164
PROJECT MANUAL BAS UPGRADE RIVERSIDE SCHOOL 90 HENDRIE AVENUE RIVERSIDE, CT BID #2205-18 MAY 11, 2018 ISSUED FOR BID MEP ENGINEER: LANDMARK FACILITIES GROUP, INC. 252 EAST AVENUE NORWALK , CT 06855

PROJE T MANUAL - Greenwich Public Schools

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

PROJECT MANUAL

BAS UPGRADE

RIVERSIDE SCHOOL

90 HENDRIE AVENUE

RIVERSIDE, CT

BID #2205-18

MAY 11, 2018

ISSUED FOR BID

MEP ENGINEER:

LANDMARK FACILITIES GROUP, INC.

252 EAST AVENUE

NORWALK , CT 06855

Greenwich Public Schools Riverside School BAS Upgrade

2

TABLE OF CONTENTS

SECTION PAGES

COVER 1 INVITATION TO BIDDERS 3 INSTRUCTIONS TO BIDDERS 4-8 BID FORM 9-11 CONTRACTOR’S QUALIFICATION STATEMENT 12-18 NON-COLLUSIVE AFFIDAVIT 19-22 PREVAILING WAGE SCHEDULE 23-37 REFERENCES 38 FORM OF BID BOND 39-40 CERTIFICATE AS TO CORPORATE PRINCIPAL 41 PERFORMANCE, MAINTENANCE AND PAYMENT BOND 42 INSURANCE PROCEDURE 43 INSURANCE REQUIREMENT SHEET 44-45 SAMPLE ENDORSEMENT LETTER 46 A.M. BEST KEY RATING GUIDE FORM 47 AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT 48-49 CONSENT OF SURETY 50 AFFIDAVIT FOR FINAL PAYMENT 51 CERTIFICATE OF LIABILITY INSURANCE 52-53 LIST OF DRAWINGS 54 FORM AU-764 DEPOSIT BY A PERSON DOING BUSINESS WITH A NONRESIDENT CONTRACTOR

55-56

FORM REG-1 BUSINESS TAXES REGISTRATION APPLICATION 57-62

PROJECT SPECIFICATIONS 63-153

Greenwich Public Schools Riverside School BAS Upgrade

3

GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Ave. Greenwich, Connecticut 06830 (203) 625-7400 Fax (203) 625-7677 EUGENE H. WATTS Senior Buyer MAY 11, 2018 Dear Sir/ Madam: You are invited to submit a bid for a BAS Upgrade Project for Riverside School. This bid will be a lump sum for your work and material in accordance with the plans and specifications contained herein. Bidders are urged to read all documents carefully and provide all information requested. Bids which are Incomplete, conditional, or contain irregularities of any kind, will be subject to rejection. Bids must be submitted on the schedule form attached hereto. All unit prices must be filled in. Each bid must be submitted with one (1) original and three (4) copies of the bid. Bidders must submit bids in a clear, concise, and legible manner so as to permit proper evaluation of responsive bids. Faxed bids will not be accepted. The original bid and copies must be placed in a sealed plainly marked envelope bearing the following: BAS Upgrade (Riverside Elementary School) - BID NUMBER: 2205-18 KEY PROJECT DATES

A. Mandatory pre-bid walk through: 1. Wednesday May 16, 2018 at 3:30 pm. Riverside School (Main Entrance). B. Bid Due Date: 1. Sealed proposals will be received as indicated below, and at that time and place will be publicly opened and read aloud. 2. Date: June 1, 2018 3. Time: 11:00 AM local time 4. Location: District Offices 5. Address: GREENWICH PUBLIC SCHOOLS, 290 Greenwich Ave., Greenwich, Connecticut 06830, (203) 625-7411 6. 7. All bidders are invited to attend the opening of bids. Additional information for bidding is provided in the Instructions to Bidders. Very truly yours, Eugene H. Watts

Greenwich Public Schools Riverside School BAS Upgrade

4

INSTRUCTIONS TO BIDDERS

1.1 The Greenwich Public Schools, Greenwich, CT, invites bid proposals for the following:

A. BAS Upgrade for the Greenwich Public Schools at Riverside School.

1.2 BACKGROUND:

A. TOWN / DISTRICT: The Town of Greenwich is approximately 30 miles northeast of New York City and has a population of about 60,000 residents. The Greenwich Public Schools enjoy a national reputation for excellence and have strong support from the community. The fifteen public schools have an enrollment of 9,000 students and consists of eleven elementary schools (K-5), the middle schools (6-8), and one comprehensive high school (9-12).

