment and materials installed.
2. Restore original finish of any equipment and materials damaged during construction.
C. Clean piping and ductwork prior to testing. Refer to specific specification sections covering
piping and ductwork for specific cleaning requirements.
1.30 RECORD DRAWINGS
A. The Contractor shall prepare record drawings of the completed work of this Contract.
1. Take dimensions from a given fixed bench mark, such as the corner of a building, and
neatly and clearly indicate same on reproducible prints.
2. Provide Record Drawings for all Contract Work. Document the location of control devices,
isolation valves, safety devices, and equipment.
3. Incorporate all field changes, change orders and other modifications into the final Record
Drawings.
4. Record drawings shall contain all corrections from construction documents to as-built
conditions and shall be submitted for review and approval. Documents shall be provided in
PDF formant or, where fully developed in CAD, in AutoCAD compatible file format.
Submittal media shall be as acceptable to the Owner and Engineer.
1.31 OPERATING AND MAINTENANCE INSTRUCTIONS
A. Operation instruction: After all systems have been completely installed and satisfactorily tested,
instruct the Owner’s representative on the operation of all systems and equipment that are part
of this Contract. Instruction shall be a “hands on” session, whereby the Contractor physically
demonstrates the proper operation of all items of equipment. Provide written instructions for
the Owner’s use prior to the time of instruction, and amend same where required. Include
sufficient time to permit the Owner to master the operation of all systems.
B. Provide one (1) electronic version and one (1) bound set of maintenance manuals covering all
systems installed under this contract. Manuals shall adhere to the following requirements:
1. Bound in three-ring binders.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
GENERAL MECHANICAL REQUIREMENTS 23 00 10 - 14
2. Cover sheet to include Project title, Contractors name, contact person, contact information,
name and contact information of all factory equipment representatives.
3. Table of contents; tabulated section for each major system.
4. Operations instructions for each major system.
5. Include the following for each item of equipment furnished under this contract:
a. Maintenance instructions
b. Manufacturer’s data sheets
c. Recommended spare parts inventory
d. Wiring diagrams
6. Preventative maintenance schedule
7. Record drawings
8. Temperature controls drawings
9. Provide approved submittal as part of O&M clearly identifying manufacturer and provided
model number.
10. Include vendor contact information for service and warranty
11. Include all start-up and testing reports
PART 2 - PRODUCTS – not used
PART 3 - EXECUTION – not used
END OF SECTION 230010
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513 - 1
SECTION 23 05 13 - COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes general requirements for single-phase and polyphase, general-purpose,
horizontal, small and medium, squirrel-cage induction motors for use on ac power systems up to
600 V and installed at equipment manufacturer's factory or shipped separately by equipment
manufacturer for field installation.
1.3 COORDINATION
A. Coordinate features of motors, installed units, and accessory devices to be compatible with the
following:
1. Motor controllers.
2. Torque, speed, and horsepower requirements of the load.
3. Ratings and characteristics of supply circuit and required control sequence.
4. Ambient and environmental conditions of installation location.
PART 2 - PRODUCTS
2.1 GENERAL MOTOR REQUIREMENTS
A. Manufacturers: Subject to compliance with the requirements, provide products by one of the
following:
1. Baldor (Basis of design)
B. Comply with NEMA MG 1 unless otherwise indicated.
C. Comply with IEEE 841 for severe-duty motors.
D. Motors to have three (3) year warranty.
E. Efficiency rating shall appear on nameplate and shall be not less than as follows:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513 - 2
MINIMUM NOMINAL FULL LOAD EFFICIENCY FOR 60 HZ NEMA GENERAL PURPOSE ELECTRIC
MOTORS (SUBTYPE I) RATED 600 VOLTS OR LESS (RANDOM WOUND)
OPEN DRIP-PROOF MOTORS TOTALLY ENCLOSED FAN-COOLED MOTORS
2 POLES 4 POLES 6 POLES 2 POLES 4 POLES 6 POLES
HP 3600 RPM 1800 RPM 1200 RPM 3600 RPM 1800 RPM 1200 RPM
1 77.0 85.5 82.5 77.0 85.5 82.5
1.5 84.0 86.5 86.5 84.0 86.5 87.5
2 85.5 86.5 87.5 85.5 86.5 88.5
3 85.5 89.5 88.5 86.5 89.5 89.5
5 86.5 89.5 88.5 88.5 89.5 89.5
7.5 88.5 91.0 90.2 89.5 91.7 91.0
10 89.5 91.7 91.7 90.2 91.7 91.0
15 90.2 93.0 91.7 91.0 92.4 91.7
20 91.0 93.0 92.4 91.0 93.0 91.7
25 91.7 93.6 93.0 91.7 93.6 93.0
30 91.7 94.1 93.6 91.7 93.6 93.0
40 92.4 94.1 94.1 92.4 94.1 94.1
50 93.0 94.5 94.1 93.0 94.5 94.1
60 93.6 95.0 94.5 93.6 95.0 94.5
75 93.6 95.0 94.5 93.6 95.4 94.5
100 93.6 95.4 95.0 94.1 95.4 95.0
125 94.1 95.4 95.0 95.0 95.4 95.0
150 94.1 95.8 95.4 95.0 95.8 95.8
200 95.0 95.8 95.4 95.4 96.2 95.8
250 95.0 95.8 95.4 95.8 96.2 95.8
300 95.4 95.8 95.4 95.8 96.2 95.8
350 95.4 95.8 95.4 95.8 96.2 95.8
400 95.8 95.5 95.8 95.8 96.2 95.8
450 95.8 96.2 96.2 95.8 96.2 95.8
500 98.5 96.2 96.2 95.8 96.2 95.8
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513 - 3
MINIMUM NOMINAL FULL-LOAD EFFICIENCIES GENERAL PURPOSES ELECTRIC MOTORS (SUBTYPE
II) AND ALL DESIGN B MOTORS GREATER THAN 200 HP
OPEN DRIP-PROOF MOTORS TOTALLY ENCLOSED FAN-COOLED MOTORS
2 POLE 4 POLE 6 POLE 8 POLE 2 POLE 4 POLE 6 POLE 8 POLE
HP 3600 RPM 1800 RPM 1200 RPM 900 RPM 3600 RPM 1800 RPM 1200 RPM 900 RPM
1 NR 82.5 80.0 74.0 75.5 82.5 80.0 74.0
1.5 82.5 84.0 84.0 75.5 85.5 84..4 85.5 77.0
2 84.0 84.0 85.8 85.5 84.0 84.0 86.5 82.5
3 84.0 86.5 86.5 86.5 85.5 87.5 87.5 84.0
5 85.5 87.5 87.5 87.5 87.5 87.5 87.5 84.0
7.5 87.5 88.5 88.5 88.5 88.5 89.5 89.5 85.5
10 88.5 89.5 90.2 89.5 89.5 89.5 89.5 88.5
15 89.5 91.0 90.2 89.5 90.2 91.0 90.2 88.5
20 90.2 91.0 91.0 90.2 90.2 91.0 90.2 89.5
25 91.0 91.7 91.7 92.0 91.0 92.4 91.7 89.5
30 91.0 92.4 92.4 91.0 91.0 92.4 91.7 91.0
40 91.7 93.0 93.0 91.0 91.7 93.0 93.0 91.0
50 92.4 93.0 93.0 91.7 92.4 93.0 93.0 91.7
60 93.0 93.6 93.6 92.4 93.0 93.6 93.6 91.7
75 93.0 94.1 93.6 93.6 93.0 94.1 93.6 93.0
100 93.0 94.1 94.1 93.6 93.6 94.5 94.1 93.0
125 93.6 94.5 94.1 93.6 94.5 94.5 94.1 93.6
150 93.6 95.0 94.5 93.6 94.5 95.0 95.0 93.6
200 94.5 95.0 94.5 93.6 95.0 95.0 95.0 94.1
250 94.5 95.4 95.4 94.5 95.4 95.0 95.0 94.5
300 95.0 95.4 95.4 NR 95.4 95.4 95.0 NR
350 95.0 95.4 95.4 NR 95.4 95.4 95.0 NR
400 95.4 95.4 NR NR 95.4 95.4 NR NR
450 95.8 95.8 NR NR 95.4 95.4 NR NR
500 95.8 95.8 NR NR 95.4 95.8 NR NR
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513 - 4
MINIMUM AVERAGE FULL LOAD EFFICIENCY POLYPHASE SMALL ELECTRIC MOTORS
OPEN MOTORS
2 POLES 4 POLES 6 POLES
HP 3600 RPM 1800 RPM 1200 RPM
0.25 65.6 69.5 67.5
0.33 69.5 73.4 71.4
0.50 73.4 78.2 75.3
0.75 76.8 81.1 81.7
1 77.0 83.5 82.5
1.5 84.0 86.5 83.8
2 85.5 86.5 N/A
3 85.5 86.9 N/A
MINIMUM AVERAGE FULL LOAD EFFICIENCY FOR CAPACITOR-START CAPACITOR-RUN AND
CAPACITOR-START INDUCTION-RUN SMALL ELECTRIC MOTORS
OPEN MOTORS
2 POLES 4 POLES 6 POLES
HP 3600 RPM 1800 RPM 1200 RPM
0.25 66.6 68.5 62.2
0.33 70.5 72.4 66.6
0.50 72.4 76.2 76.2.
0.75 76.2 81.8 80.2
1 80.4 82.6 81.1
1.5 81.5 83.8 N/A
2 82.9 84.5 N/A
3 84.1 N/A N/A
2.2 MOTOR CHARACTERISTICS
A. Duty: Continuous duty at ambient temperature of 40 deg C and at altitude of 3300 feet above
sea level.
B. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate connected loads
at designated speeds, at installed altitude and environment, with indicated operating sequence,
and without exceeding nameplate ratings or considering service factor.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513 - 5
C. Motor Application: Provide the following enclosure types unless noted:
Environment/Location Motor Enclosure Type
General Purpose Open drip-proof with cast iron
frame, TEFC with cast iron frame,
or encapsulated
Outdoors, below grade or high humidity TEFC with cast iron frame
Hazardous Explosion-proof
Packaged Refrigeration Compressors Hermetic or semi-hermetic
2.3 POLYPHASE MOTORS
A. Description: NEMA MG 1, Design B, medium induction motor.
B. Efficiency: Energy efficient, as defined in NEMA MG 1.
C. Service Factor: 1.15.
D. Multispeed Motors: Variable torque.
1. For motors with 2:1 speed ratio, consequent pole, single winding.
2. For motors with other than 2:1 speed ratio, separate winding for each speed.
E. Multispeed Motors: Separate winding for each speed.
F. Rotor: Random-wound, squirrel cage.
G. Bearings: Regreasable, shielded, antifriction ball bearings suitable for radial and thrust loading.
H. Temperature Rise: Match insulation rating.
I. Insulation: Class F.
J. Code Letter Designation:
1. Motors 15 HP and Larger: NEMA starting Code F or Code G.
2. Motors Smaller than 15 HP: Manufacturer's standard starting characteristic.
2.4 POLYPHASE MOTORS WITH ADDITIONAL REQUIREMENTS
A. Motors Used with Reduced-Voltage and Multispeed Controllers: Match wiring connection
requirements for controller with required motor leads. Provide terminals in motor terminal box,
suited to control method.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513 - 6
B. Motors Used with Variable Frequency Controllers: Ratings, characteristics, and features
coordinated with and approved by controller manufacturer.
1. Windings: Copper magnet wire with moisture-resistant insulation varnish, designed and
tested to resist transient spikes, high frequencies, and short time rise pulses produced by
pulse-width modulated inverters.
2. Energy- and Premium-Efficient Motors: Class B temperature rise; Class F insulation.
3. Inverter-Duty Motors: Class F temperature rise; Class H insulation.
4. Thermal Protection: Comply with NEMA MG 1 requirements for thermally protected
motors.
C. Severe-Duty Motors: Comply with IEEE 841, with 1.15 minimum service factor.
2.5 SINGLE-PHASE MOTORS
A. Motors larger than 1/20 hp shall be one of the following, to suit starting torque and
requirements of specific motor application:
1. Permanent-split capacitor.
2. Split phase.
3. Capacitor start, inductor run.
4. Capacitor start, capacitor run.
B. Multispeed Motors: Variable-torque, permanent-split-capacitor type.
C. Bearings: Prelubricated, antifriction ball bearings or sleeve bearings suitable for radial and
thrust loading.
D. Motors 1/20 HP and Smaller: Shaded-pole type.
E. Thermal Protection: Internal protection to automatically open power supply circuit to motor
when winding temperature exceeds a safe value calibrated to temperature rating of motor
insulation. Thermal-protection device shall automatically reset when motor temperature returns
to normal range.
2.6 SHAFT GROUNDING RINGS
A. Motors for use with Variable Speed Drives:
1. Shaft Grounding ring on NEMA Premium and inverter duty motors consisting of
conductive microfibers and grounding path.
B. Shaft Grounding Kit for Field Installation:
1. Field applied shaft grounding ring for motors controlled by variable frequency drives
designed to be installed by the contractor.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513 - 7
PART 3 - EXECUTION
3.1 MOTORS
A. Furnished by the equipment manufacturer and selected and installed for the intended use.
Motors to be accessible for maintenance and, where applicable, belt adjustment.
3.2 SHAFT GROUNDING RINGS
A. Wire Shaft Grounding Kit on motors for use with variable frequency drives:
1. Ensure shaft grounding kit is installed on motor in accordance with manufacturer’s
recommendations.
2. Shaft grounding ring (SGR) is bolted directly to the motor end bracket for installed with
conductive epoxy to ensure ground connection from the SGR to the motor frame.
END OF SECTION 23 05 13
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230553 - 1
SECTION 230553 - IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Equipment labels.
2. Pipe labels.
3. Duct labels.
4. Valve tags.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
B. Equipment Label Schedule: Include a listing of all equipment to be labeled with the proposed
content for each label.
C. Valve numbering scheme.
D. Valve Schedules: For each piping system to include in maintenance manuals.
1.4 COORDINATION
A. Coordinate installation of identifying devices with completion of covering and painting of
surfaces where devices are to be applied.
B. Coordinate installation of identifying devices with locations of access panels and doors.
C. Install identifying devices before installing acoustical ceilings and similar concealment.
PART 2 - PRODUCTS
2.1 EQUIPMENT LABELS
A. Metal Labels for Equipment:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230553 - 2
1. Material and Thickness: Brass, 0.032-inch minimum thickness, and having predrilled or
stamped holes for attachment hardware.
2. Minimum Label Size: Length and width vary for required label content, but not less than
2-1/2 by 3/4 inch.
3. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24
inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering
for greater viewing distances. Include secondary lettering two-thirds to three-fourths the
size of principal lettering.
4. Fasteners: Stainless-steel rivets.
B. Plastic Labels for Equipment:
1. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving,
1/8 inch thick, and having predrilled holes for attachment hardware.
2. Letter Color: White.
3. Background Color: Black.
4. Maximum Temperature: Able to withstand temperatures up to 160 deg F.
5. Minimum Label Size: Length and width vary for required label content, but not less than
2-1/2 by 3/4 inch.
6. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24
inches, 1/2 inch for viewing distances up to 72 inches and proportionately larger lettering
for greater viewing distances. Include secondary lettering two-thirds to three-fourths the
size of principal lettering.
7. Fasteners: Stainless-steel rivets or self-tapping screws.
C. Label Content: Include equipment's Drawing designation or unique equipment number,
Drawing numbers where equipment is indicated (plans, details, and schedules), plus the
Specification Section number and title where equipment is specified.
D. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by-11-inch
bond paper. Tabulate equipment identification number and identify Drawing numbers where
equipment is indicated (plans, details, and schedules), plus the Specification Section number
and title where equipment is specified. Equipment schedule shall be included in operation and
maintenance data.
2.2 PIPE LABELS
A. General Requirements for Manufactured Pipe Labels: Preprinted, color-coded, with lettering
indicating service, and showing flow direction.
B. Pre-tensioned Pipe Labels: Pre-coiled, semi-rigid plastic formed to cover full circumference of
pipe and to attach to pipe without fasteners or adhesive.
C. Pipe Label Contents: Include identification of piping service using same designations or
abbreviations as used on Drawings, pipe size, and an arrow indicating flow direction.
1. Flow-Direction Arrows: Integral with piping system service lettering to accommodate
both directions, or as separate unit on each pipe label to indicate flow direction.
2. Lettering Size: At least 1-1/2 inches high.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230553 - 3
2.3 DUCT LABELS
A. Self-Adhesive Labels: Printed plastic with contact-type, permanent-adhesive backing.
B. Maximum Temperature: Able to withstand temperatures up to 160 deg F.
C. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2
by 3/4 inch
D. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2
inch for viewing distances up to 72 inches, and proportionately larger lettering for greater
viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal
lettering.
E. Duct Label Contents: Include identification of duct service using same designations or
abbreviations as used on Drawings, duct size, and an arrow indicating flow direction.
1. Flow-Direction Arrows: Integral with duct system service lettering to accommodate both
directions, or as separate unit on each duct label to indicate flow direction.
2. Lettering Size: At least 1-1/2 inches high.
2.4 STENCILS
A. Stencils: Prepared with letter sizes according to ASME A13.1 for piping; minimum letter
height of 1-1/4 inches for ducts; and minimum letter height of 3/4 inch for access panel and
door labels, equipment labels, and similar operational instructions.
1. Stencil Material: Aluminum.
2. Stencil Paint: Exterior, gloss, acrylic enamel black unless otherwise indicated. Paint
may be in pressurized spray-can form.
3. Identification Paint: Exterior, acrylic enamel in colors according to ASME A13.1 unless
otherwise indicated
2.5 VALVE TAGS
A. Valve Tags: Stamped or engraved with 1/4-inch letters for piping system abbreviation and 1/2-
inch numbers.
1. Tag Material: Brass, 0.032-inch minimum thickness, and having predrilled or stamped
holes for attachment hardware.
2. Fasteners: Brass wire-link chain or S-hook.
B. Valve Schedules: For each piping system, on 8-1/2-by-11-inch bond paper, typed. Tabulate
valve number, piping system, system abbreviation (as shown on valve tag), location of valve
(room or space), normal-operating position (open, closed, or modulating), and variations for
identification. Mark valves for emergency shutoff and similar special uses.
1. Valve-tag schedule shall be included in operation and maintenance data.
2. Valve-tag schedule shall be framed and mounted in the mechanical schedule.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230553 - 4
PART 3 - EXECUTION
3.1 PREPARATION
A. Clean piping and equipment surfaces of substances that could impair bond of identification
devices, including dirt, oil, grease, release agents, and incompatible primers, paints, and
encapsulants.
3.2 EQUIPMENT LABEL INSTALLATION
A. Install or permanently fasten labels on each major item of mechanical equipment. Major
mechanical equipment shall include:
1. Packaged rooftop units
2. Fire dampers, smoke dampers, combination fire/smoke dampers
B. Locate equipment labels where accessible and visible.
C. Coordinate naming convention of all equipment with the Owner and naming convention within
the temperature control system. Tags on the contract documents may not accurately tag the
equipment.
3.3 PIPE LABEL INSTALLATION
A. Piping Color-Coding: Painting of piping is specified in Division 09 Section "Interior Painting".
B. Locate pipe labels where piping is exposed or above accessible ceilings in finished spaces;
machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and
exterior exposed locations as follows:
1. Near each valve and control device.
2. Near each branch connection, excluding short takeoffs for fixtures and terminal units.
Where flow pattern is not obvious, mark each pipe at branch.
3. Near penetrations through walls, floors, ceilings, and inaccessible enclosures.
4. At access doors, manholes, and similar access points that permit view of concealed
piping.
5. Near major equipment items and other points of origination and termination.
6. Spaced at maximum intervals of 50 feet along each run. Reduce intervals to 25 feet in
areas of congested piping and equipment.
7. On piping above removable acoustical ceilings. Omit intermediately spaced labels.
8. At each identification location, provide a flow direction arrow
C. Lettering:
Pipe Function Identification
Natural Gas NG
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230553 - 5
3.4 DUCT LABEL INSTALLATION
A. Install self-adhesive labels on uninsulated or lined ducts and stencils on ducts with external
insulation. At each identification location, provide a flow direction arrow.
B. Lettering:
Duct Function Identification
Supply Air SA
Return Air RA
Exhaust Air EA
Outside Air OA
C. Locate labels near points where ducts enter into concealed spaces and at maximum intervals of
50 feet in each space where ducts are exposed or concealed by removable ceiling system.
3.5 VALVE-TAG INSTALLATION
A. Install tags on valves and control devices in piping systems, except check valves; valves within
factory-fabricated equipment units; shutoff valves; faucets; convenience hose connections; and
HVAC terminal devices and similar roughing-in connections of end-use fixtures and units. List
tagged valves in a valve schedule.
B. Valve-Tag Application Schedule: Tags shall be 1-1/2 inches round, natural brass, black
lettering.
END OF SECTION 230553
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 1
SECTION 230593 - TESTING, ADJUSTING, AND BALANCING FOR HVAC
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Balancing Air Systems:
a. Constant-volume air systems.
b. Variable-air-volume systems.
1.3 DEFINITIONS
A. AABC: Associated Air Balance Council.
B. NEBB: National Environmental Balancing Bureau.
C. TAB: Testing, adjusting, and balancing.
D. TAB Specialist: An entity engaged to perform TAB Work.
1.4 INFORMATIONAL SUBMITTALS
A. Qualification Data: Within 45 days of Contractor's Notice to Proceed, submit documentation
that the TAB contractor and this Project's TAB team members meet the qualifications specified
in "Quality Assurance" Article.
B. Contract Documents Examination Report: Within 45 days of Contractor's Notice to Proceed,
submit the Contract Documents review report as specified in Part 3.
C. Strategies and Procedures Plan: Within 60 days of Contractor's Notice to Proceed, submit TAB
strategies and step-by-step procedures as specified in "Preparation" Article.
D. Certified TAB reports.
E. Sample report forms.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 2
F. Instrument calibration reports, to include the following:
1. Instrument type and make.
2. Serial number.
3. Application.
4. Dates of use.
5. Dates of calibration.
1.5 QUALITY ASSURANCE
A. TAB Contractor Qualifications: Engage a TAB entity currently and for the duration of the
project, certified by NEBB or AABC.
1. TAB Field Supervisor: Employee of the TAB contractor and currently certified by
NEBB or AABC.
2. TAB Technician: Employee of the TAB contractor and individual who is currently
certified by NEBB or AABC as a TAB technician.
3. TAB contractor shall maintain NEBB or AABC certification for the duration of the
project.
B. Certify TAB field data reports and perform the following:
1. Review field data reports to validate accuracy of data and to prepare certified TAB
reports.
2. Certify that the TAB team complied with the approved TAB plan and the procedures
specified and referenced in this Specification.
C. TAB Report Forms: Use standard TAB contractor's forms approved by Engineer.
D. Instrumentation Type, Quantity, Accuracy, and Calibration: As described in ASHRAE 111,
Section 5, "Instrumentation."
E. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 7.2.2 - "Air
Balancing."
F. ASHRAE/IESNA Compliance: Applicable requirements in ASHRAE/IESNA 90.1,
Section 6.7.2.3 - "System Balancing."
1.6 PROJECT CONDITIONS
A. Partial Owner Occupancy: Owner may occupy completed areas of building before Substantial
Completion. Cooperate with Owner during TAB operations to minimize conflicts with Owner's
operations.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 3
1.7 COORDINATION
A. Notice: Provide seven days' advance notice for each test. Include scheduled test dates and
times.
B. Perform TAB after leakage and pressure tests on air and water distribution systems have been
satisfactorily completed.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine the Contract Documents to become familiar with Project requirements and to discover
conditions in systems' designs that may preclude proper TAB of systems and equipment.
B. Examine systems for installed balancing devices, such as test ports, gage cocks, thermometer
wells, flow-control devices, balancing valves and fittings, and manual volume dampers. Verify
that locations of these balancing devices are accessible.
C. Examine the approved submittals for HVAC systems and equipment.
D. Examine design data including HVAC system descriptions, statements of design assumptions
for environmental conditions and systems' output, and statements of philosophies and
assumptions about HVAC system and equipment controls.
E. Examine equipment performance data including fan curves.
1. Relate performance data to Project conditions and requirements, including system effects
that can create undesired or unpredicted conditions that cause reduced capacities in all or
part of a system.
2. Calculate system-effect factors to reduce performance ratings of HVAC equipment when
installed under conditions different from the conditions used to rate equipment
performance. To calculate system effects for air systems, use tables and charts found in
AMCA 201, "Fans and Systems," or in SMACNA's "HVAC Systems - Duct Design."
Compare results with the design data and installed conditions.
F. Examine system and equipment installations and verify that field quality-control testing,
cleaning, and adjusting specified in individual Sections have been performed.
G. Examine test reports specified in individual system and equipment Sections.
H. Examine HVAC equipment and filters and verify that bearings are greased, belts are aligned
and tight, and equipment with functioning controls is ready for operation.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 4
I. Examine terminal units, such as variable-air-volume boxes, and verify that they are accessible
and their controls are connected and functioning.
J. Examine strainers. Verify that startup screens are replaced by permanent screens with indicated
perforations.
K. Examine automatic balancing valves. Remove balancing valve cartridge and flush clean prior to
system balance and verification.
L. Examine heat-transfer coils for correct piping connections and for clean and straight fins.
M. Examine operating safety interlocks and controls on HVAC equipment.
N. Report deficiencies discovered before and during performance of TAB procedures. Observe
and record system reactions to changes in conditions. Record default set points if different from
indicated values.
3.2 PREPARATION
A. Prepare a TAB plan that includes strategies and step-by-step procedures.
B. Complete system-readiness checks and prepare reports. Verify the following:
1. Permanent electrical-power wiring is complete.
2. Automatic temperature-control systems are operational.
3. Equipment and duct access doors are securely closed.
4. Balance, smoke, and fire dampers are open.
5. Isolating and balancing valves are open and control valves are operational.
6. Ceilings are installed in critical areas where air-pattern adjustments are required and
access to balancing devices is provided.
7. Windows and doors can be closed so indicated conditions for system operations can be
met.
3.3 GENERAL PROCEDURES FOR TESTING AND BALANCING
A. Perform testing and balancing procedures on each system according to the procedures contained
in NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental
Systems" in this Section.
1. Comply with requirements in ASHRAE 62.1-2007, Section 7.2.2, "Air Balancing."
B. Cut insulation, ducts, and equipment cabinets for installation of test probes to the minimum
extent necessary for TAB procedures.
1. After testing and balancing, patch probe holes in ducts with same material and thickness
as used to construct ducts.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 5
2. After testing and balancing, install test ports and duct access doors that comply with
requirements in Division 23 Section "Air Duct Accessories."
3. Install and join new insulation that matches removed materials. Restore insulation,
coverings, vapor barrier, and finish according to Division 23 Section "HVAC Insulation."
C. Mark equipment and balancing devices, including damper-control positions, valve position
indicators, fan-speed-control levers, and similar controls and devices, with paint or other
suitable, permanent identification material to show final settings.
D. Take and report testing and balancing measurements in inch-pound (IP) units.
3.4 GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS
A. Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and
recommended testing procedures. Crosscheck the summation of required outlet volumes with
required fan volumes.
B. Prepare schematic diagrams of systems' "as-built" duct layouts.
C. For variable-air-volume systems, develop a plan to simulate diversity.
D. Determine the best locations in main and branch ducts for accurate duct-airflow measurements.
E. Check airflow patterns from the outdoor-air louvers and dampers and the return- and exhaust-air
dampers through the supply-fan discharge and mixing dampers.
F. Locate start-stop and disconnect switches, electrical interlocks, and motor starters.
G. Verify that motor starters are equipped with properly sized thermal protection.
H. Check dampers for proper position to achieve desired airflow path.
I. Check for airflow blockages.
J. Check condensate drains for proper connections and functioning.
K. Check for proper sealing of air-handling-unit components.
L. Verify that air duct system is sealed as specified in Division 23 Section "Metal Ducts."
3.5 PROCEDURES FOR CONSTANT-VOLUME AIR SYSTEMS
A. Adjust fans to deliver total indicated airflows within the maximum allowable fan speed listed by
fan manufacturer. Provide sheaves and belts as required to achieve indicated airflows.
1. Measure total airflow.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 6
a. Where sufficient space in ducts is unavailable for Pitot-tube traverse
measurements, measure airflow at terminal outlets and inlets and calculate the total
airflow.
2. Measure fan static pressures as follows to determine actual static pressure:
a. Measure outlet static pressure as far downstream from the fan as practical and
upstream from restrictions in ducts such as elbows and transitions.
b. Measure static pressure directly at the fan outlet or through the flexible connection.
c. Measure inlet static pressure of single-inlet fans in the inlet duct as near the fan as
possible, upstream from the flexible connection, and downstream from duct
restrictions.
d. Measure inlet static pressure of double-inlet fans through the wall of the plenum
that houses the fan.
3. Measure static pressure across each component that makes up an air-handling unit,
rooftop unit, and other air-handling and -treating equipment.
a. Report the cleanliness status of filters and the time static pressures are measured.
4. Measure static pressures entering and leaving other devices, such as sound traps, heat-
recovery equipment, and air washers, under final balanced conditions.
5. Review Record Documents to determine variations in design static pressures versus
actual static pressures. Calculate actual system-effect factors. Recommend adjustments
to accommodate actual conditions.
6. Obtain approval from Architect for adjustment of fan speed higher or lower than
indicated speed. Comply with requirements in Division 23 Sections for air-handling
units for adjustment of fans, belts, and pulley sizes to achieve indicated air-handling-unit
performance.
7. Do not make fan-speed adjustments that result in motor overload. Consult equipment
manufacturers about fan-speed safety factors. Modulate dampers and measure fan-motor
amperage to ensure that no overload will occur. Measure amperage in full-cooling, full-
heating, economizer, and any other operating mode to determine the maximum required
brake horsepower.
B. Adjust volume dampers for main duct, submain ducts, and major branch ducts to indicated
airflows within specified tolerances.
1. Measure airflow of submain and branch ducts.
a. Where sufficient space in submain and branch ducts is unavailable for Pitot-tube
traverse measurements, measure airflow at terminal outlets and inlets and calculate
the total airflow for that zone.
2. Measure static pressure at a point downstream from the balancing damper, and adjust
volume dampers until the proper static pressure is achieved.
3. Remeasure each submain and branch duct after all have been adjusted. Continue to
adjust submain and branch ducts to indicated airflows within specified tolerances.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 7
C. Measure air outlets and inlets without making adjustments.
1. Measure terminal outlets using a direct-reading hood or outlet manufacturer's written
instructions and calculating factors.
D. Adjust air outlets and inlets for each space to indicated airflows within specified tolerances of
indicated values. Make adjustments using branch volume dampers rather than extractors and
the dampers at air terminals.
1. Adjust each outlet in same room or space to within specified tolerances of indicated
quantities without generating noise levels above the limitations prescribed by the
Contract Documents.
2. Adjust patterns of adjustable outlets for proper distribution without drafts. Provide
sheaves and belts as required to achieve indicated airflows.
3.6 PROCEDURES FOR VARIABLE-AIR-VOLUME SYSTEMS
A. Compensating for Diversity: When the total airflow of all terminal units is more than the
indicated airflow of the fan, place a selected number of terminal units at a minimum set-point
airflow with the remainder at maximum-airflow condition until the total airflow of the terminal
units equals the indicated airflow of the fan. Select the reduced-airflow terminal units so they
are distributed evenly among the branch ducts
B. Pressure-Dependent, Variable-Air-Volume Systems without Diversity: After the fan systems
have been adjusted, adjust the variable-air-volume systems as follows:
1. Balance variable-air-volume systems the same as described for constant-volume air
systems.
2. Set terminal units and supply fan at full-airflow condition.
3. Adjust inlet dampers of each terminal unit to indicated airflow and verify operation of the
static-pressure controller. When total airflow is correct, balance the air outlets
downstream from terminal units the same as described for constant-volume air systems.
4. Readjust fan airflow for final maximum readings.
5. Measure operating static pressure at the sensor that controls the supply fan if one is
installed, and verify operation of the static-pressure controller.
6. Set supply fan at minimum airflow if minimum airflow is indicated. Measure static
pressure to verify that it is being maintained by the controller.
7. Set terminal units at minimum airflow and adjust controller or regulator to deliver the
designed minimum airflow. Check air outlets for a proportional reduction in airflow the
same as described for constant-volume air systems.
a. If air outlets are out of balance at minimum airflow, report the condition but leave
the outlets balanced for maximum airflow.
8. Measure the return airflow to the fan while operating at maximum return airflow and
minimum outdoor airflow.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 8
a. Adjust the fan and balance the return-air ducts and inlets the same as described for
constant-volume air systems.
3.7 PROCEDURES FOR MOTORS
A. Motors, 1/2 HP and Larger: Test at final balanced conditions and record the following data:
1. Manufacturer's name, model number, and serial number.
2. Motor horsepower rating.
3. Motor rpm.
4. Efficiency rating.
5. Nameplate and measured voltage, each phase.
6. Nameplate and measured amperage, each phase.
7. Starter thermal-protection-element rating.
B. Motors Driven by Variable-Frequency Controllers: Test for proper operation at speeds varying
from minimum to maximum. Test the manual bypass of the controller to prove proper
operation. Record observations including name of controller manufacturer, model number,
serial number, and nameplate data.
3.8 PROCEDURES FOR CONDENSING UNITS
A. Verify proper rotation of fans.
B. Measure entering- and leaving-air temperatures.
C. Record compressor data.
3.9 PROCEDURES FOR TESTING, ADJUSTING, AND BALANCING EXISTING SYSTEMS
A. Before performing testing and balancing of existing systems, inspect existing equipment that is
to remain and be reused to verify that existing equipment has been cleaned and refurbished.
Verify the following:
1. New filters are installed.
2. Coils are clean and fins combed.
3. Drain pans are clean.
4. Fans are clean.
5. Bearings and other parts are properly lubricated.
6. Deficiencies noted in the preconstruction report are corrected.
B. Perform testing and balancing of existing systems to the extent that existing systems are
affected by the renovation work.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 9
1. Compare the indicated airflow of the renovated work to the measured fan airflows, and
determine the new fan speed and the face velocity of filters and coils.
2. Verify that the indicated airflows of the renovated work result in filter and coil face
velocities and fan speeds that are within the acceptable limits defined by equipment
manufacturer.
3. If calculations increase or decrease the air flow rates and water flow rates by more than 5
percent, make equipment adjustments to achieve the calculated rates. If increase or
decrease is 5 percent or less, equipment adjustments are not required.
4. Balance each air outlet
3.10 TOLERANCES
A. Set HVAC system's air flow rates and water flow rates within the following tolerances:
1. Supply, Return, and Exhaust Fans and Equipment with Fans: Plus or minus 10 percent.
2. Air Outlets and Inlets: Plus or minus 10 percent.
3. Heating-Water Flow Rate: Plus or minus 10 percent.
4. Cooling-Water Flow Rate: Plus or minus 10 percent.
3.11 PRE-CONSTRUCTION REPORT
A. General: Prepare a certified written report; tabulate and divide the report into separate sections
for tested systems and balanced systems.
1. Include a certification sheet at the front of the report's binder, signed and sealed by the
certified testing and balancing engineer.
2. Include a list of instruments used for procedures, along with proof of calibration.
B. Perform a preconstruction inspection of existing equipment that is to remain and be reused.
C. Report Contents: Report on the operating condition of the equipment and the results of the
measurements taken. Report deficiencies
D. General Report Data: In addition to form titles and entries, include the following data:
1. Title page.
2. Name and address of the TAB contractor.
3. Project name.
4. Project location.
5. Architect's name and address.
6. Engineer's name and address.
7. Contractor's name and address.
8. Report date.
9. Signature of TAB supervisor who certifies the report.
10. Table of Contents with the total number of pages defined for each section of the report.
Number each page in the report.
11. Summary of contents including the following:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 10
a. Existing performance.
b. Notable characteristics of systems.
c. Description of system operation sequence.
12. Nomenclature sheets for each item of equipment.
13. Test conditions for fans performance forms including the following:
a. Settings for outdoor-, return-, and exhaust-air dampers.
b. Conditions of filters.
c. Coil, wet- and dry-bulb conditions.
d. Fan drive settings including settings and percentage of maximum pitch diameter.
e. Other system operating conditions that affect performance.
f. Measure and record the operating speed, airflow, and static pressure of each fan.
g. Measure motor voltage and amperage. Compare the values to motor nameplate
information.
h. Check the refrigerant charge.
i. Check the condition of coils.
j. Check the operation of the drain pan and condensate-drain trap.
k. Check bearings and other lubricated parts for proper lubrication
E. Air-Handling-Unit Test Reports: For air-handling units with coils, include the following:
1. Unit Data:
a. Unit identification.
b. Location.
c. Make and type.
d. Model number and unit size.
e. Manufacturer's serial number.
f. Unit arrangement and class.
g. Discharge arrangement.
h. Sheave make, size in inches, and bore.
i. Center-to-center dimensions of sheave, and amount of adjustments in inches.
j. Number, make, and size of belts.
k. Number, type, and size of filters.
2. Motor Data:
a. Motor make, and frame type and size.
b. Horsepower and rpm.
c. Volts, phase, and hertz.
d. Full-load amperage and service factor.
e. Sheave make, size in inches, and bore.
f. Center-to-center dimensions of sheave, and amount of adjustments in inches.
3. Test Data (Existing Conditions):
a. Supply, return, outdoor air, and exhaust air flow rates in cfm.
b. Total system static pressure in inches wg.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 11
c. Fan rpm.
d. Discharge and suction static pressure in inches wg.
e. Outdoor-air damper position.
F. Round and Rectangular Duct Traverse Reports: Include a diagram with a grid representing the
duct cross-section and record the following:
1. Report Data:
a. System and air-handling-unit number.
b. Location and zone.
c. Traverse air temperature in deg F.
d. Duct static pressure in inches wg.
e. Duct size in inches.
f. Duct area in sq. ft..
g. Air flow rate in cfm.
h. Velocity in fpm.
G. Instrument Calibration Reports:
1. Report Data:
a. Instrument type and make.
b. Serial number.
c. Application.
d. Dates of use.
3.12 REPORTING
A. Initial Construction-Phase Report: Based on examination of the Contract Documents as
specified in "Examination" Article, prepare a report on the adequacy of design for systems'
balancing devices. Recommend changes and additions to systems' balancing devices to
facilitate proper performance measuring and balancing. Recommend changes and additions to
HVAC systems and general construction to allow access for performance measuring and
balancing devices.
B. Status Reports: Prepare weekly progress reports to describe completed procedures, procedures
in progress, and scheduled procedures. Include a list of deficiencies and problems found in
systems being tested and balanced. Prepare a separate report for each system and each building
floor for systems serving multiple floors.
3.13 FINAL REPORT
A. General: Prepare a certified written report; tabulate and divide the report into separate sections
for tested systems and balanced systems.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 12
1. Include a certification sheet at the front of the report's binder, signed and sealed by the
certified testing and balancing engineer.
2. Include a list of instruments used for procedures, along with proof of calibration.
B. Final Report Contents: In addition to certified field-report data, include the following:
1. Fan curves.
2. Manufacturers' test data.
3. Field test reports prepared by system and equipment installers.
4. Other information relative to equipment performance; do not include Shop Drawings and
product data.
C. General Report Data: In addition to form titles and entries, include the following data:
1. Title page.
2. Name and address of the TAB contractor.
3. Project name.
4. Project location.
5. Architect's name and address.
6. Engineer's name and address.
7. Contractor's name and address.
8. Report date.
9. Signature of TAB supervisor who certifies the report.
10. Table of Contents with the total number of pages defined for each section of the report.
Number each page in the report.
11. Summary of contents including the following:
a. Indicated versus final performance.
b. Notable characteristics of systems.
c. Description of system operation sequence if it varies from the Contract
Documents.
12. Nomenclature sheets for each item of equipment.
13. Data for terminal units, including manufacturer's name, type, size, and fittings.
14. Notes to explain why certain final data in the body of reports vary from indicated values.
15. Test conditions for fans performance forms including the following:
a. Settings for outdoor-, return-, and exhaust-air dampers.
b. Conditions of filters.
c. Cooling coil, wet- and dry-bulb conditions.
d. Face and bypass damper settings at coils.
e. Fan drive settings including settings and percentage of maximum pitch diameter.
f. Inlet vane settings for variable-air-volume systems.
g. Settings for supply-air, static-pressure controller.
h. Other system operating conditions that affect performance.
D. Air-Handling-Unit Test Reports: For air-handling units with coils, include the following:
1. Unit Data:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 13
a. Unit identification.
b. Location.
c. Make and type.
d. Model number and unit size.
e. Manufacturer's serial number.
f. Unit arrangement and class.
g. Discharge arrangement.
h. Sheave make, size in inches, and bore.
i. Center-to-center dimensions of sheave, and amount of adjustments in inches.
j. Number, make, and size of belts.
k. Number, type, and size of filters.
2. Motor Data:
a. Motor make, and frame type and size.
b. Horsepower and rpm.
c. Volts, phase, and hertz.
d. Full-load amperage and service factor.
e. Sheave make, size in inches, and bore.
f. Center-to-center dimensions of sheave, and amount of adjustments in inches.
3. Test Data (Indicated and Actual Values):
a. Total air flow rate in cfm.
b. Total system static pressure in inches wg.
c. Fan rpm.
d. Discharge static pressure in inches wg.
e. Filter static-pressure differential in inches wg.
f. Coil static-pressure differential in inches wg.
g. Outdoor airflow in cfm
h. Return airflow in cfm
i. Relief airflow in cfm
j. Outdoor-air damper position.
k. Return-air damper position.
l. Relief-air damper position.
4. Heat exchanger test report
a. Exhaust entering and leaving air temperature in deg F
b. Outside air and supply entering and leaving air temperature in deg F
c. Face and bypass damper position
E. Apparatus-Coil Test Reports:
1. Coil Data:
a. System identification.
b. Location.
c. Coil type.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 14
d. Number of rows.
e. Fin spacing in fins per inch o.c.
f. Make and model number.
g. Face area in sq. ft..
h. Tube size in NPS.
i. Tube and fin materials.
j. Circuiting arrangement.
