san jose environmental innovation center energy …public.eandm.com/muni_docs/sanjose3.pdf ·...

16
SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEM Rumsey Engineers 230904-1 SECTION 230904 ENERGY MANAGEMENT AND CONTROL SYSTEM PART I - GENERAL 1.1 SUMMARY A. The Energy Management and Control System (EMCS) contractor shall be hired by the General Contractor and shall be responsible for all LonWorks® nodes, instrumentation, control devices, control panels, controller programming, controller programming software, setpoints, alarms, controller input/output and power wiring, controller network wiring to Energy Management Control system (EMCS), database generation, and associated control devices. The EMCS contractor may not be hired to serve as Facility Master System Integrator (FMSI). B. General: Provide Energy Monitoring and Control System (EMCS) consisting of Direct Digital Control (DDC)-based temperature control system, microprocessor-based controllers, Lonworks File Servers, Wide Area Networks, Local Networks, Echelon i.Lon 100 as a network connected scheduler, other miscellaneous control systems and associated peripherals, software and programming in accordance with Contract Documents. C. This project includes general requirements and procedures for compliance with U.S. Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED). Prerequisites and credits are required for the project to obtain LEED Silver Certification Level and to comply with City of San Jose Green Building Policy. Refer to following Sections: 1.2 RELATED SECTIONS A. Related Sections: The completion of the work described in this Section may require work in or coordination with other Sections of these specifications. The Contractor and the subcontractor shall be responsible for identifying and including all related work in other Sections of these specifications and/or drawings necessary for a complete installation of the work described in this Section. These related Sections include but are not limited to the following: 1. Section 019100- Commissioning. 2. Section 230900 - DDC EMS General Requirements. 3. Section 230913 - Instruments and Control Elements. 4. Section 230593 - Testing, Adjusting and Balancing. 5. Section 230973 - Facility Management System Integration 6. Division 23 Requirements. 7. Division 26 Requirements. 1.3 PROJECT SCOPE A. Work of this Section comprises providing a fully integrated and operational Control and Automation System incorporating Direct Digital Control (DDC), Energy Management hardware and software, equipment monitoring, scheduling, controlling, for the City of San Jose Environmental Innovation Center, including the data communication interface with the City of San Jose Communication Center (CCC) for monitoring and alarming important building alarm points. B. Elements of the work include, but are not limited to, materials, labor (design, detailing, programming, customizing, testing, calibrating, etc.), supervision, supplies, equipment, transportation, storage, utilities and all required permits and licenses. All work performed under this Section shall be in accordance with the Drawings and Specifications and subject to the terms and conditions of the Contract. Provide all necessary system components, equipment, devices hardware, software, programming and integration to meet the project requirements. City of San Jose 8/10/2010 Department of Public Works

Upload: others

Post on 17-May-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-1

SECTION 230904

ENERGY MANAGEMENT AND CONTROL SYSTEM

PART I - GENERAL

1.1 SUMMARY

A. The Energy Management and Control System (EMCS) contractor shall be hired by the GeneralContractor and shall be responsible for all LonWorks® nodes, instrumentation, control devices,control panels, controller programming, controller programming software, setpoints, alarms,controller input/output and power wiring, controller network wiring to Energy ManagementControl system (EMCS), database generation, and associated control devices. The EMCScontractor may not be hired to serve as Facility Master System Integrator (FMSI).

B. General: Provide Energy Monitoring and Control System (EMCS) consisting of Direct DigitalControl (DDC)-based temperature control system, microprocessor-based controllers, LonworksFile Servers, Wide Area Networks, Local Networks, Echelon i.Lon 100 as a network connectedscheduler, other miscellaneous control systems and associated peripherals, software andprogramming in accordance with Contract Documents.

C. This project includes general requirements and procedures for compliance with U.S. GreenBuilding Council (USGBC) Leadership in Energy and Environmental Design (LEED).Prerequisites and credits are required for the project to obtain LEED Silver Certification Leveland to comply with City of San Jose Green Building Policy. Refer to following Sections:

1.2 RELATED SECTIONS

A. Related Sections: The completion of the work described in this Section may require work in orcoordination with other Sections of these specifications. The Contractor and the subcontractorshall be responsible for identifying and including all related work in other Sections of thesespecifications and/or drawings necessary for a complete installation of the work described in thisSection. These related Sections include but are not limited to the following:1. Section 019100- Commissioning.2. Section 230900 - DDC EMS General Requirements.3. Section 230913 - Instruments and Control Elements.4. Section 230593 - Testing, Adjusting and Balancing.5. Section 230973 - Facility Management System Integration6. Division 23 Requirements.7. Division 26 Requirements.

1.3 PROJECT SCOPE

A. Work of this Section comprises providing a fully integrated and operational Control andAutomation System incorporating Direct Digital Control (DDC), Energy Management hardwareand software, equipment monitoring, scheduling, controlling, for the City of San JoseEnvironmental Innovation Center, including the data communication interface with the City ofSan Jose Communication Center (CCC) for monitoring and alarming important building alarmpoints.