B. MEP ENGINEER: Landmark Facilities Group, Inc. 252 East Avenue, Norwalk CT 06855

1.3 SCHEDULE:

A. Bidding Documents Available:

1. Hard Copies: At 2:00 PM on May 14, 2018 copies of said Bidding Documents can be

purchased from ARC/TRI-STATE, 326 Westport Ave, Norwalk, CT 06854, (tel) 203.866.5600.

B. Mandatory Pre-Bid Walk Through: 1. Wednesday May 16, 2018 at 3:30 pm. Riverside School (Main Entrance).

C. Bid Due Date:

1. Sealed proposals will be received as indicated below, and at that time and place will be

publicly opened and read aloud. 2. Date: June 1, 2018 3. Time: 11:00 AM local time 4. Location: District Offices 5. Address: GREENWICH PUBLIC SCHOOLS, 290 Greenwich Ave., Greenwich, Connecticut 06830, (203) 625-7411 6. All bidders and other interested persons are invited to be present at this bid opening(s). D. QUESTIONS:

1. Questions concerning this bid will be received by email only and directed to:

a. [email protected].

In the subject line you must put BID #2205-18, BAS Upgrade.

2. All questions must be submitted no later than 12:00pm, May 23, 2018.

3. All answers will be provided by written BID ADDENDUM at www.greenwichschools.org at noon on May 29, 2018. It is the responsibility of all bidders to verify that they are current with all posted information. 4. Failure to comply with these conditions will result in the bidder waiving his right to dispute the bid specifications and conditions.

1.4 BID SUBMISSION / REQUIREMENTS:

A. Each bid shall be signed and accompanied by a bid security payable to the Town of Greenwich in the amount of ten (10%) of the bid and shall be in the form of a Bid Bond only as issued in the bid documents. Bid Bonds must use the Greenwich Public Schools Bid Bond

Greenwich Public Schools Riverside School BAS Upgrade

5

Form (included within the bid documents), issued by a surety company listed on the current U.S. Dept of Treasury’s Federal Register and be licensed to underwrite bonds in the State of Connecticut.

B. Each bid shall be accompanied by a completed copy of the CONTRACTOR'S QUALIFICATION STATEMENT included in the bid documents. The Greenwich Public Schools reserves the right to request further information and/or supplemental information with respect to the QUALIFICATION STATEMENT of its sole discretion.

C. Each bidder shall utilize the specified manufacturers. Should the contractor desire to substitute other articles, materials, apparatus, products or process, other than those specified or approved as equal, the contractor shall apply to the engineer, in writing, for approval of such substitution. It should be noted that the bid shall not be based on a substituted article, material, apparatus, product or process. No substitution review shall take place prior to bid.

D. Each form of the bid contains a section for alternates and for unit prices. All alternates prices must be completed with a dollar value. Blanks, “Not Applicable” (N/A), “No Effect”, etc in these portions of the BID FORM shall be construed to indicate that the particular alternate shall be performed without increased to the contract price as they relate to the scope of the trade package.

E. Unit prices which do not affect the work all the bidder’s trade may be filled in “Not Applicable” or “(N/A)”. “Not Applicable” or Blanks in these Bid Forms shall be construed to indicate that the unit price is not applicable as it relates to the scope of the trade package.

F. TAX: No amount shall be added for the Connecticut sales tax or Federal tax. The Greenwich Public School system is exempt from the payment of taxes imposed by the Federal government and/or State of Connecticut. Taxes must not be included in the bid price.