2. Test Data (Indicated and Actual Values):
a. Air flow rate in cfm.
b. Average face velocity in fpm.
c. Air pressure drop in inches wg.
d. Outdoor-air, wet- and dry-bulb temperatures in deg F.
e. Entering-air, wet- and dry-bulb temperatures in deg F.
f. Leaving-air, wet- and dry-bulb temperatures in deg F.
g. Refrigerant expansion valve and refrigerant types.
h. Refrigerant suction pressure in psig.
i. Refrigerant suction temperature in deg F.
F. Gas-Fired Heat Apparatus Test Reports: In addition to manufacturer's factory startup
equipment reports, include the following:
1. Unit Data:
a. Output capacity in Btu/h.
b. Ignition type.
c. Burner-control types.
2. Test Data (Indicated and Actual Values):
a. Total air flow rate in cfm.
b. Entering-air temperature in deg F.
c. Leaving-air temperature in deg F.
d. Air temperature differential in deg F.
e. Entering-air static pressure in inches wg.
f. Leaving-air static pressure in inches wg.
g. Air static-pressure differential in inches wg.
h. Low-fire fuel input in Btu/h.
i. High-fire fuel input in Btu/h.
j. Manifold pressure in psig.
k. High-temperature-limit setting in deg F.
l. Operating set point in Btu/h.
m. Motor voltage at each connection.
n. Motor amperage for each phase.
o. Heating value of fuel in Btu/h
G. Fan Test Reports: For supply, return, and exhaust fans, include the following:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 15
1. Fan Data:
a. System identification.
b. Location.
c. Make and type.
d. Model number and size.
e. Manufacturer's serial number.
f. Arrangement and class.
g. Sheave make, size in inches, and bore.
h. Center-to-center dimensions of sheave, and amount of adjustments in inches.
2. Motor Data:
a. Motor make, and frame type and size.
b. Horsepower and rpm.
c. Volts, phase, and hertz.
d. Full-load amperage and service factor.
e. Sheave make, size in inches (mm), and bore.
f. Center-to-center dimensions of sheave, and amount of adjustments in inches (mm).
g. Number, make, and size of belts.
3. Test Data (Indicated and Actual Values):
a. Total airflow rate in cfm (L/s).
b. Total system static pressure in inches wg.
c. Fan rpm.
d. Discharge static pressure in inches wg.
e. Suction static pressure in inches wg.
H. Round and Rectangular Duct Traverse Reports: Include a diagram with a grid representing the
duct cross-section and record the following:
1. Report Data:
a. System and air-handling-unit number.
b. Location and zone.
c. Traverse air temperature in deg F.
d. Duct static pressure in inches wg.
e. Duct size in inches.
f. Duct area in sq. ft..
g. Indicated air flow rate in cfm.
h. Indicated velocity in fpm.
i. Actual air flow rate in cfm.
j. Actual average velocity in fpm.
I. Instrument Calibration Reports:
1. Report Data:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 16
a. Instrument type and make.
b. Serial number.
c. Application.
d. Dates of use.
e. Dates of calibration.
3.14 INSPECTIONS
A. Initial Inspection:
1. After testing and balancing are complete, operate each system and randomly check
measurements to verify that the system is operating according to the final test and balance
readings documented in the final report.
2. Check the following for each system:
a. Measure airflow of at least 10 percent of air outlets.
b. Measure water flow of at least 5 percent of terminals.
c. Measure room temperature at each thermostat/temperature sensor. Compare the
reading to the set point.
d. Verify that balancing devices are marked with final balance position.
e. Note deviations from the Contract Documents in the final report.
B. Final Inspection:
1. After initial inspection is complete and documentation by random checks verifies that
testing and balancing are complete and accurately documented in the final report, request
that a final inspection be made by Architect.
2. The TAB contractor's test and balance engineer shall conduct the inspection in the
presence of Architect.
3. Architect shall randomly select measurements, documented in the final report, to be
rechecked. Rechecking shall be limited to either 10 percent of the total measurements
recorded or the extent of measurements that can be accomplished in a normal 8-hour
business day.
4. If rechecks yield measurements that differ from the measurements documented in the
final report by more than the tolerances allowed, the measurements shall be noted as
"FAILED."
5. If the number of "FAILED" measurements is greater than 10 percent of the total
measurements checked during the final inspection, the testing and balancing shall be
considered incomplete and shall be rejected.
C. TAB Work will be considered defective if it does not pass final inspections. If TAB Work fails,
proceed as follows:
1. Recheck all measurements and make adjustments. Revise the final report and balancing
device settings to include all changes; resubmit the final report and request a second final
inspection.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 17
2. If the second final inspection also fails, Owner may contract the services of another TAB
contractor to complete TAB Work according to the Contract Documents and deduct the
cost of the services from the original TAB contractor's final payment.
D. Prepare test and inspection reports.
3.15 ADDITIONAL TESTS
A. Provide additional TAB visits as required to accommodate project scheduling and phasing.
B. Within one year of completing TAB, perform two additional TAB visits to verify that balanced
conditions are being maintained throughout and to correct unusual conditions. Spacing between
visits to be equally divided within the one year time frame and coordinated with the owner.
C. Seasonal Periods: If initial TAB procedures were not performed during near-peak summer and
winter conditions, perform additional TAB during near-peak summer and winter conditions.
END OF SECTION 230593
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 1
SECTION 23 09 00 - INSTRUMENTATION AND CONTROL FOR HVAC
PART 1 – GENERAL
1.0 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1. Division 23 Section 230010- “Packaged Rooftop Units”
2. Division 23 Section 230993- “Sequence of Operation of HVAC Controls DDC”
1.1 SUMMARY
A. This Section includes control equipment for HVAC systems and components, including control
components for terminal heating and cooling units not supplied with factory-wired controls.
B. Related Sections include the following:
1. Section 230993 "Sequence of Operations for HVAC Controls" for requirements that relate
to this Section.
1.2 DEFINITIONS
A. DDC: Direct digital control.
B. GUI: Graphic User Interface
C. I/O: Input/output.
D. LonWorks: A control network technology platform for designing and implementing
interoperable control devices and networks.
E. MS/TP: Master slave/token passing.
F. PC: Personal computer.
G. PID: Proportional plus integral plus derivative.
H. RTD: Resistance temperature detector.
1.3 DESCRIPTION
A. The Building Automation System shall include provide control of twelve (12) Packaged Rooftop
Units.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 2
A. Provide labor, materials, equipment and services as required for the complete installation
designed in Contract Documents. The workstation shall display dynamic, real-time point data on
color graphic displays for all points. Provide all required software and hardware. Provide wiring
and conduit required to connect devices furnished as a part of, or accessory to, this automatic
control system.
B. Equipment and DDC controllers must be fully integrated and coordinated with the building’s
existing BMS. The intent is to integrate all mechanical equipment into the district’s existing
wide area network of building management systems for one system for global monitoring,
control, and alarming. The existing BMS system is managed by Automated Logic Controls of
Virginia. BMS manufacturer authorized representative is responsible to provide all the design,
engineering, and field coordination required to ensure all equipment sequence of operations are
met as specified and the designated BMS operators have the capability of managing the building
mechanical system to ensure occupant comfort while maintaining energy efficiency.
C. The BMS shall meet open protocol communication standards to ensure the system maintains
“interoperability” to avoid proprietary arrangements that will make it difficult for the Owner to
consider other BMS manufacturers in future projects
D. Direct Digital Control (DDC) technology shall be used to provide the functions necessary for
control of mechanical systems and terminal devices on this project.
E. The BMS shall accommodate simultaneous multiple user operation. Access to the control system
data should be limited only by operator password. Multiple users shall have access to all valid
system data. An operator shall be able to log onto any workstation on the control system and
have access to all appropriate data
F. The mechanical systems and terminal devices shall be provided with factory mounted DDC
controls that will permit each system to operate in a stand-alone fashion where indicated on
drawing schedules. As such, in the event of a BMS network communication failure, or the loss
of an individual controller, the other DDC controllers shall continue to independently operate
and communicate to the BMS.
G. Communication between DDC controllers and all workstation(s) shall be over a high-speed
network. All nodes on this network shall be peers. The operator shall not have to know the
controller identifier or location to view or control a point (object). Application Specific
Controllers shall be constantly scanned by the Building Controllers to update point information
and alarm information globally
H. The BMS manufacturer authorized representative shall provide all hardware and software
necessary to implement the functions and sequence of operations specified
I. Control wiring is defined as wiring up to and including 120 volts. Install wiring in accordance
with requirements of "Electric Wiring" in Section 260519, and the National Electrical Code.
Provide all required devices for proper system operation, including transformers, relays,
pushbutton stations, etc. Provide all power distribution and breakers from panel boards to the
control panels.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 3
J. DDC conductors shall to be continuous runs with no splices. The use of the existing conductors
is permitted as long as the existing conductors are stranded and not solid wire type.
K. Freestanding panels shall be supported from "Unistrut" securely fastened to walls.
L. Provide Ethernet data drops at main building controller and at operator workstations
1.4 ACTION SUBMITTALS
A. BMS manufacturer shall provide shop drawings and manufacturers’ standard specification data
sheets on all hardware and software being provided for this project. No work may begin on any
segment of this project until the Engineer and Owner have reviewed submittals for conformity
with the plan and specifications. Five (5) copies are required. All shop drawings shall be
provided to the Owner electronically as .pdf file formats once they have been approved and as-
built drawings have been completed
B. Provide the Engineer and Owner, any additional information or data which is deemed necessary
to determine compliance with the specifications or which is deemed valuable in documenting
and understanding the system to be installed.
C. Submit for review the following:
1. A complete bill of materials of equipment to be used indicating quantities, manufacturers
and model numbers
2. Provide all manufacturers’ technical cut sheets for major system components. When
technical cut sheets apply to a product series rather than a specific product, the data
specifically applicable to the project shall be highlighted or clearly indicated by other
means.
3. Each submitted product literature and drawings shall clearly reference the specification
page and section number and/or drawing number associated with the product. Include:
a. Building Controllers
b. Custom Application Controllers
c. Application Specific Controllers
d. Operator Workstations
e. Portable Operator Terminals
f. Auxiliary Control Devices
g. Proposed Building Automation System architectural diagram depicting various
controller types, workstations, device locations, addresses, and communication
cable requirements.
h. Detailed termination drawings showing all required field and factory terminations,
as well as terminal tie-ins to DDC controls provided by mechanical equipment
manufacturers. Terminal numbers shall be clearly labeled.
i. Points list showing all system objects and the proposed English language object
names.
j. Sequence of operation for each controlled mechanical system and terminal end
devices.
k. Provide a Protocol Implementation Conformance Statement (PICS) for each system
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 4
level device (i.e. Building Controller & Operator Workstations) type. This defines
the point list for proper coordination of interoperability with other building systems
if applicable for this project.
l. Provide Certification and functional profile SNVT’s for unitary-level controllers
(i.e. chillers, RTU’s, AHU’s, Terminal VAV boxes, FCU’s, UV’s, etc.) for
interoperability with other building systems if applicable for this project.
4. Detailed piping and wiring control diagrams and systems description for each system under
control.
5. Detailed layout and nameplate list for component control panels and DDC panels.
6. Submit a valve, actuator, and damper scheduled showing size, manufacturer, model
number, pressure drop configuration, capacity, and locations. Provide apparatus Bulletins
and data sheets for all control system components.
7. Submit an airflow station schedule showing size, manufacturer, model number, airflow,
velocity, and locations.
8. A complete listing of input and output points, control loops and/or routines, including time
of day functions, and facilities management system functions for each controlled system.
This listing shall include point logical names, identifiers, and alarmable ranges.
9. Provide as part of a separate submittal a hard copy of all graphics showing system
components, sensor locations, setpoints and fixed/variable data. Engineer shall review and
approve graphic format prior to final acceptance of system.
1.5 INFORMATIONAL SUBMITTALS
A. Qualification Data: For Installer and manufacturer.
1.6 CLOSEOUT SUBMITTALS
A. Upon completion of installation, submit three (3) copies of record (as-built) documents. The
documents shall be submitted for approval prior to final completion and include:
1. Project Record Drawings - These shall be as-built versions of the submittal shop drawings.
One set of electronic media including CAD .dwg or .dxf drawing files and .pdf files shall
also be provided.
2. Testing Reports and Checklists signed off by trained factory (equipment manufacturers)
and field (BMS) commissioning personnel
3. Operating and Maintenance (O & M) Manuals - These shall be as-built versions of the
submittal product data. In addition to the information required for the submittals,
Operating & Maintenance manual shall include:
a. Names, address and 24-hour/7-day per week telephone numbers of Contractor
personnel managing and installing equipment, along with service personnel
responsible for supporting the ongoing warranty and services of the control system.
b. Procedures for operating the BMS including logging on/off, alarm management,
generation of reports, trends, overrides of computer control, modification of
setpoints, and other interactive system requirements
c. Description of the programming language including syntax, statement descriptions,
algorithms, calculations, point database creation and modification, program creation
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 5
and modification, and operator use of the editor.
d. Explanation of how to design and install new points, new DDC controllers, and other
BMS hardware.
e. Preventative Maintenance and calibration procedures; hardware troubleshooting;
and hardware repair and/or replacement procedures.
f. Documentation of all software program logic created for Custom Programmable
Controllers including the overall point database. Provide one set of magnetic media
containing files of the software and point database.
g. One set of electronic media containing files of all operator color graphic screens for
the project.
h. A list of recommended spare parts including pricing, manufacturer, supplier, and
part numbers.
i. Documentation, installation, and maintenance information for all third party
hardware/software products provided including personal computers, printers, hubs,
sensors, valves, etc.
j. Original issue media for all software provided, including operating systems,
programming language, operator workstation software, and graphics software.
k. Licenses, Guarantee, and Warranty documents for all equipment and systems.
l. Recommended preventive maintenance procedures for all system components
including a schedule of tasks (inspection, cleaning, calibration, etc.) and task
descriptions
1.7 QUALITY ASSURANCE
A. The BMS shall be provided by a single manufacturer and this manufacturer’s equipment must
consist of operator workstation software, Web-based hardware/software, Open Standard
Protocol hardware/software, Custom application Programming Language, Graphical
Programming Language, Building Controllers, Custom Application Controllers, and Application
Specific Controllers. All other products specified herein (i.e., sensors, valves, dampers,
actuators, etc.) need not be manufactured by the BMS manufacturer.
B. Multiple independent representatives of BMS manufacturers are not acceptable. BMS vendor
must be corporate owned authorized representative entity of BMS manufacturer.
C. The complete automatic temperature control system shall be comprised of electric control
devices with a microprocessor based Direct Digital Control System. All work shall be installed
only by skilled mechanics employed by the BMS Manufacturer authorized representative
temperature control contractor or subcontractor.
D. All components shall be fully tested and documented to operate as a complete system.
E. Supplier must guarantee that all replacement parts will be carried in stock for a period of 5 years
minimum from the date that the system is commissioned.
F. All products used in this installation shall be currently manufactured, and shall have been applied
to a minimum of three previous projects. This installation shall not be used as a test site for any
new products unless explicitly approved by the Owner's representative in writing prior to bid
date.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 6
1.8 CONTROL SYSTEM GUARANTEES/WARRANTY
A. BMS system labor and materials shall be warranted free from defects for a period of twelve (12)
months after final completion acceptance by the Owner. BMS failures during the warranty
period shall be adjusted, repaired, or replaced at no charge to the Owner. The BMS manufacturer
shall respond to the Owner's request for warranty service within 24 hours of the initiated call and
will occur during normal business hours (8AM-5PM).
B. At the end of the final start-up/testing, if equipment and systems are operating satisfactorily to
the Owner and Engineer, the Owner shall sign certificates certifying that the BMS is operational,
and has been tested and accepted in accordance with the terms of this specification. The date of
Owner's acceptance shall be the start of the warranty period.
C. Operator workstation software, project specific software, graphics, database, and firmware
updates shall be provided to the Owner at no charge during the warranty period. Written
authorization by the Owner must be granted prior to the installation of these updates
D. The BMS manufacturer shall provide a web-accessible Users Network for the proposed System
and give the Owner free access to question/answer forum, graphics library, user tips, upgrades,
and training schedules for a one year period of time correlating with the warranty period.
1.9 SYSTEM MAINTENANCE
A. Perform Building Automation System preventative maintenance and support for a period of 1
year (beginning the date of substantial completion)
1. Make a minimum of 4 complete Building Automation System inspections, in addition to
normal warranty requirements. Inspections to include:
a. System Review – Review the BMS to correct programming errors, failed points,
points in alarm, and points that have been overridden manually
b. Seasonal Control Loop Tuning – Control loops are reviewed to reflect changing
seasonal conditions and / or facility heating and cooling loads.
c. Sequence of operation verification – Systems all verified to be operating as designed
and in automatic operation. Scheduling and setpoints are reviewed and modified
d. Database back-up
e. Operator coaching
2. Technician shall review critical alarm log and advise owner of additional services that may
be required
3. Technician shall provide a written report to owner after each inspection
B. Do not assign or transfer maintenance service to agent or subcontractor without prior written
consent of owner.
1.10 SYSTEM ADJUSTMENT AND CALIBRATION
A. When the Work has been completed, completely adjust and calibrate the control system
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 7
upgrades. Review the operation of each system input and output, control loops and/or software
routings, timing functions, operator entered constants and facilities management functions and
observe that they perform their intended functions. When above procedure has been completed
and the control system is operating satisfactorily, submit a letter with one copy of completed
values and points log to the Owner’s Representative advising them that the control system is
100% complete and operates in accordance with the Contract Documents
1.11 INSTRUCTIONS TO THE OWNER’S REPRESENTATIVE
A. Provide competent control technicians to instruct the Owner’s operating personnel and turn over
three copies of maintenance manual. Provide a total of 24 hours of instruction at the site, 16
hours during start-up and 8 hours after six months. Instruction sessions shall be scheduled at the
owner’s convenience and shall be limited to four (4) hours per session.
B. Training Manuals: The BMS manufacturer shall provide a course outline and copies of training
manuals at least two weeks prior to the start of any corporate training class to be attended by the
Owner.
C. All project developed hardware and software shall become the property of the Owner. This
includes but is not limited to:
1. Operator Graphic files
2. As-built hardware design drawings
3. Operating & Maintenance Manuals
4. BMS System software database
5. Controller application programming databases
6. Application Specific Controller configuration files
7. Required Licensed software
1.12 DELIVERY, STORAGE, AND HANDLING
A. Factory-Mounted Components: Where control devices specified in this Section are indicated to
be factory mounted on equipment, arrange for shipping of control devices to equipment
manufacturer.
B. System Software: Update to latest version of software at Project completion.
1.13 COORDINATION
A. Coordinate location of thermostats, carbon dioxides sensors, pressure sensors, humidistats, and
other exposed control sensors with plans and room details before installation.
B. Coordinate equipment location.
C. Coordinate supply of conditioned electrical branch circuits and power requirements for control
units and operator workstation.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 8
PART 2- PRODUCT
2.1 CONTROL SYSTEM
A. Control system shall consist of sensors, indicators, actuators, final control elements, interface
equipment, other apparatus, and accessories to control mechanical systems.
2.2 CONTROL SYSTEM DESCRIPTION
A. The Building Automation System shall be as indicated on the drawings and described in these
specifications. System must be fully integrated and coordinated with mechanical equipment
DDC controllers furnished and installed in the equipment manufacturer’s factory as specified in
those sections. The intent of the BAS is to integrate all mechanical equipment into one system
for global monitoring, control, and alarming associated with the building. It is the BAS
manufacturer’s responsibility to provide all the design, engineering, and field coordination
required to ensure all equipment sequence of operations are met as specified and the designated
BAS operators have the capability of managing the building mechanical system to ensure
occupant comfort while maintaining energy efficiency.
B. The BAS shall meet both BACnet and LonTalk communication standards to ensure the system
maintains “interoperability” to avoid proprietary arrangements that will make it difficult for the
Owner to consider other BAS manufacturers in future projects. These open protocol
communication standards are discussed in more detail later in this specification.
C. BAS controllers shall be listed by BACnet Testing Laboratories (BTL) with appropriate
classification.
1. System controller shall be BTL listed BACnet Building Controller (B-BC)
2. Equipment Controllers shall be BTL listed BACnet Application Specific Controller (B-ASC)
or BACnet Advanced Application Controller (B-AAC), as appropriate for the purpose of the
controller.
D. Direct Digital Control (DDC) technology shall be used to provide the functions necessary for
control of mechanical systems and terminal devices on this project.
E. The BAS shall accommodate simultaneous multiple user operation. Access to the control system
data should be limited only by the security permissions of the operator role. Multiple users shall
have access to all valid system data. An operator shall be able to log onto any workstation on
the control system and have access to all appropriate data.
F. Communication between DDC controllers and all workstation(s) shall be over a high-speed
network. All nodes on this network shall be peers. The operator shall not have to know the
controller identifier or location to view or control a point (object). Application Specific
Controllers shall be constantly scanned by the Building Controllers to update point information
and alarm information globally.
G. The BAS manufacturer shall provide all hardware and software necessary to implement the
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 9
functions and sequence of operations specified.
2.3 SYSTEM PERFORMANCE
A. Performance Standards. The BAS system shall conform to the following:
1. Graphic Display. The system shall display a graphic with a minimum of 20 dynamic
points. All current data shall be displayed within 10 seconds of the operator’s request.
2. Graphic Refresh. The system shall update all dynamic points with current data within 10
seconds.
3. Object Command. The maximum time between the command of a binary object by the
operator and the reaction by the device shall be 5 seconds. Analog objects shall start to
adjust within 5 seconds.
4. Object Scan. All changes of state and change of analog values shall be transmitted over
the high-speed network such that any data used or displayed at a controller or workstation
will be current within the prior 10 seconds.
5. Alarm Response Time. The maximum time from when an object goes into alarm to when
it is annunciated at the workstation shall not exceed 10 seconds.
6. Program Execution Frequency. Custom and standard applications shall be capable of
running as often as once every 5 seconds. The Contractor shall be responsible for selecting
execution times consistent with the mechanical process under control.
7. Programmable Controllers shall be able to execute DDC PID control loops at a selectable
frequency from at least once every 5 seconds. The controller shall scan and update the
process value and output generated by this calculation at this same frequency.
8. Multiple Alarm Annunciations. All workstations on the network shall receive alarms
within 5 seconds of each other.
9. Reporting Accuracy. Table 1 lists minimum acceptable reporting accuracies for all values
reported by the specified system.
a. Table 1: Reporting Accuracy
Measured Variable Reported Accuracy
Space Temperature ±0.5°C [±1°F]
Ducted Air ±1.0°C [±2°F]
Outside Air ±1.0°C [±2°F]
Delta –T ±0.15°C[±0.25°F]
Relative Humidity ±5% RH
Air Flow (terminal) ±10% of reading *Note 1
Air Flow (measuring stations) ±5% of reading
Air Pressure (ducts) ±25 Pa [±0.1 "W.G.]
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 10
Air Pressure (space) ±3 Pa [±0.01 "W.G.]
Electrical Power 5% of reading *Note 3
Carbon Monoxide (CO) ± 50 PPM
Carbon Dioxide (CO2) ± 50 PPM
Note 1: (10%-100% of scale) (cannot read accurately below 10%)
Note 2: for both absolute and differential pressure
Note 3: * not including utility supplied meters
2.4 COMMUNICATION
A. This project shall be comprised of a high speed Ethernet network utilizing BACnet/IP
communications between System Controllers and Workstations. Each System Controller shall
function as a BACnet Router to each unit controller providing a unique BACnet Device ID for
all controllers within the system. Communications between System Controllers and sub-
networks of Custom Application Controllers and/or Application Specific Controllers shall be as
defined below.
1. Each System Controller shall perform communications to a network of Custom Application
and Application Specific Controllers using BACnet/Zigbee (802.15.4) as defined by the
Zigbee Standard.
a. Each communication interface shall be Zigbee Building Automation Certified
product as defined by the BACnet Standard and the Zigbee Alliance.
b. Each System Controller shall function as a BACnet Router to each unit controller
providing a unique BACnet Device ID for all controllers within the system.
c. Wireless equipment controllers and auxiliary control devices shall conform to:
1) IEEE 802.15.4 radios to minimize risk of interference and maximize
battery life, reliability, and range.
2) Communication between equipment controllers shall conform to ZigBee
Building Automation (ZBA) standard as BACnet tunneling devices to
ensure future integration of other ZBA certified devices.
3) Operating range shall be a minimum of 200 feet (60 m); open range shall
be 2,500 ft. (762 m) with less than 2% packet error rate.
4) To maintain robust communication, mesh networking and two-way
communications shall be used to optimize the wireless network health.
5) Wireless communication shall be capable of many-to-one sensors per
controller to support averaging, monitoring, and multiple zone
applications.
6) Certifications shall include FCC CFR47 - RADIO FREQUENCY
DEVICES - Section 15.247 & Subpart E
2. Each System Controller shall perform communications to a network of Custom Application
and Application Specific Controllers using BACnet/MSTP (RS485) as defined by the
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 11
BACnet standard.
3. Each System Controller shall perform communications to a network of Custom Application
and Application Specific Controllers using LonTalk (FTT10) as defined by the LonTalk
standard.
a. All LonTalk Unit Controllers shall conform to the LonTalk standard and conform to a
LonMark Profile.
b. Points within LonTalk unit controllers shall be exposed as standard BACnet points
within the System Controller without need for manual intervention by an operator.
2.5 OPERATOR INTERFACE
A. Local Occupant Interface – Touch sensitive display
1. A wall mounted touch screen display shall be provided for local access to the system.
2. The local occupant interface shall provide a single point from which to control set points
from multiple pieces of equipment.
3. The local occupant interface shall optionally provide scheduling with the ability to
schedule events at least 1 year in advance.
4. The local occupant interface shall optionally include pin control and limited temperature
adjustments.
5. The local occupant interface shall display contact information of a service provider.
6. The Local occupant interface shall optionally display alerts that require service of the
connected equipment.
7. The local occupant interface shall be include English, Spanish, Portuguese and French
language.
8. Local Occupant Interface Touch Sensitive Display Hardware Requirements:
a. Input power: 9-12 VDC
b. Temperature: 0°C to 40°C)
c. Humidity: 85%
d. Mounting Type: VESA (75 mm x 75 mm)
9. Local Occupant Interface Touch Screen Display must meet the following Agency
Compliance:
a. ROHS
b. FCC CFR Title 47, Part 15
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 12
c. CE Compliant
d. Multiple Mounting Options (Ability to be mounted on a VESA mount (75 mm x 75
mm), or remotely mounted).
B. Wireless Zone Sensors
1. Battery life shall be 15 years or greater to minimize the need for battery replacement in
typical operating conditions.
2. To check for proper operation, wireless space temperature sensors shall include a signal
strength on the space sensor display.
3. To allow local troubleshooting without specialized tools, error codes shall be displayed on
the digital display. Error codes shall include: not associated, address to 000, improper
software configuration, input voltage too high, or general sensor failure. Codes shall be
indicated on inside of sensor back cover.
4. To support use by the physically impaired, the wireless space sensor shall be a minimum
font size of 12 points, and the LCD model shall be readable in low light conditions.
5. An optional 2% relative humidity sensors module shall be available for humidity control
applications to minimize the need for wired sensors, and shall not shorten typical battery
life to less than 15 years.
2.6 CONTROLLER SOFTWARE
A. Provide the following applications software for building and energy management. All software
applications shall reside and run in the system controllers. Editing of applications shall occur at
the building operator interface.
1. Scheduling. Provide the capability to schedule each object or group of objects in the
system. Each of these schedules shall include the capability for start, stop, optimal start,
optimal stop, and night economizer actions. Each schedule may consist of up to [10]
events. When a group of objects are scheduled together, provide the capability to define
advances and delays for each member. Each schedule shall consist of the following:
a. Weekly Schedule. Provide separate schedules for each day of the week.
b. Exception Schedules. Provide the ability for the operator to designate any day of the
year as an exception schedule. This exception schedule shall override the standard
schedule for that day. Exception schedules may be defined up to a year in advance.
Once an exception schedule is executed it will be discarded and replaced by the
standard schedule for that day of the week.
c. Optimal Start. The scheduling application outlined above shall support an optimal
start algorithm. This shall calculate the thermal characteristics of a zone and start the
equipment prior to occupancy to achieve the desired space temperature at the
specified occupancy time. The algorithm shall calculate separate sets of heating and
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 13
cooling rates for zones that have been unoccupied for less then and greater than 24
hours. Provide the ability to modify the start algorithm based on outdoor air
temperature. Provide an early start limit in minutes to prevent the system from
starting before an operator determined time limit.
2.8 AUXILIARY EQUIPMENT/DEVICES
A. Electronic Temperature Sensors: Vibration and corrosion resistant; for wall, immersion, or duct
mounting as required.
1. Resistance Temperature Detectors: Platinum, thermistors, or Balco.
2. Accuracy: Plus or minus 0.2 percent at calibration point; thermistors shall have a maximum
5 year drift of no more than .225°F maximum error of no more than .36°F.
3. Wire: Twisted, shielded-pair cable.
4. Insertion Elements in Ducts: Single point, 6 inches long; use where not affected by
temperature stratification or where ducts are smaller than 4 sq. ft.
5. Averaging Elements in Ducts: 60 inches, long, flexible for use where prone to temperature
stratification or where ducts are larger than 4 sq. ft.; 264 inches long, flexible for use where
prone to temperature stratification or where ducts are larger than 16 sq. ft; length as
required.
6. Insertion Elements for Liquids: Brass socket with minimum insertion length of 2-1/2
inches.
7. Outside-Air Sensors: Watertight inlet fitting, shielded from direct sunlight.
8. Space Temperature Sensors: Space temperature sensors shall be 5000 or
10,000 ohm thermistor type with wall plate adapter and blank cover assembly. Space
temperature sensors shall include temperature adjustment and occupancy overrides where
shown on the plans. Space temperature sensors shall be mounted 60 in. above the finished
floor surface.
a. Space sensors shall be equipped with set-point adjustment, override switch, display,
and/or communication port as shown on the drawings
b. The space temperature, setpoint, and override confirmation will be annunciated by
a digital display for each zone sensor. The setpoint will be selectable utilizing
buttons
c. Room Security Sensors: Stainless steel cover plate with insulated back and security
screws
B. Humidity Sensors: Bulk polymer sensor element.
1. Duct and room sensors shall have a sensing range of 20% to 80% with accuracy of ±5%
R.H.
2. Duct sensors shall be provided with a sampling chamber.
3. Outdoor air humidity sensors shall have a sensing range of 20% to 95% R.H. It shall be
suitable for ambient conditions of -40 F to 170 F.
4. Humidity sensor's drift shall not exceed 1% of full scale per year
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 14
C. Duct and Outside-Air Sensors: With element guard and mounting plate, range of 0 to 100 percent
relative humidity.
D. Static-Pressure Transmitter: Nondirectional sensor with suitable range for expected input, and
temperature compensated.
1. Accuracy: +/- 1 percent of full scale with repeatability of 0.5 percent.
2. Output: 4 to 20 mA, 0-5 vDC, 0-10 vDC.
3. Duct Static-Pressure Range: 0 to 1, 0 to 2.5, 0 to 5, 0 to 10 IN WC., jumper adjustable
E. Pressure Transmitters: Direct acting for gas, liquid, or steam service; range suitable for system;
proportional output 4 to 20 mA.
F. Equipment operation sensors as follows:
1. Status Inputs for Fans: Differential-pressure switch with adjustable range of 0 to 5 IN WC.
2. Status Inputs for Pumps: Differential-pressure switch piped across pump with adjustable
pressure-differential range of 8 to 60 psig.
3. Status Inputs for Electric Motors: Current-sensing relay with current transformers,
adjustable and set to 175 percent of rated motor current.
G. Electronic Valve/Damper Position Indication: Visual scale indicating percent of travel and 2- to
10-V dc, feedback signal.
H. Carbon Dioxide Sensors shall have 0 to 10 volt DC or 4-20mA signal output, non-dispersive
infrared operation, one (1) minute response time, wall-mount type. Carbon dioxide sensors
shall be mounted 60 in. above the finished floor surface. Sensor drift shall not exceed ±20ppm.
I. Relays
1. Control relays shall be UL listed plug-in type with dust cover. Contact rating,
configuration, and coil voltage suitable for application.
2. Time delay relays shall be UL listed solid-state plug-in type with adjustable time delay.
Delay shall be adjustable plus or minus 200% (minimum) from set-point shown on plans.
Contact rating, configuration, and coil voltage suitable for application. Provide NEMA 1
Type enclosure when not installed in local control panel
J. Transformers and Power Supplies
1. Control transformers shall be UL listed, Class 2 current-limiting type, or shall be furnished
with over-current protection in both primary and secondary circuits for Class 2 service.
2. Unit output shall match the required output current and voltage requirements. Current
output shall allow for a 50% safety factor. Output ripple shall be 3.0 mV maximum Peak-
to-Peak. Regulation shall be 0.10% line and load combined, with 50 microsecond response
time for 50% load changes. Unit shall have built-in over-voltage protection.
3. Unit shall operate between 0 C and 50 C.
4. Unit shall be UL recognized
K. Current Switches
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 15
1. Current-operated switches shall be self-powered, solid state with adjustable trip current.
The switches shall be selected to match the current of the application and output
requirements of the DDC system.
L. Power Monitors
1. Selectable rate pulse output for kWh reading, 4–20 mA output for kW reading, N.O. alarm
contact, and ability to operate with 5.0 amp current inputs or 0–0.33 volt inputs.
2. 1.0% full-scale true RMS power accuracy, + 0.5 Hz, voltage input range 120–600 V, and
auto range select.
3. Under voltage/phase monitor circuitry.
4. NEMA 1 enclosure.
5. Current transformers having a 0.5% FS accuracy, 600 VAC isolation voltage with 0–0.33
V output. If 0–5 A current transformers are provided, a three-phase disconnect/shorting
switch assembly is required
M. Local Control Panels
1. All indoor control cabinets shall be fully enclosed NEMA 1 Type construction with hinged
door, and removable sub-panels or electrical sub-assemblies.
2. Interconnections between internal and face-mounted devices shall be pre-wired with color-
coded stranded conductors neatly installed in plastic troughs and/or tie-wrapped.
Terminals for field connections shall be UL listed for 600-volt service, individually
identified per control/interlock drawings, with adequate clearance for field wiring. Control
terminations for field connection shall be individually identified per control drawings.
3. Provide on/off power switch with over-current protection for control power sources to each
local panel
N. Thermal dispersion airflow/pressure sensor and transmitter
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. Ebtron (basis of design)
b. Ruskin
c. Greenheck
2. Sensor
a. Description- bi birectional airflow and pressure measurement, utilizing hermetically
sealed three “bead-in-glass” thermistors to determine the airflow rate, direction, and
temperature at each sensing location.
b. Connector configuration- Type B: 1 to 4 bleed sensors
c. Sensor accuracy
1) Airflow: +-2% of reading, +-0.25% repeatability
2) Temp: +-0.15 degree F
d. Sensor range
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 16
1) Velocity: -3000 to +3000 fpm
2) Temperature: -20 degrees F to 160 degrees F
3) Humidity: 0 to 99% rh, non condensing
e. Sensor assembly
1) Heated element: two bead-in-glass, hermetically sealed thermistor elements
2) Temperature sensor: One bead-in-glass, hermetically sealed thermistor
element
3) Sensor potting material: Marine grade, waterproof epoxy
f. Dimensions
1) Length- 3.75 in
2) Height- 1 in
3) Width- 2.625 in
4) Pipe fitting connections- .5 in female NPT
g. Cable assembly
1) Type UL plenum rated PVC jacket
2) Length: 50 ft
3) Termination: 0.875 in plug [transmitter end], gold plated pins
h. Provide wall mounting kit to include 304 stainless steel face plate with stainless steel
screen, male NPT reducer, and a right elbow and am NPT male pipe.
i. Warranty
1) 36 months
3. Transmitter
a. Description- airflow and pressure transmitter capable of processing up to 4
individual bleed sensors. Provide direct communication with building management
system via Ethernet or analog interface.
b. Transmitter to include 16 character LCD display that indicates airflow/equivalent
pressure, temperature and system status.
c. Filed configuration and diagnostic to be accomplished through a push button
interface on the main circuit board fir selection of units of measure, display units,
output scaling, dampening filter, diagnostics and instrument status. Individual sensor
airflow and temperature measurements can be displayed.
d. Provide an output offset and gain adjustment feature to be engaged for installation
where field calibration or adjustment is necessary.
e. Calibrated airflow range
1) Velocity: -3000 to +3000 fpm
2) Pressure range: -.05 to +.05 in WC
3) Airflow calibration: TO NIST traceable standards
4) Temperature range: -20 degrees F to 160 degrees F
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 17
5) Humidity range: 0 to 99% (non-condensing)
6) Power requirements: 24 VAC at 12 to 13.1 VA
f. Transmitter enclosure
1) Transmitter construction: heavy duty with industrial grade IC’s and rugged
aluminum chassis with sliding cover
2) Transmitter dimensions:
a) Height: 9.251 in
b) Width: 6.688 in
c) Depth: 2.5 in
3) Transmitter mounting: Four .188 in diameter mounting holes on integral
mounting plate
g. Output interface:
1) Analog outputs: Isolated analog 0-5/0-10 VDC or 4-20 mA linear
2) Analog output resolution: 0-10 VDC: 0.10 % of full scale; 0-5VDC: 0.20%
of full scale
3) 10 Base-T Ethernet output: Field selectable BACnet Ethernet, BACnet IP,
Modbus TCP or TCP/IP
4) Repeatability: 0.25% of reading
5) Field calibration wizard: Automated 1 or 2 point adjustment to factory
calibration
6) Airflow output signal filter: Field adjustable 0 to 99% (via push-button
interface)
7) Airflow low limit cutoff: forces output to zero below user-specified value
8) Programmable alarm: Alarm (dry relay contacts or LED drive) for user
defined hi/low limit, setpoint with hysteresis for airflow transmitter/probe
fault conditions.
PART 3 - EXECUTION
3.0 EXAMINATION
A. Verify that conditioned power supply is available to control units and operator workstation.
3.1 INSTALLATION
A. The Contract Documents shall be thoroughly examined for coordination of control devices their
installation, wiring, and commissioning. Coordinate and review mechanical equipment
specifications, locations, and identify any discrepancies, conflicts, or omissions that shall be
reported to the Architect/Engineer for resolution before rough-in work is started
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 18
B. The BMS manufacturer shall inspect the jobsite in order to verify that control equipment can be
installed as required, and any discrepancies, conflicts, or omissions shall be reported to the
Architect/Engineer for resolution before rough-in work is started
C. Install software in control units and operator workstation(s). Implement all features of programs
to specified requirements and as appropriate to sequence of operation.
D. Connect and configure equipment and software to achieve sequence of operation specified.
E. Verify location of thermostats, humidistats, and other exposed control sensors with Drawings
and room details before installation.
F. Install automatic dampers according to Section 233300 "Air Duct Accessories."
G. Install damper motors on outside of duct in warm areas, not in locations exposed to outdoor
temperatures.
H. Install labels and nameplates to identify control components according to Section 230553
"Identification for HVAC Piping and Equipment."
I. Install duct volume-control dampers according to Section 233113 "Metal Ducts".
3.2 GENERAL WORKMANSHIP
A. Install equipment, piping, wiring/conduit, parallel to building lines (i.e. horizontal, vertical, and
parallel to walls) wherever possible
B. Provide sufficient slack and flexible connections to allow for vibration of piping and equipment
C. Install all equipment in readily accessible location as defined by National Electric Code (NEC).
Control panels shall be attached to structural walls or properly supported in a free-standing
configuration, unless mounted in equipment enclosure specifically designed for that purpose.
Panels shall be mounted to allow for unobstructed access for service
D. Verify integrity of all control wiring to ensure continuity and freedom from shorts and grounds
prior to commencing the startup and commissioning procedures
E. All control device installation, and wiring shall comply with Contract Documents, acceptable
industry specifications, and industry standards for performance, reliability, and compatibility.
Installation and wiring shall be executed in strict adherence to local codes and standard practices
referenced in Contract Documents
3.3 ELECTRICAL WIRING AND CONNECTION INSTALLATION
A. Where Class 2 wires are in concealed and accessible locations; including ceiling return air
plenums, approved cables outside of electrical raceway can be used provided that the following
conditions are met
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 19
1. Circuits meet NEC Class 2 (current-limited) requirements. (Low-voltage power circuits
shall be sub-fused when required to meet Class 2 current-limit.)
2. All cables shall be UL listed for application (i.e., cables used in ceiling plenums shall be
UL listed specifically for that purpose)
B. Do not install Class 2 wiring in conduits containing Class 1 wiring
C. Where Class 2 wiring is run exposed, wiring shall be run parallel along a surface or perpendicular
to it, and bundled, using approved wire ties at no greater than 3 m [10 ft] intervals. Such bundled
cable shall be fastened to the structure, using industry approved fasteners, at 1.5 m [5 ft] intervals
or more often to achieve a neat and workmanlike result.
D. All wire-to-device connections shall be made at a terminal blocks or terminal strip. All wire-to
wire connections shall be at a terminal block, or with a crimped connector. All wiring within
enclosures shall be neatly bundled and anchored to permit access and prevent restriction to
devices and terminals.
E. Maximum allowable voltage for control wiring shall be 120Vac. If only higher voltages are
available for use, the BMS manufacturer shall provide step-down transformers to achieve the
desired control voltages.
F. Conduit and wire sizing shall be determined by the BMS manufacturer in order to maintain
manufacturer’s recommendation and must meet National and Local Codes.
G. Control and status relays are to be located in pre-fabricated enclosures that meet the application.
These relays may also be located within packaged equipment control panel enclosures as
coordinated. These relays shall not be located within Class 1 starter enclosures.