B. Elements of the work include, but are not limited to, materials, labor (design, detailing,programming, customizing, testing, calibrating, etc.), supervision, supplies, equipment,transportation, storage, utilities and all required permits and licenses. All work performed underthis Section shall be in accordance with the Drawings and Specifications and subject to theterms and conditions of the Contract. Provide all necessary system components, equipment,devices hardware, software, programming and integration to meet the project requirements.

City of San Jose 8/10/2010Department of Public Works

Page 2: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-2

C. Integration of Third Party Control System: This contractor shall be responsible for interfacingwith the third party control system that are provided as part of the parent equipment and system,such as the chillers, boilers, VFDs, fire alarm system, refrigerant monitoring system, outside airmeasuring system, etc. The integration shall be either through direct exchange of controlvariables, start/stop functions, setpoint adjustment and sequence of operations, system alarmmanagement from the main EMCS Lonworks server or through a gateway or bridge to achievefull communication and exchange of data between the proprietary control system and the EMCSsystem.

D. Mechanical System Commissioning: This Contractor shall be responsible for assisting the City'sCommissioning agent and the City in the commissioning of the HVAC electrical, plumbing andfire protection systems and the EMCS system from start of construction to the final acceptance.Comply with the requirement of Section 01810 - Commissioning.

E. Work Included: The Work includes, procurement, installation, connection, programming, testing,adjusting and commissioning. Provide a fully integrated Control and Automation System(EMCS) incorporating Direct Digital Control (DDC), energy management hardware andsoftware, equipment monitoring and control consisting of the following elements:1. Microcomputer based Distributed Control Processors located in the DDC panels interfacing

directly with sensors, actuators, and environmental delivery systems (AHUs, Boilers,chillers, FCUs, pumps, VAV terminal units, A/C units, etc.). Functionality to be implementedat the DDC panel level shall include:a. Individual input/output point scanning, processing and control.b. Direct digit control.c. Alarm detection.d. Bus communications interface and control.e. Local operator terminal interface.f. Central operator terminal interface. 0g. Trend data acquisition.h. Energy monitoring and optimization control functions

F. Analog and digital input and output points shall be resident in DDC panels and applicationspecific controllers. All analog outputs shall be true analog current or voltage outputs. Pulsemodulation of digital outputs to provide "analog" outputs will not be acceptable.

G. All control functions related to any given smoke control sequence shall be resident in a singleUUKL listed DDC panel or Application Specific Controller. If functions are resident in multiplepanels, the smoke management initiation input and verification output shall be hardwired toeach panel such that the smoke management functions are maintained with the EMCScommunications network out of service, or the communication network shall be listed under UL-864 subcategory "UUKL." All DDC panel networking and software interfacing with the SmokeControl System shall be listed under UL-864 subcategory "UUKL" also.

H. A non-proprietary "open" protocol communication network to allow data exchange betweenSCPs, Operator Workstations and EMCS Lonworks server at a minimum rate of 10 megabitsper second on TCPcompliant Ethernet LAN shall be provided. The communication networkbetween SCPs, ACs, TUCs shall be UL 864 (UUKL) listed for smoke control application andshall have a minimum rate of 36.6 kilobits per second. Direct communications between DDCpanels, Application Specific Controllers, and the operator terminals shall not be dependent onany other bus connected processor. Communication hardware and software performance mustmeet all the requirements of "UUKL."

All system components shall be designed and built to be fault tolerant, including, but not limitedto:

City of San Jose 8/10/2010Department of Public Works

Page 3: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-3

1. Satisfactory operation without damage at 110% above and 85% below rated voltage and a± 3 Hz variation in line frequency.

2. Static, transient, and short circuit protection on all inputs and outputs.3. Communications lines protected against incorrect wiring, static transients and induced

magnetic interference.4. Bus connected devices to be ac-coupled or equivalent so that any single device failure will

not disrupt or halt bus communication.5. All real time clocks and data file RAM to be battery backed for a minimum of 72 hours.

J. All software, and accessory hardware required by the following specifications and theperformance standards of other Sections.

K. Spare Points and System Expandability: The EMCS DDC control system shall have adequatefront end capacity to accommodate a 100% increase in connected points, in excess of thosespecified, without the addition of any new hardware or software. The lower level controllers(TUC) shall have one point each of the (Al, AO, DI, DO) spare capacity in excess of what isrequired and/or specified. All other DDC control panels shall have a minimum of 20% sparepoints capacity, in excess of those specified and/or required, without adding any additionalhardware.1. The type of spares shall be in the same proportion as the implemented I/O functions of the

panel, but in no case are less than two (2) spares of each implemented I/O type. Provideall accessories, power supplies, and communication controllers complete so that theimplementation of a point only requires the addition of the appropriate point input/outputtermination and wiring. Spare points shall be provided per controller(s) for each piece ofequipment.

2. The Lon bus capacity shall be limited to 80% to allow for the addition of future controllers.It is preferred to be able to connect future controllers anywhere on the Lon bus segments.

L. Responsibilities for coordination include but are not limited to Table 1 Section 15904. Workincludes but is not limited to procurement, installation, connection, programming, testing,adjusting and commissioning. EMCS contractor shall provide a fully integrated EnergyMonitoring and Control System (EMCS) incorporating Direct Digital Control (DDC), energymanagement hardware and software, equipment monitoring and control.