G. PERMIT FEES: Greenwich Public Schools will secure the building permit(s) and upon award of the Contract they will be transferred to the awarded contractor / vendor. No cost should be included in the base bid for the building permit.

H. WAGES: All work shall be done in accordance with applicable State statutes; conditions of Prevailing Wages shall apply. Prevailing Wage Schedule provided herein is for demonstrable purposes only. It is the responsibility of the bidder / vendor to verify actual rates.

I. COLLUSION AMONG BIDDERS:

1. More than one offer from an individual, firm, partnership, corporation, or association

under the same or different name will be rejected. Reasonable grounds for believing that a bidder is interested in more than one bid for the work contemplated will cause rejection of all bids in which the bidder is interested. Any or all bidders will be rejected if there is any reason for believing that collusion exists among the bidders.

2. Participants in such collusion may not be considered in the future offers for the same

work. Each bidder, by submitting a bid, certifies that it is not part to any collusive action.

3. Each bid shall be accompanied by a completely filled in and properly executed Non-

Collusive Affidavit, provided.

J. EMPLOYMENT DISCRIMINATION BY CONTRACTOR PROHIBITED: The successful bidder will not discriminate against any employee or applicant for employment because of race, religion, color, sex, or nation origin, except where religion, sex or national original is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The successful bidder agrees to post in a conspicuous place, available to employees and applicants for employment, notices setting forth the provision of this nondiscrimination clause. The successful bidder in all solicitations or advertisements for employment, placed by or on behalf of the contractor, will state that such successful bidder in an EQUAL OPPORTUNITY EMPLOYER.

Greenwich Public Schools Riverside School BAS Upgrade

6

K. QUALIFICATIONS: No qualifications to the bid are allowed. If bids are qualified, they may be deemed non-responsive and subsequently rejected.

L. No Bidder may withdraw their Bid within 90 days after the actual date of Bid Opening.

M. COPIES: Failure to submit a bid with four copies does not constitute a material defect.

N. BID EVALUATION: A committee composed of various administrators will evaluate bids. The following criteria guidelines will be used in analyzing and evaluating this bid:

1. Conformance to the requirements of this bid, i.e. conformance to Terms, Conditions and

Scope of Work.

2. Proven skills and technical competence.

3. Background of the firm.

4. For Vendor firm, identification of all personnel who will have a principal responsibility.

5. The Board of Education may consider proximity of the vendor’s service as a factor in

determining lowest responsible bid. Companies must be located within 60 miles of the School District in order to submit a bid.

6. The Board of Education shall have the right to take such steps as it deems necessary to

determine the ability of the bidder to perform the work and the bidder shall furnish the Board of Education with information and data for this purpose as the Board of Education may request. The right is reserved to reject any bid where, on investigation, the evidence or information submitted by such bidders does not satisfy the Board of Education that the bidder is qualified to carry out properly the terms of the Contract.

7. Apparent low bidder agrees to submit the following Supplements to Greenwich Pubic

Schools within 48 hours after submission of the Bid for consideration in award of the Contract: a. Subcontractors; Include the names of all Subcontractors and the portions of the Work they will perform. b. Cost Breakdown identifying the Bid Price/Sum segmented into portions as requested, broken down per school building. (Schedule of Values)

O. AWARD: The Contract shall be awarded to the lowest responsible and qualified bidder, meaning the bidder whose bid is the lowest of those bidders possessing the skill, ability, and integrity necessary to faithfully perform the work based on objective criteria considering past performance and financial responsibility. In considering past performance, the Greenwich Public Schools shall evaluate the skill, ability, and integrity of bidders in terms of the bidders’ fulfillment of contract obligations and all the bidders’ experienced or lack of experience with projects of similar size and scope. The Greenwich Public Schools reserves the right to consider as unqualified to do the work required by the bid documents any bidder that does not habitually perform with its own forces the major portion of the work involved in the bid documents. No contract will be awarded to any bidder who is at time of award not qualified under applicable regulations issued by the Secretary of Labor, United States of Department of Labor, or any applicable State and local laws and regulations.