H. Follow manufacturer's installation recommendations for all communication and network bus
cabling. Network or communication cabling shall be run separately from all control power
wiring
I. Flexible metal conduits and liquid-tight flexible metal conduits shall not exceed 3' in length and
shall be supported at each end. Flexible metal conduit less than 1/2" electrical trade size shall
not be used. In areas exposed to moisture, including chiller and boiler rooms, liquid-tight,
flexible metal conduits shall be used.
J. Install raceways, boxes, and cabinets according to Section 260533 "Raceways and Boxes for
Electrical Systems."
K. Install building wire and cable according to Section 260519 "Low-Voltage Electrical Power
Conductors and Cables."
3.4 GENERAL SYSTEM REQUIREMENTS
A. The control of each system shall be guaranteed to perform as described in the Sequence of
Operation Section. Equipment, remote switches, in finished rooms shall be flush-mounted, if
possible.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 20
3.5 PROGRAMMING
A. Provide sufficient internal memory for all controllers to ensure specified sequence of operations,
alarming, trending, and reporting requirements are achieved. BMS manufacturer shall provide
a minimum of 25% spare memory capacity for future use
B. Software Programming
1. Provide programming for individual mechanical systems to achieve all aspects of the
sequence of operation specified. It is the BMS manufacturer’s responsibility to ensure all
mechanical equipment functions and operates as specified in sequence of operations.
Provide sufficient programming comments in controller application software to clearly
describe each section of the program. The comment statements shall reflect the language
used in the sequence of operations
C. BMS Operator’s Interface
1. Operator Workstation: provide color graphics for each piece of mechanical equipment
depicting sufficient I/O to monitor and troubleshoot operation. Additionally, provide
individual floor plans of the building allowing an operator to quickly view the overall floor
plan area for any out of tolerance conditions that may need addressing. These standard
graphics shall depict all points dynamically as specified in the points list and/or indicated
in sequence of operation
2. The BMS manufacturer shall provide all the labor necessary to install, initialize, start-up,
and trouble-shoot all operator interface software and their functions as described in this
section. This includes any operating system software, the operator interface data base, and
any third party software installation and integration required for successful operation of the
operator interface.
3. As part of this execution phase, the BMS manufacturer shall perform a complete test of the
operator interface. Test duration shall be a minimum of (8) hours on-site. Tests shall be
made in the presence of the Owner and/or Engineer.
4. Demonstration: A complete demonstration of the capabilities of the BMS system shall be
performed by the BMS manufacturer’s field personnel. The BMS manufacturer shall
dedicate a minimum of (16) hours on-site with the Owner representatives, and Engineer to
demonstrate a complete functional test of all the BMS system requirements, including
demonstrating correct sequence f operation. This BMS demonstration shall constitute an
acceptance inspection, and will represent the process of approving the BMS as designed
and specified.
3.6 SYSTEM COMPONENTS
A. Mounting height for all new room thermostats or sensors shall be 48 in. to the top of the cover
or match existing if sensor is being replaced.
B. Locate thermostats or sensors on walls symmetrical with adjacent items. Verify exact room
location to avoid doors, fixed and portable equipment. Install to minimize damage. Do not
install adjacent to lighting dimmers or other heat generating equipment.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 21
C. Dampers and Damper Operators: Tag dampers for proper location. Install per manufacturer’s
printed instruction as to motor size and quantity, linkage arrangement, drive connection point.
Adjust to close tightly. Allow for conduit sleeve or blank space for roof fan dampers. Where
ducts are insulated, set damper operators at least 2 in. away from side of duct to allow for
insulation.
D. Thermometers: Provide with diagrams indicating exact locations prior to start of Work. Arrange
for easy reading
3.7 FIRE/FAN SHUTDOWN
A. Provide a signal to stop air handling unit fans upon activation of the fire alarm system. Wiring
to be directly to the individual motor starters, unless otherwise indicated on drawings.
B. Provide a signal to the DDC control system that the fire alarm system is activated.
3.8 LOW LIMIT SAFETY FUNCTIONS
A. Provide for all supply fan units. Wiring to be directly to the motor starter. Low limit shall be
located as shown on drawings. Low limit shall: prevent fan from operating, set heating coils to
full heat operate coil pumps, fully close the outside air damper, fully close the relief air dampers,
open return air damper, and alarm DDC system until reset.
3.9 SYSTEM TESTING
A. At the time of installation, systems shall be tested for control device operation prior to the
systems acceptance. A report of each systems performance shall be submitted to the Owner’s
Representative. The report shall include:
1. Field verification and demonstration checklist of analog input calibration, analog output
operation, digital input function, and digital output operation.
2. Trend log of inputs and output, printed every two hours, for one week.
3. Refer to “Instructions and Adjustments”
4. Field verification and demonstration of sequence of operations.
3.10 EXISTING CONTROL DEVICES
A. Notify the Owner’s Representative of existing control devices that need to be replaced or repaired
that may be noticed in the process of installation of new work.
B. Existing DDC boards that are no longer required as part of this project should be turned over to
the owner for reuse.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 22
3.11 INTEGRATION WITH EQUIPMENT CONTROL
A. The DDC system shall fully integrate to provide full monitoring and control functions for
equipment shown.
3.12 POINT DESCRIPTION AND PROGRAM LIST
A. General:
1. Points listed are the minimum number of points to be provided. Provide additional points
as required to satisfy the sequence and operational requirements.
2. Provide spare points. After the system has been completed and tested, the following
minimum quantity of spare points shall be available for future connection at each DCP:
a. Binary inputs: 2
b. Binary outputs: 2
c. Analog inputs: 1
d. Analog outputs: 1
3. Provide proportional-integral-derivative algorithms for all control programs.
4. Determine, through operation of the system, proportional bands, interval time, integral
periods, adjustment rates, and any other input information required to provide stable
operation of the control programs.
5. The following definitions apply to the letter descriptors used in the point lists:
a. RT - Run time of a piece of equipment. This shall be the total operating time since
initial start-up of a piece of equipment.
b. T - Indicates the point shall be trendable.
c. A - Indicates the system shall alarm when the point is outside its range, or upon
contact closure or opening.
d. CS - Current Sensor
6. All alarms shall be trendable. All equipment start/stops shall be trendable.
7. At a minimum, each sequence and accompanying point list shall be represented by an
individual graphic. Each point listed shall appear on the graphic. Where appropriate and
approved, multiple sequences and point lists may be combined into a single graphic.
a. For analog outputs, display on the graphic the percent of full signal (percent open
for valves and dampers, percent of speed for variable speed drives, percent open for
vortex dampers, etc.).
b. For analog outputs controlled by analog inputs, provide a probe at the graphic to
redefine the proportional, integral, and derivative gains.
c. Alarm set points and ranges shall be resettable from the graphic. Control set points
and ranges shall be resettable from the graphic.
d. Where average point values are called for in the sequence, the average value shall
be displayed on the graphic. In response to a probe on the graphic, the individual
sensor values and sensor locations shall be displayed
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 23
8. Where dampers operate in conjunction with fan operation, the damper open signal shall
precede the fan start signal by 10 to 15 seconds. The damper close signal shall be delayed
10 to 15 seconds after the fan stop signal.
3.13 FIELD QUALITY CONTROL
A. Perform the following field tests and inspections and prepare test reports:
1. Operational Test: After electrical circuitry has been energized, start units to confirm proper
unit operation. Remove and replace malfunctioning units and retest.
2. Test and adjust controls and safeties.
3. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until
no leaks exist.
4. Test calibration of electronic controllers by disconnecting input sensors and stimulating
operation with compatible signal generator.
5. Test each point through its full operating range to verify that safety and operating control
set points are as required.
6. Test each control loop to verify stable mode of operation and compliance with sequence of
operation.
7. Test each system for compliance with sequence of operation.
8. Test software and hardware interlocks.
B. DDC Verification:
1. Verify that instruments are installed before calibration, testing, and loop or leak checks.
2. Check instruments for proper location and accessibility.
3. Check instrument installation for direction of flow, elevation, orientation, insertion depth,
and other applicable considerations.
4. Check temperature instruments and material and length of sensing elements.
5. Check control valves. Verify that they are in correct direction.
6. Check DDC system as follows:
a. Verify that DDC controller power supply is from emergency power supply, if
applicable.
b. Verify that wires at control panels are tagged with their service designation and
approved tagging system.
c. Verify that spare I/O capacity has been provided.
d. Verify that DDC controllers are protected from power supply surges.
C. Replace damaged or malfunctioning controls and equipment and repeat testing procedures
3.14 ADJUSTING
A. Calibrating and Adjusting:
1. Calibrate instruments.
2. Make three-point calibration test for both linearity and accuracy for each analog
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
INSTRUMENTATION AND CONTROL FOR HVAC 23 09 00 - 24
instrument.
3. Calibrate equipment and procedures using manufacturer's written recommendations and
instruction manuals. Use test equipment with accuracy at least double that of instrument
being calibrated.
4. Control System Inputs and Outputs:
a. Check analog inputs at 0, 50, and 100 percent of span.
b. Check analog outputs using milliampere meter at 0, 50, and 100 percent output.
c. Check digital inputs using jumper wire.
d. Check digital outputs using ohmmeter to test for contact making or breaking.
e. Check resistance temperature inputs at 0, 50, and 100 percent of span using a
precision-resistant source.
5. Flow:
a. Set differential pressure flow transmitters for 0 and 100 percent values with 3-point
calibration accomplished at 50, 90, and 100 percent of span.
b. Manually operate flow switches to verify that they make or break contact.
6. Pressure:
a. Calibrate pressure transmitters at 0, 50, and 100 percent of span.
b. Calibrate pressure switches to make or break contacts, with adjustable differential
set at minimum.
7. Temperature:
a. Calibrate resistance temperature transmitters at 0, 50, and 100 percent of span using
a precision-resistance source.
b. Calibrate temperature switches to make or break contacts.
8. Stroke and adjust control valves and dampers without positioners, following the
manufacturer's recommended procedure, so that valve or damper is 100 percent open and
closed.
9. Stroke and adjust control valves and dampers with positioners, following manufacturer's
recommended procedure, so that valve and damper is 0, 50, and 100 percent closed.
10. Provide diagnostic and test instruments for calibration and adjustment of system.
11. Provide written description of procedures and equipment for calibrating each type of
instrument. Submit procedures review and approval before initiating startup procedures.
B. Adjust initial temperature and humidity set points.
END OF SECTION 23 09 00
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 1
SECTION 230993 - SEQUENCE OF OPERATIONS FOR HVAC CONTROLS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Condi-
tions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes control sequences for HVAC systems, subsystems, and equipment.
B. Related Sections include the following:
1. Division 23 Section "Instrumentation and Control for HVAC" for control equipment and
devices and for submittal requirements.
1.3 DEFINITIONS
A. DDC: Direct digital control.
B. VAV: Variable air volume.
1.4 CONTROL SEQUENCES
1.5 ROOFTOP AIR HANDLING UNIT (RTU-5, 10, 11, 13, 14, 16)
A. Control Sequence
1. Air Handling unit is a single zone, variable volume unit which consists of (1) supply fan,
(1) gas-fired burner with modulating control valve, return air and outside air dampers, (1)
refrigerant coil, and (1) exhaust air fan.
The air handling unit shall be controlled during the occupied/unoccupied modes via the
Building Management System (BMS), through an owner directed time schedule.
2. Automatic/manual control
The unit shall be accompanied by an H-O-A (Hand/Off/Auto) switch on the variable fre-
quency drive. In the “H” position, the system shall be energized and the system safety
devices shall protect the circuit. With the H-O-A switch in the "A" position, the unit shall
in response to BMS control and system safety circuits.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 2
3. Equipment start
In the event that the air handling unit is shut off, upon a call for the equipment to restart
the equipment shall be provided with a 15 second starting delay relay.
4. Unoccupied Mode
The “Time of Day” program shall cause the air handling units to go to unoccupied mode
settings when called for by the schedule program. In the unoccupied mode the unit shall
run continuously and modulate fan speed as described below. The outside air damper
shall be 100% closed and the return damper 100% open. The supply air temperature shall
be maintain a discharge air temperature of 55 degrees F (adj) in the summer and 55 de-
grees F (adj) in the winter.
5. Occupied Mode/Normal conditions
The “Time of Day” program shall cause the roof top units to go to occupied mode set-
tings to start and run continuously and controls to be energized. The outside air damper,
return air damper, and relief air damper shall open to position determined at set point.
The BMS system shall modulate the supply fan speed with a 4-20 MA signal to variable
frequency drive based on duct pressure sensor. As duct pressure decreases, fan speed
shall increase. As duct pressure increases, fan speed shall decrease. The static pressure
sensor located 2/3 down the ductwork shall maintain the static pressure setpoint as de-
termined by the Testing, Adjusting, and Balancing.
6. Temperature Economizer Control
The BMS shall perform an enthalpy calculation to determine when it is more energy effi-
cient to use outside air for cooling. The BMS shall continually monitor the return air en-
thalpy, constantly comparing it to the outdoor air enthalpy. Based on the data and the en-
thalpy calculation the BMS shall modulate outside air and return air dampers to achieve
mixed air temperature setpoint (adj.)
When the outside air enthalpy is greater than the return air enthalpy, the outside air
damper shall return to minimum position. When the mixed air temperature falls below
setpoint 55 degrees F (adj.) the outside damper shall go to minimum position. If cooling
is required, but the return air temperature is lower than the outdoor air temperature, the
outdoor air dampers shall go to their minimum position. If the return air temperature is
below an operator definable limit, then a warm-up cycle shall be initiated forcing the out-
side air dampers to their closed position. When return air temperature increases above the
limit, plus a definable differential, then the warm-up cycle shall be terminated.
7. Morning Cool-Down Mode
If three hours prior to the occupied mode, the room temperature is greater than 3 degrees
F (adj.) above the average occupied mode setpoint, the system shall enter the cool down
mode. The BMS system shall mathematically calculate based on the systems heuristics
and internal algorithms, the optimum start time for obtaining the desired space tempera-
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 3
ture setpoint prior to the time of occupancy to accommodate a “cool down” cycle. The
BMS shall position the air handling unit control equipment as follows:
Return damper = Open
Outside air damper = Closed
Supply fan = Modulating
Exhaust fan = Off
Gas valve = Off
Refrigerant Circuit = Enabled
Based on occupied mode “time of day” scheduling the BMS shall place the air-handling
unit into the occupied mode.
The refrigerant circuit shall maintain the discharge air temperature to 55 deg F (adj).
8. Morning Warm-up Mode
If three hours prior to the occupied mode, the room temperature is 5 degrees F (adj.) low-
er than the average occupied mode setpoint, the system shall enter the warm-up mode.
The BMS system shall mathematically calculate based on the systems heuristics and in-
ternal algorithms, the optimum start time for obtaining the desired space temperature set-
point prior to the time of occupancy to accommodate a “warm-up” cycle. The BMS shall
position the air handling unit control equipment as follows:
Return damper = Open
Outside air damper = Closed
Supply fan = Constant Volume- min cfm heating set at balancing
Exhaust fan = Off
Gas valve = Modulating
Refrigerant Circuit = Disabled
Based on occupied mode “time of day” scheduling the BMS shall place the air-handling
unit into the occupied mode.
9. Occupied Mode - Cooling
When the unit enters the occupied mode and the BMS shall position the Air Handler con-
trol equipment as follows:
Return damper = Modulating
Outside air damper = Modulating
Supply fan = Modulating
Exhaust fan = Off
Gas valve = Closed
Refrigerant Circuit = Enabled
The refrigerant circuit shall maintain the discharge air temperature to 55 deg F (adj) at an
outdoor temperature of 70 degrees and above and 62 deg F (adj) at an outdoor tempera-
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 4
ture of 62 deg F (adj) and below with a linear relationship between.
10. Occupied Mode - Heating
When the unit enters the occupied mode and the BMS shall position the Air Handler con-
trol equipment as follows:
Return damper = Modulating
Outside air damper = Modulating
Supply fan = Constant Volume- min cfm heating set at balancing
Exhaust fan = Off
Gas valve = Closed
Refrigerant circuit = Disabled
The VAV boxes shall modulate to maintain the space temperature setpoint of 70 deg F
(adj).
Based on occupied mode “time of day” scheduling the BMS shall place the air-handling
unit into the occupied mode.
11. Economizer
When the unit enters into economizer and the BMS shall position the Air Handler control
equipment as follows:
Return damper = Closed
Outside air damper = Open
Supply fan = Modulating
Exhaust fan = On
Hot water valve = Closed
Refrigerant Circuit = Disabled
B. Rooftop Air Handling Unit Components
1. Supply Fan
The supply fan is variable volume.
2. Exhaust Fan / Relief air damper
Damper to modulate to relieve building air pressure.
Under economizer control, damper to open and powered exhaust fan shall operate.
3. Outside air damper
Under normal operation, damper to modulate to maintain minimum ventilation set point
as sensed by the CO2 sensor located in the return air ductwork and the outdoor air CO2.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 5
During economizer control, damper to modulate to maintain a mixed air temperature as
described above.
4. Return air damper
Damper to modulate proportionally to the outside air damper. If the outside air damper is
20% open the return air damper to be open 80%.
5. Gas Burner
Gas fired burner shall be energized and heating output modulating to maintain a 95 deg F
(adj) discharge air temperature setpoint in the heating mode.
6. Smoke Detection
The return air duct smoke detector, upon sensing smoke, shall stop the fans and de-
energize controls via hard wire connection to fire alarm system.
7. Integral air cooled outdoor condensing unit
BMS to enable/disable the cooling system as described above. BMS to provide a temper-
ature setpoint to the cooling system controls. The cooling system controls to modulate the
compressor as required to maintain setpoint as sensed by a hard wired temperature sensor
connected to cooling system controls
C. Alarms
1. Fan Failure
If status of a fan, which has been called by the BMS to start, has not been verified as run-
ning within a period of 10 seconds (adj.), the BMS shall initiate an alarm signal at the op-
erator’s workstation. The fan shall be identified by its designation and shall be tagged as
a “FAN FAILURE”.
2. Filter Maintenance (Qty 2 each unit)
A differential pressure switch with sensors on upstream and downstream side of filter
shall signal the BMS system when the differential pressure is equal to or greater than the
setpoint (adj.). The BMS shall initiate an alarm signal at the operator’s workstation indi-
cating a clogged filter and requirement for maintenance.
3. Low Limit Thermostat #1
The low limit thermostat shall monitor the discharge air temperature. When temperature
drops below 40 degrees F (adj.) the supply fan and return fan shall operate at minimum,
set heating coils to full heat, fully close the outside air and relief air damper, fully open
the return air damper, and the BMS shall initiate an alarm signal at the operator’s work-
station. The low limit thermostat shall be manually reset before system can resume nor-
mal operation.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 6
4. Low Limit Thermostat #2
The low limit thermostat shall monitor the discharge air temperature. When temperature
drops below 30 degrees F (adj.) the supply fan and return fan shall operate at minimum,
set heating coils to full heat, fully close the outside air and relief air damper, fully open
the return air damper, and the BMS shall initiate an alarm signal at the operator’s work-
station. The low limit thermostat shall be manually reset before system can resume nor-
mal operation.
5. Condensate Pan Level Alarm
A conductivity probe assembly shall be provided in the air handling unit condensate pan
to detect the level of condensate in the coil drain pan. In the event that the level of the
condensate rises above the probes detection mechanism The BMS shall initiate an alarm
signal at the operator’s workstation.
6. Discharge air temperature
If the unit discharge air temperature is greater than 15 degrees F (adj) from setpoint the
BMS shall initiate an alarm signal at the operator’s workstation.
7. ACCU Failure
If status of the outdoor condenser, which has been called by the BMS to start, has not
been verified as running within a period of 10 seconds (adj.), the BMS shall initiate an
alarm signal at the operator’s workstation. The unit shall be identified by its designation
and shall be tagged as a “FAN FAILURE”. If a failure is initiated by the ACCU contact
closure BMS shall initiate an alarm signal at the operator’s workstation as described
above.
1.6 ROOFTOP AIR HANDLING UNIT (RTU-6, 8, 9)
A. Control Sequence
1. Air Handling unit is a multi-zone, variable volume unit which consists of (1) supply fan,
(1) gas-fired burner with modulating control valve, return air and outside air dampers, (1)
refrigerant coil, and exhaust air fan.
The air handling unit shall be controlled during the occupied/unoccupied modes via the
Building Management System (BMS), through an owner directed time schedule.
2. Automatic/manual control
The unit shall be accompanied by an H-O-A (Hand/Off/Auto) switch on the variable fre-
quency drive. In the “H” position, the system shall be energized and the system safety
devices shall protect the circuit. With the H-O-A switch in the "A" position, the unit shall
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 7
in response to BMS control and system safety circuits.
3. Equipment start
In the event that the air handling unit is shut off, upon a call for the equipment to restart
the equipment shall be provided with a 15 second starting delay relay.
4. Unoccupied Mode
The “Time of Day” program shall cause the air handling units to go to unoccupied mode
settings when called for by the schedule program. In the unoccupied mode the unit shall
run continuously and modulate fan speed as described below. The outside air damper
shall be 100% closed and the return damper 100% open. The supply air temperature shall
be maintain a discharge air temperature of 55 degrees F (adj) in the summer and 55 de-
grees F (adj) in the winter.
5. Occupied Mode/Normal conditions
The “Time of Day” program shall cause the roof top units to go to occupied mode set-
tings to start and run continuously and controls to be energized. The outside air damper,
return air damper, and relief air damper shall open to position determined at set point.
The BMS system shall modulate the supply fan speed with a 4-20 MA signal to variable
frequency drive based on duct pressure sensor. As duct pressure decreases, fan speed
shall increase. As duct pressure increases, fan speed shall decrease. The static pressure
sensor located 2/3 down the ductwork shall maintain the static pressure setpoint as de-
termined by the Testing, Adjusting, and Balancing.
6. Temperature Economizer Control
The BMS shall perform an enthalpy calculation to determine when it is more energy effi-
cient to use outside air for cooling. The BMS shall continually monitor the return air en-
thalpy, constantly comparing it to the outdoor air enthalpy. Based on the data and the en-
thalpy calculation the BMS shall modulate outside air and return air dampers to achieve
mixed air temperature setpoint (adj.)
When the outside air enthalpy is greater than the return air enthalpy, the outside air
damper shall return to minimum position. When the mixed air temperature falls below
setpoint 55 degrees F (adj.) the outside damper shall go to minimum position. If cooling
is required, but the return air temperature is lower than the outdoor air temperature, the
outdoor air dampers shall go to their minimum position. If the return air temperature is
below an operator definable limit, then a warm-up cycle shall be initiated forcing the out-
side air dampers to their closed position. When return air temperature increases above the
limit, plus a definable differential, then the warm-up cycle shall be terminated.
7. Demand Controlled Ventilation, CO2 Control (RTU-6 & 9 Only)
The mixed air dampers shall modulate to provide a minimum outdoor air volume setpoint
(adj.). The outdoor air volumetric flow shall be determined by the outside air and return
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 8
air CO2 level and shall be monitored by a sensor located in outdoor air duct as well as the
return air ductwork. The outdoor air dampers shall modulate to maintain closed loop con-
trol of outdoor air flow for ventilation per the ventilation rate procedure of ASHRAE
Standard 62.1, 2007. The outdoor air volumetric flow setpoint shall be reset by the out-
door air CO2 sensor to prevent the return air CO2 levels from exceeding a setpoint of 700
PPM (adj.) above outdoor air levels. If the CO2 levels exceed the setpoint levels beyond
10%, an alarm shall be sent to the operator’s workstation.
8. Morning Cool-Down Mode
If three hours prior to the occupied mode, the room temperature is greater than 3 degrees
F (adj.) above the average occupied mode setpoint, the system shall enter the cool down
mode. The BMS system shall mathematically calculate based on the systems heuristics
and internal algorithms, the optimum start time for obtaining the desired space tempera-
ture setpoint prior to the time of occupancy to accommodate a “cool down” cycle. The
BMS shall position the air handling unit control equipment as follows:
Return damper = Open
Outside air damper = Modulating position based on CO2
Supply fan = Modulating
Exhaust fan = Off
Gas valve = Off
Refrigerant Circuit = Enabled
VAV boxes = Modulating
Based on occupied mode “time of day” scheduling the BMS shall place the air-handling
unit into the occupied mode.
The refrigerant circuit shall maintain the discharge air temperature to 55 deg F (adj).
9. Morning Warm-up Mode
If three hours prior to the occupied mode, the room temperature is 5 degrees F (adj.) low-
er than the average occupied mode setpoint, the system shall enter the warm-up mode.
The BMS system shall mathematically calculate based on the systems heuristics and in-
ternal algorithms, the optimum start time for obtaining the desired space temperature set-
point prior to the time of occupancy to accommodate a “warm-up” cycle. The BMS shall
position the air handling unit control equipment as follows:
Return damper = Open
Outside air damper = Closed
Supply fan = Constant Volume- min cfm heating set at balancing
Exhaust fan = Off
Gas valve = Modulating
Refrigerant Circuit = Disabled
VAV boxes = Min heating position
Based on occupied mode “time of day” scheduling the BMS shall place the air-handling
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 9
unit into the occupied mode.
10. Occupied Mode - Cooling
When the unit enters the occupied mode and the BMS shall position the Air Handler con-
trol equipment as follows:
Return damper = Open
Outside air damper = Closed
Supply fan = Modulating
Exhaust fan = Off
Gas valve = Closed
Refrigerant Circuit = Enabled
VAV boxes = Modulating
The refrigerant circuit shall maintain the discharge air temperature to 55 deg F (adj) at an
outdoor temperature of 70 degrees and above and 62 deg F (adj) at an outdoor tempera-
ture of 62 deg F (adj) and below with a linear relationship between.
11. Occupied Mode - Heating
When the unit enters the occupied mode and the BMS shall position the Air Handler con-
trol equipment as follows:
Return damper = Modulating
Outside air damper = Modulating (based on CO2 for DCV)
Supply fan = Constant Volume- min cfm heating set at balancing
Exhaust fan = Off
Gas valve = Closed
Refrigerant circuit = Disabled
VAV boxes =Min heating position
The VAV boxes shall modulate to maintain the space temperature setpoint of 70 deg F
(adj).
Based on occupied mode “time of day” scheduling the BMS shall place the air-handling
unit into the occupied mode.
12. Economizer
When the unit enters into economizer and the BMS shall position the Air Handler control
equipment as follows:
Return damper = Closed
Outside air damper = Open
Supply fan = Modulating
Exhaust fan = On
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 10
Hot water valve = Closed
Refrigerant Circuit = Disabled
VAV boxes = Modulating
B. Rooftop Air Handling Unit Components
1. Supply Fan
The supply fan is variable volume.
2. Exhaust Fan / Relief air damper
Damper to modulate to relieve building air pressure.
Under economizer control, damper to open and powered exhaust fan shall operate.
3. Outside air damper
Under normal operation, damper to modulate to maintain minimum ventilation set point
as sensed by the CO2 sensor located in the return air ductwork and the outdoor air CO2.
During economizer control, damper to modulate to maintain a mixed air temperature as
described above.
4. Return air damper
Damper to modulate proportionally to the outside air damper. If the outside air damper is
20% open the return air damper to be open 80%.
5. Gas Burner
Gas fired burner shall be energized and heating output modulating to maintain a 95 deg F
(adj) discharge air temperature setpoint in the heating mode.
6. Smoke Detection
The return air duct smoke detector, upon sensing smoke, shall stop the fans and de-
energize controls via hard wire connection to fire alarm system.
7. Integral air cooled outdoor condensing unit
BMS to enable/disable the cooling system as described above. BMS to provide a temper-
ature setpoint to the cooling system controls. The cooling system controls to modulate the
compressor as required to maintain setpoint as sensed by a hard wired temperature sensor
connected to cooling system controls
C. Alarms
1. Fan Failure
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 11
If status of a fan, which has been called by the BMS to start, has not been verified as run-
ning within a period of 10 seconds (adj.), the BMS shall initiate an alarm signal at the op-
erator’s workstation. The fan shall be identified by its designation and shall be tagged as
a “FAN FAILURE”.
2. Filter Maintenance (Qty 2 each unit)
A differential pressure switch with sensors on upstream and downstream side of filter
shall signal the BMS system when the differential pressure is equal to or greater than the
setpoint (adj.). The BMS shall initiate an alarm signal at the operator’s workstation indi-
cating a clogged filter and requirement for maintenance.
3. Low Limit Thermostat #1
The low limit thermostat shall monitor the discharge air temperature. When temperature
drops below 40 degrees F (adj.) the supply fan and return fan shall operate at minimum,
set heating coils to full heat, fully close the outside air and relief air damper, fully open
the return air damper, and the BMS shall initiate an alarm signal at the operator’s work-
station. The low limit thermostat shall be manually reset before system can resume nor-
mal operation.
4. Low Limit Thermostat #2
The low limit thermostat shall monitor the discharge air temperature. When temperature
drops below 30 degrees F (adj.) the supply fan and return fan shall operate at minimum,
set heating coils to full heat, fully close the outside air and relief air damper, fully open
the return air damper, and the BMS shall initiate an alarm signal at the operator’s work-
station. The low limit thermostat shall be manually reset before system can resume nor-
mal operation.
5. Condensate Pan Level Alarm
A conductivity probe assembly shall be provided in the air handling unit condensate pan
to detect the level of condensate in the coil drain pan. In the event that the level of the
condensate rises above the probes detection mechanism The BMS shall initiate an alarm
signal at the operator’s workstation.
6. Discharge air temperature
If the unit discharge air temperature is greater than 15 degrees F (adj) from setpoint the
BMS shall initiate an alarm signal at the operator’s workstation.
7. ACCU Failure
If status of the outdoor condenser, which has been called by the BMS to start, has not
been verified as running within a period of 10 seconds (adj.), the BMS shall initiate an
alarm signal at the operator’s workstation. The unit shall be identified by its designation
and shall be tagged as a “FAN FAILURE”. If a failure is initiated by the ACCU contact
closure BMS shall initiate an alarm signal at the operator’s workstation as described
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 12
above.
1.7 ROOFTOP AIR HANDLING UNIT (RTU-7)
A. Control Sequence
1. Air Handling unit is a multi-zone, variable volume unit which consists of (1) supply fan,
(2) return fans, (1) gas-fired burner with modulating control valve, return air and outside
air dampers, (1) energy recovery wheel, and (1) refrigerant coil.
The air handling unit shall be controlled during the occupied/unoccupied modes via the
Building Management System (BMS), through an owner directed time schedule.
2. Automatic/manual control
The unit shall be accompanied by an H-O-A (Hand/Off/Auto) switch on the variable fre-
quency drive. In the “H” position, the system shall be energized and the system safety
devices shall protect the circuit. With the H-O-A switch in the "A" position, the unit shall
in response to BMS control and system safety circuits.
3. Equipment start
In the event that the air handling unit is shut off, upon a call for the equipment to restart
the equipment shall be provided with a 15 second starting delay relay.
4. Unoccupied Mode
The “Time of Day” program shall cause the air handling units and energy recovery unit
to go to unoccupied mode settings when called for by the schedule program. In the unoc-
cupied mode the air handling unit shall only run continuously and modulate fan speed as
described below to satisfy space temperature setpoint. The energy recovery wheel shall
remain off and outdoor air and exhaust air dampers shall be 100% closed. The air han-
dling unity supply air temperature shall be maintain a discharge air temperature of 55 de-
grees F (adj) in the summer and 95 degrees F (adj) in the winter.
5. Occupied Mode/Normal conditions
The “Time of Day” program shall cause the roof top units and energy recovery unit to go
to occupied mode settings to start and run continuously and controls to be energized. The
energy recovery unit outside air damper and exhaust air damper shall be 100% open.
The BMS system shall modulate the supply fan speed with a 4-20 MA signal to variable
frequency drive based on duct pressure sensor. As duct pressure decreases, fan speed
shall increase. As duct pressure increases, fan speed shall decrease. The static pressure
sensor located 2/3 down the ductwork shall maintain the static pressure setpoint as de-
termined by the Testing, Adjusting, and Balancing.
The energy recovery wheel shall operate continuously while RTU supply fan modulates
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 13
in the occupied mode.
6. Dehumidification Control
The BMS shall be enabled on Outdoor Air Dewpoint (OADS) or Space Dewpoint Set-
point (SPDS). If there is no call for heating mode and the outdoor air dewpoint is above
or equal to the OADS or the space dewpoint is above or equal to the SPDS the dehumidi-
fication mode shall be enabled. Dehumidification mode shall remain active until the
space or equal to the SPDS then dehumidification mode shall be enabled. Dehumidifica-
tion mode will remain active until the space or outdoor air dewpoints rise above the set-
points by 2 degrees, or if heating mode is enabled. Compressor control is based on evapo-
rator leaving air temperature setpoint. With dehumidification enabled, if evaporator leav-
ing air based on evaporator leaving air temperature is still above setpoint, the second
stage of dehumidification will be staged on sequentially following individual 3-minute
minimum delays between each call. During operation in dehumidification mode, the main
controller will enable hot gas reheat and it will modulate to maintain the occupied space
cooling setpoint.
7. Morning Cool-Down Mode
If three hours prior to the occupied mode, the room temperature is greater than 3 degrees
F (adj.) above the average occupied mode setpoint, the system shall enter the cool down
mode. The BMS system shall mathematically calculate based on the systems heuristics
and internal algorithms, the optimum start time for obtaining the desired space tempera-
ture setpoint prior to the time of occupancy to accommodate a “cool down” cycle. The
BMS shall position the air handling unit control equipment as follows:
Energy Wheel = Off
Supply fan = Modulating
Return Fans = Modulating
Outside Air Damper = Closed
Return Air Damper = Open
Gas valve = Off
Refrigerant Circuit = Enabled
VAV boxes = Modulating
Based on occupied mode “time of day” scheduling the BMS shall place the air-handling
unit into the occupied mode.
The refrigerant circuit shall maintain the discharge air temperature to 55 deg F (adj).
8. Morning Warm-up Mode
If three hours prior to the occupied mode, the room temperature is 5 degrees F (adj.) low-
er than the average occupied mode setpoint, the system shall enter the warm-up mode.
The BMS system shall mathematically calculate based on the systems heuristics and in-
ternal algorithms, the optimum start time for obtaining the desired space temperature set-
point prior to the time of occupancy to accommodate a “warm-up” cycle. The BMS shall
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 14
position the air handling unit control equipment as follows:
Energy Wheel = Off
Supply fan = Constant Volume- min cfm heating set at balancing
Return Fans = Modulating
Outside Air Damper = Closed
Return Air Damper = Open
Gas valve = Modulating
Refrigerant Circuit = Disabled
VAV boxes = Min heating position
The gas valve shall modulate to maintain the discharge air temperature of a minimum of
95 deg F (adj).
Based on occupied mode “time of day” scheduling the BMS shall place the air-handling
unit into the occupied mode.
9. Occupied Mode - Cooling
When the unit enters the occupied mode and the BMS shall position the Air Handler con-
trol equipment as follows:
Energy Wheel = On
Supply fan = Modulating
Return Fans = Modulating
Outside Air Damper = Modulating
Return Air Damper = Modulating
Gas valve = Closed
Refrigerant Circuit = Enabled
VAV boxes = Modulating
The refrigerant circuit shall maintain the discharge air temperature to 55 deg F (adj) at an
outdoor temperature of 70 degrees and above and 62 deg F (adj) at an outdoor tempera-
ture of 62 deg F (adj) and below with a linear relationship between.
10. Occupied Mode - Heating
When the unit enters the occupied mode and the BMS shall position the Air Handler con-
trol equipment as follows:
Energy Wheel = On
Supply fan = Constant Volume- min cfm heating set at balancing
Return Fans = Modulating
Outside Air Damper = Modulating
Return Air Damper = Modulating
Gas valve = Closed
Refrigerant circuit = Disabled
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 15
VAV boxes =Min heating position
The gas valve shall modulate to maintain the discharge air temperature of a minimum of
95 deg F (adj).
B. Rooftop Air Handling Unit Components
1. Supply Fan
The supply fan is variable volume.
2. Gas Burner
Gas fired burner shall be energized and heating output modulating to maintain a 95 deg F
(adj) discharge air temperature setpoint in the heating mode.
3. Return Fan / Relief air damper
Damper to modulate to relieve building air pressure.
Under economizer control, damper to open and powered exhaust fan shall operate.
4. Outside air damper
Under normal operation, damper to modulate to maintain minimum ventilation set point
as sensed by the CO2 sensor located in the return air ductwork and the outdoor air CO2.
During economizer control, damper to modulate to maintain a mixed air temperature as
described above.
5. Return air damper
Damper to modulate proportionally to the outside air damper. If the outside air damper is
20% open the return air damper to be open 80%.
6. Smoke Detection
The return air duct smoke detector, upon sensing smoke, shall stop the fans and de-
energize controls via hard wire connection to fire alarm system.
7. Integral air cooled outdoor condensing unit
BMS to enable/disable the cooling system as described above. BMS to provide a temper-
ature setpoint to the cooling system controls. The cooling system controls to modulate the
compressor as required to maintain setpoint as sensed by a hard wired temperature sensor
connected to cooling system controls
C. Alarms
1. Fan Failure
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 16
If status of a fan, which has been called by the BMS to start, has not been verified as run-
ning within a period of 10 seconds (adj.), the BMS shall initiate an alarm signal at the op-
erator’s workstation. The fan shall be identified by its designation and shall be tagged as
a “FAN FAILURE”.
2. Filter Maintenance (Qty 2 each unit)
A differential pressure switch with sensors on upstream and downstream side of filter
shall signal the BMS system when the differential pressure is equal to or greater than the
setpoint (adj.). The BMS shall initiate an alarm signal at the operator’s workstation indi-
cating a clogged filter and requirement for maintenance.
3. Low Limit Thermostat #1
The low limit thermostat shall monitor the discharge air temperature. When temperature
drops below 40 degrees F (adj.) the supply fan and return fan shall operate at minimum,
set heating coils to full heat, fully close the outside air and relief air damper, fully open
the return air damper, and the BMS shall initiate an alarm signal at the operator’s work-
station. The low limit thermostat shall be manually reset before system can resume nor-
mal operation.
4. Low Limit Thermostat #2
The low limit thermostat shall monitor the discharge air temperature. When temperature
drops below 30 degrees F (adj.) the supply fan and return fan shall operate at minimum,
set heating coils to full heat, fully close the outside air and relief air damper, fully open
the return air damper, and the BMS shall initiate an alarm signal at the operator’s work-
station. The low limit thermostat shall be manually reset before system can resume nor-
mal operation.
5. Condensate Pan Level Alarm
A conductivity probe assembly shall be provided in the air handling unit condensate pan
to detect the level of condensate in the coil drain pan. In the event that the level of the
condensate rises above the probes detection mechanism The BMS shall initiate an alarm
signal at the operator’s workstation.
6. Discharge air temperature
If the unit discharge air temperature is greater than 15 degrees F (adj) from setpoint the
BMS shall initiate an alarm signal at the operator’s workstation.
7. ACCU Failure
If status of the outdoor condenser, which has been called by the BMS to start, has not
been verified as running within a period of 10 seconds (adj.), the BMS shall initiate an
alarm signal at the operator’s workstation. The unit shall be identified by its designation
and shall be tagged as a “FAN FAILURE”. If a failure is initiated by the ACCU contact
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 17
closure BMS shall initiate an alarm signal at the operator’s workstation as described
above.
D. AIR HANDLING UNIT COMPONENTS
1. Cooling Coil Condensate Pan Level Alarm
A conductivity probe assembly shall be provided in the air handling unit condensate pan
to detect the level of condensate in the coil drain pan. In the event that the level of the
condensate rises above the probes detection mechanism an alarm shall be sent to the op-
erator’s workstation.
2. Supply Fan VSD Operation
The DDC system shall modulate the fan speed with a 4-20 MA signal to a variable fre-
quency drive based on duct pressure sensor. As duct pressure decreases, fan speed shall
increase. As duct pressure increases, fan speed shall decrease.
3. Low Limit Thermostat
The low limit thermostat shall monitor the discharge air temperature. When temperature
drops below 38 degrees F (adj.) the supply and return fans shall be shut down, the mixed
air dampers shall move to there fail safe position and an alarm shall be sent to the DDC
system. The low limit thermostat shall be manually reset before system can resume nor-
mal operation.
4. Smoke Detection
The air handling unit shall be provided with manual reset type smoke detectors located in
the supply & return air ductwork. The detectors notify the fire alarm system if they sense
smoke. The detectors shall be installed and provided by the electrical contractor and spec-
ified under Division 28.
1.8 ROOFTOP AIR HANDLING UNIT (RTU-12, 15)
A. Control Sequence
1. Air Handling unit is a single zone, variable volume unit which consists of (1) supply fan,
(2) return fans, (1) gas-fired burner with modulating control valve, return air and outside
air dampers, (1) energy recovery wheel, and (1) refrigerant coil.
The air handling unit shall be controlled during the occupied/unoccupied modes via the
Building Management System (BMS), through an owner directed time schedule.
2. Automatic/manual control
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 18
The unit shall be accompanied by an H-O-A (Hand/Off/Auto) switch on the variable fre-
quency drive. In the “H” position, the system shall be energized and the system safety
devices shall protect the circuit. With the H-O-A switch in the "A" position, the unit shall
in response to BMS control and system safety circuits.
3. Equipment start
In the event that the air handling unit is shut off, upon a call for the equipment to restart
the equipment shall be provided with a 15 second starting delay relay.
4. Unoccupied Mode
The “Time of Day” program shall cause the air handling units and energy recovery unit
to go to unoccupied mode settings when called for by the schedule program. In the unoc-
cupied mode the air handling unit shall only run continuously and modulate fan speed as
described below to satisfy space temperature setpoint. The energy recovery wheel shall
remain off and outdoor air and exhaust air dampers shall be 100% closed. The air han-
dling unity supply air temperature shall be maintain a discharge air temperature of 55 de-
grees F (adj) in the summer and 95 degrees F (adj) in the winter.