M. Extensive co-ordination with the FMSI will be required during all phases of the project. Majorareas requiring co-ordination include, but are not limited to:1. Engineering Phase:

a. a. Network design. Controller Programming - SCADA reset of controller PID loopsetpoints, start/stop for pumps and fans. LNS Crossover Table documentation at endof this specification section.

b. Installation Phase:1) Compliance with Echelon and Lonmark guidelines and requirements.

c. Commissioning Phase:1) Coordination with Commissioning Agent.2) Point to Point verification to LNS Server.3) Verification of LNS Crossover Table documentation.

1.4 SYSTEM PERFORMANCE

A. Performance Standards. System shall conform to the following minimum standards overnetwork connections:1. Graphic Display. A graphic with 20 dynamic points shall display with current data within 10

seconds.2. Graphic Refresh. A graphic with 20 dynamic points shall update with current data within 8

seconds.

City of San Jose 8/1012010Department of Public Works

Page 4: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-4

3. Object Command. Devices shall react to command of a binary object within 2 seconds.Devices shall begin reacting to command of an analog object within 2 seconds.

4. Object Scan. Data used or displayed at a controller or workstation shall have been currentwithin the previous 6 seconds.

5. Alarm Response Time. An object that goes into alarm shall be annunciated at theworkstation within 45 seconds.

6. Program Execution Frequency. Custom and standard applications shall be capable ofrunning as often as once every 5 seconds. Select execution times consistent with themechanical process under control.

7. Performance. Programmable controllers shall be able to completely execute DDC PIDcontrol loops at a frequency adjustable down to once per second. Select execution timesconsistent with the mechanical process under control.

8. Multiple Alarm Annunciation. Each workstation on the network shall receive alarms within 5seconds of other workstations.

B. All hardware and software points shall be trended once per minute, and stored for 365 days.

1.5 QUALITY ASSURANCE

A. Contractor is required to provide quality control as described in Section 01400 - QualityRequirements.

B. Equipments and materials shall be catalogued products of manufacturers regularly engaged inproduction and installation of HVAC control products. Products shall be manufacturer's lateststandard design and have been tested and proven in actual use.

C. Complete installation and proper operation of the DDC control system shall include debugging,and calibration of the entire control system shall be the single source responsibility of the EMCSContractor.

D. Maintenance service contract by supplier using an established program shall be available to theCity following the warranty period.

E. The specification covers minimum requirements and is not intended to preclude provisions ofequipment or methods that exceed the requirements.

F. The EMCS Contractor shall have a service and maintenance office established office within a50 mile radius of the job site staffed with factory trained engineers fully capable of providinginstruction, routine maintenance, and emergency maintenance service on all systemcomponents.

G. Prepare test procedure and perform, calibration, performance testing, and adjusting of entiresystem. Submit written report documenting procedures and results. Demonstrate satisfactoryoperation of points and sequences randomly selected by the Facility Master System Integrator,Commissioning Agent, or City. If more than 10% of the selected points fail to perform asexpected, repeat entire testing procedure. All failed systems shall be corrected and retesteduntil successful performance is achieved, as determined by the AHJ.

H. EMCS technician qualifications: Submit qualifications for all the skilled technicians, controlsystem designers, programmers, control system project manager, etc. who will be assisting inthe project for approval by the City. The personnel selected for the project shall be properlytrained, qualified for the work and must have at least 3-years of in projects of similar size andcomplexity and have proven record of coordinating the project with all the entities and resolvingtechnical problems, troubleshooting during testing and commissioning. The technician shall holda current LonMark Certified Professional credential. Refer to Division 1 requirements for

City of San Jose 8/10/2010Department of Public Works

Page 5: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-5

additional qualifications.

1. Electrical work and safety requirements shall comply with NFPA 70 and all applicable local andState codes.

J. Environmental Conditions of Operation:1. DDC controller and I/O equipment shall be designed to operate in ambient temperatures

from 20'F to 122°F and relative humidity from 10% to 95% non-condensing. All controllersand field devices located out-of-doors shall be suitable for installation outdoors and shallbe enclosed in NEMA-4X enclosures.

2. Sensors and Operating Devices: The environment which they are sensing or controlling butnot less severe than for controller and I/O devices.

K. Ratings: All equipment shall be rated for continuous operation under the ambient indoor andoutdoor environmental temperature, pressure, humidity, and vibration conditions specified ornormally encountered at the installed location.

1.6 SUBMITTALS

A. Contractor is required to submit product data, shop drawings, samples, coordination drawingsand material certificates for all work in accordance with Section 01330 - Submittal Procedures.

B. Shop drawing submittals shall include, but not be limited to, the following:1. Control one-line diagrams for this specific project with accompanying description of the

sequence control.2. Provide a flow diagram depicting the program control algorithms and how they are

implemented on this project with specific input and output points shown.3. Scope and details of field tests that supplier shall perform to demonstrate that the system

meets these specifications.4. One-line diagrams from sensor and control points to I/O boards and controllers, including

all components, signal values and cables.5. Terminal cabinets, including terminal blocks.6. Communication links between distributed controllers and central controller complete with

communications systems and one-line diagrams, including all components, elements andcables.