P. REJECTION: after review of all sectors, terms, and conditions, including price, Greenwich Public Schools reserves the right to reject any and all bids, or any part thereof, or waive defects in same.

Q. Any bid may be withdrawn prior to the opening time and date. Any bids received after the specified time and date will not be considered.

1.5 BIDDER QUALIFICATIONS:

A. The Contractor shall hold a current “DAS Contractor Prequalification Certificate” (not a

Greenwich Public Schools Riverside School BAS Upgrade

7

predetermination letter) from the Department of Administrative Services of the State of Connecticut according to Connecticut General Statutes Section 4a-100, 4b-101, 4b-91, previously stated as Public Act 03-215 and as amended by Public Act 04-141.

B. Bidders shall submit with their bids a “DAS Contractor Prequalification Certificate” as well as a current “Update (bid) Statement”.

C. Questions regarding these requirements should be directed to the State of Connecticut, DAS. Contact information can be found at www.das.state.ct.us.

D. Companies must be located within 60 miles of the School District in order to submit a bid.

E. Companies submitting a bid must be in business under the same corporate name for a minimum of five (5) years.

F. Non-Connecticut Contractors: Pursuant to Connecticut General Statutes §12-430(7), as amended by Public Act No. 11-61, Section 66, a non-resident contractor shall comply with the State of Connecticut’s bonding requirements.

1.6 CONTRACT:

A. SINGLE PRIME CONTRACT will be let for:

1. General Construction

2. Bid awards must be approved by the Greenwich Public Schools. All contractors shall be

required to execute the Greenwich Public Schools standard form of Contract and accompanying Payment & Performance Bonds without exception. B. LENGTH: This bid is for awarding the contract to cover the period beginning July 2, 2018. Once this Bid is awarded, successful bidder must make arrangements to meet with Greenwich Public Schools as required.

C. OPTION TO EXTEND: All work associated with the project shall be completed on or before August

24, 2018. The Board of Education may, at their option and with the approval of the vendor, extend the period of the Contract to December 14, 2018. If the Board of

Education intends to extend the contract period, the vendor shall be notified in writing by the purchasing department at least fourteen (14) calendar days prior to the expiration of the original contract.

D. AWARD OF CONTRACT: The contract will be awarded by the Board of Education to a qualified firm or person at compensation determined to be fair and reasonable considering budgetary limitations, scope, complexity, and the nature of goods and/or services.

1. If there is a conflict between the Contract Agreement and the General Conditions, the

Contract Agreement shall prevail.

2. The successful bidder will produce for the Greenwich Public Schools review a current

financial statement, which will remain strictly confidential.

E. The contractor shall simultaneously with the signing of the Contract, furnish the Town the executed Performance, Maintenance, and Payment Bond of a surety company authorized to do business the State of Connecticut, and acceptable to the Town, in the sum of all the full amount of the Contract Obligation in the form provided by the Town. The Performance Bond will not be required where the total estimated cost of labor and materials under the contract with respect to which such general bid is submitted is less than one hundred thousand dollars ($100,000). Once a contract exceeds $100,000 the bidder will be responsible for obtaining and paying for all bonds required by Greenwich Public Schools.

Greenwich Public Schools Riverside School BAS Upgrade

8

F. FEE PAYMENTS: The Greenwich Public Schools reserves the right to provide payment in accordance with completion of services based on the Project Schedule.

PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION

3.1 PROVISIONS:

A. Consumption or use of alcohol and / or drugs is prohibited on school property. Any individual with alcohol or drugs will be removed from said property and will not be allowed to work on the project. Smoking is prohibited in all school buildings and on school grounds.