5. Occupied Mode/Normal conditions
The “Time of Day” program shall cause the roof top units and energy recovery unit to go
to occupied mode settings to start and run continuously and controls to be energized. The
energy recovery unit outside air damper and exhaust air damper shall be 100% open.
The BMS system shall modulate the supply fan speed with a 4-20 MA signal to variable
frequency drive based on duct pressure sensor. As duct pressure decreases, fan speed
shall increase. As duct pressure increases, fan speed shall decrease. The static pressure
sensor located 2/3 down the ductwork shall maintain the static pressure setpoint as de-
termined by the Testing, Adjusting, and Balancing.
The energy recovery wheel shall operate continuously while RTU supply fan modulates
in the occupied mode.
6. Dehumidification Control
The BMS shall be enabled on Outdoor Air Dewpoint (OADS) or Space Dewpoint Set-
point (SPDS). If there is no call for heating mode and the outdoor air dewpoint is above
or equal to the OADS or the space dewpoint is above or equal to the SPDS the dehumidi-
fication mode shall be enabled. Dehumidification mode shall remain active until the
space or equal to the SPDS then dehumidification mode shall be enabled. Dehumidifica-
tion mode will remain active until the space or outdoor air dewpoints rise above the set-
points by 2 degrees, or if heating mode is enabled. Compressor control is based on evapo-
rator leaving air temperature setpoint. With dehumidification enabled, if evaporator leav-
ing air based on evaporator leaving air temperature is still above setpoint, the second
stage of dehumidification will be staged on sequentially following individual 3-minute
minimum delays between each call. During operation in dehumidification mode, the main
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 19
controller will enable hot gas reheat and it will modulate to maintain the occupied space
cooling setpoint.
7. Morning Cool-Down Mode
If three hours prior to the occupied mode, the room temperature is greater than 3 degrees
F (adj.) above the average occupied mode setpoint, the system shall enter the cool down
mode. The BMS system shall mathematically calculate based on the systems heuristics
and internal algorithms, the optimum start time for obtaining the desired space tempera-
ture setpoint prior to the time of occupancy to accommodate a “cool down” cycle. The
BMS shall position the air handling unit control equipment as follows:
Energy Wheel = Off
Supply fan = Modulating
Return Fans = Modulating
Outside Air Damper = Closed
Return Air Damper = Open
Gas valve = Off
Refrigerant Circuit = Enabled
Based on occupied mode “time of day” scheduling the BMS shall place the air-handling
unit into the occupied mode.
The refrigerant circuit shall maintain the discharge air temperature to 55 deg F (adj).
8. Morning Warm-up Mode
If three hours prior to the occupied mode, the room temperature is 5 degrees F (adj.) low-
er than the average occupied mode setpoint, the system shall enter the warm-up mode.
The BMS system shall mathematically calculate based on the systems heuristics and in-
ternal algorithms, the optimum start time for obtaining the desired space temperature set-
point prior to the time of occupancy to accommodate a “warm-up” cycle. The BMS shall
position the air handling unit control equipment as follows:
Energy Wheel = Off
Supply fan = Constant Volume- min cfm heating set at balancing
Return Fans = Modulating
Outside Air Damper = Closed
Return Air Damper = Open
Gas valve = Modulating
Refrigerant Circuit = Disabled
The gas valve shall modulate to maintain the discharge air temperature of a minimum of
95 deg F (adj).
Based on occupied mode “time of day” scheduling the BMS shall place the air-handling
unit into the occupied mode.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 20
9. Occupied Mode - Cooling
When the unit enters the occupied mode and the BMS shall position the Air Handler con-
trol equipment as follows:
Energy Wheel = On
Supply fan = Modulating
Return Fans = Modulating
Outside Air Damper = Modulating
Return Air Damper = Modulating
Gas valve = Closed
Refrigerant Circuit = Enabled
The refrigerant circuit shall maintain the discharge air temperature to 55 deg F (adj) at an
outdoor temperature of 70 degrees and above and 62 deg F (adj) at an outdoor tempera-
ture of 62 deg F (adj) and below with a linear relationship between.
10. Occupied Mode - Heating
When the unit enters the occupied mode and the BMS shall position the Air Handler con-
trol equipment as follows:
Energy Wheel = On
Supply fan = Constant Volume- min cfm heating set at balancing
Return Fans = Modulating
Outside Air Damper = Modulating
Return Air Damper = Modulating
Gas valve = Closed
Refrigerant circuit = Disabled
The gas valve shall modulate to maintain the discharge air temperature of a minimum of
95 deg F (adj).
B. Rooftop Air Handling Unit Components
1. Supply Fan
The supply fan is variable volume.
2. Gas Burner
Gas fired burner shall be energized and heating output modulating to maintain a 95 deg F
(adj) discharge air temperature setpoint in the heating mode.
3. Return Fan / Relief air damper
Damper to modulate to relieve building air pressure.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 21
Under economizer control, damper to open and powered exhaust fan shall operate.
4. Outside air damper
Under normal operation, damper to modulate to maintain minimum ventilation set point
as sensed by the CO2 sensor located in the return air ductwork and the outdoor air CO2.
During economizer control, damper to modulate to maintain a mixed air temperature as
described above.
5. Return air damper
Damper to modulate proportionally to the outside air damper. If the outside air damper is
20% open the return air damper to be open 80%.
6. Smoke Detection
The return air duct smoke detector, upon sensing smoke, shall stop the fans and de-
energize controls via hard wire connection to fire alarm system.
7. Integral air cooled outdoor condensing unit
BMS to enable/disable the cooling system as described above. BMS to provide a temper-
ature setpoint to the cooling system controls. The cooling system controls to modulate the
compressor as required to maintain setpoint as sensed by a hard wired temperature sensor
connected to cooling system controls
C. Alarms
1. Fan Failure
If status of a fan, which has been called by the BMS to start, has not been verified as run-
ning within a period of 10 seconds (adj.), the BMS shall initiate an alarm signal at the op-
erator’s workstation. The fan shall be identified by its designation and shall be tagged as
a “FAN FAILURE”.
2. Filter Maintenance (Qty 2 each unit)
A differential pressure switch with sensors on upstream and downstream side of filter
shall signal the BMS system when the differential pressure is equal to or greater than the
setpoint (adj.). The BMS shall initiate an alarm signal at the operator’s workstation indi-
cating a clogged filter and requirement for maintenance.
3. Low Limit Thermostat #1
The low limit thermostat shall monitor the discharge air temperature. When temperature
drops below 40 degrees F (adj.) the supply fan and return fan shall operate at minimum,
set heating coils to full heat, fully close the outside air and relief air damper, fully open
the return air damper, and the BMS shall initiate an alarm signal at the operator’s work-
station. The low limit thermostat shall be manually reset before system can resume nor-
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 22
mal operation.
4. Low Limit Thermostat #2
The low limit thermostat shall monitor the discharge air temperature. When temperature
drops below 30 degrees F (adj.) the supply fan and return fan shall operate at minimum,
set heating coils to full heat, fully close the outside air and relief air damper, fully open
the return air damper, and the BMS shall initiate an alarm signal at the operator’s work-
station. The low limit thermostat shall be manually reset before system can resume nor-
mal operation.
5. Condensate Pan Level Alarm
A conductivity probe assembly shall be provided in the air handling unit condensate pan
to detect the level of condensate in the coil drain pan. In the event that the level of the
condensate rises above the probes detection mechanism The BMS shall initiate an alarm
signal at the operator’s workstation.
6. Discharge air temperature
If the unit discharge air temperature is greater than 15 degrees F (adj) from setpoint the
BMS shall initiate an alarm signal at the operator’s workstation.
7. ACCU Failure
If status of the outdoor condenser, which has been called by the BMS to start, has not
been verified as running within a period of 10 seconds (adj.), the BMS shall initiate an
alarm signal at the operator’s workstation. The unit shall be identified by its designation
and shall be tagged as a “FAN FAILURE”. If a failure is initiated by the ACCU contact
closure BMS shall initiate an alarm signal at the operator’s workstation as described
above.
D. AIR HANDLING UNIT COMPONENTS
1. Cooling Coil Condensate Pan Level Alarm
A conductivity probe assembly shall be provided in the air handling unit condensate pan
to detect the level of condensate in the coil drain pan. In the event that the level of the
condensate rises above the probes detection mechanism an alarm shall be sent to the op-
erator’s workstation.
2. Supply Fan VSD Operation
The DDC system shall modulate the fan speed with a 4-20 MA signal to a variable fre-
quency drive based on duct pressure sensor. As duct pressure decreases, fan speed shall
increase. As duct pressure increases, fan speed shall decrease.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 23
3. Low Limit Thermostat
The low limit thermostat shall monitor the discharge air temperature. When temperature
drops below 38 degrees F (adj.) the supply and return fans shall be shut down, the mixed
air dampers shall move to there fail safe position and an alarm shall be sent to the DDC
system. The low limit thermostat shall be manually reset before system can resume nor-
mal operation.
4. Smoke Detection
The air handling unit shall be provided with manual reset type smoke detectors located in
the supply & return air ductwork. The detectors notify the fire alarm system if they sense
smoke. The detectors shall be installed and provided by the electrical contractor and spec-
ified under Division 28.
1.9 MISCELLANEOUS CONTROLS
A. ALARMS
1. Fan Failure
If status of a fan, which has been called by the DDC system to start, has not been verified
as running within a period of 10 seconds (adj.), an alarm shall be sent to the operator’s
workstation. The fan shall be identified by its designation (AHU-#) or by a description of
what it serves. (AHU-# supply fan) and shall be tagged as a “FAN FAILURE”.
2. Smoke Detector Alarm
If the smoke detector in the supply air duct has been activated, a signal, via hard wire in-
terlock, shall shut down the supply fan immediately and send a signal directly to the fire
alarm control panel, by others. The building fire alarm panel shall send a direct digital
signal to the DDC system and an alarm shall be sent to the operator’s workstation. It
shall be tagged as “BUILDING FIRE ALARM”.
3. High Space Temperature Alarm
If the space temperature is offset by more than 5 degrees F (adj.) above setpoint for a pe-
riod of 5 minutes (adj.) an alarm shall be sent to the operator’s workstation. The unit
shall be identified by its room location (Room #) and shall be tagged as a “SPACE
TEMPERATURE HIGH LIMIT ALARM”.
4. Low Space Temperature Alarm
If the space temperature is less than 5 degrees F (adj.) below setpoint for a period of 5
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 24
minutes (adj.) an alarm shall be sent to the operator’s workstation. The unit shall be iden-
tified by its room location (Room #) and shall be tagged as a “SPACE TEMPERATURE
LOW LIMIT ALARM”.
3. High Space Carbon Dioxide (CO2) Alarm
If the space CO2 levels reach 10% above setpoint for a period of 5 minutes (adj.) an
alarm shall be sent to the operator’s workstation. The unit shall be identified by its room
location (Room #) and shall be tagged as a “CARBON DIOXIDE HIGH LIMIT
ALARM”.
B. EXHAUST FAN EQUIPMENT
1. Exhaust Fans
a. Exhaust Fan (Toilet Rooms)
The exhaust fan shall be controlled via the Direct Digital Control system (DDC).
During the occupied mode, the exhaust fans shall be started and shall run continu-
ously. Any associated dampers shall be open. If status of the fan, which has been
started by the DDC System, has not been verified as running within a period of 10
seconds, an alarm shall be sent to the operator’s workstation.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION 230993
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FACILITY NATURAL-GAS PIPING 221123 - 1
SECTION 231123 - FACILITY NATURAL-GAS PIPING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Pipes, tubes, and fittings.
2. Piping specialties.
3. Piping and tubing joining materials.
4. Valves.
5. Pressure regulators.
1.3 DEFINITIONS
A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces,
pipe and duct shafts, unheated spaces immediately below roof, spaces above ceilings,
unexcavated spaces, crawlspaces, and tunnels.
B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied
spaces and mechanical equipment rooms.
C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient
temperatures and weather conditions. Examples include rooftop locations.
1.4 PERFORMANCE REQUIREMENTS
A. Minimum Operating-Pressure Ratings:
1. Piping and Valves: 100 psig minimum unless otherwise indicated.
B. Natural-Gas System Pressure within Buildings: 0.5 psig or less.
1.5 ACTION SUBMITTALS
A. Product Data: For each type of the following:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FACILITY NATURAL-GAS PIPING 221123 - 2
1. Piping specialties.
2. Valves. Include pressure rating, capacity, settings, and electrical connection data of
selected models.
3. Pressure regulators. Indicate pressure ratings and capacities.
4. Dielectric fittings.
B. Shop Drawings: For facility natural-gas piping layout. Include plans, piping layout and
elevations, sections, and details for fabrication of pipe anchors, hangers, supports for multiple
pipes, alignment guides, expansion joints and loops, and attachments of the same to building
structure. Detail location of anchors, alignment guides, and expansion joints and loops.
1. Shop Drawing Scale: 1/4 inch per foot.
2. Detail mounting, supports, and valve arrangements for service meter assembly and
pressure regulator assembly.
1.6 INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Plans and details, drawn to scale, on which natural-gas piping is
shown and coordinated with other installations, using input from installers of the items
involved.
B. Site Survey: Plans, drawn to scale, on which natural-gas piping is shown and coordinated with
other services and utilities.
C. Qualification Data: For qualified professional engineer.
D. Field quality-control reports.
1.7 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For motorized gas valves and pressure regulators to include
in emergency, operation, and maintenance manuals.
1.8 QUALITY ASSURANCE
A. Steel Support Welding Qualifications: Qualify procedures and personnel according to
AWS D1.1/D1.1M, "Structural Welding Code - Steel."
B. 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.
1.9 DELIVERY, STORAGE, AND HANDLING
A. Handling Flammable Liquids: Remove and dispose of liquids from existing natural-gas piping
according to requirements of authorities having jurisdiction.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FACILITY NATURAL-GAS PIPING 221123 - 3
B. Deliver pipes and tubes with factory-applied end caps. Maintain end caps through shipping,
storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and
moisture.
C. Store and handle pipes and tubes having factory-applied protective coatings to avoid damaging
coating, and protect from direct sunlight.
D. Protect stored PE pipes and valves from direct sunlight.
1.10 PROJECT CONDITIONS
A. Perform site survey, research public utility records, and verify existing utility locations. Contact
utility-locating service for area where Project is located.
B. Interruption of Existing Natural-Gas Service: Do not interrupt natural-gas service to facilities
occupied by Owner or others unless permitted under the following conditions and then only
after arranging to provide purging and startup of natural-gas supply according to requirements
indicated:
1. Notify Owner no fewer than two days in advance of proposed interruption of natural-gas
service.
2. Do not proceed with interruption of natural-gas service without Owner's written
permission.
1.11 COORDINATION
A. Coordinate sizes and locations of existing piping and proposed equipment.
PART 2 - PRODUCTS
2.1 PIPES, TUBES, AND FITTINGS
A. Steel Pipe: ASTM A 53/A 53M, black steel, Schedule 40, Type E or S, Grade B.
1. Malleable-Iron Threaded Fittings: ASME B16.3, Class 150, standard pattern.
2. Wrought-Steel Welding Fittings: ASTM A 234/A 234M for butt welding and socket
welding.
3. Unions: ASME B16.39, Class 150, malleable iron with brass-to-iron seat, ground joint,
and threaded ends.
4. Forged-Steel Flanges and Flanged Fittings: ASME B16.5, minimum Class 150,
including bolts, nuts, and gaskets of the following material group, end connections, and
facings:
a. Material Group: 1.1.
b. End Connections: Threaded or butt welding to match pipe.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FACILITY NATURAL-GAS PIPING 221123 - 4
c. Lapped Face: Not permitted underground.
d. Gasket Materials: ASME B16.20, metallic, flat, asbestos free, aluminum o-rings,
and spiral-wound metal gaskets.
e. Bolts and Nuts: ASME B18.2.1, carbon steel aboveground and stainless steel
underground.
5. Mechanical Couplings:
a. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1) Dresser Piping Specialties; Division of Dresser, Inc.
2) Smith-Blair, Inc.
b. Stainless-steel flanges and tube with epoxy finish.
c. Buna-nitrile seals.
d. Stainless-steel bolts, washers, and nuts.
e. Coupling shall be capable of joining PE pipe to PE pipe, steel pipe to PE pipe, or
steel pipe to steel pipe.
f. Steel body couplings installed underground on plastic pipe shall be factory
equipped with anode.
2.2 PIPING SPECIALTIES
A. Appliance Flexible Connectors:
1. Indoor, Fixed-Appliance Flexible Connectors: Comply with ANSI Z21.24.
2. Indoor, Movable-Appliance Flexible Connectors: Comply with ANSI Z21.69.
3. Outdoor, Appliance Flexible Connectors: Comply with ANSI Z21.75.
4. Corrugated stainless-steel tubing with polymer coating.
5. Operating-Pressure Rating: 0.5 psig.
6. End Fittings: Zinc-coated steel.
7. Threaded Ends: Comply with ASME B1.20.1.
8. Maximum Length: 72 inches
B. Y-Pattern Strainers:
1. Body: ASTM A 126, Class B, cast iron with bolted cover and bottom drain connection.
2. End Connections: Threaded ends for NPS 2 and smaller; flanged ends for NPS 2-1/2 and
larger.
3. Strainer Screen: 40-mesh startup strainer, and perforated stainless-steel basket with 50
percent free area.
4. CWP Rating: 125 psig.
C. Weatherproof Vent Cap: Cast- or malleable-iron increaser fitting with corrosion-resistant wire
screen, with free area at least equal to cross-sectional area of connecting pipe and threaded-end
connection.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FACILITY NATURAL-GAS PIPING 221123 - 5
2.3 JOINING MATERIALS
A. Joint Compound and Tape: Suitable for natural gas.
B. Welding Filler Metals: Comply with AWS D10.12/D10.12M for welding materials appropriate
for wall thickness and chemical analysis of steel pipe being welded.
2.4 MANUAL GAS SHUTOFF VALVES
A. See "Underground Manual Gas Shutoff Valve Schedule" and "Aboveground Manual Gas
Shutoff Valve Schedule" Articles for where each valve type is applied in various services.
B. General Requirements for Metallic Valves, NPS 2 and Smaller: Comply with ASME B16.33.
1. CWP Rating: 125 psig.
2. Threaded Ends: Comply with ASME B1.20.1.
3. Dryseal Threads on Flare Ends: Comply with ASME B1.20.3.
4. Tamperproof Feature: Locking feature for valves indicated in "Underground Manual Gas
Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule"
Articles.
5. Listing: Listed and labeled by an NRTL acceptable to authorities having jurisdiction for
valves 1 inch and smaller.
6. Service Mark: Valves 1-1/4 inches to NPS 2 shall have initials "WOG" permanently
marked on valve body.
C. General Requirements for Metallic Valves, NPS 2-1/2 and Larger: Comply with
ASME B16.38.
1. CWP Rating: 125 psig.
2. Flanged Ends: Comply with ASME B16.5 for steel flanges.
3. Tamperproof Feature: Locking feature for valves indicated in "Underground Manual Gas
Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule"
Articles.
4. Service Mark: Initials "WOG" shall be permanently marked on valve body.
D. Two-Piece, Full-Port, Bronze Ball Valves with Bronze Trim: MSS SP-110.
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. BrassCraft Manufacturing Company; a Masco company.
b. Conbraco Industries, Inc.; Apollo Div.
c. Lyall, R. W. & Company, Inc.
d. McDonald, A. Y. Mfg. Co.
e. Perfection Corporation; a subsidiary of American Meter Company.
2. Body: Bronze, complying with ASTM B 584.
3. Ball: Chrome-plated bronze.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FACILITY NATURAL-GAS PIPING 221123 - 6
4. Stem: Bronze; blowout proof.
5. Seats: Reinforced TFE; blowout proof.
6. Packing: Threaded-body packnut design with adjustable-stem packing.
7. Ends: Threaded, flared, or socket as indicated in "Underground Manual Gas Shutoff
Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles.
8. CWP Rating: 600 psig.
9. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL acceptable to
authorities having jurisdiction.
10. Service: Suitable for natural-gas service with "WOG" indicated on valve body.
E. Bronze Plug Valves: MSS SP-78.
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. Lee Brass Company.
b. McDonald, A. Y. Mfg. Co.
2. Body: Bronze, complying with ASTM B 584.
3. Plug: Bronze.
4. Ends: Threaded, socket, or flanged as indicated in "Underground Manual Gas Shutoff
Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles.
5. Operator: Square head or lug type with tamperproof feature where indicated.
6. Pressure Class: 125 psig.
7. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL acceptable to
authorities having jurisdiction.
8. Service: Suitable for natural-gas service with "WOG" indicated on valve body.
F. Cast-Iron, Nonlubricated Plug Valves: MSS SP-78.
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. McDonald, A. Y. Mfg. Co.
b. Mueller Co.; Gas Products Div.
c. Xomox Corporation; a Crane company.
2. Body: Cast iron, complying with ASTM A 126, Class B.
3. Plug: Bronze or nickel-plated cast iron.
4. Seat: Coated with thermoplastic.
5. Stem Seal: Compatible with natural gas.
6. Ends: Threaded or flanged as indicated in "Underground Manual Gas Shutoff Valve
Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles.
7. Operator: Square head or lug type with tamperproof feature where indicated.
8. Pressure Class: 125 psig.
9. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL acceptable to
authorities having jurisdiction.
10. Service: Suitable for natural-gas service with "WOG" indicated on valve body.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FACILITY NATURAL-GAS PIPING 221123 - 7
2.5 PRESSURE REGULATORS
A. General Requirements:
1. Single stage and suitable for natural gas.
2. Steel jacket and corrosion-resistant components.
3. Elevation compensator.
4. End Connections: Threaded for regulators NPS 2 and smaller; flanged for regulators
NPS 2-1/2 and larger.
B. Appliance Pressure Regulators: Comply with ANSI Z21.18.
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. Canadian Meter Company Inc.
b. Eaton Corporation; Controls Div.
c. Harper Wyman Co.
d. Maxitrol Company.
e. SCP, Inc.
2. Body and Diaphragm Case: Die-cast aluminum.
3. Springs: Zinc-plated steel; interchangeable.
4. Diaphragm Plate: Zinc-plated steel.
5. Seat Disc: Nitrile rubber.
6. Seal Plug: Ultraviolet-stabilized, mineral-filled nylon.
7. Factory-Applied Finish: Minimum three-layer polyester and polyurethane paint finish.
8. Regulator may include vent limiting device, instead of vent connection, if approved by
authorities having jurisdiction.
9. Maximum Inlet Pressure: 2 psig.
2.6 DIELECTRIC FITTINGS
A. General Requirements: Assembly of copper alloy and ferrous materials with separating
nonconductive insulating material. Include end connections compatible with pipes to be joined.
B. Dielectric Unions:
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. Capitol Manufacturing Company.
b. Central Plastics Company.
c. Hart Industries International, Inc.
d. Jomar International Ltd.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FACILITY NATURAL-GAS PIPING 221123 - 8
e. Matco-Norca, Inc.
f. McDonald, A. Y. Mfg. Co.
g. Watts Regulator Co.; a division of Watts Water Technologies, Inc.
h. Wilkins; a Zurn company.
2. Description:
a. Standard: ASSE 1079.
b. Pressure Rating: 125 psig minimum at 180 deg F.
c. End Connections: Solder-joint copper alloy and threaded ferrous.
2.7 LABELING AND IDENTIFYING
A. Detectable Warning Tape: Acid- and alkali-resistant, PE film warning tape manufactured for
marking and identifying underground utilities, a minimum of 6 inches wide and 4 mils thick,
continuously inscribed with a description of utility, with metallic core encased in a protective
jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches
deep; colored yellow.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine roughing-in for natural-gas piping system to verify actual locations of piping
connections before equipment installation.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Close equipment shutoff valves before turning off natural gas to premises or piping section.
B. Inspect natural-gas piping according to the International Fuel Gas Code to determine that
natural-gas utilization devices are turned off in piping section affected.
C. Comply with the International Fuel Gas Code requirements for prevention of accidental
ignition.
3.3 OUTDOOR PIPING INSTALLATION
A. Comply with the International Fuel Gas Code for installation and purging of natural-gas piping.
B. Steel Piping:
1. Apply paint to pipe after installation.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FACILITY NATURAL-GAS PIPING 221123 - 9
C. Install fittings for changes in direction and branch connections.
3.4 VALVE INSTALLATION
A. Install manual gas shutoff valve for each gas appliance ahead of corrugated stainless-steel
tubing, aluminum, or copper connector.
B. Install regulators and overpressure protection devices with maintenance access space adequate
for servicing and testing.
3.5 PIPING JOINT CONSTRUCTION
A. Ream ends of pipes and tubes and remove burrs.
B. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before
assembly.
C. Threaded Joints:
1. Thread pipe with tapered pipe threads complying with ASME B1.20.1.
2. Cut threads full and clean using sharp dies.
3. Ream threaded pipe ends to remove burrs and restore full inside diameter of pipe.
4. Apply appropriate tape or thread compound to external pipe threads unless dryseal
threading is specified.
5. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or
damaged. Do not use pipe sections that have cracked or open welds.
3.6 HANGER AND SUPPORT INSTALLATION
A. Comply with requirements for pipe hangers and supports specified in Section 220529 "Hangers
and Supports for Plumbing Piping and Equipment."
B. Install hangers for horizontal steel piping with the following maximum spacing and minimum
rod sizes:
1. NPS 1 and Smaller: Maximum span, 96 inches; minimum rod size, 3/8 inch.
2. NPS 1-1/4: Maximum span, 108 inches; minimum rod size, 3/8 inch.
3. NPS 1-1/2 and NPS 2: Maximum span, 108 inches; minimum rod size, 3/8 inch.
4. NPS 2-1/2 to NPS 3-1/2: Maximum span, 10 feet; minimum rod size, 1/2 inch.
5. NPS 4 and Larger: Maximum span, 10 feet; minimum rod size, 5/8 inch.
3.7 CONNECTIONS
A. Connect to utility's gas main according to utility's procedures and requirements.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FACILITY NATURAL-GAS PIPING 221123 - 10
B. Install natural-gas piping electrically continuous, and bonded to gas appliance equipment
grounding conductor of the circuit powering the appliance according to NFPA 70.
C. Install piping adjacent to appliances to allow service and maintenance of appliances.
D. Connect piping to appliances using manual gas shutoff valves and unions. Install valve within
72 inches of each gas-fired appliance and equipment. Install union between valve and
appliances or equipment.
E. Sediment Traps: Install tee fitting with capped nipple in bottom to form drip, as close as
practical to inlet of each appliance.
3.8 PAINTING
A. Paint exposed, exterior metal piping, valves, service regulators, and piping specialties, except
components, with factory-applied paint or protective coating.
1. Alkyd System: MPI EXT 5.1D.
a. Prime Coat: Alkyd anticorrosive metal primer.
b. Intermediate Coat: Exterior alkyd enamel matching topcoat.
c. Topcoat: Exterior alkyd enamel (semigloss).
d. Color: Yellow.
B. Damage and Touchup: Repair marred and damaged factory-applied finishes with materials and
by procedures to match original factory finish.
3.9 FIELD QUALITY CONTROL
A. Perform tests and inspections.
B. Tests and Inspections:
1. Test, inspect, and purge natural gas according to the International Fuel Gas Code and
authorities having jurisdiction.
C. Natural-gas piping will be considered defective if it does not pass tests and inspections.
D. Prepare test and inspection reports.
3.10 OUTDOOR PIPING SCHEDULE
A. Aboveground natural-gas piping shall be one of the following:
1. Steel pipe with malleable-iron fittings and threaded joints.
2. Steel pipe with wrought-steel fittings and welded joints.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FACILITY NATURAL-GAS PIPING 221123 - 11
3.11 ABOVEGROUND MANUAL GAS SHUTOFF VALVE SCHEDULE
A. Distribution piping valves for pipe sizes NPS 2 and smaller shall be one of the following:
1. Two-piece, full-port, bronze ball valves with bronze trim.
2. Bronze plug valve.
B. Valves in branch piping for single appliance shall be one of the following:
1. Two-piece, full-port, bronze ball valves with bronze trim.
2. Bronze plug valve.
END OF SECTION 221123
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
METAL DUCTS 23 31 13 - 1
SECTION 23 31 13 - METAL DUCTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
B. Division 01, Sustainable Design Requirements Section 01811313 for credit IEQ 4.1.
1.2 SUMMARY
A. Section Includes:
1. Single-wall rectangular ducts and fittings.
2. Sheet metal materials.
3. Sealants and gaskets.
4. Hangers and supports.
B. Related Sections:
1. Division 23 Section "Testing, Adjusting, and Balancing for HVAC" for testing, adjusting,
and balancing requirements for metal ducts.
2. Division 23 Section "Air Duct Accessories" for dampers, sound-control devices, duct-
mounting access doors and panels, turning vanes, and flexible ducts.
1.3 PERFORMANCE REQUIREMENTS
A. Delegated Duct Design: Duct construction, including sheet metal thicknesses, seam and joint
construction, reinforcements, and hangers and supports, shall comply with SMACNA's "HVAC
Duct Construction Standards - Metal and Flexible" Volume Four and performance requirements
and design criteria indicated in "Duct Schedule" Article.
B. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in
ASHRAE 62.1.
C. Structural Performance: Hangers and supports for ductwork shall withstand the effects of
gravity loads and stresses within limits and under conditions indicated according to
ASCE/SEI 7
1.4 ACTION SUBMITTALS
A. Product Data: For each type of the following products:
1. Liners and adhesives.
2. Sealants and gaskets.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
METAL DUCTS 23 31 13 - 2
1.5 INFORMATIONAL SUBMITTALS
A. Shop Drawings:
1. Fabrication, assembly, and installation, including plans, elevations, sections, components,
and attachments to other work.
2. Factory- and shop-fabricated ducts and fittings.
3. Duct layout indicating sizes, configuration, liner material, and static-pressure classes.
4. Ceiling devices and associated airflow rates.
5. Elevation of top of ducts.
6. Dimensions of main duct runs from building grid lines.
7. Fittings.
8. Reinforcement and spacing.
9. Seam and joint construction.
10. Penetrations through fire-rated and other partitions.
11. Equipment installation based on equipment being used on Project.
12. Locations for duct accessories, including dampers, turning vanes, and access doors and
panels.
13. Hangers and supports, including methods for duct and building attachment and vibration
isolation.
14. Sheet metal thicknesses
B. Coordination Drawings: Plans and other details, drawn to scale, on which components are
shown and coordinated with each other, using input from installers of the items involved. Refer
to Specification Section 230010 General Mechanical Requirements for further information
C. Field quality-control reports
1.6 QUALITY ASSURANCE
A. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 5 - "Systems and
Equipment" and Section 7 - "Construction and System Start-Up."
B. ASHRAE/IESNA Compliance: Applicable requirements in ASHRAE/IESNA 90.1, Section
6.4.4 - "HVAC System Construction and Insulation."
PART 2 - PRODUCTS
2.1 SINGLE-WALL RECTANGULAR DUCTS AND FITTINGS
A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction
Standards - Metal and Flexible" volume four based on indicated static-pressure class unless
otherwise indicated.
B. Transverse Joints: Select joint types and fabricate according to SMACNA's "HVAC Duct
Construction Standards - Metal and Flexible," Figure 2-1, "Rectangular Duct/Transverse
Joints," for static-pressure class, applicable sealing requirements, materials involved, duct-
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
METAL DUCTS 23 31 13 - 3
support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards -
Metal and Flexible."
C. Longitudinal Seams: Select seam types and fabricate according to SMACNA's "HVAC Duct
Construction Standards - Metal and Flexible," Figure 2-2, "Rectangular Duct/Longitudinal
Seams," for static-pressure class, applicable sealing requirements, materials involved, duct-
support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards -
Metal and Flexible."
D. Elbows, Transitions, Offsets, Branch Connections, and Other Duct Construction: Select types
and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and
Flexible," Chapter 4, "Fittings and Other Construction," for static-pressure class, applicable
sealing requirements, materials involved, duct-support intervals, and other provisions in
SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."
2.2 SHEET METAL MATERIALS
A. General Material Requirements: Comply with SMACNA's "HVAC Duct Construction
Standards - Metal and Flexible" for acceptable materials, material thicknesses, and duct
construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting,
seam marks, roller marks, stains, discolorations, and other imperfections.
B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M.
1. Galvanized Coating Designation: G90.
2. Finishes for Surfaces Exposed to View: Mill phosphatized.
C. Reinforcement Shapes and Plates: ASTM A 36/A 36M, steel plates, shapes, and bars; black and
galvanized.
1. Where black- and galvanized-steel shapes and plates are used to reinforce aluminum
ducts, isolate the different metals with butyl rubber, neoprene, or EPDM gasket materials.
D. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for lengths 36 inches or less; 3/8-inch
minimum diameter for lengths longer than 36 inches.
2.3 SEALANT AND GASKETS
A. General Sealant and Gasket Requirements: Surface-burning characteristics for sealants and
gaskets shall be a maximum flame-spread index of 25 and a maximum smoke-developed index
of 50 when tested according to UL 723; certified by an NRTL.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
METAL DUCTS 23 31 13 - 4
B. Two-Part Tape Sealing System:
1. Tape: Woven cotton fiber impregnated with mineral gypsum and modified
acrylic/silicone activator to react exothermically with tape to form hard, durable, airtight
seal.
2. Tape Width: 3 inches.
3. Sealant: Modified styrene acrylic.
4. Water resistant.
5. Mold and mildew resistant.
6. Maximum Static-Pressure Class: 10-inch wg, positive and negative.
7. Service: Indoor and outdoor.
8. Service Temperature: Minus 40 to plus 200 deg F.
9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless
steel, or aluminum.
10. For indoor applications, use sealant that has a VOC content of 250 g/L or less when
calculated according to 40 CFR 59, Subpart D (EPA Method 24).
C. Water-Based Joint and Seam Sealant:
1. Application Method: Brush on.
2. Solids Content: Minimum 65 percent.
3. Shore A Hardness: Minimum 20.
4. Water resistant.
5. Mold and mildew resistant.
6. VOC: Maximum 75 g/L (less water).
7. Maximum Static-Pressure Class: 10-inch wg, positive and negative.
8. Service: Indoor or outdoor.
9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless
steel, or aluminum sheets.
D. Flanged Joint Sealant: Comply with ASTM C 920.
1. General: Single-component, acid-curing, silicone, elastomeric.
2. Type: S.
3. Grade: NS.
4. Class: 25.
5. Use: O.
6. For indoor applications, use sealant that has a VOC content of 250 g/L or less when
calculated according to 40 CFR 59, Subpart D (EPA Method 24).
7. Sealant shall comply with the testing and product requirements of the California
Department of Health Services' "Standard Practice for the Testing of Volatile Organic
Emissions from Various Sources Using Small-Scale Environmental Chambers.
E. Flange Gaskets: Butyl rubber, neoprene, or EPDM polymer with polyisobutylene plasticizer.
F. Round Duct Joint O-Ring Seals:
1. Seal shall provide maximum leakage class of 3 cfm/100 sq. ft. at 1-inch wg and shall be
rated for 10-inch wg static-pressure class, positive or negative.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
METAL DUCTS 23 31 13 - 5
2. EPDM O-ring to seal in concave bead in coupling or fitting spigot.
3. Double-lipped, EPDM O-ring seal, mechanically fastened to factory-fabricated couplings
and fitting spigots.
2.4 HANGERS AND SUPPORTS
A. Hanger Rods for Noncorrosive Environments: Cadmium-plated steel rods and nuts.
B. Hanger Rods for Corrosive Environments: Electrogalvanized, all-thread rods or galvanized
rods with threads painted with zinc-chromate primer after installation.
C. Strap and Rod Sizes: Comply with SMACNA's "HVAC Duct Construction Standards - Metal
and Flexible," Table 5-1 (Table 5-1M), "Rectangular Duct Hangers Minimum Size," and
Table 5-2, "Minimum Hanger Sizes for Round Duct."
D. Duct Attachments: Sheet metal screws, blind rivets, or self-tapping metal screws; compatible
with duct materials.
E. Trapeze and Riser Supports:
1. Supports for Galvanized-Steel Ducts: Galvanized-steel shapes and plates.
2. Supports for Stainless-Steel Ducts: Stainless-steel shapes and plates.
PART 3 - EXECUTION
3.1 DUCT INSTALLATION
A. Drawing plans, schematics, and diagrams indicate general location and arrangement of duct
system. Indicated duct locations, configurations, and arrangements were used to size ducts and
calculate friction loss for air-handling equipment sizing and for other design considerations.
Install duct systems as indicated unless deviations to layout are approved on Shop Drawings and
Coordination Drawings.
B. Install ducts according to SMACNA's "HVAC Duct Construction Standards - Metal and
Flexible" unless otherwise indicated.
C. Install ducts with fewest possible joints.
D. Install factory- or shop-fabricated fittings for changes in direction, size, and shape and for
branch connections.
E. Unless otherwise indicated, install ducts vertically and horizontally, and parallel and
perpendicular to building lines.
F. Install ducts close to walls, overhead construction, columns, and other structural and permanent
enclosure elements of building.
G. Install ducts with a clearance of 1 inch, plus allowance for insulation thickness.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
METAL DUCTS 23 31 13 - 6
H. Route ducts to avoid passing through transformer vaults and electrical equipment rooms and
enclosures.
I. Where ducts pass through non-fire-rated interior partitions and exterior walls and are exposed to
view, cover the opening between the partition and duct or duct insulation with sheet metal
flanges of same metal thickness as the duct. Overlap openings on four sides by at least 1-1/2
inches.
J. Where ducts pass through fire-rated interior partitions and exterior walls, install fire dampers.
Comply with requirements in Division 23 Section "Air Duct Accessories" for fire and smoke
dampers.
K. Protect duct interiors from moisture, construction debris and dust, and other foreign materials.
Comply with SMACNA's "IAQ Guidelines for Occupied Buildings Under Construction,"
Appendix G, "Duct Cleanliness for New Construction Guidelines."
3.2 DUCT SEALING
A. Seal ducts to the following seal classes according to SMACNA's "HVAC Duct Construction
Standards - Metal and Flexible":
1. All ductwork: Seal class A
3.3 HANGER AND SUPPORT INSTALLATION
A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible,"
Chapter 5, "Hangers and Supports."
B. Building Attachments: Structural-steel fasteners appropriate for construction materials to which
hangers are being attached.
C. Hanger Spacing: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and
Flexible," Table 5-1 (Table 5-1M), "Rectangular Duct Hangers Minimum Size," and Table 5-2,
"Minimum Hanger Sizes for Round Duct," for maximum hanger spacing; install hangers and
supports within 24 inches of each elbow and within 48 inches of each branch intersection.
D. Support vertical ducts with steel angles or channel secured to the sides of the duct with welds,
bolts, sheet metal screws, or blind rivets; support at each floor and at a maximum intervals of 16
feet.
E. Install upper attachments to structures. Select and size upper attachments with pull-out, tension,
and shear capacities appropriate for supported loads and building materials where used.
3.4 CONNECTIONS
A. Make connections to equipment with flexible connectors complying with Division 23 Section
"Air Duct Accessories."
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
METAL DUCTS 23 31 13 - 7
B. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for
branch, outlet and inlet, and terminal unit connections.
3.5 FIELD QUALITY CONTROL
A. Perform tests and inspections.
B. Leakage Tests:
1. Comply with SMACNA's "HVAC Air Duct Leakage Test Manual." Submit a test report
for each test.
2. Test the following systems:
a. Ducts with a Pressure Class Higher Than 2-Inch wg: Test representative duct
sections no less than 25 percent of total installed duct area for each designated
pressure class.
3. Disassemble, reassemble, and seal segments of systems to accommodate leakage testing
and for compliance with test requirements.
4. Test for leaks before applying external insulation.
5. Conduct tests at static pressures equal to maximum design pressure of system or section
being tested. If static-pressure classes are not indicated, test system at maximum system
design pressure. Do not pressurize systems above maximum design operating pressure.
6. Give fourteen days' advance notice for testing.
C. Duct System Cleanliness Tests:
1. Visually inspect duct system to ensure that no visible contaminants are present.
2. Test sections of metal duct system, chosen randomly by Owner, for cleanliness according
to "Vacuum Test" in NADCA ACR, "Assessment, Cleaning and Restoration of HVAC
Systems."
a. Acceptable Cleanliness Level: Net weight of debris collected on the filter media
shall not exceed 0.75 mg/100 sq. cm.
D. Duct system will be considered defective if it does not pass tests and inspections.
E. Prepare test and inspection reports.
3.6 START UP
A. Air Balance: Comply with requirements in Division 23 Section "Testing, Adjusting, and
Balancing for HVAC."
3.7 DUCT SCHEDULE
A. Fabricate ducts with galvanized sheet steel except as otherwise indicated and as follows:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
METAL DUCTS 23 31 13 - 8
B. Supply, Return, Exhaust, and Outside Air:
a. Pressure Class: Positive 3-inch wg Negative 2- inch wg
b. Minimum SMACNA Seal Class: A.
c. SMACNA Leakage Class for Rectangular: 24.
d. SMACNA Leakage Class for Round: 24
C. Intermediate Reinforcement:
1. Galvanized-Steel Ducts: Galvanized steel or carbon steel coated with zinc-chromate
primer.
D. Elbow Configuration:
1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards -
Metal and Flexible," Figure 4-2, "Rectangular Elbows."
a. Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct
Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane
Runners," and Figure 4-4, "Vane Support in Elbows."
E. Branch Configuration:
1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards -
Metal and Flexible," Figure 4-6, "Branch Connection."
a. Rectangular Main to Rectangular Branch: 45-degree lateral or 90-degree with 45-
degree entry.
2. Rectangular Main to Round Tap: Comply with SMACNA's "HVAC Duct Construction
Standards - Metal and Flexible," Figure 3-5, "90 Degree Tees and Laterals," and Figure
3-6, "Conical Tees." Saddle taps are permitted in existing duct.
a. Velocity 1000 fpm or Lower: 90-degree tap.
b. Velocity 1000 to 1500 fpm: Conical tap.
c. Velocity 2000 fpm or Less: 45-degree lateral or 90-degree with 45-degree entry.