7. Communication terminal cabinets including terminal blocks.8. Control panels for indoor and outdoor locations.9. Test Reports: Description of test exercise events and results of measurements and

observations.10. Provide complete manuals which include the following documentation:

a. General description and specifications for all components.b. Principles and theory of operation.c. Detailed schematics and assembly drawings and complete alignment and calibration

procedures for all components.d. Complete trouble-shooting procedures, diagrams and guidelines.e. Operators Manual: Complete instruction with keyboard pictures and step-by-step

procedures annotated to properly describe the system and its operation as installed.Provide index and tabbed sections for each operator function.

f. Complete description of all keyboard programming functions with sample writtenprograms.

g. Six sets of manuals for each application package and each utility package.h. Provide two copies of the final version of all software on CD-ROM.i. Document all user-performed maintenance, including inspection, preventive

maintenance, fault diagnosis and repair/replacement of defective components.Provide properly identified ordering number for each system component and source of

City of San Jose 8/10/2010Department of Public Works

Page 6: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-6

supply. Provide a list of recommended spare parts needed to minimize downtime ofthe DDC control system.

j. Interconnection wiring diagrams and wire lists of the complete field installed systemwith ordering number for each component.

k. Test reports.I. LNS Crossover Tables - All LNS variables that are required by the Wonderware

SCADA shall be provided and documented with this form, including but not limited toremote setpoint enable, setpoint value, remote Start/Stop enable, remote Start/Stop,etc. This form will be completed and submitted to the FMSI, and approved by theFMSI once controller programming is complete, but before commissioning begins.

PART 2 - PRODUCTS

2.1 GENERAL

A. Control and Automation System (EMCS): Provide a system capable of integrating multiplebuilding functions including equipment supervision and control, alarm management, smokecontrol sequence of operations, energy management.

B. Acceptable Manufacturers: DDC control systems with 100% open protocol. Acceptablemanufacturers are TAC (Invensys), Johnson Controls, Honeywell, Trane, Distech, Circon orapproved equal.

C. All application specific controllers shall be LonMark Certified.

2.2 APPLICATION CONTROLLERS (AC)

A. Each Standalone DDC Controller shall be able to extend its performance and capacity throughthe use of remote Application Controllers. Application controllers shall be suitable for theequipment served and shall perform specified sequences of operations.

B. Each application controller (AC) shall operate as a standalone controller capable of performingits specified control responsibilities independently of other controllers in the network. Each ACshall be a microprocessor-based, multi-tasking, real-time digital control processor.

C. Each AC shall have sufficient memory to support its own operating system and data basesincluding:1. Control Processes.2. Energy Management Applications.3. Operator I/O (Portable Service Terminal).

D. The operator interface to any AC point data or programs shall be through any network-residentoperator workstation, or any portable operator's terminal connected to any DDC panel in thenetwork or local I/O devices (LED's, Switches, etc.).

E. Application Controllers shall directly support the use of a portable operator's terminal, providingthe following:1. Display temperatures.2. Display status.3. Display setpoints.4. Display control parameters.5. Override binary output control.6. Override analog setpoints.7. Modification of gain and offset constants.

F. All system setpoints, proportional bands, control algorithms, and any other programmableparameters shall be stored such that a power failure of any duration does not necessitate

City of San Jose 8/10/2010 0Department of Public Works

Page 7: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-7

reprogramming the controller.

2.3 FAN COIL AND VAV TERMINAL UNIT CONTROLLERS (TUC's)

A. Fan Coil and Terminal Unit Controllers shall support, but not be limited to, the control of thefollowing configurations of VAV boxes and Fan Coil Units to address current requirements asdescribed in the Execution portion of this specification, and for future expansion:1. Single Duct (Cooling Only or Cooling with Reheat).2. Fan Powered VAV.3. Fan Coil Units (Two-Pipe, Four Pipe).

B. Fan Coil and Terminal Unit Controllers shall support the following types of point inputs andoutputs:1. Analog and Binary inputs.2. Heating and Cooling Outputs.

C. Fan Control Output (On/Off Logic, phase-cut proportional or 1 to 3 stages).

D. The modes of operation supported by the Fan Coil and Terminal Unit Controllers shall include,but not be limited to, the following:1. Startup Mode.2. Comfort/Occupancy Mode.3. Economy Mode (Standby Mode, Unoccupied, etc.).4. Off Mode.5. Temporary Override Mode (Manual).

E. Each Terminal Unit Controller in office areas and additionally where shown shall have aprovision for occupancy sensing overrides. Based upon the contact status of either a manualwall switch or an occupancy sensing device, the Terminal Unit Controller shall automaticallyselect either Standby or Comfort mode to minimize the heating and cooling requirements whilesatisfying comfort conditions.1. Each Fan Coil and Terminal Unit Controller shall perform its own limit and status

monitoring and analysis to maximize network performance by reducing unnecessarycommunications.

F. Portable Operator Terminals: Provide minimum of (2) portable operator terminals (laptops) withEnglish language displays for programming controllers.

G. Laptop Computers: Provide minimum of two (2) HP laptop computers, with followingspecifications: Approximate size 11"x8"xl", minimum Intel Core Duo processors, 80 Gbyte harddrive, CD burner (read & write), color monitor with associated network cards and software.Provide complete package with all the software, software licenses and graphic user programsfor each of the computers. Provide Microsoft XP professional operating system.