B. Greenwich Public Schools reserves the right to reject any proposed subcontractor for reasonable cause.

Greenwich Public Schools Riverside School BAS Upgrade

9

BID FORM The undersigned hereby proposes to furnish all labor, materials, devices, appliances, supplies, equipment, services and other facilities necessary to complete all of the work of the above referenced Contract, as required by, and in accordance with, the provisions of the Instructions to Bidders, the Conditions of the Contract, the Drawings and Specifications, all as prepared by Landmark Facilities Group, Inc. dated May 11, 2018; and that, if this Proposal is accepted, the Undersigned agrees to enter into an Agreement with the Owner to perform this work for the sum(s) as follows: SUBMITTED BY: ______________________________________________________________ Bidder’s Full Name _____________________________________________________________ Address ______________________________________________________________________ _____________________________________________________________________________ City, State, Zip 1.1 BASE BID VALUE: A. BASE BID: The Base Bid Proposal for all work required by the Contract Document for the BAS Upgrade Project at RIVERSIDE SCHOOL and Related Work is as follows: _______________________________________________ ($ )DOLLARS 1.2 ALTERNATE VALUES: The values of Alternates to the Base Bid amount are identified below.

1. Alternate #1______________________ _________________. 2. Alternate #2______________________ __________________. 3. Alternate #3______________________ __________________. 4. Alternate #4______________________ __________________. 5. Alternate #5______________________ __________________. 6. Alternate #6______________________ __________________.

1.3 ACCEPTANCE: A. If this bid is accepted by Greenwich Public Schools within the time period stated above, we will:

1. Execute the Agreement within seven days of receipt of Notice of Award.

2. Furnish the required bonds within seven days of receipt of Notice of Award. B. If this bid is accepted within the time stated, and we fail to commence the Work or we fail to provide the required Bond(s), the security deposit shall be forfeited as damages to Greenwich Public Schools by reason of our failure, limited in amount to the lesser of the face value of the security deposit or the difference between this bid and the bid upon which a Contract is signed.

1.4 CONTRACT TIME: A. The Undersigned agrees in the Base Bid to complete the work as per the Milestone Schedule provided in the Specifications.

Greenwich Public Schools Riverside School BAS Upgrade

10

1.5 ADDENDA: A. The following Addenda have been received. The modifications to the Bid Document noted below have been considered and all cost are included in the Bid Sum.

1. Addendum#______________________ Date__________________. 2. Addendum#______________________ Date__________________. 3. Addendum#______________________ Date__________________. 4. Addendum#______________________ Date__________________. 5. Addendum#______________________ Date__________________.

1.6 BIDDER’S FURTHER AFFIRMATION AND DECLARATION A. The above name bidder and should this bid be a joint bid each party thereto, further affirm and declares;

1. That said bidder is of lawful age and the only one interested in this bid; and that no other person, firm or corporation, except those herein above names has any interest in this bid or in the contract proposed to be entered into.

2. That said bidder is not in arrears to the Greenwich Public School upon debt or contract, and is not a defaulter, as surety or otherwise upon any obligation to the Greenwich Public Schools.

3. That no member of the Greenwich Public Schools or any officer or employee of the Greenwich Public School or person whose salary is payable in whole or in part from the School District treasury, or the spouse of any foregoing is or shall be or become interested, directly or indirectly, as a contracting party, partner, stockholder, surety or otherwise, in this bid, or in the performance of the Contract, or in the supplies, materials or equipment and work or labor to which it relates, or in any portion of the profits thereof.

4. That he/she has carefully examined the site of the work and that, from his / her own investigations, he/ she has satisfied him/ herself as to the nature and location of the work, and character, quality and quantity of material, and all difficulties likely to be encountered, the kind and extent of equipment and other facilities needed for the performance of the work, the general and local conditions, and all other items which may, in any way, effect the work or its performance.

5. That if a corporation, this bid or proposal containing the Non-Collusive Binding Certification and the foregoing Affirmation and Declaration has been authorized by the Board of Directors of such Corporation, which authorization includes the signing and submission of this bid or proposal and the inclusion therein of the said Certificate of Non-Collusion and Affirmation and Declaration as the Act and Dees of the Corporation.