END OF SECTION 233113
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
NONMETAL DUCTS 233116 - 1
SECTION 233116 - NONMETAL DUCTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Rigid Closed Cell Outdoor Ductwork.
B. Related Sections:
1. Section 230593 "Testing, Adjusting, and Balancing for HVAC" for testing, adjusting, and
balancing requirements for nonmetal ducts.
2. Section 233113 "Metal Ducts" for single- and double-wall, rectangular and round ducts.
3. Section 233119 "HVAC Casings" for factory- and field-fabricated casings for mechanical
equipment.
4. Section 233300 "Air Duct Accessories" for dampers, duct-mounting access doors and
panels, turning vanes, and flexible ducts.
1.3 PERFORMANCE REQUIREMENTS
A. Duct construction, including duct closure, reinforcements, and hangers and supports, shall
comply with SMACNA's "Fibrous Glass Duct Construction Standards" and performance
requirements and design criteria indicated.
1. Static-Pressure Classes:
a. Supply Ducts (except in Mechanical Rooms): 2-inch wg.
b. Return Ducts (Negative Pressure): 2-inch wg.
B. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in
ASHRAE 62.1.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of the following products:
1. Fibrous-glass duct materials.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
NONMETAL DUCTS 233116 - 2
2. Phenolic-foam duct materials.
3. Thermoset FRP duct materials.
4. PVC duct materials.
5. Rigid Closed Cell Outdoor Ductwork materials.
B. Shop Drawings:
1. Fabrication, assembly, and installation, including plans, elevations, sections, components,
and attachments to other work.
2. Duct layout indicating sizes and pressure classes.
3. Elevation of top of ducts.
4. Dimensions of main duct runs from building grid lines.
5. Fittings.
6. Reinforcement and spacing.
7. Seam and joint construction.
8. Penetrations through fire-rated and other partitions.
9. Equipment installation based on equipment being used on Project.
10. Hangers and supports, including methods for duct and building attachment and vibration
isolation.
C. Delegated-Design Submittal:
1. Duct materials and thicknesses.
2. Joint and seam construction and sealing.
3. Reinforcement details and spacing.
1.5 INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Plans, drawn to scale, on which the following items are shown and
coordinated with each other, using input from installers of the items involved:
1. Duct installation in congested spaces, indicating coordination with general construction,
building components, and other building services. Indicate proposed changes to duct
layout.
2. Suspended ceiling components.
3. Structural members to which duct will be attached.
4. Size and location of initial access modules for acoustical tile.
5. Penetrations of smoke barriers and fire-rated construction.
6. Items penetrating finished ceiling including the following:
a. Lighting fixtures.
b. Air outlets and inlets.
c. Speakers.
d. Sprinklers.
e. Access panels.
f. Perimeter moldings.
B. Field quality-control reports.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
NONMETAL DUCTS 233116 - 3
1.6 QUALITY ASSURANCE
A. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 5 - "Systems and
Equipment" and Section 7 - "Construction and System Start-up."
B. ASHRAE/IESNA Compliance: Applicable requirements in ASHRAE/IESNA 90.1,
Section 6.4.4 - "HVAC System Construction and Insulation."
C. NFPA Compliance:
1. NFPA 90A, "Installation of Air Conditioning and Ventilating Systems."
2. NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems."
PART 2 - PRODUCTS
2.1 RIGID CLOSED CELL OUTDOOR DUCTWORK
A. Manufacturers:
1. Thermaduct (Basis of Design)
2. Review alternate manufacturers with the Engineer for compliance with the specification.
B. Suitable for ductwork which is exposed to weather and does not exceed a continuous internal
static pressure of 6” w.g. positive or negative or with a pressure test rating over 10” w.g.
positive or negative.
C. Product:
1. The panel shall be manufactured of CFC-free closed cell rigid foam resin thermally
bonded on both sides to a factory applied .001" (25 micron) aluminum foil facing
reinforced with a fiberglass scrim. An added UV stable, IR reflective 1000-micron high
impact resistant titanium infused vinyl is factory bonded using a full lamination process.
The lamination process shall permanently bond the vinyl clad to the outer surfaces of the
phenolic foam panel to provide a zero-permeability water tight barrier and to form a
structurally insulated panel (SIP) in which to form duct segments. Processes that do not
employ a full lamination process are not acceptable. Self-applied adhesives such as
tapes, caulks or cladding that incorporate pressure sensitive or spray adhesives are not
acceptable.
2. The thermal conductivity shall be no greater than 0.13BTU • in/Hr •ft2•°F (.018W/m•°C),
the thermal conductivity shall be no greater than 0.13BTU • in/Hr •ft2•°F.
3. The density of the foam shall not be less than 3.5 pcf with a minimum compressive
strength of 28 psi.
4. The panel is 1-3/4” thickness panel with R-8.1 (1.5 RSI) shall be utilized unless indicated
otherwise on the print:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
NONMETAL DUCTS 233116 - 4
a. Maximum Temperature: Continuous rating of 185 degrees F (70 deg C) inside
ducts or ambient temperature surrounding ducts.
b. Maximum Thermal Conductivity: 0.13 Btu x in./h x sq. ft. x deg F at 75 deg F
mean temperature.
c. Permeability: 0.00 perms maximum when tested according to ASTM E 96/E 96M,
Procedure A.
d. Antimicrobial Agent: Additive for antimicrobial shall not be used but instead, raw
product must pass UL bacteria growth testing.
e. Noise-Reduction Coefficient: 0.05 minimum when tested according to ASTM C
423, Mounting A.
f. Required Markings: All interior duct liner shall bear UL label and other markings
required by UL 181 on each full sheet of duct panel; UL ratings for internal closure
materials.
g. All insulation materials shall be closed cell with a closed cell content of >90%.
5. Closure Materials:
a. V-Groove Adhesive: Silicone (interior only).
b. UV stable 1000 micron high impact resistant titanium infused vinyl (exterior).
1) Factory manufactured seamless corners for zero perms.
2) Cohesive bonded over-lap at corner seam covers for zero perms.
3) Water resistant titanium infused welded vinyl seams.
4) Mold and mildew resistant.
c. Polymeric Sealing System:
1) Structural Membrane: Aluminum scrim with woven glass fiber with white,
water resistant, mold and mildew resistant, UV stable vinyl clad applied.
Low VOC Sealant.
2) Minimum Seam Cover Width: 2 7/8” inches
d. Duct Connector: Factory manufactured galvanized 4-bolt flange.
6. Outdoor cladding:
a. Duct segments shall incorporate UV stable 1000 micron high impact resistant
titanium infused vinyl which is introduced during the manufacturing process.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
NONMETAL DUCTS 233116 - 5
7. Flange coverings:
a. Flanges are field sealed airtight before flange covers are installed. Flange covering
consists of the following: Foam tape insulation with molded 39 mil covers, Air
gap (heating only application) with molded 39 mil covers.
8. Reinforcement:
a. Provide designed and built with adequate reinforcement to both; withstand air
pressure forces from within the duct from blower pressure and shall be built to
handle expected snow load for the location where the system is being installed.
System will employ reinforcement system when both specified static pressure and
duct sizes dictate the need. This is a factory installed system and no field
installation of the reinforcement system is required.
9. Weight:
a. Assembled system shall have a weight of 0.86 lbs. per square foot to maximum
weight of 2.7 lbs. per square foot. Hangers and tie-downs are to be detailed on the
manufacturer’s installing contractors detail drawings prior to installation but not
exceeding 13’ for duct girth <84” and 8’ for duct girth >85” between hangers and
designed to carry the weight and wind load of the ductwork.
2.2 HANGERS AND SUPPORTS
A. Hanger Rods for Noncorrosive Environments: Cadmium-plated steel rods and nuts.
B. Hanger Rods for Corrosive Environments: Electrogalvanized, all-thread rods or galvanized
rods with threads painted with zinc-chromate primer after installation.
C. Strap and Rod Sizes: Comply with SMACNA's "HVAC Duct Construction Standards - Metal
and Flexible," Table 5-1, "Rectangular Duct Hangers Minimum Size," and Table 5-2,
"Minimum Hanger Sizes for Round Duct."
D. Steel Cables: ASTM A 492, stainless steel with end connections made of cadmium-plated steel
assemblies with brackets, swivel, and bolts designed for duct hanger service; with an automatic-
locking and clamping device.
E. Duct Attachments: Sheet metal screws, blind rivets, or self-tapping metal screws; compatible
with duct materials.
F. Trapeze and Riser Supports: Steel shapes complying with ASTM A 36/A 36M.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
NONMETAL DUCTS 233116 - 6
PART 3 - EXECUTION
3.1 DUCT INSTALLATION
A. Install ducts with fewest possible joints.
B. Unless otherwise indicated, install ducts vertically and horizontally, and parallel and
perpendicular to building lines.
C. Install ducts close to walls, overhead construction, columns, and other structural and permanent
enclosure elements of building.
D. Install ducts with a clearance of 1 inch, plus allowance for insulation thickness.
E. Where ducts pass through non-fire-rated interior partitions and exterior walls and are exposed to
view, cover the opening between the partition and duct or duct insulation with sheet metal
flanges. Overlap openings on four sides by at least 1-1/2 inches.
F. Where ducts pass through fire-rated interior partitions and exterior walls, install fire dampers.
Comply with requirements in Section 233300 "Air Duct Accessories" for fire and smoke
dampers.
G. Protect duct interiors from the moisture, construction debris and dust, and other foreign
materials. Comply with SMACNA's "IAQ Guidelines for Occupied Buildings Under
Construction," Appendix G, "Duct Cleanliness for New Construction Guidelines."
H. Install fibrous-glass ducts and fittings to comply with NAIMA AH116, "Fibrous Glass Duct
Construction Standards] [SMACNA's "Fibrous Glass Duct Construction Standards."
I. Install thermoset FRP ducts and fittings to comply with SMACNA's "Thermoset FRP Duct
Construction Manual."
J. Install PVC ducts and fittings to comply with SMACNA's "Thermoplastic Duct (PVC)
Construction Manual."
3.2 HANGER AND SUPPORT INSTALLATION
A. Install hangers and supports for fibrous-glass ducts and fittings to comply with SMACNA's
"Fibrous Glass Duct Construction Standards," Chapter 6, "Hangers and Supports."
B. Building Attachments: Concrete inserts, powder-actuated fasteners, or structural-steel fasteners
appropriate for construction materials to which hangers are being attached.
1. Install concrete inserts before placing concrete.
2. Install powder-actuated concrete fasteners after concrete is placed and completely cured.
3. Use powder-actuated concrete fasteners for standard-weight aggregate concretes or for
slabs more than 4 inches thick.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
NONMETAL DUCTS 233116 - 7
4. Do not use powder-actuated concrete fasteners for lightweight-aggregate concretes or for
slabs less than 4 inches thick.
5. Do not use powder-actuated concrete fasteners for seismic restraints.
C. Install upper attachments to structures. Select and size upper attachments with pull-out, tension,
and shear capacities appropriate for supported loads and building materials where used.
3.3 FIELD QUALITY CONTROL
A. Perform tests and inspections.
B. Leakage Tests:
1. Comply with SMACNA's "HVAC Air Duct Leakage Test Manual." Submit a test report
for each test.
2. Test the following systems:
a. Ducts with a Pressure Class Higher Than 3-Inch wg: Test representative duct
sections, selected by Engineer from sections installed, totaling no less than 25
percent of total installed duct area for each designated pressure class.
b. Supply Ducts with a Pressure Class of 2-Inch wg or Higher: Test representative
duct sections, selected by Engineer from sections installed, totaling no less than 50
percent of total installed duct area for each designated pressure class.
c. Return Ducts with a Pressure Class of 2-Inch wg or Higher: Test representative
duct sections, selected by Engineer from sections installed, totaling no less than 50
percent of total installed duct area for each designated pressure class.
d. Exhaust Ducts with a Pressure Class of 2-Inch wg or Higher: Test representative
duct sections, selected by Engineer from sections installed, totaling no less than 50
percent of total installed duct area for each designated pressure class.
e. Outdoor Air Ducts with a Pressure Class of 2-Inch wg or Higher: Test
representative duct sections, selected by Engineer from sections installed, totaling
no less than 50 percent of total installed duct area for each designated pressure
class.
3. Disassemble, reassemble, and seal segments of systems to accommodate leakage testing
and for compliance with test requirements.
4. Test for leaks before applying external insulation.
5. Conduct tests at static pressures equal to maximum design pressure of system or section
being tested. If static-pressure classes are not indicated, test entire system at maximum
system design pressure. Do not pressurize systems above maximum design operating
pressure. Give seven days' advance notice for testing.
C. Duct System Cleanliness Tests:
1. Visually inspect duct system to ensure that no visible contaminants are present.
2. Test sections of nonmetal duct system, chosen randomly by Owner, for cleanliness
according to "Vacuum Test" in NADCA ACR, "Assessment, Cleaning and Restoration of
HVAC Systems."
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
NONMETAL DUCTS 233116 - 8
a. Acceptable Cleanliness Level: Net weight of debris collected on the filter media
shall not exceed 0.75 mg/100 sq. cm.
D. Duct system will be considered defective if it does not pass tests and inspections.
E. Prepare test and inspection reports.
3.4 DUCT CLEANING
A. Clean new and existing duct system(s) before testing, adjusting, and balancing.
B. Use service openings for entry and inspection.
1. Create new openings and install access panels appropriate for duct static-pressure class if
required for cleaning access. Provide insulated panels for insulated or lined duct. Patch
duct as recommended by duct manufacturer. Comply with Section 233300 "Air Duct
Accessories" for access panels and doors.
2. Disconnect and reconnect flexible ducts as needed for cleaning and inspection.
3. Remove and reinstall ceiling to gain access during the cleaning process.
C. Particulate Collection and Odor Control:
1. When venting vacuuming system inside the building, use HEPA filtration with 99.97
percent collection efficiency for 0.3-micron-size (or larger) particles.
2. When venting vacuuming system to outdoors, use filter to collect debris removed from
HVAC system, and locate exhaust downwind and away from air intakes and other points
of entry into building.
D. Clean the following components by removing surface contaminants and deposits:
1. Air outlets and inlets (registers, grilles, and diffusers).
2. Supply, return, and exhaust fans including fan housings, plenums (except ceiling supply
and return plenums), scrolls, blades or vanes, shafts, baffles, dampers, and drive
assemblies.
3. Air-handling unit internal surfaces and components including mixing box, coil section,
air wash systems, spray eliminators, condensate drain pans, humidifiers and
dehumidifiers, filters and filter sections, and condensate collectors and drains.
4. Coils and related components.
5. Return-air ducts, dampers, actuators, and turning vanes except in ceiling plenums and
mechanical equipment rooms.
6. Supply-air ducts, dampers, actuators, and turning vanes.
7. Dedicated exhaust and ventilation components and makeup air systems.
E. Mechanical Cleaning Methodology:
1. Use vacuum-collection devices that are operated continuously during cleaning. Connect
vacuum device to downstream end of duct sections so areas being cleaned are under
negative pressure.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
NONMETAL DUCTS 233116 - 9
2. Use mechanical agitation to dislodge debris adhered to interior duct surfaces without
damaging integrity of ducts or duct accessories.
3. Clean fibrous-glass duct with HEPA vacuuming equipment; do not permit duct to get
wet. Replace fibrous-glass duct that is damaged, deteriorated, or delaminated or that has
friable material, mold, or fungus growth.
4. Clean coils and coil drain pans according to NADCA 1992. Keep drain pan operational.
Rinse coils with clean water to remove latent residues and cleaning materials; comb and
straighten fins.
5. Provide drainage and cleanup for wash-down procedures.
6. Antimicrobial Agents and Coatings: Apply EPA-registered antimicrobial agents if
fungus is present. Apply antimicrobial agents according to manufacturer's written
instructions after removal of surface deposits and debris.
3.5 START UP
A. Air Balance: Comply with requirements in Section 230593 "Testing, Adjusting, and Balancing
for HVAC."
3.6 DUCT SCHEDULE
SERVICE
MATERIAL
SPECIAL
REQUIREMENTS
Supply, return, vent, relief, and
exhaust (located outside the
building envelope)
Rigid Closed Cell Outdoor
Ductwork
Double-wall Insulated Ducts: min-
imum R-value: 8.
END OF SECTION 233116
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
AIR DUCT ACCESSORIES 23 33 00 - 1
SECTION 23 33 00 - AIR DUCT ACCESSORIES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Backdraft and pressure relief dampers.
2. Manual volume dampers.
3. Control dampers.
4. Fire dampers.
5. Flange connectors.
6. Turning vanes.
7. Duct-mounted access doors.
8. Flexible connectors.
9. Duct accessory hardware
10. Flexible ducts.
1.3 ACTION SUBMITTALS
A. Product data
B. Shop Drawings: For duct accessories. Include plans, elevations, sections, details and
attachments to other work.
1. Detail duct accessories fabrication and installation in ducts and other construction.
Include dimensions, weights, loads, and required clearances; and method of field
assembly into duct systems and other construction. Include the following:
a. Special fittings.
b. Manual volume damper installations.
c. Control-damper installations.
d. Fire-damper damper installations, including sleeves; and duct-mounted access
doors and remote damper operators.
e. Wiring Diagrams: For power, signal, and control wiring.
1.4 INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Reflected ceiling plans, drawn to scale, on which ceiling-mounted
access panels and access doors required for access to duct accessories are shown and
coordinated with each other, using input from Installers of the items involved.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
AIR DUCT ACCESSORIES 23 33 00 - 2
B. Field quality-control reports.
1.5 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For air duct accessories to include in operation and
maintenance manuals
1.6 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. Fusible Links: Furnish 1 for each damper requiring fusible links installed
PART 2 - PRODUCTS
2.1 ASSEMBLY DESCRIPTION
A. Comply with NFPA 90A, "Installation of Air Conditioning and Ventilating Systems," and with
NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems."
B. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for
acceptable materials, material thicknesses, and duct construction methods unless otherwise
indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains,
discolorations, and other imperfections
2.2 MATERIALS
A. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M.
1. Galvanized Coating Designation: G90.
2. Exposed-Surface Finish: Mill phosphatized.
B. Stainless-Steel Sheets: Comply with ASTM A 480/A 480M, Type 304, and having a No. 2
finish for concealed ducts and a No.3 finish for exposed ducts
C. Reinforcement Shapes and Plates: Galvanized-steel reinforcement where installed on
galvanized sheet metal ducts; compatible materials for aluminum and stainless-steel ducts.
D. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for lengths 36 inches or less; 3/8-inch
minimum diameter for lengths longer than 36 inches
2.3 BACKDRAFT AND PRESSURE RELIEF DAMPERS
A. Performance: Subject to compliance with requirements and related documents, provide
products meeting a minimum performance of the following:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
AIR DUCT ACCESSORIES 23 33 00 - 3
1. Description: Gravity balanced.
2. Maximum Air Velocity: 2500 fpm.
3. Maximum System Pressure: 2-inch wg.
4. Temperature: 180 degrees F
5. Frame: 18 gauge galvanized sheet steel, 3.5 in wide with welded corners and mounting
flange.
6. Blades: .025 in thick roll-formed aluminum, center-pivoted, with sealed edges.
7. Blade Action: Parallel.
8. Blade Seals: extruded vinyl
9. Blade Axles:
a. Material: Plated steel.
b. Diameter: .1875 in
10. Tie Bars and Brackets: 20 gauge galvanized steel (on-blade)
11. Return Spring: Adjustable tension.
12. Bearings: Acetal.
13. Accessories:
a. Adjustment device to permit setting for varying differential static pressure
2.4 MANUAL VOLUME DAMPERS
A. Standard, Steel, Manual Volume Dampers:
1. Manufacturers: provide products by one of the following:
a. Greenheck Fan Corporation
b. Nailor Industries Inc.
c. Ruskin Company.
2. Standard leakage rating, with linkage outside airstream.
3. Suitable for horizontal or vertical applications.
4. Frames:
a. Frame: Hat-shaped, 16 gauge, 5 inch deep, galvanized sheet steel.
b. Mitered and welded corners.
c. Flanges for attaching to walls and flangeless frames for installing in ducts.
5. Blades:
a. Single blade up to 12” high, multi blade over 12” high
b. Parallel- or opposed-blade design.
c. Stiffen damper blades for stability.
d. Galvanized, V-blade, 16 gauge but not less than two gauges more than the duct
gauge
6. Blade Axles: Galvanized steel, ½ inch diameter.
7. Bearings:
a. Stainless-steel sleeve.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
AIR DUCT ACCESSORIES 23 33 00 - 4
b. Dampers in ducts with pressure classes of 2-inch wg or more and on all dampers
over 12 inch diameter shall have continuous rod axles full length of damper blades
and bearings at both ends of operating shaft.
8. Tie Bars and Brackets: Galvanized steel.
9. Include elevated platform for insulated duct mounting.
10. Damper handles:
a. Cast alloy body and core
b. Heavy stamped handle
c. Locking
d. Hex locking nut and acorn nut
e. Basis of design: Duro Dyne, Specline or approved equal
2.5 CONTROL DAMPERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Greenheck Fan Corporation.
2. Nailor Industries Inc.
3. Ruskin Company.
B. Insulated control dampers: low leakage,
1. 0.125 inch aluminum 5”x1” hat channel frame insulated with polystyrene on four sides
and thermally broken with dual polyurethane resin aps.
2. Damper blades shall be heavy gauge extruded aluminum airfoil shape with metal blade to
blade overlap. Each blade shall be symmetrical relative to its axle pivot point, presenting
identical performance characteristics with air flowing in either direction through the
damper. Blade orientation is horizontal, and operation is parallel (on/off) or opposed
(modulating), refer to drawings for further detail. Blades to be internally insulated
polyurethane foam and thermally broken blade and jamb seals to be silicone rubber and
external blade-to-blade linkage.
3. Each blade stop (at top and bottom of damper frame) shall occupy no more than ½” of the
damper opening area to allow for maximum free area and to minimize pressure loss
across the damper
4. Linkage: Concealed in frame out of the airstream, plated steel material
5. Bearings to be dual bearing with acetal inner sleeve, flanged outer bearing resulting in no
metal-to-metal or metal-to-plastic contact.
6. Dampers shall have a maximum leakage of 8 cfm/ sq. ft. @ 4 in. wg or 3 cfm/ sq. ft. @ 1
in. wg. at -40°F. Tested in accordance with AMCA standard 500-D.
7. Dampers shall have a maximum differential pressure rating of 4 in. wg
8. Dampers shall have a maximum velocity rating of 4000 fpm
9. Axles: Minimum ½ inch dia. plated steel. Stainless steel axle is optional. Removable
control shaft extends 6" beyond the damper frame Dimension per drawings. Provide
multi section damper as noted.
10. Finish: Mill Galvanized finish is standard
11. Temperature Rating: -70° F to 200° F
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
AIR DUCT ACCESSORIES 23 33 00 - 5
12. Control damper actuators: internal mount, 24 volt, refer to instrumentation and controls
spec 230900 for further detail.
13. OCI switch (where indicated on drawings) - Two position indicator switch directly linked
to damper blade to remotely indicate damper blade position.
C. Non- insulated control damper
1. Dampers shall have a maximum leakage of 8 cfm/ sq. ft. @ 4 in. wg.
2. Dampers shall have a maximum differential pressure rating of 5 in. wg
3. Dampers shall have a maximum velocity rating of 3000 fpm
4. Damper frame shall be 16 ga. galvanized steel formed into a 5” x 1” structural hat
channel. Top and bottom frame members on dampers less than 17” high shall be low
profile design to maximize the free area of these smaller dampers. Frame shall be 4-piece
construction with 1 ½” (minimum) integral overlapping gusset reinforcements in each
corner to assure square corners and provide maximum resistance to racking.
5. Blades: Damper blades shall be 16 ga. galvanized steel strengthened by three longitudinal
1” deep Vee grooves running the entire length of each blade. Each blade shall be
symmetrical relative to its axle pivot point, presenting identical performance
characteristics with air flowing in either direction through the damper. Provide
symmetrical blades of varying size as required to completely fill the damper opening.
Blade orientation is horizontal. Blade operation is parallel
6. Each blade stop (at top and bottom of damper frame) shall occupy no more than ½” of the
damper opening area to allow for maximum free area and to minimize pressure loss
across the damper
7. Blade Edge: Blade seals shall be TPE which are mechanically fastened to each blade.
8. Jamb: Flexible stainless steel compression type
9. Linkage: Concealed in jamb, plated steel material.
10. Axles: Minimum ½ inch dia. plated steel
11. Bearings: Axle bearings shall be synthetic (acetal) sleeve rotating in polished extruded
holes in the damper frame.
12. Finish: Mill Galvanized finish is standard
13. OCI switch (where indicated on drawings)- Two position indicator switch directly linked
to damper blade to remotely indicate damper blade position
14. Control damper actuators: external mount, 24 volt, refer to instrumentation and controls
spec 230900 for further detail
2.6 FIRE DAMPERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Greenheck Fan Corporation.
2. Nailor Industries Inc.
3. Ruskin Company.
B. Type: Static; rated and labeled according to UL 555 by an NRTL.
C. Closing rating in ducts up to 4-inch wg static pressure class and minimum 2000-fpm velocity.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
AIR DUCT ACCESSORIES 23 33 00 - 6
D. Fire Rating: 1-1/2 hours.
E. Frame: Curtain type with blades outside airstream; fabricated with roll-formed, 0.034-inch-
thick galvanized steel; with mitered and interlocking corners.
F. Mounting Sleeve: Factory- or field-installed, galvanized sheet steel.
1. Minimum Thickness: 0.05 thick, as indicated, and of length to suit application.
2. Exception: Omit sleeve where damper-frame width permits direct attachment of
perimeter mounting angles on each side of wall or floor; thickness of damper frame must
comply with sleeve requirements.
G. Mounting Orientation: Vertical or horizontal as indicated.
H. Blades: Galvanized curtain style
I. Heat-Responsive Device: Replaceable, 165 deg F rated, fusible links
2.7 FLANGE CONNECTORS
A. Interior
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. Ductmate Industries, Inc.
b. Nexus PDQ; Division of Shilco Holdings Inc.
c. Ward Industries, Inc.; a division of Hart & Cooley, Inc.
2. Description: roll-formed, factory-fabricated, slide-on transverse flange connectors,
gaskets, and components.
3. Material: Galvanized steel.
4. Gage and Shape: Match connecting ductwork.
B. Exterior
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. Ductmate Industries, Inc. (Basis-of-Design)
b. Nexus PDQ; Division of Shilco Holdings Inc.
c. Ward Industries, Inc.; a division of Hart & Cooley, Inc.
2. Description: Add-on factory-fabricated, slide-on transverse flange connectors, gaskets,
and components.
3. Material: PVC coated galvanized steel with integral sealant.
4. Gage and Shape: 20 Gage Roll-formed.
5. Gasket: 440 Butyl.
6. Cleat: PVC (polyvinyl chloride).
a. Corner Clips: Bolted, 16 Gage PVC coated
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
AIR DUCT ACCESSORIES 23 33 00 - 7
2.8 TURNING VANES
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Ductmate Industries, Inc.
2. Duro Dyne Inc.
3. Elgen Manufacturing.
4. METALAIRE, Inc.
5. SEMCO Incorporated.
6. Ward Industries, Inc.; a division of Hart & Cooley, Inc.
B. Manufactured Turning Vanes for Metal Ducts: Curved blades of galvanized sheet steel; support
with bars perpendicular to blades set; set into vane runners suitable for duct mounting.
C. General Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal
and Flexible"; Figures 4-3, "Vanes and Vane Runners," and 4-4, "Vane Support in Elbows."
D. Vane Construction: Single Wall for ducts up to 36 inches wide and double wall for larger
dimensions.
E. Vane Spacing: 1.5 inches.
F. Vane Radius: 2 inches.
2.9 DUCT-MOUNTED ACCESS DOORS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Ductmate Industries, Inc.
2. Greenheck Fan Corporation.
3. Nailor Industries Inc.
B. Duct-Mounted Access Doors: Fabricate access panels according to SMACNA's "HVAC Duct
Construction Standards - Metal and Flexible"; Figures 7-2, "Duct Access Doors and Panels,"
and 7-3, "Access Doors - Round Duct."
1. Door:
a. Double wall, rectangular.
b. Galvanized sheet metal with insulation fill and thickness as indicated for duct
pressure class.
c. Vision panel.
d. Hinges and Latches: 1-by-1-inch piano hinge and cam latches.
e. Fabricate doors airtight and suitable for duct pressure class.
2. Frame: Galvanized sheet steel, with bend-over tabs and foam gaskets.
3. Number of Hinges and Locks:
a. Access Doors up to 18 Inches Square: Two hinges and two sash locks.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
AIR DUCT ACCESSORIES 23 33 00 - 8
b. Access Doors up to 24 by 48 Inches: Three hinges and two compression
latches with outside and inside handles.
c. Access Doors Larger Than 24 by 48 Inches: Four hinges and two compression
latches with outside and inside handles.
C. Pressure Relief Access Door:
1. Door and Frame Material: Galvanized sheet steel.
2. Door: Double wall with insulation fill with metal thickness applicable for duct pressure
class.
3. Operation: Open outward for positive-pressure ducts and inward for negative-pressure
ducts.
4. Factory set at 10-inch wg.
5. Doors close when pressures are within set-point range.
6. Hinge: Continuous piano.
7. Latches: Cam.
8. Seal: Neoprene or foam rubber.
9. Insulation Fill: 1-inch thick, fibrous-glass or polystyrene-foam board
2.10 FLEXIBLE CONNECTORS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Ductmate Industries, Inc.
2. Duro Dyne Inc.
3. Elgen Manufacturing.
4. Ventfabrics, Inc.
5. Ward Industries, Inc.; a division of Hart & Cooley, Inc.
B. Materials: Flame-retardant or noncombustible fabrics.
C. Coatings and Adhesives: Comply with UL 181, Class 1.
D. Metal-Edged Connectors: Factory fabricated with a fabric strip 5-3/4 inches wide attached to 2
strips of 2-3/4-inch wide, 0.028-inch thick, galvanized sheet steel or 0.032-inch thick aluminum
sheets. Provide metal compatible with connected ducts.
E. Indoor System, Flexible Connector Fabric: Glass fabric double coated with neoprene.
1. Minimum Weight: 26 oz./sq. yd.
2. Tensile Strength: 480 lbf/inch in the warp and 360 lbf/inch in the filling.
3. Service Temperature: Minus 40 to plus 200 deg F.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
AIR DUCT ACCESSORIES 23 33 00 - 9
2.11 DUCT ACCESSORY HARDWARE
A. Instrument Test Holes: Cast iron or cast aluminum to suit duct material, including screw cap
and gasket. Size to allow insertion of pitot tube and other testing instruments and of length to
suit duct-insulation thickness.
B. Adhesives: High strength, quick setting, neoprene based, waterproof, and resistant to gasoline
and grease.
2.12 FLEXIBLE DUCTS
A. Performance: Subject to compliance with requirements and related documents, provide
products meeting a minimum performance of the following:
B. Insulated, Flexible Duct: UL 181, Class 1, black polymer film supported by helically wound,
spring-steel wire; fibrous-glass insulation; polyethylene vapor-barrier film.
1. Pressure Rating: 4-inch wg positive and 0.5-inch wg negative.
2. Maximum Air Velocity: 4000 fpm.
3. Temperature Range: Minus 20 to plus 175 deg F.
4. Insulation R-Value: Comply with ASHRAE/IESNA 90.1.
C. Flexible ducts to be provided for supply air ductwork only or as otherwise shown on drawings.
D. Flexible Duct Connectors:
1. Clamps: Stainless-steel band with cadmium-plated hex screw to tighten band with a
worm-gear action in sizes 3 through 18 inches, to suit duct size.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install duct accessories according to applicable details in SMACNA's "HVAC Duct
Construction Standards - Metal and Flexible" for metal ducts.
B. Install duct accessories of materials suited to duct materials; use galvanized-steel accessories in
galvanized-steel and fibrous-glass ducts, stainless-steel accessories in stainless-steel ducts, and
aluminum accessories in aluminum ducts.
C. Install control dampers at outlet of exhaust fans or exhaust ducts as close as possible to exhaust
fan unless otherwise indicated.
D. Provide volume dampers at points on supply, return, and exhaust systems where branches
extend from larger ducts. Dampers shall be provided as necessary to achieve a NEBB certified
air balance.
1. Install steel volume dampers in steel ducts.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
AIR DUCT ACCESSORIES 23 33 00 - 10
2. Install stainless steel volume dampers in stainless steel ducts.
E. Set dampers to fully open position before testing, adjusting, and balancing.
F. Install test holes at fan inlets and outlets and elsewhere as indicated.
G. Install fire dampers according to UL listing.
H. Install duct access doors on sides of ducts to allow for inspecting, adjusting, and maintaining
accessories and equipment at the following locations:
1. On both sides of duct coils.
2. At outdoor-air intakes and mixed-air plenums.
3. At drain pans and seals.
4. Downstream from manual volume dampers, control dampers, backdraft dampers, and
equipment.
5. Adjacent to and close enough to fire dampers, to reset or reinstall fusible links. Access
doors for access to fire dampers having fusible links shall be pressure relief access doors
and shall be outward operation for access doors installed upstream from dampers and
inward operation for access doors installed downstream from dampers.
6. Upstream and downstream from turning vanes.
7. Upstream or downstream from duct silencers.
8. Control devices requiring inspection.
9. Elsewhere as indicated.
I. Install access doors with swing against duct static pressure.
J. Access Door Sizes:
1. One-Hand or Inspection Access: 8 by 5 inches.
2. Two-Hand Access: 12 by 6 inches.
3. Head and Hand Access: 18 by 10 inches.
4. Head and Shoulders Access: 21 by 14 inches.
5. Body Access: 25 by 14 inches.
6. Body plus Ladder Access: 25 by 17 inches.
K. Label access doors according to Division 23 Section "Identification for HVAC Piping and
Equipment" to indicate the purpose of access door.
L. Install flexible connectors to connect ducts to equipment.
M. For fans developing static pressures of 5-inch wg and more, cover flexible connectors with
loaded vinyl sheet held in place with metal straps.
N. Connect terminal units to supply ducts directly or with maximum 12-inch lengths of flexible
duct. Do not use flexible ducts to change directions.
O. Connect diffusers to ducts directly or with maximum 60-inch lengths of flexible duct clamped
in place with stainless steel band clamps.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
AIR DUCT ACCESSORIES 23 33 00 - 11
P. Connect flexible ducts to metal ducts with stainless steel band clamps, adhesive, and sheet metal
screws.
Q. Install duct test holes where required for testing and balancing purposes.
3.2 FIELD QUALITY CONTROL
A. Tests and Inspections:
1. Operate dampers to verify full range of movement.
2. Inspect locations of access doors and verify that purpose of access door can be
performed.
3. Operate fire dampers to verify full range of movement and verify that proper heat-
response device is installed.
4. Inspect turning vanes for proper and secure installation.
5. Operate remote damper operators to verify full range of movement of operator and
damper.
6. Verify all dampers are secured and handles can be correctly fastened to hold damper in
place
END OF SECTION 233300
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
ROOF ACCESSORIES 237200 - 1
SECTION 237200 - ROOF ACCESSORIES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Roof curbs.
2. Gravity ventilators.
3. Pipe and duct supports.
4. Preformed flashing sleeves.
B. Related Requirements:
1. Section 233423 "HVAC Power Ventilators" for power roof-mounted ventilators.
2. Section 237413 "Packaged, Outdoor, Central-Station Air-Handling Units" for curbs
specified with rooftop units.
1.3 COORDINATION
A. Coordinate layout and installation of roof accessories with roofing membrane and base flashing
and interfacing and adjoining construction to provide a leakproof, weathertight, secure, and
noncorrosive installation.
B. Coordinate dimensions with rough-in information or Shop Drawings of equipment to be
supported.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of roof accessory.
1. Include construction details, material descriptions, dimensions of individual components
and profiles, and finishes.
B. Shop Drawings: For roof accessories.
1. Include plans, elevations, keyed details, and attachments to other work. Indicate
dimensions, loadings, and special conditions. Distinguish between plant- and field-
assembled work.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
ROOF ACCESSORIES 237200 - 2
C. Samples: For each exposed product and for each color and texture specified, prepared on
Samples of size to adequately show color.
1.5 INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Roof plans, drawn to scale, and coordinating penetrations and roof-
mounted items. Show the following:
1. Size and location of roof accessories specified in this Section.
2. Method of attaching roof accessories to roof or building structure.
3. Other roof-mounted items including mechanical and electrical equipment, ductwork,
piping, and conduit.
4. Required clearances.
B. Sample Warranties: For manufacturer's special warranties.
1.6 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For roof accessories to include in operation and maintenance
manuals.
1.7 WARRANTY
A. Special Warranty on Painted Finishes: Manufacturer's standard form in which manufacturer
agrees to repair finishes or replace roof accessories that show evidence of deterioration of
factory-applied finishes within specified warranty period.
1. Fluoropolymer Finish: Deterioration includes, but is not limited to, the following:
a. Color fading more than 5 Delta units when tested according to ASTM D2244.
b. Chalking in excess of a No. 8 rating when tested according to ASTM D4214.
c. Cracking, checking, peeling, or failure of paint to adhere to bare metal.
2. Finish Warranty Period: 10 years from date of Substantial Completion.
PART 2 - PRODUCTS
2.1 PERFORMANCE REQUIREMENTS
A. General Performance: Roof accessories shall withstand exposure to weather and resist thermally
induced movement without failure, rattling, leaking, or fastener disengagement due to defective
manufacture, fabrication, installation, or other defects in construction.
B. Wind-Restraint Performance: 120 mph, 3-second gust.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
ROOF ACCESSORIES 237200 - 3
2.2 ROOF CURBS
A. Roof Curbs: Internally reinforced roof-curb units capable of supporting superimposed live and
dead loads, including equipment loads and other construction indicated on Drawings, bearing
continuously on roof structure, and capable of meeting performance requirements; with welded
or mechanically fastened and sealed corner joints, straight sides and integrally formed deck-
mounting flange at perimeter bottom.
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Greenheck.
2. Pate.
3. Thybar.
4. Approved Equal
C. Size: Coordinate dimensions with roughing-in information or Shop Drawings of equipment to
be supported.
D. Supported Load Capacity: Coordinate load capacity with information on Shop Drawings of
equipment to be supported.
E. Material: Zinc-coated (galvanized) steel sheet, 0.064 inch thick.
F. Construction:
1. Curb Profile: Manufacturer's standard compatible with roofing system.
2. On ribbed or fluted metal roofs, form deck-mounting flange at perimeter bottom to
conform to roof profile.
3. Fabricate curbs to minimum height of 8 inches above roofing surface on all sides unless
otherwise indicated.
4. Top Surface: Level top of curb, with roof slope accommodated by sloping deck-mounting
flange or by use of leveler frame.
5. Sloping Roofs: Where roof slope exceeds 1:48, fabricate curb with perimeter curb height
tapered to accommodate roof slope so that top surface of perimeter curb is level. Equip
unit with water diverter or cricket on side that obstructs water flow.
6. Insulation: Factory insulated with 1-1/2-inch-thick glass-fiber board insulation.
7. Liner: Same material as curb, of manufacturer's standard thickness and finish.
8. Nailer: Factory-installed wood nailer under top flange on side of curb, continuous around
curb perimeter.
9. Wind Restraint Straps and Base Flange Attachment: Provide wind restraint straps, welded
strap connectors, and base flange attachment to roof structure at perimeter of curb, of size
and spacing required to meet wind uplift requirements.
10. Platform Cap: Where portion of roof curb is not covered by equipment, provide
weathertight platform cap formed from 3/4-inch- thick plywood covered with metal sheet
of same type, thickness, and finish as required for curb.
11. Metal Counterflashing: Manufacturer's standard, removable, fabricated of same metal and
finish as curb.
12. Damper Tray: Provide damper tray or shelf with opening.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
ROOF ACCESSORIES 237200 - 4
2.3 PIPE AND DUCT SUPPORTS
A. Fixed-Height Roller-Bearing Pipe Supports: Polycarbonate pipe stand with polycarbonate roller
carrying assembly accommodating up to 7-inch-diameter pipe or conduit; with provision for
pipe retainer and with manufacturer's support pad or deck plate as recommended for
penetration-free installation over roof membrane type; as required for quantity of pipe runs and
sizes.
2.4 PREFORMED FLASHING SLEEVES
A. Vent Stack Flashing: Metal flashing sleeve, uninsulated, with integral deck flange.
1. Metal: Aluminum sheet, 0.063 inch thick.
2. Height: 7 inches.
3. Diameter: As indicated on Drawings.
4. Finish: Manufacturer's standard.
2.5 METAL MATERIALS
A. Zinc-Coated (Galvanized) Steel Sheet: ASTM A653/A653M, G90 coating designation and mill
phosphatized for field painting where indicated.
1. Mill-Phosphatized Finish: Manufacturer's standard for field painting.
2. Factory Prime Coating: Where field painting is indicated, apply pretreatment and white
or light-colored, factory-applied, baked-on epoxy primer coat, with a minimum dry film
thickness of 0.2 mil.
3. Exposed Coil-Coated Finish: Prepainted by the coil-coating process to comply with
ASTM A755/A755M. Prepare, pretreat, and apply coating to exposed metal surfaces to
comply with coating and resin manufacturers' written instructions.
a. Two-Coat Fluoropolymer Finish: AAMA 621. System consisting of primer and
fluoropolymer color topcoat containing not less than 70 percent PVDF resin by
weight.
4. Baked-Enamel or Powder-Coat Finish: After cleaning and pretreating, apply
manufacturer's standard two-coat, baked-on finish consisting of prime coat and
thermosetting topcoat to a minimum dry film thickness of 2 mils.
5. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or
polyester-backer finish consisting of prime coat and wash coat, with a minimum total dry
film thickness of 0.5 mil.
B. Stainless Steel Sheet and Shapes: ASTM A240/A240M or ASTM A666, Type 304.
C. Steel Shapes: ASTM A36/A36M, hot-dip galvanized according to ASTM A123/A123M unless
otherwise indicated.
D. Steel Tube: ASTM A500/A500M, round tube.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
ROOF ACCESSORIES 237200 - 5
E. Galvanized-Steel Tube: ASTM A500/A500M, round tube, hot-dip galvanized according to
ASTM A123/A123M.
2.6 MISCELLANEOUS MATERIALS
A. General: Provide materials and types of fasteners, protective coatings, sealants, and other
miscellaneous items required by manufacturer for a complete installation.
B. Acrylic Glazing: ASTM D4802, thermoformable, monolithic sheet, manufacturer's standard,
Type UVA (formulated with UV absorber), Finish 1 (smooth or polished).
C. Polycarbonate Glazing: Thermoformable, monolithic polycarbonate sheets manufactured by
extrusion process, burglar-resistance rated according to UL 972 with an average impact strength
of 12 to 16 ft-lbf/in. of width when tested according to ASTM D256, Method A (Izod).
D. Cellulosic-Fiber Board Insulation: ASTM C208, Type II, Grade 1, thickness as indicated.
E. Glass-Fiber Board Insulation: ASTM C726, nominal density of 3 lb/cu. ft., thermal resistivity of
4.3 deg F x h x sq. ft./Btu x in. at 75 deg F, thickness as indicated.
F. Polyisocyanurate Board Insulation: ASTM C1289, thickness and thermal resistivity as
indicated.
G. Wood Nailers: Softwood lumber, pressure treated with waterborne preservatives for
aboveground use, acceptable to authorities having jurisdiction, containing no arsenic or
chromium, and complying with AWPA C2; not less than 1-1/2 inches thick.
H. Bituminous Coating: Cold-applied asphalt emulsion complying with ASTM D1187/D1187M.
I. Underlayment:
1. Felt: ASTM D226/D226M, Type II (No. 30), asphalt-saturated organic felt,
nonperforated.
2. Polyethylene Sheet: 6-mil- thick polyethylene sheet complying with ASTM D4397.
3. Slip Sheet: Building paper, 3 lb/100 sq. ft. minimum, rosin sized.
4. Self-Adhering, High-Temperature Sheet: Minimum 30 to 40 mils thick, consisting of
slip-resisting polyethylene-film top surface laminated to layer of butyl or SBS-modified
asphalt adhesive, with release-paper backing; cold applied. Provide primer when
recommended by underlayment manufacturer.
J. Fasteners: Roof accessory manufacturer's recommended fasteners suitable for application and
metals being fastened. Match finish of exposed fasteners with finish of material being fastened.
Provide nonremovable fastener heads to exterior exposed fasteners. Furnish the following
unless otherwise indicated:
1. Fasteners for Zinc-Coated or Aluminum-Zinc Alloy-Coated Steel: Series 300 stainless
steel or hot-dip zinc-coated steel according to ASTM A153/A153M or ASTM F2329.
2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
ROOF ACCESSORIES 237200 - 6
3. Fasteners for Stainless Steel Sheet: Series 300 stainless steel.
K. Gaskets: Manufacturer's standard tubular or fingered design of neoprene, EPDM, PVC, or
silicone or a flat design of foam rubber, sponge neoprene, or cork.
L. Elastomeric Sealant: ASTM C920, elastomeric polymer sealant as recommended by roof
accessory manufacturer for installation indicated; low modulus; of type, grade, class, and use
classifications required to seal joints and remain watertight.
M. Butyl Sealant: ASTM C1311, single-component, solvent-release butyl rubber sealant;
polyisobutylene plasticized; heavy bodied for expansion joints with limited movement.
2.7 GENERAL FINISH REQUIREMENTS
A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for
recommendations for applying and designating finishes.
B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable.
Variations in appearance of adjoining components are acceptable if they are within the range of
approved Samples and are assembled or installed to minimize contrast.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations,
dimensions, and other conditions affecting performance of the Work.
B. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored.
C. Verify dimensions of roof openings for roof accessories.
D. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 INSTALLATION
A. General: Install roof accessories according to manufacturer's written instructions.
1. Install roof accessories level; plumb; true to line and elevation; and without warping, jogs
in alignment, buckling, or tool marks.
2. Anchor roof accessories securely in place so they are capable of resisting indicated loads.
3. Use fasteners, separators, sealants, and other miscellaneous items as required to complete
installation of roof accessories and fit them to substrates.
4. Install roof accessories to resist exposure to weather without failing, rattling, leaking, or
loosening of fasteners and seals.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
ROOF ACCESSORIES 237200 - 7
B. Metal Protection: Protect metals against galvanic action by separating dissimilar metals from
contact with each other or with corrosive substrates by painting contact surfaces with
bituminous coating or by other permanent separation as recommended by manufacturer.
1. Coat concealed side of uncoated aluminum roof accessories with bituminous coating
where in contact with wood, ferrous metal, or cementitious construction.
2. Underlayment: Where installing roof accessories directly on cementitious or wood
substrates, install a course of underlayment and cover with manufacturer's recommended
slip sheet.
3. Bed flanges in thick coat of asphalt roofing cement where required by manufacturers of
roof accessories for waterproof performance.
C. Roof Curb Installation: Install each roof curb so top surface is level.
D. Gravity Ventilator Installation: Verify that gravity ventilators operate properly and have
unrestricted airflow. Clean, lubricate, and adjust operating mechanisms.
E. Pipe Support Installation: Comply with MSS SP-58 and MSS SP-89. Install supports and
attachments as required to properly support piping. Arrange for grouping of parallel runs of
horizontal piping, and support together.
1. Pipes of Various Sizes: Space supports for smallest pipe size or install intermediate
supports for smaller diameter pipes as specified for individual pipe hangers.
F. Preformed Flashing-Sleeve Installation: Secure flashing sleeve to roof membrane according to
flashing-sleeve manufacturer's written instructions; flash sleeve flange to surrounding roof
membrane according to roof membrane manufacturer's instructions.
G. Seal joints with sealant as required by roof accessory manufacturer.
3.3 REPAIR AND CLEANING
A. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair
galvanizing according to ASTM A780/A780M.
B. Touch up factory-primed surfaces with compatible primer ready for field painting according to
Section 099113 "Exterior Painting."
C. Clean exposed surfaces according to manufacturer's written instructions.
D. Clean off excess sealants.
E. Replace roof accessories that have been damaged or that cannot be successfully repaired by
finish touchup or similar minor repair procedures.
END OF SECTION 237200
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 1
SECTION 237413 – PACKAGED ROOFTOP UNITS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
B. Division 23 Section 230010- “General Motor Requirements For HVAC Equipment”
C. Division 23 Section 230993- “Sequence of Operation of HVAC Controls DDC”
1.2 SUMMARY
A. This Section includes packaged, outdoor, central-station air-handling units (rooftop units) with
the following components:
1. Direct-expansion cooling.
2. Indirect-Fired natural gas heat.
3. Economizer outdoor- and return-air damper section.
4. Wind Rated Roof curbs.
1.3 PERFORMANCE REQUIREMENTS
A. Structural Performance: Equipment shall withstand the effects of gravity loads and stresses
within limits and under conditions indicated according to ASCE/SEI 7.
B. Detail mounting, securing, and flashing of roof curb to roof structure and unit to roof curb.
Indicate coordinating requirements with roof membrane system.
1.4 ACTION SUBMITTALS
A. Product Data: For each air-handling unit indicated.
1. Unit dimensions and weight.
2. Cabinet material, metal thickness, finishes, insulation, and accessories.
3. Fans:
a. Certified fan-performance curves with system operating conditions indicated.
b. Certified fan-sound power ratings.
c. Fan construction and accessories.
d. Motor ratings, electrical characteristics, and motor accessories.
e. Wiring diagrams
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 2
4. Certified coil-performance ratings with system operating conditions indicated.
5. Dampers, including housings, linkages, and operators.
6. Filters with performance characteristics.
B. Shop Drawings: 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
C. Delegated-Design Submittal: For roof curbs indicated above.
1.5 INFORMATIONAL SUBMITTALS
A. Certificates: For certification required in "Quality Assurance" Article.
B. Field quality-control reports.
C. Startup service reports.
D. Warranty: Sample of special warranty
E. Coordination Drawings: Plans and other details, drawn to scale, on which components are
shown and coordinated with each other, using input from installers of the items involved. Refer
to Specification Section 2300100 General Mechanical Requirements for further information.
1.6 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For air-handling units to include in emergency, operation,
and maintenance manuals.
1.7 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: One set of start-up filters, one set of replacement filters, and 1 set of extra filters
for each unit.
2. Gaskets: One set for each access door.
3. Fan Belts: One set(s) for each air-handling unit fan
1.8 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in
this section with minimum five (5) years documented experience.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 3
B. The product shall be provided by a single manufacturer.
C. The manufacturer authorized representative shall be factory trained and certified personnel
providing service, start up, and quality control field labor for the project from their local office.
D. All components shall be factory tested and documented to operate as a complete system.
E. 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.
F. NFPA Compliance: Comply with NFPA 90A for design, fabrication, and installation of air-
handling units and components.
G. ARI Certification: Air-handling units and their components shall be factory tested according to
ARI 430, "Central-Station Air-Handling Units," and shall be listed and labeled by ARI.
H. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 5 - "Systems and
Equipment" and Section 7 - "Construction and Startup."
I. ASHRAE/IESNA 90.1 Compliance: Applicable requirements in ASHRAE/IESNA 90.1,
Section 6 - "Heating, Ventilating, and Air-Conditioning."
J. Units shall be manufactured in an ISO 9001 certified facility.
K. Units shall be CSA certified to ANSI Z21.47 and UL 1995/CAN/CSA No. 236-M90 standards
L. Comply with NFPA 70.
1.9 COORDINATION
A. Coordinate sizes and locations of roof curbs, roof openings, and existing/proposed structural
steel roof members with actual equipment provided.
B. Coordinate sizes and locations of structural-steel support members, if any, with actual
equipment provided.
1.10 WARRANTY
1. Provide 1 year parts and labor warranty associated with all components of the air
handling unit. Warranty period to begin at substantial completion.
2. Compressor- 5 years from substantial completion.
3. Heat Exchanger- 10 years from substantial completion.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 4
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Trane. (Basis of Design)
2. York.
3. Carrier.
4. Daikin.
5. Aaon.
2.2 GENERAL
A. Unit shall be fully assembled and tested by the manufacturer in the factory in accordance with
the arrangement shown on the drawings. Fans shall be tested and rated in accordance with
AMCA Standard 210 or performance and in accordance with ANSI standards of testing for
sounds power levels.
B. The unit shall be assembled into the largest sections possible subject to shipping and rigging
restrictions. The correct fit of all components and casing sections shall be verified in the factory
for all units prior to shipment. All units shall be fully assembled, tested and then split to
accommodate shipment and job site rigging. On units not shipped fully assembled, the
manufacturer shall tag each section and include air flow direction to facilitate assembly at the
job site. Lifting lugs or shipping skids shall be provided for each section to allow for field
rigging and final placement of unit. Unit manufacturer shall furnish unit with sufficient gasket
and bolts for reassembly in the field.
C. The unit manufacturer shall provide the necessary gasketing, caulking, and all screws, nuts, and
bolts required for assembly. The manufacturer shall provide a local representative at the job site
to supervise the assembly and to assure the units are assembled to meet manufacturer's
recommendations and requirements noted on the drawings. Provide documentation that this
representative has provided this service on similar jobs to the Architect. If a local representative
cannot be provided, the manufacturer shall provide a factory representative.
2.3 PACKAGED ROOFTOP UNITS
A. GENERAL
1. Unit shall be factory assembled and tested including leak testing of the DX coils, pressure
testing of the refrigeration circuit, and run testing of the completed unit. Run test report
shall be supplied with the unit in the service compartment’s literature pocket.
2. Unit shall have decals and tags to indicate lifting and rigging, service areas and caution
areas for safety and to assist service personnel.
3. Unit components shall be labeled, including refrigeration system components and
electrical and controls components.
4. Estimated sound power levels (dB) shall be shown on the unit ratings sheet.
5. Laminated color-coded wiring diagram shall match factory installed wiring and shall be
affixed to the interior of the control compartment’s hinged access door.
6. Unit nameplate shall be provided in two locations on the unit, affixed to the exterior of
the unit and affixed to the interior of the control compartment’s hinged access door.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 5
7. Cooling capacity ratings shall be based on ARI Standard 210. Units shall consist of
insulated weather-tight casing with compressors, air-cooled condenser coil, condenser
fans, evaporator coil, return-air filters, supply motors and unit controls and drives.
8. The units shall be factory wired, piped and charged with R-410A refrigerant and factory
tested prior to shipment.
9. Units meet the seismic capacity requirements of the International Code Council
Evaluation Service (ICC- ES) document AC156 (Acceptance Criteria for Seismic
Qualification by Shake- Table Testing of Nonstructural Components and Systems), the
International Building Code (IBC 2009), and the California Building Code (CBC 2010)
with quality testing conducted in accordance with the standards of the American Society
of Civil Engineers (ASCE 7-05).
a. Units are certified with an SDS (g) value of 2.50 using seismic design parameters
of z/h=1.0, Ip=1.5 and certified by independent structural engineers
B. UNIT CASINGS
1. Cabinet: Galvanized steel. Exterior surfaces shall be finished with a non-chalking,
powder paint finish.
2. Unit cabinet surface shall be tested 672 hours in salt spray test in compliance with ASTM
B117.
3. Cabinet construction shall allow for all service/maintenance from one side of the unit.
4. Cabinet top cover shall be one-piece construction or where seams exist, it shall be
double-hemmed and gasket-sealed.
5. Access Panels: Hinged, tool-less access panels shall be provided for the control box,
compressors, filters, indoor motor & blower, and the heating section.
6. Insulation: Provide 1 inch thick fiberglass insulation with foil face on all exterior panels
in contact with the return and conditioned air stream. All edges must be captured so that
there is no insulation exposed in the air stream.
7. All unit power wiring shall enter unit cabinet at a single factory provided location and be
capable of side or bottom entry to minimize roof penetrations and avoid unit field
modifications. Separate side and bottom openings shall be provided for the control
wiring.
8. The base of the unit shall have 3 sides for forklift provisions. The base of the units shall
have rigging/lifting holes for crane maneuvering.
9. Fan performance measuring ports shall be provided on the outside of the cabinet to allow
accurate air measurements of evaporator fan performance without removing panels or
creating bypass of the coils.
10. Condensate pan shall be slide out design, constructed of a non-corrosive material,
internally sloped and conforming to ASHRAE 62-B9 standards
C. AIR FILTERS
1. Factory installed filters shall mount integral within the unit and shall be accessible
through access panels. Two-inch thick pleated MERV 8 and 13 filters shall be provided.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 6
D. FANS AND MOTORS
1. Provide evaporator fan section with forward curved, double width, double inlet,
centrifugal type fan.
2. Provide self-aligning, grease lubricated, ball or sleeve bearings with permanent
lubrication fittings.
3. Entire blower assembly and motor shall be slide out design.
4. Outdoor and Indoor Fan motors shall be permanently lubricate and have internal thermal
overload protection.
5. Outdoor fans shall be direct drive, statically and dynamically balanced, draw through in
the vertical discharge position.
6. Provide shafts constructed of solid hot rolled steel, ground and polished, with key-way,
and protectively coated with lubricating oil.
E. EVAPORATOR COIL
1. Evaporator coils shall have aluminum plate fins mechanically bonded to seamless
internally enhanced copper tubes with all joints brazed.
2. Evaporator coils shall be of the direct expansion, draw-thru design.
3. Refrigerant Circuit and Refrigerant Safety Components shall include:
a. Independent fixed-orifice or thermally operated expansion devices.
b. Solid core filter drier/strainer to eliminate any moisture or foreign matter.
c. Accessible service gage connections on both suction and discharge lines to charge,
evacuate, and measure refrigerant pressure during any necessary servicing or
troubleshooting, without losing charge.
d. The unit shall have two independent refrigerant circuits, equally split in 50%
capacity increments.
F. CONDENSER SECTION
1. Condenser coils shall have aluminum plate fins mechanically bonded to seamless
internally enhanced copper tubes with all joints brazed or Micro-Channel aluminum tube,
aluminum fins.
2. Condenser coils shall be of the draw-thru design.
3. The outdoor fans shall be of the direct drive type, discharge air vertically, have aluminum
blades riveted to corrosion resistant steel spider brackets and shall be dynamically
balanced for smooth operation. The outdoor fan motors shall have permanently lubricated
bearings internally protected against overload conditions and staged independently.
G. REFRIGERANT SYSTEM
1. Unit shall be factory charged with R-410A refrigerant.
2. Compressors: Shall be fully hermetic type, direct drive, internally protected with internal
high-pressure relief and over temperature protection. The hermetic motor shall be suction
gas cooled and have a voltage range of + or – 10% of the unit nameplate voltage. Shall
have internal spring isolation and sound muffling to minimize vibration and noise, and be
externally isolated on a dedicated, independent mounting.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 7
3. Units shall have cooling capabilities down to 0 degree F as standard. For field-
installed low ambient accessory, the manufacturer shall provide a factory-authorized
service technician that will assure proper installation and operation.
4. Provide each unit with refrigerant circuits factory-supplied completely piped with liquid
line filter-drier, suction and liquid line pressure ports
H. DEHUMIDIFICATION
1. Factory installed and provide dehumidification of an occupied space while maintaining
temperature control utilizing a hot gas reheat coil.
a. Determination of unit functionality in straight cooling, straight heating, or reheat
mode shall come from standard control board.
b. Reheat mode shall utilize a specific reheat coil placed after the evaporator coil to
heat the conditioned air back to a neutral temperature when the occupied space
requires dehumidification, but the temperature requirements are satisfied.
c. The reheat circuit shall utilize solenoids to alter the refrigerant flow from being
directed through the condenser circuit to the hot gas reheat circuit.
d. Changeover from cooling mode to reheat mode shall be accomplished in 30
seconds or less.
2.4 INDIRECT-FIRED GAS BURNER (Modulating Gas)
A. Description: Factory assembled, piped, and wired; and complying with ANSI Z21.47, "Gas-
Fired Central Furnaces," and with NFPA 54, "National Fuel Gas Code." Designed and certified
by and bearing label of CSA.
1. Gas Control Valve: Modulating.
2. Fuel: Natural gas.
3. Minimum Combustion Efficiency: 80 percent.
4. Ignition: Electronically controlled electric spark with flame sensor.
B. Burner shall be high turn-down, 5:1 based on input capacity.
C. Heat-Exchanger and Drain Pan: Stainless steel.
D. Induced Draft Combustion Blower: Inducer fan shall be direct drive high pressure centrifugal
type with two speeds and shall include built- in thermal overload protection.
E. Combustion-Air Intake: Separate combustion-air intake and vent terminal assembly.
F. Combustion Vent: Provide exhaust chimney to terminate minimum of 3’ vertically above any
mechanical intake air opening when where the combustion vent is located within 10’
horizontally from any mechanical intake air opening.
G. Gas Valve Train: Single-body, regulated, redundant, 24-V ac gas valve assembly containing
pilot solenoid valve, pilot filter, pressure regulator, pilot shutoff, and manual shutoff.
H. Safety Controls:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 8
1. Vent Flow Verification: Differential pressure switch to verify open vent.
2. Control Transformer: 24-V ac.
3. High Limit: Thermal switch or fuse to stop burner.
4. Gas Train: Regulated, redundant, 24-V ac gas valve assembly containing pilot solenoid
valve, electronic-modulating temperature control valve, pilot filter, pressure regulator,
pilot shutoff, and manual shutoff all in one body.
5. Purge-period timer shall automatically delay burner ignition and bypass low-limit
control.
6. Gas Manifold: Safety switches and controls complying with ANSI standards and
FM Global.
7. Airflow Proving Switch: Differential pressure switch senses correct airflow before
energizing pilot.
8. Automatic-Reset, High-Limit Control Device: Stops burner and closes main gas valve if
high-limit temperature is exceeded.
9. Safety Lockout Switch: Locks out ignition sequence if burner fails to light after three
tries. Controls are reset manually by turning the unit off and on.
I. POWERED EXHAUST
1. Provide a factory installed power exhaust assembly that shall assist the barometric relief
damper in the economizer in relieving building pressurization.
2. Power exhaust shall be controlled by economizer controller operation. Exhaust fans shall
be energized when dampers open past the 0- 100% adjustable set point on the economizer
control
J. OUTDOOR AIR SECTION
1. Provide a fully integrated 100% modulating outside air economizer with outdoor and
return air dampers.
a. The maximum leakage rate for the outdoor air intake dampers shall be designed to
meet ASHRAE 90.1-2010, AMCA 511 Class 1A damper, and the International
Energy Conservation Code (IECC) certification requirements by achieving leakage
rates of 3 cfm/sq. ft. at 1" of static pressure.
b. Changeover from compressor to economizer operation shall be provided by an
integral electronic enthalpy control that feeds input into the basic module.
c. Provide ability for simultaneous economizer/compressor operation.
d. Outside air dampers shall fully close on power loss.
2. The outdoor intake opening shall be covered with a rain hood that matches the exterior of
the unit. Water eliminator/filters shall be provided.
3. Provide with power exhaust with barometric relief damper.
K. CONTROLS
1. Unit shall be complete with self-contained low-voltage control circuit protected by a
resettable circuit breaker on the 24-volt transformer side.
2. Unit shall incorporate a lockout circuit which provides reset capability at the space
thermostat or base unit, should any of the following standard safety devices trip and shut
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 9
off compressor:
a. Loss-of-charge/Low-pressure switch.
b. High-pressure switch.
c. Freeze condition sensor on evaporator coil. If any of these safety devices trip, the
LCD screen will display the alarm message.
3. Unit shall incorporate "AUTO RESET" compressor over temperature, over current
protection.
4. Unit control board shall have on-board diagnostics and fault message display on.
5. Standard controls shall include anti-short cycle and low voltage protection, and permit
cooling operation down to a selectable value as low as 0 °F.
6. Control board shall monitor each refrigerant safety switch independently.
7. Microprocessor Control System:
a. Unit shall have a terminal strip to integrate control system to packaged rooftop unit
manufacturer’s onboard microprocessor.
b. Temperature Sensors: Factory installed supply air, return air, and outdoor air
temperature sensors.
c. On-board USB Port: Provide access to data logging, current and previous system
faults and software update capabilities using the on board USB port and common
flash drive.
d. Embedded LCD Display: Include built-in LCD display and easy to use navigation
joystick and buttons allowing the user to quickly navigate the menus displaying
unit status, options, current function, supply, return and outdoor temperatures, fault
codes and other information.
e. Safety Monitoring: Monitors outdoor, supply, and return air temperatures and the
high and low pressure switch status on the independent refrigerant circuits.
Monitor gas valve and high temperature limit switches on gas and electric heating
units. Monitor the voltage supplied to the unit and will protect the unit if low
voltage due to a brown out, or other electrical issue occurs.
f. Low Ambient: Integrated low-ambient control allows units to operate in the
cooling mode down to 0°F outdoor ambient without additional components or
intervention. Optionally, the control board can be programmed to lockout the
compressors when the outdoor air temperature is low or when free cooling is
available.
g. Anti-Short Cycle Protection: Provide compressor anti-short cycle delay is and
programmable minimum run times. Provide temporary override of anti-short cycle
delay via push of a button for testing.
h. Fan Delays: Provide fully programmable independent heating and cooling fan on
and fan off delays.
i. Nuisance Trip Protection and Three Strikes: The high, low-pressure switch, anti-
freeze protection, low voltage or heating high limit must trip three times within
two hours before the unit control board will lock out the associated compressor. An
alarm message will be displayed on the LCD screen.
j. Lead-Lag: Provide integrated, selectable Lead-Lag option allows equal run time
hours on all compressors, thereby extending the life of all compressors.
k. Low Limit Control (LLC): Provide programmable low limit controls to prevent the
supply air from dropping below a specified set point when there is a demand for
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 10
cooling during cold outside conditions.
l. FDD (Fault Detection and Diagnostics): Constantly monitor refrigerant circuit
pressures, refrigerant circuit temperatures and environmental temperatures and
humidity via multiple sensor inputs.
1) Provide operational characteristics of the rooftop unit entire refrigerant
circuit to ensure the unit is functioning at its specified performance level.
2) Provide alarms if the unit is not functioning optimally.
3) Remotely accessible via the Mobile Access Portal (MAP) gateway as well
as scrolled on the UCB LCD screen
8. Variable Frequency Drive
a. Variable Frequency Drive shall be installed inside the unit cabinet, mounted, wired
and tested.
b. Shall contain Electromagnetic Interference (EMI) frequency protection.
c. Insulated Gate Bi- Polar Transistors (IGBT) used to produce the output pulse
width modulated (PWM) waveform.
d. Built in LED display and controls. Does not require additional kit or options.
e. RS485 capability standard.
f. Electronic thermal overload protection.
g. 5% swinging chokes for harmonic reduction and improved power factor.
h. All printed circuit boards shall be conformal coated.
L. ACCESSORIES- FACTORY INSTALLED
1. Phase Monitor: Provide phase monitor to provide protection against phase reversal, phase
loss, and phase unbalance conditions. (RTU-5 thru 16)
2. Power Exhaust: Factory installed, powered by unit single point power connection. (RTU-
5, 6, 8, 9, 10, 11, 13, 14, 16)
3. Economizer, Outdoor Air Section, comparative enthalpy. (RTU-5 thru 16)
4. Disconnects, non-fused, unit mounted. (RTU-5 thru 16)
5. Clogged Filter and fan failure switches. (RTU-5 thru 16)
6. Hinged Access Doors. (RTU-5 thru 16)
7. Smoke Detector in return air. (RTU-5 thru 16)
8. Multi-Zone VAV: MZVAV. (RTU-6 thru 9)
9. Enhanced Dehumidification, Hot Gas Reheat. (RTU-5 thru 16)
10. Sensible and Latent Energy Recovery Wheels: (RTU-7, 12, 15)
11. CO2 / Demand Ventilation Control: (RTU-6, 9)
12. Direct Drive, Variable Speed Supply Fan: (RTU-5 thru 16)
13. Direct Drive, Variable Speed Return Fan: (RTU-7, 12, 15)
M. CAPACITIES AND CHARACTERISTICS
1. Refer to schedule on drawings.
N. ELECTRICAL
1. General Requirements for Electrical:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 11
a. The air handling unit manufacturer shall factory prewire the fan motors,
compressors, controls, and receptacles. The entire air handling unit as assembled at
the factory shall be either UL or ETL labeled.
b. Type THHN/THWN insulation, rated 600volts.
c. All wiring shall be in accordance with NEC and the entire unit shall be either ETL
or UL Certified.
2. The unit shall have single power connection for 3 phase wiring with factory installed
distribution blocks. All wiring shall terminate at a junction box for single point power hit.
The unit shall have unit mounted, non-fusible, NEMA 4X, lockable disconnect switch.
3. The control voltage wiring shall be class 2, 120Vac and/or 24VAC/DC.
2.5 ROOF CURBS
A. Delegated Design: Design roof curbs and associated anchors including comprehensive
engineering analysis signed and sealed by a qualified professional engineer, licensed in the state
of New York, responsible for their preparation. Wind pressures are to be determined by
delegated design engineer based on site specific wind criteria indicated below. All building
attachments to be coordinated with existing structural conditions.
1. Detail fabrication and assembly of rooftop unit and roof curb.
2. Wind Design Loads:
a. Basic wind speed: 120 MPH
b. Exposure Category: C.
B. Structural Performance: Equipment shall withstand the effects of gravity loads and stresses
within limits and under conditions indicated according to ASCE/SEI 7.
C. Materials: Design including all anchoring and fasteners for the Project site location.
Construction shall be galvanized steel with corrosion-protection coating, watertight gaskets
complying with NRCA standards.
1. Curb Insulation and Adhesive: Comply with NFPA 90A or NFPA 90B.
a. Materials: ASTM C 1071, Type I or II.
b. Thickness: 2 inches.
c. Application: Factory applied with adhesive and mechanical fasteners to the
internal surface of curb.
1) Liner Adhesive: Comply with ASTM C 916, Type I.
2) Mechanical Fasteners: Galvanized steel, suitable for adhesive attachment,
mechanical attachment, or welding attachment to duct without damaging
liner when applied as recommended by manufacturer and without causing
leakage in cabinet.
D. Curb Height: 18 inches.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 12
2.6 SOURCE QUALITY CONTROL
A. Fan Sound-Power Level Ratings: Comply with AMCA 301, "Methods for Calculating Fan
Sound Ratings from Laboratory Test Data." Test fans according to AMCA 300, "Reverberant
Room Method for Sound Testing of Fans." Fans shall bear AMCA-certified sound ratings seal.
B. Fan Performance Rating: Factory test fan performance for airflow, pressure, power, air density,
rotation speed, and efficiency. Rate performance according to AMCA 210, "Laboratory
Methods of Testing Fans for Aerodynamic Performance Rating."
C. All factory-built exhaust units shall be tested in accordance with the latest applicable industry
standards as specified herein and be either UL or ETL listed.
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-handling unit 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. Equipment Mounting:
1. Install unit on roof curb. Install wind restraints according to curb manufacturer's written
instructions
B. Arrange installation of units to provide access space around air-handling units for service and
maintenance.
C. Do not operate fan system until filters (temporary or permanent) are in place. Replace
temporary filters used during construction and testing, with new, clean filters
D. Install filter-gage, static-pressure taps upstream and downstream of filters. Mount filter gages
on outside of filter housing or filter plenum in accessible position. Provide filter gages on filter
banks, installed with separate static-pressure taps upstream and downstream of filters.
E. Provide insulation within roof curb and insulate duct through the roof. Refer to drawing details
for further information.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 13
3.3 CONNECTIONS
A. Comply with requirements for piping specified in other Sections. Drawings indicate general
arrangement of piping, fittings, and specialties.
B. Connect duct to unit with a hard duct connection.
C. Duct installation requirements are specified in other HVAC Sections. Drawings indicate the
general arrangement of ducts. The following are specific connection requirements:
1. Install ducts to termination at top of roof curb.
2. Remove roof decking only as required for passage of ducts. Do not cut out decking
under entire roof curb.
3. Install duct continuously through roof structure
D. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical
Systems."
E. Connect wiring according to Section 260519 "Low-Voltage Electrical Power Conductors and
Cables."
3.4 FIELD QUALITY CONTROL
A. Perform tests and inspections.
1. Manufacturer's Field Service: Engage a factory-authorized service representative to
inspect components, assemblies, and equipment installations, including connections,
section assembly, and to assist in testing.
B. Tests and Inspections:
1. Leak Test: After installation, fill water and steam coils with water, and test coils and
connections for leaks.
2. Leak Test: If factory test of unit did not meet leakage rate requirements, unit to be
retested in the field after final installation with all sections assembled and sealed to meet
required leakage rates.
3. Fan Operational Test: After electrical circuitry has been energized, start units to confirm
proper motor rotation and unit operation.
4. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and
equipment.
C. Air-handling unit or components will be considered defective if unit or components do not pass
tests and inspections.
D. Remove and replace malfunctioning units and retest as specified above
E. Prepare test and inspection reports.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 14
3.5 START-UP SERVICE
A. Engage a factory-authorized service representative to perform start-up service.
1. Complete installation and start-up checks according to manufacturer's written
instructions.
2. Verify that shipping, blocking, and bracing are removed.
3. Verify that unit is secure on mountings and supporting devices and that connections to
piping, ducts, and electrical systems are complete. Verify that proper thermal-overload
protection is installed in motors, controllers, and switches.
4. Verify proper motor rotation direction, free fan wheel rotation, and smooth bearing
operations. Reconnect fan drive system, align belts, and install belt guards.
5. Verify that bearings, pulleys, belts, and other moving parts are lubricated with factory-
recommended lubricants.
6. Verify that dampers open and close.
7. Install new, clean filters.
8. Verify unit assembly is per manufacturer guidelines.
B. Starting procedures for air-handling units include the following:
1. Energize motor; verify proper operation of motor, drive system, and fan wheel. Adjust
fan to indicated rpm.
2. Measure and record motor electrical values for voltage and amperage.
3. Manually operate dampers from fully closed to fully open position and record fan
performance.
3.6 ADJUSTING
A. Adjust damper linkages for proper damper operation.
B. Comply with requirements in Section 230593 "Testing, Adjusting, and Balancing for HVAC"
for air-handling system testing, adjusting, and balancing.
C. Occupancy Adjustments: When requested within 12 months of date of Substantial Completion,
provide on-site assistance in adjusting system to suit actual occupied conditions. Provide up to
two visits to site during other-than-normal occupancy hours for this purpose.
D. After completing system installation and testing, adjusting, and balancing MAU and air-
distribution systems, clean filter housings and install new filters.
3.7 CLEANING
A. After completing system installation and testing, adjusting, and balancing the unit and air-
distribution systems and after completing start-up service, clean units internally to remove
foreign material and construction dirt and dust. Clean fan wheels, cabinets, dampers, coils, and
filter housings, and install new, clean filters.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
PACKAGED ROOFTOP UNITS 237413 - 15
3.8 DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance personnel for a
minimum of 2-hours to adjust, operate, and maintain air-handling units.
END OF SECTION 237413
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 1
SECTION 260010 - BASIC ELECTRICAL REQUIREMENTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. All drawings and general provisions of Contract, including all General and
Supplementary Conditions, Division 1 Specification Sections, and Instructions to Bidders
apply to this section and all other sections of Division 26, & 28.
1.2 REGULATIONS AND CODE COMPLIANCE
A. All work and materials shall conform to and be installed, inspected and tested in
accordance with the 2014 National Electric Code and with the governing rules and
regulations of federal, state and local governmental agencies.
B. The following is a list of codes and standards that will apply to this project:
1. 2015 International Building Code
2. 2015 International Energy Conservation Code
3. 2012 Virginia Uniform Statewide Building Code
4. 2013 Revision of Guidelines for School Facilities in Virginia’s Public Schools
5. Federal Occupational Safety and Health Act - OSHA.
6. National Electrical Code, NFPA 70
7. Electrical Safety Requirements, NFPA 70E
8. National Fire Alarm Code, NFPA 72
9. Life Safety Codes NFPA 101
10. NEMA Standards
11. Factory Mutual or other Insurance Carrier.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 2
1.3 LICENSING & PERMITS
A. Provide certificate of inspection from local Electrical Inspection Services for all electrical
work prior to acceptance of each phase.
B. Apply for and obtain all required permits and inspections, include costs for all fees and
charges within bid. Provide third party inspection of all electrical work by a certified
inspection agency or approved professional.
C. Refer to General Conditions of the Contract for additional requirements.
1.4 GLOSSARY
ACI American Concrete Institute
ADA American Disabilities Act
AGCA Associated General Contractors of America, Inc.
AIA American Institute of Architects
AISC American Institute of Steel Construction
ANSI American National Standards Institute
ASTM American Society for Testing Materials
AWSC American Welding Society Code
FM Factory Mutual Insurance Company
IEEE Institute of Electrical and Electronics Engineers
ISO International Standards Organization
NYBFU New York Board of Fire Underwriters
NEC National Electrical Code
NEMA National Electrical Manufacturers' Association
NESC National Electrical Safety Code
NFPA National Fire Protection Association
NYS/DEC New York State Department of Environmental Conservation
NYS/UFBC New York State Uniform Fire Prevention and Building Code
OSHA Occupational Safety and Health Administration
UFPO Underground Facilities Protective Organization
UL Underwriter's Laboratories, Inc.
1.5 DEFINITIONS
Approved / Approval Written permission to use a material or system.
As Called For Materials, equipment including the execution specified/shown in the
contract documents.
Code Requirements Minimum requirements.
Concealed Work installed in pipe and duct shafts, chases or recesses, inside
walls, above ceilings, in slabs or below grade.
Design Equipment Refer to the article, BASIS OF DESIGN.
Design Make Refer to the article, BASIS OF DESIGN.
Equal or Equivalent Equally acceptable as determined by Owner’s Representative
Exposed Work not identified as concealed.
Final Acceptance Owner acceptance of the project from Contractor upon certification
by Owner's Representative.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 3
Furnish Supply and deliver to installation location.
Furnished by Others Receive delivery at job site or where called for and install.
Inspection Visual observations by Owner's site Representative.
Install Mount and connect equipment and associated materials ready for
use.
Labeled Refers to classification by a standards agency.
Make Refer to the article, BASIS OF DESIGN.
Or Approved Equal Approved equal or equivalent as determined by Owner’s
Representative.
Owner’s Representative The Prime Professional
Prime Professional Architect or Engineer having a contract directly with the Owner for
professional services.
Provide Furnish, install and connect ready for use.
Relocate Disassemble, disconnect, and transport equipment to new locations,
then clean, test, and install ready for use.
Replace Remove and provide new item.
Review A general contractual conformance check of specified products.
Rough-in Pipe, duct, conduit, equipment layout and installation.
Satisfactory As specified in contract documents.
Site Representative Construction Manager or Owner's Inspector at the work site.
Refer to General Conditions of the Contract for additional definitions.
1.6 BASIS OF DESIGN
A. The contract documents are prepared on basis of one manufacturer as "design
equipment," even though other manufacturers' names are listed as acceptable makes. If
Contractor elects to use one of the listed makes other than "design equipment," submit
detailed drawings, indicating proposed installation of equipment. Show maintenance
clearances, service removal space required, and other pertinent revisions to the design
arrangement. Make required changes in the work of other trades, at no increase in any
contract. Provide larger electrical feeders, circuit breakers, equipment, additional control
devices and other miscellaneous equipment required for proper operation, and assume
responsibility for proper location of rough-in and connections by other trades. Remove
and replace door frames, access doors, walls ceilings or floors required to install other
than design make equipment. If revised arrangement submittal is rejected, revise and
resubmit specified "design equipment" item which conforms to contract documents.
1.7 INTENT OF DRAWINGS
A. The drawings are diagrammatic, unless detailed dimensioned drawings are included.
Drawings show approximate locations of equipment, fixtures, panelboards, conduits, and
wiring devices. Exact locations are subject to the approval of the Owner's
Representative. The general run of electrical feeders, branch circuits, and conduits,
indicated on the drawings, is not intended to be the exact routing. Circuit designations, in
the form of "Home Runs" on branches, indicate the designation of the branch circuit, the
size and the quantity of branch circuit conductors, and the panelboard or interconnection
box from which the branch circuit is served.
1.8 QUALITY ASSURANCE
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 4
A. Manufactures of equipment shall be firms regularly engaged in the production of factory
fabricated systems and equipment whose products have been in satisfactory use in similar
service for not less than three (3) years.
B. Suppliers of equipment must have factory trained and authorized personnel for the
service of all equipment provided.
1.9 ABSENCE OF SPECIFICATION
A. Where the drawings or the specifications do not name a particular brand or
manufacturer of any item, these items are still part of the Work. This Contractor shall
provide all such items that may be fairly and reasonably judged throughout the
construction industry to be the most appropriate and best quality item for the intended
application. Provide submittals for proposed items to the Architect for review and
approval.
1.10 DISCREPANCY IN DRAWINGS AND/OR SPECIFICATIONS
A. Where the drawings and/or the specifications pose a conflict in design intent
requirements, quality of work, or equipment the contractor must submit an RFI for
clarification during the bid process in compliance with the front end specifications to
provide resolution or provide the greater of the conflicting equipment or workmanship
after the submission of bid, or cutoff date for RFI’s.
PART 2 - PRODUCTS
2.1 SUBSTITUTIONS
A. The Materials, products and equipment described in the Bidding Documents establish a
standard of required quality, functions, dimensions and appearance that must be met by
any proposed substitution.
B. Proposed substitutions must be submitted to the Architect/Engineer a minimum of ten
(10) days prior to the date for receipt of Bids. Each request shall include the name of the
proposed material equipment being substituted, cut sheets, installation drawings,
performance and test data and warranties. At that time the equipment or will be
evaluated and if determined to be acceptable an Addendum will be issued to all bidders.
C. Requests for substitution shall be made only by a Bidder. Requests for substitution from
sales representatives, vendors or suppliers are not acceptable.
2.2 MATERIALS
A. All materials, unless otherwise specified, shall be new and be the standard products of the
manufacturer. Used equipment or damaged material will be rejected.
B. The listing of a manufacturer as “acceptable” does not indicate acceptance of a standard
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 5
or catalogued item of equipment. All equipment and systems conform to the
Specifications.
2.3 U.L. LISTING
A. Equipment shall bear the Underwriter’s Laboratories (UL), or other approved agency
listing label. This listing requirement applies to the entire assembly. Any modifications
to equipment to suit the intent of the specifications shall be performed in accordance with
the National Electric Code and listed by U.L.
2.4 SHOP DRAWINGS/PRODUCT DATA/SAMPLES
A. Submit Shop Drawings on all items of equipment and materials to be furnished and
installed. Submission of Shop Drawings and samples shall be accompanied by a
transmittal letter, stating name of project and contractor, number of drawings, titles, and
other pertinent data called for in individual sections. Shop Drawings Shall Be Dated and
Contain: Name of project; name of prime professional; name of prime contractor;
description or names of equipment, materials and items; and complete identification of
locations at which materials or equipment are to be installed. Incomplete submittals will
not be accepted. All products specified in an individual Division 26, and 28 specification
sections shall be submitted at the same time and each separate section shall have its own
submittal. Number each submittal and do not combine multiple specification sections into
a single submittal. Indicate deviations from contract requirements on Letter of
Transmittal. Corrections or comments made on the Shop Drawings during the review do
not relieve Contractor from compliance with requirements of the drawings and
specifications. The Contractor is responsible for confirming and correcting all quantities;
checking electrical characteristics and dimensions; selecting fabrication processes and
techniques of construction; coordinating his work with that of all other trades; and
performing his work in a safe and satisfactory manner.