2.4 EXPANSION

A. The system shall be modular in nature, and shall permit expansion of both capacity andfunctionality through the addition of SCPs, ACS, sensors, actuators, and other standalone DDCpanels and operator devices.

2.5 SYSTEM ARCHITECTURE

A. System design shall eliminate dependence upon any single device. The failure of any singlecomponent or network connection shall not interrupt the execution of control strategies at otheroperational devices.

2.6 RELIABILITY

City of San Jose 8/10/2010Department of Public Works

Page 8: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-8

A. Standalone DDC panels shall be able to access any data from, or send control commands andalarm reports directly to any other DDC panel or combination of panels on the network withoutdependence upon a central processing device. Standalone DDC panels shall also be able tosend alarm reports to multiple operator workstations without dependence upon a centralprocessing device.

2.7 NETWORKING/COMMUNICATIONS

A. General: The design of the EMCS shall network Lonworks file servers, and DDC panels (SCP's,AC's and TCU's). The system design shall readily allow and accommodate expansion ormodification of the network either via the local area network, or wide area network, or via acombination of the two networking schemes.

B. See "Controls Network Conceptual Diagram" on the Controls Drawings for conceptual overviewof network.

C. Local/Wide Area Networks:1. LNS/DDC Panel Support: LNS server and DDC panels shall directly reside on a Local and

Wide Area Network such that communications may be executed directly betweencontrollers, directly between LNS and OBDC SQL Server (provided by FMSI), and betweencontrollers and LNS Server.

2. Dynamic Data Access: All operator devices, either network resident or connected remotelyshall have the ability to access all point status and application report data, or executecontrol functions for any and all other devices via the local area network. Access to datashall be based upon logical identification of building equipment.

3. Access to system data shall not be restricted by the hardware configuration of the facilitymanagement system. The hardware configuration of the EMCS network shall be totallytransparent to the user when accessing data or developing control programs.

2.8 CONTROL SOFTWARE DESCRIPTION

A. Pre-Tested Control Algorithms: The DDC panels shall have the ability to perform the followingpre-tested control algorithms:1. Two Position Control.2. Proportional Control.3. Proportional plus Integral Control.4. Proportional, Integral, plus Derivative Control.5. Automatic Control Loop Tuning.6. Supply Air Heating Temperature Reset.7. Supply Air Cooling Temperature Reset.8. Mixed Air Temperature Reset.9. Chilled Water Reset, based on both OSA and zone space temperatures.10. Heating Water Reset, based on both OSA and zone space temperature.11. Duct Static Pressure Reset (demand based control).12. C02 control of OSA for AHU's.

B. Equipment Cycling Protection: Control software shall include a provision for limiting the numberof times each piece of equipment may be cycled within any one-hour period.

C. Heavy Equipment Delays: The system shall provide protection against excessive demandsituations during start-up periods by automatically introducing time delays between successivestart commands to heavy electrical loads.

D. Power-fail Motor Restart: Upon the resumption of normal power, the DDC panel shall analyzethe status of all controlled equipment, compare it with normal occupancy scheduling, and turn

City of San Jose 8/10/2010 0Department of Public Works

Page 9: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-9

equipment on or off as necessary to resume normal operation.

2.9 PROGRAMMING DESCRIPTION

A. Graphical programming shall allow the user to define the software configuration of DDC controllogic for HVAC system control sequences, fan interlocks, pump interlocks, PID control loops,and other control relationships through the creation of graphical logic flow diagrams.

B. Control sequences are created by using a mouse input device to draw interconnecting linesbetween symbols depicting inputs, operators (comparisons and mathematical calculations), andoutputs of a control sequence. As a minimum, graphic symbols shall be used to represent:1. Process inputs, such as temperature, humidity, or pressure values, status, time, date, or

any other measured or calculated system data.2. Mathematical process operators, such as addition, subtraction, multiplication, or greater

than, equal to, less than, etc.3. Logical process operators such as AND, OR, Exclusive OR, NOT, etc.4. Time delays.5. Process control outputs such start/stop control points, analog adjust points, etc.6. Process calculation outputs.7. Text file outputs and advisories.

C. Inputs and outputs for any process shall not be restricted to a single DDC panel, but shall beable to include data from any and all other DDC panels to allow the development of network-wide control strategies. Processes shall also allow the operator to use the results of oneprocess as the input to any number of other processes (cascading).

D. Coordination with the FMSI will be required - Controller PID loops are to be programmed so asto allow reset from the Centralized Host Station (CHS) described under Section 230973. All fanand pump Start/Stop points and selected overrides for Controller digital outputs will beprogrammed so as to allow control from the CHS. All CHS control variables will be StandardLonMark SNVT's. Coordinate with the FMSI and receive approval for all variables, anddocument by submitting the LNS Crossover Tables described elsewhere in this Section.

2.10 PROGRAM SEQUENCE TESTING AND SIMULATION

A. A programming tool shall be provided to simulate control sequence execution strategies beforethey are applied to respective systems. Users shall be able to enter hypothetical input data, andverify desired control response and calculation results via displays and/or printouts.