Greenwich Public Schools Riverside School BAS Upgrade

11

BID FORM SIGNATURE(S) _________________________________________________________________ Signature Corporate Seal Company Name:____________________________________________________ was hereunto affixed in the presence of: __________________________________________________________________ Subscribed and sworn before me this day of ______ 2018 Notary Public:______________________________________________________ My Commission Expire:______________________________________________

Greenwich Public Schools Riverside School BAS Upgrade

12

CONTRACTOR’S QUALIFICATION STATEMENT

With the submittal of the Bid Proposal Form (Section 00 0400), the bidder shall attach this Contractor's Qualification Statement and shall answer the Questions herein. Failure to answer these questions in full may be cause for rejection of the bidder’s proposal. If more space is needed, please attach other sheets with reference to subject paragraph.

The Board of Education reserves the right to consider, but not limited to, the financial responsibility, experience and reputation in the construction industry, as well as the specific qualifications listed below and elsewhere in this document in considering bids and awarding the contract. The Board of Education reserves the right to waive any informalities if, at its discretion the interest of the Greenwich Public Schools will be better served.

The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED TO: Greenwich Public Schools ADDRESS: 290 Greenwich Avenue, Greenwich, CT 06830

SUBMITTED BY: Corporation NAME Partnership ADDRESS: Individual PRINCIPAL OFFICE Other

NAME OF PROJECT: BAS Upgrade – Riverside School TYPE OF WORK (file separate for each Classification of Work)

____________General Construction ___________HVAC

____________Plumbing ___________Electrical ____________Other ___________Fire Alarm 1.1 ORGANIZATION A. How many years has your organization been in business as a Contractor? B. How many years has your organization been in business under its present business name? 1. Under what other or former names has your organization operated? C. What is the firm’s bonding range? 1. Single 2. Aggregate D. If your organization is a corporation, answer the following: 1. Date of Incorporation: 2. State of Incorporation: 3. President’s name:

Greenwich Public Schools Riverside School BAS Upgrade

13

4. Vice-president’s name(s): 5. Secretary’s name: 6. Treasurer’s name: E. If your organization is a partnership, answer the following: 1. Date of organization: 2. Type of partnership (if applicable): 3. Name(s) of general partner(s): F. If your organization is individually owned, answer the following: 1. Date of organization: 2. Name of owner: G. If the form of your organization is individually owned, answer the following: 1. If the form of your organization is other than those listed above, describe it and name the principals: 1.2 OWNERSHIP, MANAGEMENT, AFFILIATION A. Identify each person who is or has been within the past five years, an owner of 5.0% or more of the firm’s shares, one of the five largest shareholders, a director, an officer, a partner or the proprietor, or a managerial employee.

First Name MI Last Name DOB % Owned Director Y or N

Officer Y or N

Title Partner Y or N

Greenwich Public Schools Riverside School BAS Upgrade

14

B. Joint Ventures: Provide information for all firms involved. Fill in name, % owned, office held; indicate by Y or N whether director, officer, partner and title.

First Name MI Last Name DOB % Owned Director Y or N

Officer Y or N

Title Partner Y or N

C. Identify any other firms in which now or in the past five years, the firm or any of the individuals listed in questions 1.2.A and 1.2.B above, either owned or owns 5.0% or more of the shares of or was or is one of the five largest shareholders, a director, an officer, a partner or a proprietor of said other firm. ______Yes, list below ________No

D Has the firm or any firm listed in response to questions above defaulted or been terminated and its surety called upon to complete, any contract awarded within the past five years ( ) Yes, (

) No. If yes, give date(s), agency(ies)/owner(s), project(s), contract numbers, and describe including the result: E. List below any projects performed by the bidder in the past five (5) years on which any of the following events occurred: F. 1. Were any extension of time requested by the contractor, and were such requests granted? 2. Was litigation and/or arbitration commenced by either the Owner or the bidder as a result of the work of the project performed by the bidder? 3. Were any liens filed on the project by subcontractors or material suppliers of the bidder? 4. Did the bidder make any claims for extra work on the project, and did said claim result in a change order?