PART 3 - EXECUTION
3.1 COORDINATION DRAWINGS
A. Before construction work commences, Contractors for all trades shall submit
Coordination Drawings in the form of reproducible transparencies drawn at not less than
1/4" = 1'-0" scale. Coordination Drawings are required throughout all areas for all trades.
These drawings shall identify and show resolutions of trade conflicts. Mechanical
Equipment Rooms shall be drawn early in the Coordination Drawing process,
simultaneous with all other congested areas. Prepare Coordination Drawings As Follows:
1. HVAC Contract will prepare the base plan Coordination Drawings showing all
ductwork and all pertinent piping and equipment. These drawings may be sepias
of the required ductwork Shop Drawings. The drawings shall be coordinated
with cable tray, lighting fixtures, sprinklers, air diffusers, other ceiling mounted
items, ceiling heights, structural work, maintenance clearances, electric code
clearance, reflected ceiling plans, and other contract requirements. Reposition
proposed locations of work after coordination drawing review by the
Construction Manager and the Architect. Provide adjustments to exact size,
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 6
location and offsets of ducts, pipes, conduit, etc., to achieve reasonable
appearance objectives. Provide these adjustments as part of Base Bid Contracts.
Minor revisions need not be redrawn.
2. HVAC Contract will provide sepia transparencies and/or prints and submit the
base plan to all major trades' Contractors.
3. Electrical, Plumbing and Fire Protection Contracts will draft location of piping
and equipment on the base plan, indicating areas of conflict and suggested
resolutions.
3.2 ROUGH-IN
A. Due to small scale of Drawings, it is not possible to indicate all offsets, fittings, changes
in elevation, etc. Verify final locations for rough-ins with field measurements and with
the equipment being connected. Verify exact location and elevations at work site prior to
any rough-in work. DO NOT SCALE PLANS. If field conditions, details, changes in
equipment or shop drawing information require a significant change to the original
documents, contact the owners representative for approval before proceeding.
B. All equipment locations shall be coordinated with other trades to eliminate interference
with required clearances for equipment maintenance and inspections.
1. Coordinate work with other trades and determine exact routing of all duct, pipe,
conduit, etc., before fabrication and installation. Coordinate with Architectural
Drawings. Verify with Owner's Representative exact location of all equipment in
finished areas, such as thermostat, fixture and switch mounting heights, and
equipment mounting heights. Coordinate all work with the architectural reflected
ceiling plans and/or existing Architecture. Mechanical and electrical drawings
show design arrangement only for diffusers, grilles, registers, air terminals,
lighting fixtures, sprinklers, speakers and other items. Do not rough-in contract
work without reflected ceiling location plans.
2. Before rough-in for equipment furnished by Owner or in other contracts, obtain
from Architect and other Contractors, approved rough-in drawings giving exact
location for each piece of equipment. Do not "rough-in" services without final
layout drawings approved for construction. Cooperate with other trades to insure
proper location and size of connections to insure proper functioning of all
systems and equipment. Obtain written authorization from the Owners
representative or other contractor for any “rough-ins” that, due to project
schedule, are required before approved coordination drawings are available. Any
work installed without written authorization or approved coordination drawings,
causing a conflict will be relocated by the electrical contractor at no expense to
the Owner.
3. For equipment and connections provided in this contract, prepare rough-in
drawings as follows:
a. Existing equipment being relocated: Measure the existing equipment
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 7
and prepare drawings for installation in new location.
b. New equipment: Obtain equipment rough-in drawings and dimensions,
then prepare rough-in drawings.
c. Where more than one trade is involved in an area, space or chase, all
shall cooperate and install their own work to utilize the space equally
between them in proportion to their individual requirements. In general,
ductwork shall be given preference except where grading of piping
becomes a problem, followed by piping then electrical wiring. If, after
installation of any equipment, piping, ducts, conduit, and boxes, it is
determined that ample maintenance and passage space has not been
provided, rearrange work and/or furnish other equipment as required for
ample maintenance space. Any changes in the size or location of the
material or equipment supplied, which may be necessary in order to meet
field conditions or in order to avoid conflicts between trades, shall be
brought to the immediate attention of the Owner's Representative and
approval received before such alterations are made.
C. Provide easy, safe, and code mandated clearances at controllers, motor starters, valve
access, and other equipment requiring maintenance and operation. Contractor shall
relocate existing work in the way of new construction. VISIT SITE BEFORE BIDDING
TO DETERMINE SCOPE OF WORK. Provide new materials, including new piping and
insulation for relocated work.
3.3 EXISTING SYSTEMS AND CONDITIONS
A. Prior to beginning work inspect and test all existing electrical systems that will be
affected by the work in this contract. Provide a report to the Owner indicating any
problems or defects found. If no problems or system defects are submitted, the contractor
shall be responsible for correcting problems found at the completion of the project that
are determined to be caused by the work of this contract.
B. Inspect the entire work area for defects in the existing construction such as scratches,
holes etc. Submit a complete list and photographs of existing damage, to the owner prior
to beginning work. If existing damage is not documented the contractor shall repair all
damage to like new condition, that is determined to have been caused by the work in this
contract.
3.4 ELECTRICAL INSTALLATIONS
A. All installations shall comply with the following requirements:
1. Coordinate electrical systems, equipment, and materials installation with other
building components. Be responsible for any changes in openings and locations
necessitated by the equipment installed.
2. The architect shall control the placement of all wall and ceiling mounted
electrical equipment and devices in all rooms with the exception of mechanical
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 8
and electrical equipment rooms. When drawing details are not available, consult
with the Architects representative for actual location.
3. Verify all dimensions with field measurements.
4. Arrange for all chases, slots and openings in other building components that are
not indicated on drawings, to allow for electrical installations.
5. Coordinate the installation of required supporting devices and sleeves to be set in
poured-in-place concrete and other structural components, as they are
constructed.
6. Coordinate ordering and installation of all equipment with long lead times or
having a major impact on work by other trades so as not to delay the job or
impact the construction schedule. Pay close attention to equipment that must be
installed prior to building enclosure.
7. Where mounting heights are not detailed or dimensioned, install systems,
materials and equipment to provide the maximum headroom possible.
8. Install systems, materials and equipment to conform with approved submittal
data, including coordination drawings, to greatest extent possible. Conform to
arrangements indicated by the Contract Documents, recognizing that portions of
the work are shown only in diagrammatic form. Where coordination
requirements conflict with individual system requirements, refer the conflict to
the Architect.
9. Store Materials on dry base, at least 6" above-ground or floor. Store so as not to
interfere with other work or obstruct access to buildings or facilities. Provide
waterproof/windproof covering. Remove and provide special storage for items
subject to moisture damage. Protect against theft or damage from any cause.
Replace items stolen or damaged, at no cost to Owner.
10. Set all equipment to accurate line and grade, level all equipment and align all
equipment components.
11. All tolerances in alignment and leveling, and the quality of workmanship for
each stage of work shall be as required by the manufacturer and subject to
approval by the owners representative.
12. All finished equipment surfaces damaged during construction shall be brought to
“as new” condition by touch up or repainting. Any rust shall be removed and
primed prior to repainting.
13. Workmanship shall be as called for in the “Standard of Installation” published by
the National Electrical Contractors Association (NECA).
14. Provide all scaffolding, rigging, hoisting and services necessary for erection and
delivery of equipment and apparatus furnished into the premises. These items
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 9
shall be removed from premises when no longer required.
15. No electrical equipment shall be hidden or covered up prior to inspection by the
owner’s representative. All work that is determined to be unsatisfactory shall be
corrected immediately.
16. All electrical work shall be installed level and plumb, parallel and perpendicular
to other building systems and components.
17. Conceal all contract work above ceilings and in walls, below slabs, and
elsewhere throughout building. If concealment is impossible or impractical,
notify Owner's Representative before starting that part of the work and install
only after his approval. In areas with no ceilings, install only after Owner's
Representative reviews and comments on arrangement and appearance.
18. Install access panel or door where units are concealed behind finished surfaces.
3.5 PAINTING
A. This Contract Includes the following :
1. Painting for all cut and patch work performed as part of Division 26, and 28
contract.
2. Painting required for touch-up of surfaces damaged due to the installation of
electrical work.
3. Painting as required to repair finish of equipment furnished.
3.6 ELECTRICAL EQUIPMENT CONNECTIONS
A. Provide complete power connections to all electrical equipment. Provide control
connections to equipment where indicated on the drawings. Provide disconnect ahead of
each piece of equipment. Ground all equipment in accordance with the latest version of
the National Electrical Code.
B. Provide all power wiring, electric equipment, control wiring, switches, lights, receptacles,
and connections as required for proper equipment operation of Owner-Furnished
Equipment and Equipment furnished by other contracts,
C. Refer to Manufacturer's drawings/specifications for requirements of special equipment.
Verify connection requirements before bidding and confirm prior to rough-in.
3.7 CLEANING
A. After all tests are made and installations completed satisfactorily:
1. Thoroughly clean entire installation, both exposed surfaces and interiors.
2. Remove all debris caused by work.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 10
3. Remove tools, surplus, materials, when work is finally accepted.
3.8 TEMPORARY FACILITIES
A. Refer to Division 0 and 1 specifications for temporary facility requirements of this
contract.
3.9 CONTINUITY OF SERVICES
A. The building will be in use during construction operations. Maintain existing systems in
operation within all rooms of building at all times. Refer to "General Conditions of the
Contract for Construction" for temporary facilities for additional contract requirements.
Schedules for various phases of contract work shall be coordinated with all other trades
and with Owner's Representative. Provide, as part of contract, temporary mechanical and
electrical connections and relocation as required to accomplish the above. Obtain
approval in writing as to date, time, and location for shut-down of existing
mechanical/electrical facilities or services.
3.10 START UP AND OWNER INSTRUCTIONS
A. Before acceptance of the work, furnish necessary skilled labor to operate all systems by
seasons. Instruct the Owners designated personnel on the proper operation and
maintenance of systems and equipment. Obtain written acknowledgment from person
instructed prior to acceptance repeat the instructions if asked to do so. Contractor is fully
responsible for systems until acceptance, even though operated by Owner's personnel,
unless otherwise agreed in writing. Provide, operating, maintenance and starting
precautions and procedures to be followed by the Owner for operating systems and
equipment. Mount the instruction in clear plastic holder on or adjacent to the equipment.
B. Where supervision by a manufacturer is called for, provide manufacturer’s certified
technician or engineer to supervise the startup, testing and adjustment of the equipment or
system. Where two or more manufacturers are involved (i.e., variable frequency drive
and air handling unit) both manufacturer’s shall be present at start up. The manufacturer
shall provide a written report detailing the testing and start-up including problems that
occurred and their method of resolution.
3.11 OPERATION AND MAINTENANCE MANUALS
A. Provide Operation and Maintenance Manuals. Include one copy each of approved Shop
Drawings, wiring diagrams, piping diagrams, spare parts lists, as-built drawings and
manufacturer's instructions. Include typewritten instructions, describing equipment,
starting/operating procedures, emergency operating instructions, seasonal changeover,
freeze protection, precautions and recommended maintenance procedures. Include name,
address, and telephone number of supplier manufacturer Representative and service
agency for all major equipment items. Bind above items in a three ring binder with name
of project on the cover. Provide required number of hard copies and disk(s) containing
pdf files of all documents and deliver to Owner's Representative before request for
acceptance.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 11
3.12 RECORD DOCUMENTS
A. Prepare record or as-built documents in accordance with Division 01 Specifications. In
addition to those requirements provide the following:
1. Document the routing major raceway systems, location of control devices, branch
circuit numbers for all devices and equipment and fuse and circuit breaker sizes
for major equipment and branch circuit home runs.
2. Provide stamp on each drawings including: Company Name, Date and “Record
Drawings”
3. Refer to each Division 26, and 28 section for additional items to be included in
the record drawings.
4. Provide required number of hard copies and disk(s) containing pdf files of all
documents.
3.13 REMOVALS
A. Where existing equipment removals are called for, submit complete list to Owner's
Representative. All items that Owner wishes to retain that do not contain asbestos or
PCB Material shall be delivered to location directed by Owner. Items that Owner does
not wish to retain shall be removed from site and legally disposed of. Removal and
disposal of material containing asbestos and/or PCB's shall be in accordance with
Federal, State and Local law requirements. Where equipment is called for to be
relocated. Contractor shall carefully remove, clean and recondition, then reinstall.
Remove all abandoned piping, wiring, equipment, lighting, ductwork, tubing, supports,
fixtures, etc. Visit each room, crawl spaces and roofs to determine total Scope of Work.
B. Completely remove all piping, conduit, controls, and other devices associated with the
equipment not to be reused in the new work. This includes all equipment, conduit,
junction boxes, devices, panels, and all hangers, including the top connection and any
fastenings to building structural systems. Patch, paint and seal all removals, openings
and other penetrations in roof, walls, ceilings, floors, in an approved manner and in
accordance with plans and specifications where specifically covered. Structural integrity
of the building system shall be maintained. Reference shall also be made to the
architectural, structural, mechanical, site, and electrical drawings and specifications for
additional facilities to be demolished or handled.
3.14 ASBESTOS RECOGNITION AND PRECAUTIONS
A. The contractor shall be responsible for coordination of all required removal work, coring,
cutting and patching with the owners asbestos management plan. Prior to performing
such work identify areas containing asbestos. Notify the Owner so that they may make
arrangements for abatement and/or containment prior to work proceeding. The contractor
shall be responsible for cleaning all areas where asbestos is released due to the failure to
coordinate with the asbestos management plan. Refer to Division 1 sections for further
requirements.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC ELECTRICAL REQUIREMENTS 260010 - 12
B. Refer to division 2 sections for further requirements.
END OF SECTION 260010
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC MATERIALS AND METHODS 260100 - 1
SECTION 260100 - BASIC MATERIALS AND METHODS
PART 1 - GENERAL
1.1 SCOPE
A. Minimum composition requirements and/or installation methods for the following
materials and work are included in this section:
1. Miscellaneous Supports
2. Access Doors and Panels
3. Fire Stopping
4. Boxes and Cabinets
5. Equipment Pads, Bases and Supporting Devices
6. Identification
7. Potential and Arc Flash Hazard Labeling
1.2 SUBMITTALS
A. Product data for:
1. Boxes and cabinets
2. Fire Stopping Materials
3. Coordination drawings for sleeves, access panels, and door locations.
1.3 QUALITY ASSURANCE
A. The contractor shall engage the services of a qualified installer for the installation and
application of joint sealers, flashing, access panels, and cutting and patching.
B. All work shall be done in a neat and workmanlike manner. All methods of construction,
details of workmanship, that are not specifically described or indicated in the contract
documents, shall be subject to the control and approval of the Owner's Representative.
Equipment and materials shall be of the quality and manufacture indicated. The
equipment specified is based upon the acceptable manufacturers listed. Where "approved
equal" is stated, equipment shall be equivalent in every way to that of the equipment
specified and subject to approval.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC MATERIALS AND METHODS 260100 - 2
C. Materials specified herein shall comply with the applicable requirements of :
1. The following Articles of the National Electric Code (NFPA 70)
a. 314 - Outlet, Device, Pull and Junction Boxes, Conduit bodies and fittings
b. 312 - Cabinets, Cutout Boxes and Meter socket Enclosures
PART 2 - PRODUCTS
2.1 MISCELLANEOUS SUPPORTS
A. Metal bars, plates, tubing, etc. shall conform ASTM standards:
1. Steel plates, shapes, bars, and grating - ASTM A 36
2. Cold-Formed Steel Tubing - ASTM A 500
3. Hot - Rolled Steel Tubing - ASTM A 501
4. Steel Pipe - ASTM A 53, Schedule 40, welded
B. Metal Fasteners shall be Zinc-coated (type, grade and class as required)
2.2 ACCESS DOORS AND PANELS
A. Steel access doors and frames shall be factory fabricated and assembled units, complete
with attachment devices and fasteners ready for installation. Joints and seams shall be
continuously welded steel, with welds ground smooth and flush.
B. Construction:
1. Frames:
a. 16 gage steel with 1 inch wide exposed perimeter flange and adjustable
masonry anchors for units installed in masonry, pre-cast, cast in place
concrete, ceramic tile.
b. 16-gage steel, perforated flanges with bead for gypsum or plaster wall
board.
c. 16-gage steel with galvanized expanded metal lath and exposed casing
bead, welded to perimeter of frame for full bed plaster applications.
2. Access Doors:
a. Provide 14 gage sheet steel flush panel doors with concealed continuous
piano hinge factory installed, primed and painted, set to open 175
degrees.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC MATERIALS AND METHODS 260100 - 3
b. Provide fire rated, insulated flush panel doors, with continuous piano
hinge and self-closing mechanism rated for 1 ½ hour “B” labeled, in fire
rated partitions.
C. Provide flush, screwdriver operated cam locks on all access doors.
2.3 FIRE STOPPING
A. Fire-stopping for Openings Through Fire and Smoke Rated Walls and Floor Assemblies
shall be listed or classified by an approved independent testing laboratory for "Through-
Penetration Fire-Stop Systems." The system shall meet the requirements of "Fire Tests of
Through-Penetration Fire-Stops" designated ASTM E814.
B. Acceptable Manufacturers:
1. Dow Corning Fire-Stop System Foams and Sealants.
2. Nelson Electric Fire-Stop System Putty, CLK and WRP.
3. Thomas & Betts - S-100 FS500/600.
4. Carborundum Fyre Putty.
5. Hilti Firestop Systems.
2.4 BOXES AND CABINETS
A. Outlet Boxes and Covers
1. General Use Boxes shall be galvanized steel, not less than 1-1/2" deep, 4" square
or octagonal, with knockouts. Outlet boxes exposed to moisture, exterior, wet or
damp locations shall be cadmium cast alloy complete with threaded hubs and
gasketed screw fastened covers. Minimum box size shall be as indicated in
Article 314 of the National Electrical Code for the conductors and devices
installed. Boxes shall be approved for the environmental condition of the
location where they will be installed.
2. Boxes installed in damp or wet locations shall be of rain tight construction with
gasketed cover and threaded conduit hubs. In no case shall boxes be sized
smaller than as indicated in Article 314 of the National Electrical Code for
conduit and conductor sizes installed. Boxes shall be approved for the
environmental condition of the location where they will be installed.
3. Acceptable manufacturers:
a. Steel City
b. Raco
c. Appleton
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC MATERIALS AND METHODS 260100 - 4
d. Crouse Hinds
B. Pull and Junction Boxes
1. Shall be constructed of not less than 14 gauge galvanized steel with trim for flush
or surface mounting in accordance with the location to be installed. Provide
screw-on type covers. Boxes installed in damp or wet locations shall be of rain
tight construction with gasketed cover and threaded conduit hubs. In no case
shall boxes be sized smaller than as indicated in Article 314 of the National
Electrical Code for conduit and conductor sizes installed. Boxes shall be
approved for the environmental condition of the location where they will be
installed.
2. Acceptable manufacturers:
a. Hoffman
b. Keystone
c. Cooper B-Line
d. Custom fabricated per. NEC and UL guidelines
3. Flush floor junction boxes shall be recessed cover boxes designed for flush
mounting in masonry. Provide checkered plate gasketed cover suitable for foot
traffic. Make: O.Z. Gedney Type YR or approved equal.
C. Terminal and Equipment Cabinets:
1. Terminal and Equipment Cabinets shall be code gauge galvanized steel with
removable endwalls. Fronts shall be of code gauge steel, flush or surface type (as
indicated) with concealed trim clamps, concealed hinges, flush lock, and grey
baked enamel finish. Boxes and front shall be U.L. listed and shall be minimum
35"H x 24"W x 6"D. Provide removable insulated plywood terminal board
mounted on inside back wall of cabinet.
2. Acceptable manufacturer:
a. Square D "Mono-Flat"
b. Approved equal
2.5 SUPPORTING DEVICES
A. Supports, support hardware and fasteners shall be protected with zinc coating or
treatment of equivalent corrosion resistance using approved alternative treatment, finish
or inherent material characteristic. Products used for outdoor applications shall be hot
dipped galvanized.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC MATERIALS AND METHODS 260100 - 5
B. Provide clevis hangers, riser clamps, conduit straps, threaded c clamps with retainers,
ceiling trapeze hangers, wall brackets and spring steel clamps as applicable.
C. 14 gauge U-Channel systems with 9/16 inch diameter holes at a minimum of 1 7/8 inches
on center in the top surface. Provide fittings and accessories that match and mate
channel.
D. Provide carbon steel or wedge or sleeve type expansion anchors, steel spring head toggle
bolts and heat treated steel power driven threaded stud fastening equipment as required
by construction types.
E. Provided field fabricated supporting devices such as angles, channels, pipe supports, etc.
All fabricated supports shall be of metal construction.
F. Acceptable Manufacturers:
1. Allied Tube
2. American Electric
3. B-Line
4. Unistrut Diversified Products
5. Cooper Industries
6. Killark Electric Mfg. Co.
7. O/Z Gedney
8. Spring City Electrical Mfg. Co.
9. Thomas & Betts Corporation
2.6 ROOF PENETRATION FLASHING AND SEALING
A. Opening through roofs shall be flashed in manner not to affect roof guarantee or bond.
Engage qualified Roofing Contractor licensed by the Roofing Manufacturer, as part of
contract. Provide non-ferrous flashing pieces, EDPM skirts, EDPM hoods and collars as
required to make ducts, pipes, conduits, and other penetrations watertight. Where curbs
are called for with respect to rectangular openings in new roofs, flashing will be done by
others unless specifically indicated otherwise. Caulk and waterproof with additional
material so as to seal airtight and watertight.
B. Design Equipment: RPS.
C. Acceptable Manufacturers: Pate, Shipman & Son.
2.7 IDENTIFICATION
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC MATERIALS AND METHODS 260100 - 6
A. Equipment Labeling
1. Provide adhesive marking labels for raceway and metal-clad cable. The labels
shall indicate voltage and service, and be located above ceilings every 75 feet and
on wall mounted conduit in mechanical and equipment rooms.
2. Provide colored self-adhesive vinyl tape, minimum 3 mils thick by 1 inch wide
for all phase marking on cable.
3. Provide 6-inch wide bright colored continuously printed, plastic tape
compounded for direct-burial services. Printing shall indicate service below.
4. Provide engraved, plastic laminated labels, signs and instruction plates.
Engraving stock melamine plastic laminate. Use 1/16-inch minimum thick for
signs up to 20 square inches or 8 inches in length. Use 1/8 inch thick for larger
sizes. Engraved legend in white letters on black face and punched for
mechanical fasteners. Emergency equipment shall have red face.
2.8 POTENTIAL AND ARC FLASH HAZARD LABELING
A. Provide multi-colored self-adhesive vinyl label, minimum dimension 5” wide x 3” high.
B. Shall designate the potential and arc flash hazard for equipment according to NFPA-70E.
C. Label shall include the following information:
1. “ARC FLASH & SHOCK HAZARD APPROPRIATE PPE REQUIRED”
2. Flash Hazard Category
3. Flash protection Boundary
4. List of required personal protective equipment (PPE)
5. Voltage of max. present shock hazard
6. Limited, Prohibited, and Restricted approach boundaries
D. Acceptable Manufacturers:
1. W.H. Brady Co.
2. Markal Corp.
3. National Band & Tag Company
4. Panduit Corporation
5. Cole-Flex Corporation
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC MATERIALS AND METHODS 260100 - 7
PART 3 - EXECUTION
3.1 ACCESS DOORS AND PANELS
A. Install access doors, sized to permit complete access for any concealed and/or
inaccessible junction boxes, control and monitoring devices, duct mounted fire alarm
detectors and other electrical equipment requiring access for maintenance or operation.
B. Set frames accurately in position and securely attach to supports with face panels plumb
and level in relation to adjacent finish surfaces.
C. Adjust hardware and panels after installation for proper operation.
3.2 FIRE STOPPING
A. Installation of Fire-stopping for Openings Through Fire and Smoke Rated Walls and
Floor Assemblies shall be as follows:
1. Provide fire-stop system seals at all locations where piping, tubing, conduit,
electrical busways/cables/wires, ductwork and similar utilities pass through or
penetrate fire rated wall or floor assembly. Provide fire-stop seal between sleeve
and wall for dry wall construction.
2. The minimum required fire resistance ratings of the wall or floor assembly shall
be maintained by the fire-stop system. The installation shall provide an air and
watertight seal.
3. The methods used shall incorporate qualities that permit the easy removal or
addition of electrical conduits or cables without drilling or use of special tools.
The product shall adhere to itself to allow repairs to be made with the same
material and permit the vibration, expansion and/or contraction of any items
passing through the penetration without cracking, crumbling and resulting
reduction in fire rating.
4. Provide rigid steel sleeves where non-armored cables pass through fire rated
walls and barriers.
3.3 BOXES AND CABINETS
A. Consider location of outlets shown on drawings as approximate only. Study
architectural, process piping, mechanical, plumbing, structural, roughing-in, etc.,
drawings and note surrounding areas in which each outlet is to be located. Locate outlet
so that when fixtures, motors, cabinets, equipment, etc., are placed in position, outlet will
serve its desired purpose. Where conflicts are noted between drawings, contact Owner's
Representative for decision prior to installation. Comply with Article 314 of National
Electrical Code relative to position of outlet boxes in finished ceilings and walls.
B. Surface ceiling mounted outlet boxes shall be minimum 4" square, 1-1/2" deep,
galvanized sheet metal.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC MATERIALS AND METHODS 260100 - 8
C. Surface wall mounted outlet boxes shall be cast type boxes having threaded or
compression type threadless hubs. Exterior boxes shall be cast type with threaded hubs
and gasketed cover plates secured by non-ferrous screws.
D. Install junction and pull boxes in readily accessible locations. Access to boxes shall not
be blocked by equipment, piping, ducts and the like. Provide all necessary junction or
pull boxes required due to field conditions and size as required by the National Electrical
Code.
3.4 OUTLET BOX ROUGH-IN HEIGHTS:
A. Unless otherwise noted, mount devices and equipment at heights measured from finished
floor to device/equipment centerline, except fire alarm as follows:
1. Receptacle outlets, weatherproof, above-grade 24"
2. Terminal cabinets, control cabinets 72"
3. Disconnect switches, motor starters, enclosed circuit breakers 48"
4. Where structural or other interference’s prevent compliance with mounting
heights listed above, consult Owner's Representative for approval to change
location before installation.
3.5 EQUIPMENT PADS, BASES AND SUPPORTING DEVICES
A. Hangers and Supports:
1. Provide steel angles, channels and other materials necessary for the proper
support and erection of motor starters, large disconnect switches, etc.
3.6 IDENTIFICATION
A. Provide engraved lamicoid identification nameplates on main switchboard and on all
panelboards using designation shown in panelboard schedule.
B. Provide engraved lamicoid identification nameplates for each circuit breaker in the main
distribution panel listing the panelboard or equipment connected to each device.
C. Provide engraved lamicoid identification nameplate on individual circuit breaker
enclosures, motor starters and disconnect switches, listing the equipment connected to the
particular device, feeder panelboard and feeder circuit number.
D. Provide complete type written directory for each panelboard listing room number,
function, etc., for each circuit breaker. Provide type written updated panelboard
directories for existing panelboards affected by this work.
E. Panelboard nameplates shall be engraved black, with white core, with Helvetica medium
3/16" lettering.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC MATERIALS AND METHODS 260100 - 9
F. Identify junction and pullboxes for particular service such as power, lighting, fire alarm,
telephone, intercom, public address, nurse call, etc. using stencil lettering on cover.
G. Provide a tape label on all receptacle and switch coverplates, power poles, etc. listing
panel designation and circuit number. Tape shall be attached to outside of receptacle or
switch coverplates.
H. Provide potential and arc hazard labeling on all new switchboards, panelboards, industrial
control panels, motor control centers.
3.7 ELECTRICAL VOLTAGE AND ARC FLASH HAZARDS AND LABELING
A. Contractor shall review all existing conditions regarding flash and potential hazards at
panelboards, switchboards, motor control equipment, starters, and safety switches. All
personal shall be trained and suited in proper protective clothing and equipment suitable
for installation.
B. Provide potential hazard and arc flash hazard labeling of all new and modified
panelboards, switchboards, motor control equipment, starters, and safety switches.
3.8 FLASHING AND SEALING
A. Opening through roofs shall be flashed in manner not to affect roof guarantee or bond.
Engage qualified Roofing Contractor licensed by the Roofing Manufacturer, as part of
contract. Provide non-ferrous flashing pieces, EDPM skirts, EDPM hoods and collars as
required to make ducts, pipes, conduits, and other penetrations watertight. Where curbs
are called for with respect to rectangular openings in new roofs, flashing will be done by
others unless specifically indicated otherwise. Caulk and waterproof with additional
material so as to seal airtight and watertight.
3.9 CUTTING AND PATCHING
A. Work shall be in accordance with Section 017329 - Cutting and Patching.
B. In addition to the requirements of Section 017329 the following requirements apply:
1. Perform cutting, fitting and patching of electrical equipment in all following
cases:
a. To uncover work for installation of poorly coordinated or ill-timed
electrical work.
b. To remove and replace defective work.
c. To remove and replace work not conforming to requirements of the
Contract Documents.
2. Remove samples of installed work as specified for testing.
3. Install equipment and materials in existing structures.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
BASIC MATERIALS AND METHODS 260100 - 10
4. Cut, remove and legally dispose of all electrical equipment, components, and
materials as called for and all other items not indicated on plans but made
obsolete by the installation of new work.
5. Protect the structure, furnishings, finishes and adjacent materials not being
removed and maintain temporary
END OF SECTION 260100
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SECTION 260455 - CIRCUIT BREAKERS FOR EXISTING PANELBOARDS
PART 1 GENERAL
1.1 SUBMITTALS
A. Not required.
PART 2 PRODUCTS
2.1 CIRCUIT BREAKERS
A. Similar to existing circuit breakers.
B. Compatible with existing panelboard.
C. Number of poles and ampere trip rating as indicated on drawings.
D. Complete with accessories required for installation, including but not limited to mounting
kits and bus extensions.
E. Shall be listed and labeled for existing make and model panelboard.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install new circuit breakers in existing panelboards where indicated.
B. Add new circuits equally across phases to prevent overloading any phase in the
panelboard. After new and existing circuits are energized, take current reading on
panelboard feeder during a heavy usage time period. If phases are substantially
unbalanced, rearrange both new and existing circuits in panelboard to equally distribute
load between all phases, and provide new typewritten directory indicating equipment
controlled by each circuit breaker.
END OF SECTION 260455
CIRCUIT BREAKERS FOR EXISTING PANELBOARDS 260455 - 1
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
LOW-VOLTAGE CABLES 260519 - 1
SECTION 260519 - LOW-VOLTAGE CABLES
PART 1 - GENERAL
1.1 WORK INCLUDED
A. Provide all labor, materials, tools, and equipment required for the complete installation of
work called for in the Contract Documents
1.2 SCOPE
A. This section includes minimum requirements for the following:
1. Low Voltage Conductors
2. Type MC Metal Clad Cable
3. Connectors and Terminations
1.3 SUBMITTALS
A. Provide product data for the following:
1. Low Voltage Conductors
2. Type MC Metal Clad Cable
3. Connectors and Terminations
1.4 QUALITY ASSURANCE
A. All conductors shall be installed in a neat and workmanlike manner. All methods of
construction that are not specifically described or indicated in the contract documents
shall be subject to the control and approval of the Owner's Representative. Equipment
and materials shall be of the quality and manufacture indicated. The equipment specified
is based upon the acceptable manufacturers listed. Where "approved equal" is stated,
equipment shall be equivalent in every way to that of the equipment specified and subject
to approval.
B. Materials specified herein shall comply with the applicable requirements of :
1. The following Articles of the National Electric Code (NFPA 70)
a. 300 - Wiring Methods
b. 310 - Conductors for General Wiring
c. 330 - Type MC Metal Clad Cable
d. 400 - Flexible Cords and Cables
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
LOW-VOLTAGE CABLES 260519 - 2
e. 402 - Fixture Wires
2. The following U.L. Standards:
a. UL 83 Thermoplastic-Insulated Wires and Cables
b. UL 44 Thermoset-insulated Wires and Cables
c. UL 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors.
d. UL 854 Service Entrance Cable
e. UL 1277 Electrical Power and Control Tray Cables
f. UL 6, 1981 Rigid Metal Electrical Conduit
g. All Other Applicable Standards
PART 2 - PRODUCTS
2.1 LOW VOLTAGE CONDUCTORS
A. General purpose feeder and branch circuit and control wiring:
1. Annealed Copper, 98% conductivity.
2. Minimum wire size:
a. #12 AWG for branch circuits
b. #14 AWG for control and signal circuits
3. Wire shall be stranded per ASTM B8.
4. 600 volt insulation for all wiring above 50 volts.
5. 300 volt insulation permitted for all wiring below 50 volts.
6. Thermal plastic with PVC insulation with nylon jacket.
7. Suitable for wet or dry locations, THHN/THWN-2 90 degree Celsius.
8. 90 degree C maximum operating temperature rating.
9. UL 83 Listed
B. Color Coding
1. All circuits shall be color coded according to the following schedule:
Voltage A PHASE B PHASE C PHASE NEUTRAL
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
LOW-VOLTAGE CABLES 260519 - 3
208Y/120V, 3 Phase Black Red Blue White
480Y/277V, 3 Phase Brown Orange Yellow Gray
240/120V, 1 Phase Black Red White
*ALL GROUNDING CONDUCTORS SHALL BE GREEN
*ALL ISOLATED GROUNDING CONDUCTORS SHALL BE GREEN WITH
YELLOW STRIPE
2. All isolation panel branch circuits shall be color coded according to the following
schedule:
Voltage Isolated Cond. 1 Isolated Cond. 2 Isolated Cond. 3
1-ø circuit Orange w/ stripe* Brown w/ stripe* N/A
3-ø circuit Orange w/ stripe* Brown w/ stripe* Yellow w/ stripe*
*STRIPE COLOR IN ACCORDANCE WITH NEC ARTICLE 517.160
3. #6 AWG and smaller shall have insulation continuously colored as called for
above.
4. #4 AWG and larger may by identified using a minimum 3” tape band.
5. Color code all conductors at all pullboxes, enclosures, and terminations.
6. Switched legs shall be identified with the same color insulation as the phase leg.
C. Acceptable Manufacturers:
1. General Cable
2. Southwire
3. Okonite
4. Prysmian
2.2 TYPE MC METAL CLAD CABLE
A. Construction:
1. Stranded or solid copper conductors, each individually insulated, and enclosed in
an armor of flexible metal tape.
2. Suitable for wet or dry locations.
3. Suitable for cable tray installations.
4. Do not install direct buried, in concrete, or in the presence of corrosive vapors.
5. Provide with separate integral grounding conductor.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
LOW-VOLTAGE CABLES 260519 - 4
6. Support every 6 feet.
7. MC cable listed for Health Care facilities use per. NEC Article 517.
8. Manufactured and installed in accordance with NEC Article 330.
9. Design Make: Same as building wire.
2.3 LOW VOLTAGE CONNECTORS AND TERMINATIONS
A. Straight Splices, #26 AWG To #10 AWG
1. Nylon Insulated compression butt-splices.
2. 600 volt, 90 degree C rated.
3. Make: Burndy “Insulink”, T&B “Sta-Kon”, or approved equal
B. Straight Splices, #8 AWG and Larger
1. Two way, long barrel, compression type, copper
2. Provide heat shrink tubing over splice.
3. 600 volt rated.
4. Make: Burndy “Hylink”, T&N 54800 Series, or approved equal.
C. Pigtail Splices, #26 AWG to #10 AWG
1. Twist type pressure connector.
2. 600 volt rated, 105 degree C.
3. Size as required for number and size of conductors used.
4. Make: T&B Scotchlock, or approved equal
D. Three Way Splices, #8 AWG and Larger
1. Three way, long barrel, compression type, copper.
2. Provide tape or heat shrink tubing over splice.
3. 600 volt rated.
4. Make: Burndy “Hylink”, T&B 54700 Series, or approved equal.
E. Lug Terminations for Control and Signal Wiring.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
LOW-VOLTAGE CABLES 260519 - 5
1. Nylon insulated fork with compression termination of #26 AWG to #10 AWG.
2. Nylon insulated ring with compression termination for #8 AWG and larger.
3. 300 volt rated.
4. Make: Burndy “Insulug”, T&B “Sta-Kon”, or approved equal.
F. Lug Terminations for Power Wiring
1. Long barrel, compression type, copper body, on hole for #8 AWG to #2/0 AWG.
2. Long barrel, compression type, copper body, two hole, for #3/0 AWG and larger.
3. 600 volt rated.
4. Make:
a. One-hole lug: Burndy “Hylug”, T&B 54900 Series, or approved equal.
b. Two-hole lug: Burndy “Hylug”, T&B 54800 Series, or approved equal.
PART 3 - EXECUTION
3.1 LOW VOLTAGE WIRE AND CABLE
A. GENERAL
1. Install cables in raceway as called for after the entire raceway system has been
completed.
2. Install splices and connections in accessible outlet, pull, and junction boxes.
3. Insulate all splices and connections with UL Labeled plastic tape, heat shrink
tubing, or plastic molded caps.
4. All wiring systems shall be properly grounded and continuously polarized
throughout, following the color coding specified.
5. Provide insulated green jacket grounding conductor in each raceway.
6. Provide dedicated white jacket insulated neutral conductor for each individual
branch circuit. Shared neutrals are not acceptable.
7. Provide isolated grounding conductor for multi-wire computer panel “CP”
branch circuits and dedicated neutral for each computer panel “CP” branch
circuit.
8. Adhere to NEC de-rating requirements for raceway fill.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
LOW-VOLTAGE CABLES 260519 - 6
9. Provide stranded wire to motors, transformers, equipment, and vibrating
machinery.
10. Feeder conductors shall be continuous from point of origin to load termination
without splice. If this is not practical, contact the Owner's Representative and
receive written approval for splicing prior to installation of feeder(s). Where
feeder conductors pass through junction and pull boxes, bind and lace conductors
of each feeder together. For parallel sets of conductors, match lengths of
conductors.
11. Where multiple conductors are installed in a common raceway they shall be
pulled simultaneously. Use of pulling compound or lubricant shall be avoided
unless absolutely necessary. Where pulling lubricant is required, use UL
approved compounds approved for cable type. Lubricant shall meet all OSHA
and Toxic Control Act standards.
Application Cable Types Design Make
General Purpose Construction &
Maintenance
Rubber, Neoprene, Nylon, PVC,
High Density XLP, Hypalon
Ideal – Yellow 77
High Temperature Construction
& Maintenance
Rubber, Neoprene, Nylon, PVC,
High Density XLP, Hypalon,
Low Density Polyethylene,
Semiconducting Jacket
Ideal – Yellow 190
Utility Construction &
Maintenance
Rubber, Neoprene, Nylon, PVC,
High Density XLP, Hypalon,
Low Density Polyethylene,
Semiconducting Jacket
Aqua – Gel II
Cold Weather Construction &
Maintenance
Rubber, Neoprene, Nylon, PVC,
High Density XLP, Hypalon,
Low Density Polyethylene,
Semiconducting Jacket
Aqua – Gel CW
12. Use pulling means including fish tape, cable, rope and basket type grips which
will not damage cables or raceways. Use approved mechanical pullers for
feeders and branch circuits as required for #6 AWG cable and larger. Do not use
mechanical means to pull conductors No. 8 or smaller.
13. Branch circuit conductors installed in panelboards, and control conductors
installed in control cabinets and panels shall be neatly bound together using "Ty-
Raps" or equivalent.
14. Reconnect branch circuit wiring at panelboards as required to obtain a balanced
three phase load on the feeders.
15. Provide conduit seals in explosion proof areas as called for on the plans and as
required by the National Electrical Code.
3.2 TYPE MC METAL CLAD CABLE
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
LOW-VOLTAGE CABLES 260519 - 7
A. MC cable shall only be permitted for use in 6-feet max. whips from junction boxes above
accessible ceiling areas to recessed light fixtures.
B. Type MC cable may not be used for home runs to panelboards.
C. Type MC cable may not be used for and emergency branch circuits per. Article 517 in the
NEC.
D. Support cable per. NEC. Secure the cable to fixture hangers using nylon or plastic ties.
E. Bending radius shall comply with Article 330.24 of the NEC.
F. Provide insulating bushing at all termination points between the metal sheath and outlet
or junction box.
G. Type MC cable shall not be installed exposed.
3.3 CONNECTORS AND TERMINATIONS
A. Cover un-insulated splices, joints, and free ends of conductor with rubber friction tape or
PVC electrical tape. Plastic insulating caps may serve as insulation.
3.4 TESTS
A. Low Voltage Feeders
1. After low voltage feeders are pulled in, and before being connected, test feeders
with a 1000 volt, 60 Hz insulation tester for one minute to determine that the
conductor insulation to ground is greater than that recommended by the
manufacturer.
END OF SECTION 260519
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
RACEWAYS 260533 - 1
SECTION 260533 - RACEWAYS
PART 1 - GENERAL
1.1 WORK INCLUDED
A. Provide all labor, materials, tools, and equipment required for the complete installation of
work called for in the Contract Documents
1.2 DESCRIPTION OF WORK
A. This section includes minimum requirements for the following:
1. Galvanized Rigid Steel Conduit (GRS)
2. Electrical Metallic Tubing (EMT)
3. Liquidtight Metal Flexible Conduit
4. Fittings and Conduit Bodies
5. Expansion Fittings
1.3 QUALITY ASSURANCE
A. All raceways shall be installed in a neat and workmanlike manner. All methods of
construction that are not specifically described or indicated in the contract documents
shall be subject to the control and approval of the Owner's Representative. Equipment
and materials shall be of the quality and manufacture indicated. The equipment specified
is based upon the acceptable manufacturers listed.. Where "approved equal" is stated,
equipment shall be equivalent in every way to that of the equipment specified and subject
to approval.