2.11 DATABASE SAVE/RESTORE/BACKUP

A. Provide continuous backup of LNS Server on a mirror hard drive. Backup copies of allstandalone DDC panel databases shall be stored in the LNS Server. Continuous supervision ofthe integrity of all DDC panel data bases shall be provided. In the event that any DDC panel onthe network experiences a loss of its data base for any reason, the system shall automaticallydownload a back-up copy of the respective data base to restore proper operation. Users shallalso have the ability to manually execute selective downloads of any or all portions of a DDCpanels data base.

2.12 SECURITY AND PROTECTION

A. General: EMCS system shall be adequately protected with sophisticated password protection,biometric identifications, firewalls, viral protection and inoculation, encryption and other vitalsecurity issues to protect priority levels. The systems shall be protected from makingunauthorized changes to the controls software functions through tapping into any network,through any terminal, hacking-in from outside or destroying itself by the presence of a virus.

City of San Jose 8/10/2010Department of Public Works

Page 10: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-10

B. Provide sophisticated state-of-the -art anti-virus software at LNS File Server, to conduct self-diagnostic tests to detect all types of software virus intrusion of the EMCS system. The anti-virus software shall upon detecting a virus shall alarm and carry out virus neutralization.

PART 3 - EXECUTION

3.1 GENERAL

A. The EMCS Contractor shall enter all computer programs and data files into the relatedcomputers including all control programs, initial approved parameters and settings, Englishdescriptors, and color graphics complete with dynamic dispersed data. All of this work shall becoordinated with the City's representatives.

B. The EMCS Contractor shall maintain on optical media copies of all data file and applicationsoftware for reload use in the event of a system crash or memory failure, including DDC panelprograms. One copy shall be delivered to the City during training session, and one copy shall bearchived in the EMCS manufacturer's local software vault.

C. The EMCS Contractor shall completely check out, calibrate and test all connected hardware andsoftware to ensure that the system performs in accordance with the approved specifications andsequences of operations.1. Running each specified control sequence.2. Display and demonstrate such data entry template and show site specific customizing

capability. Demonstrate parameter changes.3. Execute menu tree.4. Display graphics, demo update.5. Execute digital and analog commands in English and graphic mode.6. Demonstrate freeform address assignment and commands.7. Demonstrate all specified diagnostics.8. Demonstrate DDC loop precision and stability via trend logs of inputs and outputs (20

loops minimum).9. Demonstrate EMCS performance via trend logs and command printouts.10. Demonstrate scan, update, and alarm responsiveness.

3.2 FUNCTIONAL AND ACCEPTANCE TESTING

A. Comply with the testing requirements of Division 1 Section 01810 - Commissioning.

B. General: The following test procedures shall be conducted:1. Test Personnel:

a. The Contractor shall furnish qualified technical personnel to perform system testing,calibration, verification, debugging, programming, installation, and system integration.The personnel shall be familiar with the equipment, software, and systemperformance before being assigned to the test and acceptance program, including themechanical systems of the buildings.

b. Test personnel shall be responsible for performing tests at the installation site.c. Observation: The Facility Master System Integrator, and City staff shall retain the right

to observe all test activities including any and all preparation thereof, pretests, burn-ins, troubleshooting, retests, warm-up, and software modification and/or update.

d. Test Equipment and Instruments: The Contractor shall provide all test1) equipment and instruments necessary to set up and perform tests. All test

equipment and instruments shall be properly calibrated and maintained. . TheContractor shall provide a fully licensed copy of a LON Network ProtocolAnalyzer including hardware and software to the city.

e. Test Scheduling: The Contractor shall schedule all tests, subject to the City's

City of San Jose 8/10/2010Department of Public Works

Page 11: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-11

approval. The Contractor shall notify the City in writing 15 days ahead of thescheduled test or any changes in the test schedule.

f. Functional and Acceptance Testing: The functional test shall exercise every specifiedfunction and shall include, but not be limited to the following:1) Verification of proper scanning and data acquisition of all status and data points.2) Rigorous exercising of all devices both individually and collectively.3) Verification of proper parameter up/down loading to application programs in the

DDC panels.4) Demonstration of analog input and analog output accuracy.5) Testing of operator interface functions.6) Verification of all control operations to ensure that they result in the correct

sequence of operation, including smoke control (Life Safety) sequences.7) Simulation of communication error conditions and demonstration of error

detection and handling.8) All specified display types, reports, and operator/user procedures must be shown

to be implemented and verified for accuracy.9) Create and process device failure conditions including controller failure, DDC

panel failure, operator station failure, peripheral failures, etc.10) Demonstration of DDC control equipment power fail/restart.11) Provide certified test results for the delivered equipment.12) Demonstration of correct calculation of totalized quantities.13) Demonstration of sequence of operation of smoke control system under smoke

testing and simulated smoke control sequences. Tests shall be observed by andaccepted by City AHJ.

14) Provide functional testing of smoke evacuation systems using warm smoke testmethod or as approved by the AHJ. Refer to other requirements elsewhere in thecontract documents.

