project manual · matthew maury elementary school rtu replacement bid documents wd project no....

366
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

Upload: others

Post on 19-May-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 2: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide
Page 3: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 4: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 5: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 6: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 7: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 8: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 9: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 10: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 11: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 12: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 13: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 14: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 15: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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).

Page 16: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 17: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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)

Page 18: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 19: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 20: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 21: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 22: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 23: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 24: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 25: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 26: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 27: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

_________________________________________________ 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 ([email protected])

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.

Page 28: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 29: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 30: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 31: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 32: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 33: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 34: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 35: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 36: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 37: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 38: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 39: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 40: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 41: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 42: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 43: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 44: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 45: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 46: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 47: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 48: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 49: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 50: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 51: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 52: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 53: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 54: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 55: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 56: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 57: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 58: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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”.

Page 59: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 60: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 61: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 62: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 63: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 64: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 65: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 66: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 67: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 68: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 69: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 70: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 71: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 72: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 73: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 74: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 75: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 76: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 77: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 78: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 79: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 80: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 81: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 82: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 83: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 84: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 85: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 86: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 87: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 88: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 89: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 90: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 91: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 92: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 93: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 94: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 95: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 96: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 97: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 98: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 99: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 100: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 101: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 102: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 103: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 104: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 105: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 106: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 107: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 108: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 109: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 110: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 111: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 112: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 113: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 114: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 115: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 116: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 117: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 118: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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)

Page 119: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 120: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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,

Page 121: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 122: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 123: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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).

Page 124: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 125: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 126: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 127: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 128: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 129: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 130: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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,

Page 131: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 132: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 133: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 134: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 135: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 136: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 137: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 138: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 139: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 140: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 141: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 142: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 143: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 144: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 145: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 146: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 147: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 148: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 149: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 150: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 151: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 152: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 153: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 154: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 155: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 156: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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)

Page 157: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 158: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 159: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 160: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 161: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 162: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 163: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 164: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 165: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 166: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 167: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 168: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 169: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 170: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 171: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 172: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 173: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 174: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 175: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 176: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 177: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 178: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 179: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 180: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 181: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 182: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 183: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 184: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 185: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 186: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 187: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 188: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 189: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 190: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 191: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 192: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 193: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 194: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 195: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 196: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 197: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 198: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 199: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 200: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 201: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 202: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 203: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 204: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 205: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 206: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.]

Page 207: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 208: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 209: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 210: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 211: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 212: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 213: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 214: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 215: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 216: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 217: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 218: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 219: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 220: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 221: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 222: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 223: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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-

Page 224: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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-

Page 225: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 226: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 227: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 228: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 229: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 230: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 231: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 232: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 233: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 234: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 235: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 236: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 237: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 238: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 239: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 240: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 241: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 242: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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-

Page 243: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 244: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 245: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 246: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 247: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 248: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 249: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 250: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 251: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 252: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 253: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 254: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 255: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 256: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 257: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 258: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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-

Page 259: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 260: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 261: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 262: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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."

Page 263: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 264: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 265: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 266: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 267: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 268: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 269: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 270: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 271: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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."

Page 272: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 273: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 274: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 275: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 276: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 277: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 278: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 279: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 280: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 281: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 282: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 283: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 284: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 285: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 286: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 287: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 288: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 289: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 290: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 291: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 292: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 293: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 294: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 295: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 296: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 297: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 298: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 299: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 300: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 301: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 302: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 303: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 304: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 305: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 306: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 307: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 308: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 309: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 310: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 311: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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,

Page 312: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 313: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 314: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 315: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 316: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 317: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 318: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 319: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 320: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 321: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 322: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 323: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 324: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 325: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 326: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 327: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 328: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 329: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 330: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 331: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 332: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 333: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 334: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 335: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 336: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 337: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 338: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 339: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 340: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 341: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 342: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 343: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 344: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 345: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 346: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 347: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 348: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 349: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 350: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 351: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 352: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 353: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 354: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 355: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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:

Page 356: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 357: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 358: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 359: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 360: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 361: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 362: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 363: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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,

Page 364: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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

Page 365: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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.

Page 366: PROJECT MANUAL · Matthew Maury Elementary School RTU Replacement Bid Documents WD Project No. 487501 SUMMARY OF WORK 3 011100 - e. Provide packaged twelve (12) rooftop units. Provide

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