B. Materials specified herein shall comply with the applicable requirements of:
1. The following Articles of the National Electric Code (NFPA 70)
a. Wiring Methods
b. Rigid metal conduit
c. Electrical metallic tubing
d. Liquidtight Flexible metal conduit and Liquidtight flexible nonmetallic
conduit.
e. Outlet, Device, Pull and Junction Boxes, Conduit Bodies and Fittings
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
RACEWAYS 260533 - 2
2. The following American National Standards Institute (ANSI) standards:
ANSI-C80.1 Electric Rigid Steel Conduit
ANSI-C80.3 Specification for Electrical Metallic Tubing, Steel
3. The following U.L. Standards:
UL 1 Flexible Metal Electrical Conduit
UL 6 Electrical Conduit Rigid Metal Conduit, Steel
UL 360 Liquidtight Flexible Metal Conduit
UL 514B Conduit, Tubing and Cable Fittings
UL 797 Electrical Metallic Tubing, Steel
1.4 SUBMITTALS
A. Provide product data for the following:
1. Conduit and Fittings
PART 2 - PRODUCTS
2.1 CONDUIT
A. Galvanized Rigid Steel Conduit
1. Shall be hot-dipped galvanized steel, including threads.
2. Acceptable manufacturers:
a. LTV Steel
b. Triangle
c. Allied Tube
d. Steel Duct
e. Wheatland
B. Electrical Metallic Tubing
1. Electrical Metallic Tubing shall be electro-galvanized steel.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
RACEWAYS 260533 - 3
2. Acceptable manufacturers:
a. Triangle
b. Wheatland
c. Allied Tube
d. Steel Duct
e. LTV Steel
C. Liquidtight Flexible Metal Conduit
1. Flexible Metal Conduit shall be constructed of one continuous length of spirally
wound, interlocking zinc coated strip steel. Interior surfaces shall be free from
burrs and sharp edges. Provide with a liquid-tight jacket of flexible polyvinyl
chloride (PVC).
2. Acceptable Manufacturers:
a. Allied
b. American Flexible Conduit
c. Carlon
d. Thomas and Betts
D. Fittings
1. Rigid galvanized steel fittings shall be fully threaded and shall be of the same
material as the respective raceway system.
2. Fittings for electrical metallic tubing shall be single screw indenter fittings for
conduits up to 2" and double screw indenter fittings for conduits 2" and larger.
3. Fittings for liquidtight flexible metal conduit shall have zinc plated steel ferrule,
compression type with sealing ring.
4. Fittings for electrical metallic tubing shall be interlocking compression type zinc
coated steel in dry locations, fittings in damp locations shall have internal sealing
ring and knockout gasket.
5. Connectors shall have insulated throat up to and including 1" size. For sizes 1-
1/4" and larger, provide plastic insulating bushing.
6. Die-cast or pressure cast fittings are not permitted.
7. Provide conduit bodies types, shapes and sizes as required to suit application and
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
RACEWAYS 260533 - 4
NEC requirements. Provide matching gasketed covers secured with corrosion-
resistant screws.
8. Acceptable manufacturers:
a. O.Z. Gedney
b. Steel City
c. Thomas & Betts
d. Crouse-Hinds
e. Carlon
E. Expansion Fittings
1. Galvanized steel expansion joints for RGS or EMT conduit, PVC for PVC
conduit.
2. Minimum 4” movement in either direction.
3. Weatherproof for outdoor applications.
4. Design Make: O.Z./Gedney, Type "AX" (exposed), “DX” (Concrete Pour)
5. Acceptable manufacturers:
a. O.Z./Gedney
b. Crouse-Hinds
c. Appleton
PART 3 - EXECUTION
3.1 GENERAL
A. Size raceways as indicated on the drawings. Where sizes are not indicated, raceways
shall be sized as required by the National Electrical Code in accordance with the quantity,
size, type and insulation of conductors to be installed.
B. Minimum 3/4" trade size for branch circuit "Home Runs" to panelboards.
C. Support raceways from building structure and wall construction. Do not support
raceways from ceiling systems ductwork, piping, or equipment hangers. Do not support
raceways from pre-existing conduit runs, banks, racks, hangers, etc.
D. Support outlet, pull, and junction boxes independently from building structure and wall
construction. Do not support from raceways.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
RACEWAYS 260533 - 5
E. Install raceways parallel or perpendicular to building walls, floors and ceilings.
F. Install raceways concealed except in the following areas:
1. Mechanical Rooms
2. Electric Rooms
3. Manufacturing areas
4. Garage or maintenance areas
5. Unfinished basements or crawl spaces
G. Provide a code compliant ground path between all outlets and the established electrical
system ground.
H. Cut raceways square, ream ends to remove burrs, and bush where necessary.
I. Coordinate all raceway runs with other trades.
J. Do not install raceways adjacent to hot surfaces or in wet areas.
K. Provide expansion fittings with external grounding straps at building expansion joints.
L. Do not install conduit horizontally in concrete block or dry wall partitions.
M. Arrange neatly to permit access to the raceway, outlet, pull, and junction boxes, and work
installed by other trades.
N. If it is necessary to burn holes through webs of beams or girders, call such points to the
attention of the Owner's Representative and receive written approval both as to location
and size of hole before proceeding with work. All holes shall be burned no larger than
absolutely necessary.
O. Core drill, sleeve, and fire stop all penetrations through existing floors.
P. Support all raceways with malleable iron pipe clamps or other approved method. In
exterior or wet locations, provide minimum ¼” air space between raceway and wall.
Secure raceway within 3 ft. of each outlet box, junction box, cabinet or fitting.
Q. Provide conduit seals and explosion proof devices as indicated on the plans and as
dictated by the National Electrical Code for all hazardous locations indicated on the
drawings.
R. Provide green ground wire in all EMT, flexible conduit, and non-metallic conduit.
3.2 CONDUIT
A. Install with a minimum of bends and offsets. Bends shall not kink or destroying the
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
RACEWAYS 260533 - 6
interior cross section of the raceway. Factory made bends shall be used for raceways 1"
trade size and larger.
B. Provide at least one junction or pullbox for each 360 degrees of bends.
C. Plug the ends of each roughed-in raceway with an approved cap or disc to prevent the
entrance of foreign materials during construction.
D. Provide U.L. approved rain-tight and concrete-tight couplings and connectors.
E. Secure within three feet of each outlet box, junction box, cabinet or fitting.
F. Provide a #14 AWG fish wire in all "Spare" or "Empty" conduit runs to facilitate future
installation of conductors.
G. Install raceways in concrete floor slabs as follows:
1. All conduit in concrete floor slabs shall be rigid galvanized steel with concrete
tight threaded fittings.
2. Provide expansion fittings where conduits cross building expansion joints.
3. Install conduit below the reinforcing mesh.
4. Locate conduits to provide a minimum of 1” of concrete around conduit.
5. Obtain approval from the Owner's Representative prior to installing conduit
larger than 1" trade size in concrete slabs.
H. Wherever a cluster of four (4) or more conduits rise out of floor exposed, provide neatly
formed 4 in. high concrete envelope, with chamfered edges, around raceways.
I. Provide conduit supports based on the following table:
Conduit Trade Size Type of
Run
Horizontal Spacing
in Feet
Vertical Spacing in
Feet
½” , 3/4" Concealed 7 10
1”,, 1-1/4" Concealed 8 10
1-1/2” & larger Concealed 10 10
½”, 3/4" Exposed 5 7
1”, 1-1/4" Exposed 7 8
1-1/2” & larger Exposed 10 10
J. Where conduits puncture roof, install pitch pockets as required in order that the roof
warranty is maintained.
K. Provide 4 spare 3/4-in. raceways from each flush mounted panelboard or cabinet to an
area above the nearest accessible ceiling space. Make 90o turn above the ceiling,
arranged for further continuation of raceway, and cap.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
RACEWAYS 260533 - 7
L. Conduit System Installation:
1. Wiring above 600 volts in indoor or exterior, above grade locations:
a. Rigid Galvanized Steel
2. Wiring below 600 volts, interior locations:
a. Electrical Metallic Tubing
3. Wiring below 600 volts, exterior, above grade locations and hazardous locations:
a. Rigid Galvanized Steel
4. Wiring below 600 volts, exterior, above grade locations and hazardous locations:
a. Rigid Galvanized Steel
b. Seal-tight Flexible Conduit (connection whips only)
END OF SECTION 260533
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
WIRING DEVICES 260620 - 1
SECTION 260620 - WIRING DEVICES
PART 1 - GENERAL
1.1 WORK INCLUDED
A. Provide all labor, materials, tools, and equipment required for the complete installation of
work called for in the Contract Documents
1.2 DESCRIPTION OF WORK
A. This section includes minimum requirements for the following:
1. Receptacles
2. Switches
3. Cover plates
1.3 QUALITY ASSURANCE
A. All wiring devices shall be installed neatly, and parallel with building lines. Recessed
devices shall be flush with the face of the wall. Provide extension rings on outlet boxes
as required. All methods of construction that are not specifically described or indicated
in the contract documents shall be subject to the control and approval of the Owner's
Representative. Equipment and materials shall be of the quality and manufacture
indicated. The equipment specified is based upon the acceptable manufacturers listed.
Where "approved equal" is stated, equipment shall be equivalent in every way to that of
the equipment specified and subject to approval.
1.4 SUBMITTALS
A. Provide product data for all wiring devices and cover plates.
PART 2 - PRODUCTS
2.1 GENERAL
A. Wiring devices shall be specification grade as a minimum.
B. Wiring device color shall be ivory.
C. Suitable for installation in a 2-1/2” deep outlet box.
D. All receptacles and switches shall be from the same manufacturer.
E. Acceptable Manufacturers:
1. Hubbell
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
WIRING DEVICES 260620 - 2
2. Pass & Seymour/Legrand
3. Arrow Hart
4. Eaton
5. Bryant
2.2 CONVENIENCE DUPLEX RECEPTACLES
A. 125 volt, 20 ampere, two pole, three wire, grounding, straight blade, NEMA 5-20R.
B. Side and back wiring.
C. 0.32” thick brass three prong power contacts and #8 brass screws
D. Brass center rivet
E. All brass grounding system
F. Nylon face with glass reinforced nylon back
G. Dielectric Voltage withstands 2,000V minimum
H. Terminals Identified in accordance with UL 498
I. Tamper-Resistant
J. UL 94V-2 Flame rating
K. Design Make: Hubbell 5362TR Series
2.3 GFI RECEPTACLES
A. 125 volt, 20 ampere, two pole, three wire, grounding, straight blade, NEMA 5-20R.
B. LED trip/test indication
C. Tamper Resistant
D. Side and back wiring.
E. Nylon face and back.
F. 2006 UL 943 revisions including “no power to the face when miswired” and “end of life
indication” when unit is no longer capable of providing GFCI protection
G. Designed to trip at maximum 6mA leakage current to ground.
H. Suitable for feed through protection.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
WIRING DEVICES 260620 - 3
I. Design Make:
1. Hubbell GFR5362TR Series (Specification Grade)
2.4 COVERPLATES
A. Provide type 302 stainless steel cover plates with satin finish for general purpose flush
devices.
B. Provide utility cover plates for surface mounted devices in mechanical rooms.
C. Provide gasketed cover plates with a hinged cover on a cast aluminum outlet box for all
devices in wet areas designated “WP”.
2.5 WEATHERPROOF COVERS
A. Impact resistant polycarbonate, NEMA 3R construction.
B. Clear cover to view the connection of the device.
C. UL listed as a weatherproof enclosure with the receptacle in use.
D. Hinged, latching cover with an opening at the bottom for a cord to exit the device.
E. Padlockable
F. Suitable for installation of a GFI protected duplex receptacle.
G. Design Make: Hubbell Catalog No. WP26MGP
H. Acceptable Manufacturers:
1. Hubbell
2. Leviton
3. Arrow Hart
4. Pass & Seymour
5. Bryant
PART 3 - EXECUTION
3.1 GENERAL
A. Install devices generally where called for.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
WIRING DEVICES 260620 - 4
B. Coordinate exact locations of all devices with equipment, millwork, counters, fin
radiation, windows, etc. and adjust locations as required as part of this contract.
C. Provide steel box for all devices.
D. Install receptacles and switches vertical, with the grounding pin down, and the toggle up
in the on position.
E. Install all switches on the strike side of the door, with the edge of the outlet box
approximately 3” from the door frame.
F. Provide plaster rings on all outlet boxes to permit flush installation of devices.
G. In all wet or damp areas, provide a surface mounted cast aluminum outlet box with
threaded connections, gasketed cover, and non-ferrous screws.
H. Prior to installation and as part of the contract, relocate any device a distance of 5 feet in
any direction at the request of the Owner.
I. Size outlet boxes in accordance with the NEC, based on the number and size of wires in
the box.
J. Provide a cover plate on all devices.
3.2 EQUIPMENT MOUNTING HEIGHTS:
A. Refer to Specification Section 260100 – Basic Materials and Methods for mounting
heights.
3.3 LABELING
A. Provide tape labels indicating panelboard and circuit on the outside of all device cover
plates.
3.4 TESTING
A. Test all receptacles for proper voltage, polarity, and grounding.
B. Test all GFI receptacles for proper voltage, polarity, grounding, and verify the receptacle
trips at 6 milliamps or less.
C. Rewire receptacles as required until receptacles test properly.
END OF SECTION 260620
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SWITCHES, CONTACTORS AND MOTOR CONTROLLERS 262913 - 1
SECTION 262913 - SWITCHES, CONTACTORS AND MOTOR CONTROLLERS
PART 1 - GENERAL
1.1 WORK INCLUDED
A. Provide all labor, materials, tools, and equipment required for the complete installation of
work called for in the Contract Documents.
1.2 DESCRIPTION OF WORK
A. This section includes minimum requirements for the following:
1. Disconnect Switches
2. Low Voltage Fuses
1.3 QUALITY ASSURANCE
A. All low voltage power distribution equipment shall be installed in a neat and
workmanlike manner. All methods of construction that are not specifically described or
indicated in the Contract Documents shall be subject to the control and approval of the
Owner's Representative. Equipment and materials shall be of the quality and
manufacture indicated. The equipment specified is based upon the acceptable
manufacturers listed. Where "approved equal" is stated, equipment shall be equivalent in
every way to that of the equipment specified and subject to approval.
B. Materials and installation practices specified herein shall comply with the applicable requirements of:
1. The following Articles of the National Electric Code (NFPA 70)
a. 240 - Overcurrent Protection
b. 404 – Switches
2. The following National Electrical Manufacturers Association (NEMA) Standards:
a. NEMA AB 1 1993 - Molded Case Circuit Breakers and Molded Case Switches
b. NEMA PB 1.1 - Instructions for Safe Installation, Operation, and
Maintenance of Panelboards Rated 600 Volts or less.
c. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment
Switches (600 Volts Maximum)
d. NEMA 250 - Enclosures for Electrical Equipment
3. The following U.L. Standards:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SWITCHES, CONTACTORS AND MOTOR CONTROLLERS 262913 - 2
a. UL 50 - Enclosures for Electrical Equipment
b. UL 98 - Enclosed and Dead-Front Switches
1.4 SUBMITTALS
A. Provide product data including voltage, current, interrupting rating, and enclosure type
for the following:
1. Disconnect Switches
2. Low Voltage Fuses
1.5 MINOR MODIFICATIONS
A. Provide modifications to fuse sizes within the frame size at no additional cost, until shop
drawings are reviewed and submitted.
1.6 FIELD SUPERVISION
A. Provide field supervision and start-up by a qualified representative of the equipment
manufacturer. Provide certification that the equipment has been installed in accordance
with the manufacturer’s requirements.
PART 2 - PRODUCTS
2.1 DISCONNECT SWITCHES
A. Three pole, single throw, or as called for on the drawings.
B. Quick-make, quick-break switch operating mechanism.
C. Heavy-duty, current rating as called for on the drawings, voltage rating as required by the
equipment served.
D. All current carrying parts shall be plated to resist corrosion.
E. Lugs shall be removable and rated for 75C temperature rating.
F. Switch blades shall be visible when the switch is in the open position and the door is
open.
G. Switch shall be padlockable in the OFF and ON positions.
H. Provide fusible switches with rejection type fuse holders and fuses as indicated on the
plans or as per fed equipment requirements.
I. Provisions for a field installable electrical interlock contacts on disconnect handle.
J. Provide external override mechanism to open the disconnect switch door without opening
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SWITCHES, CONTACTORS AND MOTOR CONTROLLERS 262913 - 3
the disconnect switch.
K. Enclosure shall be steel with gray baked enamel paint.
L. Provide NEMA type enclosures as called for on the drawings.
M. NEMA type 1 enclosures shall be equipped with knockouts.
N. Design Make: Square D
O. Acceptable Manufacturers:
1. General Electric
2. Cutler Hammer
3. Siemens ITE
2.2 LOW VOLTAGE FUSES
A. All fuses rated 600 volts and below shall be rejection type dual-element, time-delay type.
Provide one complete sets of fuses for all fusible disconnect switches, plus 3 spare fuses
of each size. Deliver spare fuses to the Owner and obtain receipt.
B. Acceptable manufacturers: Fuses 600 amperes and below: Bussman Type FRN-R (300
volts), Type FRS-R (600 volts) or Approved Equal.
PART 3 - EXECUTION
3.1 GENERAL
A. Provide identification for all equipment and devices as indicated in section 260100.
B. Provide miscellaneous bolts, washers, nuts, clips, lock washers, hardware, etc. as required
to install equipment.
C. Unload, move, handle, set in place, install, erect, assemble, connect, test etc. all items ad
required.
D. Provide minimum NEC working clearance for all equipment.
E. Verify cable/lug sizes for terminations. Where a feeder is sized larger the lug provide
replacement lug or in line splice as directed by Owner’s Representative.
3.2 DISCONNECT SWITCHES
A. Install disconnect switches in locations shown on plans. Install true and level.
B. Tighten all bolt and lug connections using a torque wrench or screwdriver per the
manufacturer’s recommendations.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
SWITCHES, CONTACTORS AND MOTOR CONTROLLERS 262913 - 4
C. Provide identification as required per Section 260100.
D. Provide fuses in all fusible switches.
3.3 LOW VOLTAGE FUSES
A. Install low voltage fuses in disconnect switches as called for on the plans.
B. Turn all spare fuses over to the Owner and obtain receipt.
END OF SECTION 262913
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 1
SECTION 283100 - FIRE DETECTION AND ALARM SYSTEM
PART 1 - GENERAL
1.1 WORK INCLUDED
A. Provide all labor, materials, tools, and equipment required for the complete installation of
work called for in the Contract Documents.
B. Labeling of addressable devices to be approved by owner and each addressable device
shall be provided with a custom label designation in black text on an adhesive backed
plastic label. Labeling on device to be by Electrical Contractor (EC).
C. Extension of the existing Notifier Fire Warden-100 addressable fire alarm system to new
and relocated devices as called out on contract documents.
1.2 DESCRIPTION OF WORK
A. This section includes minimum requirements for the following:
1. Fire Alarm Control Panel
2. Monitor Modules
3. Control Modules
4. Input Modules
5. Photoelectric Smoke Detectors
1.3 QUALITY ASSURANCE
A. All installations shall be accompanied in a professional manner by qualified personnel
regularly engaged in have a minimum of 5 year of experienced in this type of Work. All
fire alarm installers shall possess a state license for installation of fire alarm systems
where required.
B. All raceways shall be installed in a neat and workmanlike manner. All methods of
construction that are not specifically described or indicated in the contract documents
shall be subject to the control and approval of the Owner's Representative. Equipment
and materials shall be of the quality and manufacture indicated.
C. Materials specified herein shall comply with the applicable requirements of:
1. The following Articles of the National Electric Code (NFPA 70)
a. Article 760 - Fire Alarm Systems
2. The following National Fire Protection Agency (NFPA) standards:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 2
a. NFPA 72 - National Fire Alarm Code
b. NFPA 90A - Installation of Air Conditioning and Ventilating Systems
c. NFPA 101 - Life Safety Code
3. The following U.L. Standards:
a. UL 864/UOJZ,APOU - Control Units for Fire Protective Signaling
Systems
b. UL 268 - Smoke Detectors for Fire Protective Signaling Systems
c. UL 268A - Smoke Detectors for Duct Applications
d. UL 521 - Heat Detectors for Fire Protective Signaling Systems
e. UL 1481 - Power Supplies for Fire Protective Signaling Systems
1.4 SUBMITTALS
A. Provide standard product data for all equipment indicating the type, size, rating, style,
catalog number, and listing of the equipment.
B. Provide calculations for sizing all batteries and power supplies. System Power and
battery charts with performance graphs and voltage drop calculations to assure that the
system will operate per the prescribed backup time periods and under all voltage
conditions per UL and NFPA standards.
C. Provide power supply calculations listing total current and inrush total current for FACP,
and all Notification Appliance Power Supplies and Power Extender Panels.
D. Provide standard wiring diagrams for all devices
E. Architectural floor plans and drawings showing system details including specific location
of FACP, all system devices, device addresses, raceway sizes, raceways routings cabling
in raceways, end of line devices, power supplies and any other system components.
F. Provide a complete riser diagram for all work noted on the contract documents indicating
all devices with addresses, number of initiation and signal loop circuits, class of wiring
system, and type of wiring.
1.5 SYSTEM DESCRIPTION
A. Existing Point addressable fire alarm system with manual and automatic initiation
devices.
B. System shall be supervised to continuously monitor the integrity of the circuit conductors
and power supplies.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 3
C. Performance of the fire alarm system circuits shall be in accordance with Class B, Style B
operation for Initiating Device Circuits (IDC) and Class B, Style Y operation for
Notification Appliance Circuits (NAC’s).
D. The fire alarm control panel shall permit on-site programming to accommodate facility
expansions, renovations, or fire alarm system modifications. All memory shall be non-
volatile.
E. The control panel shall have 24 VDC output power supplies for notification appliance
circuits. System shall be capable of adding additional power supplies as required to
power all notification appliances.
F. Alarm Priority:
a. Existing programming shall remain.
G. System Access:
a. Existing Programming shall remain.
1.6 SEQUENCE OF OPERATION
A. Upon an abnormal condition on the fire alarm system, the appropriate LED (alarm,
supervisory, or trouble) shall flash. The panel audible alarm shall pulse for alarm
conditions and sound steadily for trouble or supervisory conditions. All abnormal events
shall be logged into the database, along with the date and time.
B. Operation of any smoke detector, heat detector, or manual pull station alarm initiating
device shall cause the following to happen:
1. Sound all audible alarm signals throughout the building in a temporal Code.
2. Activate all visual strobe lights throughout the building. Strobes shall continue
to operate until Fire Alarm Control Panel is reset.
3. Display the points in alarm on the LCD display at the fire alarm control panel
and at all remote alarm annunciator panels and print at all system printers. The
visual indication shall remain until the alarm condition is reset.
4. Notify the UL listed central station via dial up digital communicator.
5. Operate alarm relay contacts to release all magnetically held doors throughout
the building.
6. Operate the fan shut-down relay for the HVAC systems in the same smoke
compartment or smoke zone.
7. Operate all smoke dampers in the same smoke compartment or smoke zone.
Dampers shall close 30 seconds after their respective fan systems have shut
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 4
down.
8. Subsequent initiating alarms shall repeat the respective sequence of operations.
C. The Fire Alarm System wiring and power supplies shall be electrically supervised and
report trouble conditions to the fire alarm control panel. Any opens, shorts or grounds on
the system wiring shall cause the following to happen:
1. Sound a distinct pulsed audible alarm at the fire alarm control panel.
2. Flash the yellow common trouble LED.
3. Display the points in alarm on the LCD display at the fire alarm control panel
and at all remote alarm annunciator panels and point at all system printers. The
visual indication shall remain until the alarm condition is reset.
4. Notify the UL listed central station via dial up digital communicator.
5. Subsequent trouble alarms shall repeat the respective Sequence of Operation.
D. Alarm Silencing:
1. Pressing the “Alarm Silence” button shall cause all notification appliances to be
deactivated. A yellow LED located in the fire alarm control panel shall
illuminate to indicate the alarm has been silenced.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS/SUPPLIERS AND EQUIPMENT
A. The system described in this specification is the Notifier FireWarden-100 platform.
2.2 FIRE ALARM CONTROL PANEL
A. Existing to remain and modified as required for additional devices noted on contract documents.
B. The system shall support distributed processor detectors with the following attributes:
1. Automatic device mapping
2. Electronic addressing
3. Environmental compensation
4. Pre-alarm for dirty detectors
5. Automatic day/night sensitivity adjustment
C. System circuits shall be configured as follows:
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 5
1. Analog addressable circuits: Class B in conduit
2. Zone Address Module (where specified only) Initiating device circuits: Class B
in conduit
3. Notification Appliance Circuits: Class B in conduit
D. Capable of performing a U.L. listed detector sensitivity test.
E. The power supplies shall be high efficiency, switched mode type, and shall monitor the
incoming line. Upon power outage or brownout conditions, the power supplies shall
automatically switch to the batteries.
1. The power supply shall provide internal power and 24 VDC for notification
appliance circuits.
2. All output circuits shall be power limited.
3. The battery shall be sized to support the system for 24 hours, and then operate all
notification appliances for 5 minutes.
2.3 PHOTOELECTRIC SMOKE SENSOR
A. Detector shall operate on a light scattering principal. The detector shall have a photo-
optic chamber with an infrared light emitting diode and a high speed light sensing photo
diode. Capable of sensing visible products of combustion.
B. Alarm conditions shall be indicated by a steady red glow from the LED mounted on the
sensor.
C. Sensor shall be microprocessor based, with electronic point addressing to indicate to the
system which device is in alarm.
D. The sensor shall be continuously monitored to measure any changes in sensitivity due to
dirt, smoke or humidity. Any buildup of foreign material shall cause trouble signal at the
control panel indicating that maintenance is required.
E. Sensor shall be capable of automatic device mapping and day/night sensitivity
adjustment.
F. Sensors shall be twist lock mounted to a separate base provided with screw terminals for
field wiring. The detector shall be tamper resistant and shall be removable only with a
special tool.
G. Provide auxiliary relays and 24 VDC power for elevator capture or smoke evacuation
control where indicated.
H. Design Make: Same as panel manufacturer
2.4 CONTROL RELAY MODULE
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 6
A. Addressable device with a form “C” dry relay contact used to control external appliances
such as door closers, fans, dampers etc.
B. Relay contact rating:
1. 24 VDC = 2amps (pilot duty)
2. 120 Vac = .5 amps
C. Polling and alarm/active status provided by on board red and green LEDs.
D. Design make: Same as panel manufacturer.
2.5 INPUT MODULE
A. Addressable device used to connect 2 class B analog initiating device circuits.
B. Input circuit wiring requirements
1. Maximum allowable wire resistance - 50 ohms per circuit
2. Maximum allowable wire capacitance - .1uF per circuit
C. Polling and alarm/active status provided by on board red and green LEDs.
D. Design make: Same as panel manufacturer.
2.6 DUCT TYPE SMOKE DETECTORS
A. Smoke detector shall be solid state, unipolar type with dual chamber construction and
operate on the ionization principle.
B. Capable of detecting both visible and non-visible products of combustion.
C. Self-compensating circuitry to provide stability against aging and dust.
D. Field adjustable sensitivity, pre-set in the factory.
E. Enclosure suitable for mounting on an air duct, with a sampling tube that extends into the
duct air stream.
F. Suitable for installation within an air-duct system with air velocities from 300-4,000 feet
per minute.
G. Provide a remote LED alarm and key operated test switch for each duct smoke detector.
Install remote test switches in visible (below ceiling space) and accessible locations
adjacent each duct smoke detector.
H. Design Make: Same as panel manufacturer.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 7
2.7 BATTERIES AND CHARGER
A. Provide battery and charger to provide 24 VDC standby power for the fire alarm system.
B. Provide lead-calcium maintenance free batteries. Size batteries to permit 24 hours under
supervisory condition, and then sound all alarms for 5 minutes.
C. Cell reversal protection.
D. 10 year minimum life expectancy.
E. Battery charger shall be self-regulating, solid state type, capable of full charging a deleted
battery within five hours.
F. Install battery charger within the fire alarm control panel.
G. Install batteries with fire alarm control panel or in a vented enclosure located adjacent to
the fire alarm control panel.
H. Design Make: Notifier.
PART 3 - EXECUTION
3.1 INSTALLATION
A. General:
1. During installation and testing, and prior to the system being put into service, all
manual stations shall be appropriately marked "NOT IN SERVICE" by the
Contractor.
2. Provide all 120 volt, 60 cycle AC required to power the system and all remote
power supplies.
3. Wiring to all initiation and signal circuits shall be two wire class B. A fault on a
circuit loop shall cause a trouble alarm to initiate for its associated zone at the
fire alarm control panel.
4. All wiring shall conform to N.E.C. Articles 725 and 760, and to NFPA-72,
"National Fire Alarm Code".
5. Detection and initiating equipment shall be listed by UL or approved by FM.
6. All surface mounted devices shall be mounted on a special box furnished by fire
alarm equipment manufacturer. Total assembly shall be secure, smooth contour
and have no protrusions.
7. Provide and wire fan shutdown relay contacts in series with starters ahead of all
control devices.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 8
8. All controlled devices such as smoke dampers, fire dampers, elevator control and
door control shall be supervised to within 4’ of the controlled device.
B. Wiring:
1. Install all wiring in accordance with manufacturer's recommendations and the
National Electric Code.
2. All wiring shall be installed in new metal conduit. All wiring in mechanical
rooms, crawl spaces and exterior shall be run in conduit. All conduit system
junction boxes above ceilings or in unfinished locations shall be painted RED.
3. All wire shall be copper and installed in separate raceway system.
4. Type AC or MC Fire Alarm Cable is not permitted as a wiring method for this
project.
5. Wire and cable shall be #14 AWG size, solid copper, THHN/TWN for horns,
manual stations, smoke or heat detectors, waterflow switches, valve supervisory
switches and other initiating and indicating devices. Communication loop wiring
shall be shielded in accordance with the Manufacturer's recommendations.
6. Wiring shall be continuous from device to device. Splicing shall be accomplished
by use of terminal blocks in locked cabinets keyed alike with the fire alarm
control unit, or junction boxes. No connections or splices shall be made
underground.
7. Control cabinets shall not be used as pull boxes or raceways. Wiring gutters and
locked terminal cabinets shall be used.
8. The Fire Alarm System wiring shall be installed in a workmanlike manner,
subject to the approval of the project manager.
9. All harnessing of wires shall be accomplished by use of approved nylon tie
wraps.
10. All wiring shall be numbered and color coded in accordance with this
Specification.
11. Tests of all wiring shall be conducted for proper connection, continuity, and
resistance to ground. The minimum allowable resistance between any two
conductors or between conductors and ground is one (1) megohm as checked by
a "megger" after all conduit, conductors, detector bases, etc. have been installed,
but before the detector devices are plugged into the base or end-of-line devices
installed.
C. Routing:
1. All fire alarm system conduits shall be installed either parallel or perpendicular to
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 9
building structural members.
2. All fire alarm system conduits shall be provided at a height so as not to obstruct
any portion of a window, doorway, stairway, or a passageway, and shall not
interfere with the operation of any existing mechanical or electrical equipment.
3. All fire alarm system conduits and cable shall be routed to minimize the potential
for physical damage, either mechanical or by fire.
4. All fire alarm system junction boxes, pull boxes, terminal cabinets, control
enclosures and device backboxes shall be readily accessible for testing, service
and maintenance.
D. Wall, Floor and Ceiling Penetrations:
1. All conduit penetrations of walls shall be provided with escutcheon plates on
either side of the wall.
2. All conduit penetrations of walls, floors, and ceiling shall be sealed around the
conduits, restoring the walls, floors and ceilings to their original condition, fire
resistance and integrity.
E. Concealment:
1. Conduit shall be concealed except where shown on the drawings.
2. All conduit, raceways, junction boxes, panels, electrical enclosures, relays and
device backboxes shall be concealed in ceiling spaces, electrical shafts or closets
in all finished areas.
3. Conduit, raceways, junction boxes, panels, electrical enclosures, relays and
device backboxes may be exposed in unfinished areas.
4. All fire alarm system components, including devices, junction boxes, electrical
enclosures, relays and device backboxes shall be provided so as to be readily
accessible for inspection, testing, service and maintenance.
F. Terminations:
1. All fire alarm conductor terminations shall be on numbered terminals or terminal
strips. All fire alarm conductor terminations shall be within junction boxes,
device backboxes, terminal cabinets, control panels or other satiable metal
enclosures. Terminals and terminal strips shall be suitable for the size and
number of conductors connected to them.
2. All connections and end-of-line devices shall be accessible for inspection, testing
and servicing.
3. Terminations to terminals other than barrier/pressure plate type terminals shall
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 10
use crimp-on ring-type or Y-type spade connectors.
4. Splices shall be permitted only when routing of existing conductors prohibits
point-to-point terminations in existing junction boxes, terminal cabinets, etc. All
such splices shall be provided with new terminal strips with proper labeling in
junction boxes, terminal cabinets, etc.
G. Control Panel Location and Wiring:
1. All control panel wiring shall be fully dressed and bundled with nylon tie wraps.
Bundled wiring shall be routed parallel to terminal strips within control panels,
with individual conductors turned out at 90 degree angles to their associated
terminal connections. AC power conductors shall be bundled and routed
separately from low voltage conductors. A minimum 2-inch separation shall be
maintained between AC power conductors and low voltage conductors wherever
possible. All control cabinets shall be sized to accommodate the requirements of
this section.
2. Each conductor terminating within a control panel shall be uniquely numbered
with durable plastic tags or uniquely identifiable by a combination of numbers
and color codes. These conductor numbers shall be shown on the record (As-
Built) drawings in a manner allowing ready identification of any field wiring
conductor in any control panel.
H. Mounting and Labeling of Devices:
1. All fire alarm devices shall be rigidly mounted, using appropriate backboxes, to
building structural members, permanent walls, ceilings or fixtures designed for
the purpose.
2. All devices shall be labeled with device address or device count as appropriate.
Label shall be sticky back type attached to base of device. Label identification
shall be consistent with As-Built drawings.
I. Color Coding and Wire Numbering:
1. All conductors entering and leaving terminal cabinets and junction boxes shall be
numbered in a logical and consecutive manner.
2. All conductors shall be color coded. Color coding shall be by wire insulation, not
taping or banding. The numbering and color coding shall be continuous for each
circuit wire.
3. Wires shall be numbered at each connection, termination, and junction point.
Wire numbering tags shall be Brady Perma-Code, Westline, or equal.
4. Color coding shall be as follows:
CIRCUITS COLOR CODES
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 11
Alarm Initiating Circuits Yellow (-) and Orange (+),
red (alarm) blue (alarm)
Horns, 24VDC Slate(-) and Brown (+)
Smoke Detector Yellow (-) Orange (+) red
(alarm) blue (alarm)
Heat Detectors, Pull Stations
Purple (alarm) Black
(alarm), connected to the
same zone
Fan Shutdown Blue (-) White (+)
Strobes, 24VDC Violet (-) and Pink (+)
System AC Power Black and White
Sprinkler Horn Black and White
Valve Supervision Orange and Yellow
DC Power, Door holds Black (-) and Red (+)
3.2 INTERRUPTIONS TO EXISTING FIRE ALARM SYSTEM
A. General:
1. Do not remove any portion of the existing fire alarm system from operation while
installing new work without written approval of the Owner’s Representative.
2. Pupil occupied spaces must have existing systems maintained during school
operation.
3. In order to accomplish the above requirements, temporary wiring and relocations
of some existing and/or new equipment may be necessary. These temporary
locations should approved by the Owner’s Representative and arranged so as to
avoid safety problems.
3.3 TESTING
A. General:
1. After complete installation of the equipment and submittal of as-built drawings,
the Contractor shall perform complete tests of the system. After these tests have
been completed, the Contractor shall request final acceptance inspection and tests
in the presence of the Project Manager and local authority. Coordination of final
acceptance test date and times with those to be present is the responsibility of the
Contractor. The Contractor shall demonstrate that all conditions of the plans and
specifications have been met. The tests shall include proper operation of all
devices and testing of supervised circuits. The installation will be checked
against the as-built drawings. The Contractor shall furnish all testing materials
and instruments. A punch list will be developed and the Contractor shall correct
punch list items. There will be a reinspection of punch list items. If additional
reinspections are found necessary to assure compliance with the Contract, they
shall be made at the Contractor's expense.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 12
a. The Contractor shall provide, at no additional cost to the Contract price,
the following services by the Manufacturer's representative:
1) Prior to the final inspection, "pre-test" the entire fire alarm
system to assure that all new equipment is properly installed and
functions in accordance with plans and specifications.
2) The Manufacturer's representative shall certify that the entire
new and existing installation was tested and performed
satisfactorily.
2. Final acceptance tests shall be coordinated by the contractor and performed in the
presence of the owners representative as follows:
a. Operation of the fire alarm control panel and indicating components in
accordance with factory recommended procedures.
b. Operational tests of all devices (i.e., detector, waterflow indicator,
manual pull box, and valve supervisory device) in accordance with the
factory recommended procedures.
c. Audible/visible testing of all indicating appliances. Tests shall include
sound level (dBa) and light intensity (lumens).
d. Checks of each initiating circuit or device address for correct indications
at the control unit, and any remote annunciator.
e. A checkout report shall be prepared by the contractor and submitted to
the Owner’s Representative. The checkout report shall include a listing
of detector sensitivity for each detector. The report shall summarize the
results of all tests and shall serve as the contractor's certification that the
system is properly installed and fully functioning.
3.4 IDENTIFICATION
A. All system devices shall be labeled in the field.
B. For each smoke detector, heat detector, flame detector, duct mounted type smoke
detector, manual pull station and/or other alarm initiating device, provide the following:
1. Adhesive backed, vinyl cloth, numbered labels, identifying the device
specifically by system address.
2. Labels shall be white background color with solid black numbers. Numbers shall
be not less than 5/8" high x 1/8" stroke wide.
3. Design Equipment: Seton Nameplate Co.- Style M3847 or equivalent.
C. For each shut down relay and/or auxiliary control relay and for specific remote lamps,
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 13
provide the following:
1. Adhesive backed, engraved lamicoid type labels specifically identifying what the
fan shut down relay is shutting down, what relay is controlling or what the
remote lamp is connected to.
2. Labels shall be black face with white sandwich color, nom: 1/2" tall x 2" wide,
with capital letters not less than 3/16" tall engraved into the surface.
3. Design Equipment: Local fabrication by contractor.
D. Provide labels for all smoke detectors that activate elevator recall, smoke hatch operation
or fireman’s car operation.
E. All labels shall be visible once device is installed.
F. Provide label on each power supply indicating power supply designation, 120 volt panel
and associated circuit breaker number.
G. All concealed covers for all system outlet and pull boxes installed shall be factory or field
painted red.
1. On the inside face of each outlet box cover, Contractor shall provide labeling,
indicating; System address, Circuit Number, Horn/Speaker/Strobe Circuit
Number, etc.
H. Provide identification of each circuit breaker feeding on each FACP, Notification
Appliance Power Supply Panel and Notification Appliance Power Supply Extender Panel
indicating that the circuit feeds the fire alarm system per NFPA 72 by marking in RED
“Fire Alarm System”.
3.5 CLEANING AND ADJUSTMENT
A. Remove paint splatters and other spots, dirt, and debris. Clean unit internally using
methods and materials recommended by the manufacturer.
B. Occupancy Adjustments: Within one year of the date of Substantial Completion, provide
on-site assistance in adjusting sound levels, controls, and sensitivities to suit the actual
occupied conditions.
3.6 PROGRAMMING REQUIREMENTS
A. Provide documentation of all FACP messages. FACP messages must be approved by the
engineer and owners representative, prior to start of system programming. Provide
Custom messages as directed.
B. FACP descriptors utilize room/space designations and numbers to be used by the facility
after occupancy and those descriptors shall be approved by the engineer and Owner’s
representative. Descriptors shall be no longer than (1) full line of characters on the FACP
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 14
display and shall contain the room number and room use type.
C. Contractor shall allow for two fire alarm system re-programming as directed by the
Owner’s representative. Contractor shall include all time and travel expenses for (2) two
all day site visits for system re-programming during the warranty period.
D. Verify that all points show at the existing Proprietary Supervising Station at the Hudson
Ave Security center.
3.7 RECORD DOCUMENTS
A. Provide complete set of as-built record drawings and documents.
B. Record Documents shall include all documents required by the Submittal Section of this
specification updated to reflect as-built project conditions.
3.8 WARRANTY AND INSTRUCTION
A. The complete fire protection system shall be fully tested and guaranteed for a period of
one year after Owner's Representative written acceptance.
B. Provide a minimum of 4 hours of instruction to the operating personnel designated by the
Owner's Representative with regard to use and operation of the system. Content of the
training shall include:
1. Overview of system operations.
2. Overview of system equipment and device locations.
3. Detailed operation guidelines.
4. Periodic maintenance procedures.
5. Periodic testing procedures.
C. Prior to request for final payment submit a quantity of bound Operator Manuals that shall
include as a minimum:
1. Shop drawings.
2. Bill of Material.
3. Manufacturer's equipment description for each piece of equipment, each device
and each initiation and control module type used.
4. Record Drawings for fire alarm wiring diagrams showing typical connection
diagrams for each type of device and a complete riser diagram showing all
devices, zones, and wiring requirements. Record Drawings for fire alarm wiring
diagram shall show all terminal connections at all panels.
Alexandria City Public Schools
Matthew Maury Elementary School RTU Replacement
Bid Documents
WD Project No. 487501
FIRE DETECTION AND ALARM SYSTEM 283100 - 15
5. Instruction report stating when instruction was given and who was in attendance,
signed by the Owner's Representative.
6. Submit a written test report from an authorized representative of the equipment
manufacturer that each device and overall system operation has been 100% tested
and approved. (Both new and existing systems).
7. Certificate of Completion, Fire Alarm System Inspection and testing form and all
other system acceptance documents as described in NFPA-72.
END OF SECTION 283100
top related