15) All tests shall be documented in accordance with City-approved test logs,matrices, charts, graphs or in other logical organizations of data.

g. System Performance Test: The system performance tests shall include the following,as a minimum:1) The speed and response of the overall EMCS; and CRT display (response and

update) under normal and high-activity operations.2) The speed and response of data acquisition and data calculation functions under

normal and high-activity operations.3) The speed and response of system alarm processing under normal and high-

activity operations.4) Processor utilization for all processors under normal and high-activity operations.

h. Support Software Tests: The support software loaded onto the portable operatorterminals (laptops) shall include the following as a minimum:1) Demonstration of system generation, starting with source codes and/or master

load module files.2) Demonstration of system editing capabilities including the addition and deletion

of points; the addition, deletion, and modification of CRT displays, the addition,deletion and modification of report formats, and the modification of the databaseand all database parameters.

3) Demonstration of the editing of all system parameters including timers, intervals,etc.

4) Demonstration of utility software facilities, including assembling, compiling,appending, and executing new programs. On-line program debug facilities shallalso be demonstrated.

i. Discrepancy Reports:

City of San Jose 8/10/2010Department of Public Works

Page 12: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-12

1) During the test, all City and Contractor personnel who are members of the testteam shall be allowed to write Discrepancy Reports whenever they observe anysystem performance or characteristics they feel is not per the specification.Periodically, Contractor and City personnel shall meet and review the newreports and decide whether they represent possible genuine discrepancies or area misunderstanding of the test results.

2) Discrepancies found during the Functional Test shall be documented andmaintained in the Functional Test Report. The subsequent corrections shall bedescribed and proper operation shall be verified by representatives of the Cityand Contractor.

j. Test and Acceptance Discrepancies:1) If the City determines from the test data acquired from any test that the

equipment, software or firmware, materials, documentation or services furnishedby the Contractor do not conform to all technical and contractual requirements,the Contractor shall recommend, for City approval, appropriate remedial actionbased on an analysis of test results within five working days after receipt of City'snotice.

2) Faulty and/or incorrect operation of major functions (i.e., major discrepancies)may, at the discretion of the City, be cause for suspension or restarting of theentire test, pending the correction of the problem. Minor discrepancies notedshall be corrected and retested. The City may request that other modules thatmay be impacted by the correction also be retested. The Contractor shall correctall deficiencies at no additional cost to the City.

3) c. Retesting after corrections have been completed shall be required inwhole or in part as determined by the City at no additional cost to the City. If thetimely correction of all deficiencies is not completed to effect system complianceas evidenced by the retest results, the City will initiate remedial actions per theConditions of the Contract.

k. Other test requirements:1) Contractor shall submit a detailed plan for testing of the EMCS system with

detailed procedures taking into account of all the coordination with the othertrade work, project finish goals, etc. for review and approval by the City'scommissioning agent.

2) Include in the testing plan for point-to-point and Functional Performance Testingprocedures for review and approval by the commissioning agent.

3.3 OPERATING, PROGRAMMING AND MAINTENANCE MANUALS

A. Operators Manual shall be provided with graphic explanations of keyboard use for all operatorfunctions, including graphic mode. Although operator functions are to be self-instructional, andmenu-interactive from the keyboard terminal, this manual shall be of off-line study and refresheruse.

B. A Programmer's Manual shall be provided with graphic descriptions of all keyboard functionsrequired for software modifications and development. The use and installation of high level typeprograms shall be included in this manual.

C. A manual shall be provided including revised as-built Documents.

D. A minimum of four operator manuals, four programmers, and four as-built manuals shall beprovided to the City.

E. Submit all O&M manuals and As-Built Drawings in hard copies as well as the electronic media.The as-built drawings shall include complete control diagrams, point-to-point wiring diagrams,power wiring, controller locations, net-work cabling plans, control panel locations, location of

City of San Jose 8/10/2010Department of Public Works

Page 13: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-13

major equipment that are controlled and/or interfaced with the EMCS, location of all sensors,

FSDs, smoke detectors, static pressure sensors.

3.4 SYSTEM FINAL ACCEPTANCE

A. Comply with the requirements of Division1, Section 01770 - Closeout Procedures

B. Criteria for acceptance will be first on the building basis and later as one complete systemintegrating EMCS with FMSI provided head end equipments located in CCC Central MonitoringStation. Acceptance shall be withheld until the following have been completed successfully.1. Acceptance of all submittals.2. Successful completion of the functional and acceptance tests.3. Completion of Smoke Control Testing.4. Delivery of final documentation.5. Delivery of test and inspection reports.6. Delivery and acceptance of manuals.7. Successful demonstration, including operation, training and EMCS manual revision.8. Delivery of Warranty and Guarantees.9. Delivery of all spare parts, hardware, devices, control panels, software copies,

communication protocols and programming source codes as outlined elsewhere in thisdocument.

10. Completion of City's training.11. Delivery of all As-Built documentation, operator manuals, equipment, and software.12. Resolution of all outstanding system deficiencies.13. Completion of point by point test and report that all points are fully functional.

3.5 SYSTEM WARRANTY AND FIELD QUALITY CONTROL

A. Warrantees/Guarantees well commence on the date of Acceptance of the entire Work of theProject by the City of San Jose, Refer to Section 01780 - Warranties.

B. The complete control system shall have a one year parts, labor and software warranty. Thewarranty period shall start from the point of completion of all the functional and performancetesting, punch-listing work, commissioning of the complete system, completion of the Citytraining and final acceptance of the project by the City.

C. During the warranty period Contractor shall, upon notification by the City, trouble-shoot, repair,replace components, calibrate, make changes to the set points, program the sequence, etc. allthat is necessary to correct the unsatisfactory operation of the control system and to maintainproper ventilation, temperature and comfort conditions in all occupied areas of the building.

D. This Contractor shall also be responsible for the trouble-shooting of the third party controlsystems, that are interfaced with this (EMCS) control system to ensure proper control systemcommunication between the systems, sequence of operation, acquiring and displaying of thevarious system input and output variables. The Contractor who furnishes the parent equipment(i.e. boilers, chillers, A/C units, AHUs, VFDs, etc.) shall be responsible for obtaining the servicesof the factory representatives for trouble-shooting the control systems provided with the parentequipment and assist the trouble-shooting of the EMCS system.

City of San Jose 8/10/2010Department of Public Works

Page 14: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEM

Rumsey Engineers 230904-14

TABLE I - COORDINATION OF WORK

FIELD DEVICE FIELD WIRING BY WIRING BY COMMISSIONING

FIELD DEVICE SUPPLIER DEVICE EMCS ELECTRICAL OF DEVICE BYINSTALLED CONTRACTO

BY R (1)

CHILLER

Chiller Chiller Chiller DDC panel to MCC terminal Mechanical/Points/Chiller manufacturer manufacturer MCC terminal strip to chiller EMCS / FMSIController strip

Water Flow EMCS Mechanical DDC panel to MCC terminal Mechanical/Switch MCC terminal strip to device EMCS /

stripFMSI

Water Flow - Meter by EMCS Mechanical DDC panel to N/A Mechanical/Meter device EMCS /

FMSI

Water Sensor by EMCS Well by DDC panel to N/A EMCS / FMSITemperature and Well by EMCS Mechanical/ sensor

Sensor byControls

Motorized Valve EMCS Actuator by DDC panel to N/A EMCS / FMSIControls/ valve

Valve byMechanical

Energy Metering EMCS Electrical DDC panel to Controls/Electrical- Pulsed Input Contractor meter Vendor/ FMSI

Current/Energy Current Current Current N/A EMCSMetering - transformers by transformers transformer to Mechanical/ElectriAnalog Input Electrical/Transdu by Electrical/ transducer! cal / FMSI

cers by EMCS.Transducers Transducer toby Controls DDC panel

MCC Indication, Electrical Electrical N/A MCC Electrical/ EMCS /Terminal strip

City of San Jose 8/10/2010Department of Public Works

Page 15: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-15

FIELD DEVICE FIELD WIRING BY WIRING BY COMMISSIONING

FIELD DEVICE SUPPLIER DEVICE EMCS ELECTRICAL OF DEVICE BYINSTALLED CONTRACTO

BY R (1)

HOA Switches Contractor Contractor to device FMSI

Fused 24V EMCS EMCS DDC panel to MCC Electrical/ControlsPower Supply MCC terminal Terminal strip / FMSIand Interposing strip to deviceRelays for DDCOutput.

AHU

Controller EMCS EMCS Communication Power EMCS /

wire DDC panel- panel to FMSIto-panel DDC

panel

Fan - Motor Mechanical Mechanical DDC panel to MCC Mechanical/MCC terminal terminal EMCS /

strip strip to FMSIdevice

VFD EMCS Electrical DDC panel to MCC to Electrical/

device device EMCS /

FMSI

Temp Sensor EMCS EMCS DDC panel to N/A EMCS /

sensor FMSI

Air Pressure EMCS EMCS DDC panel to N/A EMCS /Sensor sensor FMSI

Motorized EMCS Valve by DDC panel to N/A EMCS /Control Valve Mechanical device FMSI

Current Switch & EMCS EMCS DDC panel to N/A EMCS /Transducers device FMSI

Damper Motor EMCS Mechanical DDC panel to N/A Mechanical/device EMCS /

FMSI

Filter Pressure EMCS Mechanical DDC panel to N/A EMCS /

City of San Jose 8/10/2010Department of Public Works

Page 16: SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY …public.eandm.com/Muni_docs/sanjose3.pdf · Rumsey Engineers 230904-4 3. Object Command. Devices shall react to command of a binary

SAN JOSE ENVIRONMENTAL INNOVATION CENTER ENERGY MANAGEMENT AND CONTROL SYSTEMRumsey Engineers 230904-16

FIELD DEVICE FIELD WIRING BY WIRING BY COMMISSIONING

FIELD DEVICE SUPPLIER DEVICE EMCS ELECTRICAL OF DEVICE BYINSTALLED CONTRACTO

BY R (1)

Switch device FMSI

Damper Mechanical Mechanical N/A N/A Mechanical/EMCS/FMSI

Air Flow EMCS Mechanical DDC panel to N/A EMCS /

device FMSI

MCC Indication & Electrical Electrical DDC panel to MCC ElectricalTest Switches Contractor Contractor MCC terminal terminal Contractor/

strip Strip to FMSIdevice

Fused 24V EMCS EMCS DDC panel to MCC to EMCS /Power Supply device device FMSIand InterposingRelays for DDCOutputs

END OF SECTION

City of San Jose 8/10/2010Department of Public Works