Project Type of Event Name/Address of Owner Name & Phone # of Contact Person at Owner

G. For all contracts within the past five years: (a) List all liens or claims over $25,000 filed against the firm and remaining undischarged or unsatisfied for more than 90 days; and (b) list and describe all liquidated damages assessed. 1.3 FINANCIAL INFORMATION A. Provide a copy of the firm’s most recent annual financial statement.

Federal ID No. % Owned Firm/Company Name: Position Company Address

Greenwich Public Schools Riverside School BAS Upgrade

15

1.4 OTHER INFORMATION A. Within the past five years has the firm, any affiliate, any predecessor company or entity or any person identified in questions number 1.1 through 1.2 above been the subject of any of the following: (Respond to each question and describe in detail the circumstances of each affirmative answer: (Attach additional pages if necessary).

1. A judgment of conviction for any business-related conduct

constituting a crime under state or federal law.

No

Yes

2. A criminal investigation or indictment for any business-related conduct constituting a crime under state or federal law?

No

Yes

3. An order of protection filed against an officer or employee prohibiting access to jobsite(s) or prohibiting contact with any staff of any owner?

No

Yes

4. A grant of immunity for any business-related conduct constituting a crime under state and federal law?

No

Yes

5. A federal or state suspension or debarment? No Yes

6. A rejection of any bid for lack of qualifications, responsibility or because of the submission or an informal, non-responsive or incomplete bid?

No

Yes

7. A rejection of any proposed subcontract for lack of qualifications, responsibility or because of the submission or an informal, non-

responsive or incomplete bid?

No

Yes

8. A denial or revocation of prequalication? No Yes

9. A voluntary exclusion from bidding/contracting agreement? No Yes

10. Any administrative proceeding or civil action seeking specific performance or restitution in connection with any public works contract except any disputed work proceeding?

No

Yes

11. An OSHA Citation and Notification of Penalty containing a violation classified as serious?

No

Yes

12. An OSHA Citation or Notification of Penalty containing a a violation classified as willful?

No

Yes

13. A prevailing wage or supplement payment violation? No Yes

14. A State Labor Law violation deemed willful? No Yes

15. Any other federal or state Citations, Notices, violation orders, pending administrative hearings or proceedings or determinations of a violation of any labor law or regulation?

No

Yes

16. Any criminal investigation, felony indictment or conviction concerning formation of or any business association with, an allegedly false or fraudulent women’s, minority or disadvantaged business enterprise?

No

Yes

17. Any denial, decertification, revocation or forfeiture of Women’s Business Enterprise, Minority Business Enterprise or Disadvantaged Business Enterprise status?

No

Yes

18. Rejection of a low bid on a State contract for failure to meet statutory affirmative action M/WBE requirements?

No

Yes

19. A consent order with the NYS Department of Environmental Conservation or a federal, state or local government enforcement determination involving a violation of federal or state environmental laws?

No

Yes

20. Any bankruptcy proceeding? No Yes

21. Any suspension or revocation of any business or professional license?

No

Yes

22. Any citations, notices, violation orders, pending administrative hearings or proceedings or determinations for violation of:

No

Yes

Greenwich Public Schools Riverside School BAS Upgrade

16

No______Yes_____ Federal, state or local health laws, rules or regulations?

Federal, state or local environmental laws, rules and regulations? No Yes Unemployment insurance or workers compensation coverage or claim requirements?

No

Yes

ERISA (Employee Retirement Income Security Act)? No Yes

Federal, state or local human rights laws? No Yes

Federal or state security laws? No Yes

23. Withdrawal or an agreement to withdraw a bid submitted to a public owner or a request by a public owner to withdraw a bid?

No

Yes

24. During the five year period preceding the submission of this bid, has

the bidder been named as a part in any lawsuit in an action involving

a claim for personal injury or wrongful death arising from the

performance of work related to any project in which it has been

engaged? If the answer to the question is yes, list all such lawsuits,

the index number associated with said lawsuit and the status of the

lawsuit at the time of the submission of this bid.

No

Yes

25. During the five year period preceding the submission of this bid, has

the bidder been the subject of proceedings before the Department of

Labor for alleged violations of the Labor Law as it related to the

payment of prevailing wages and/or supplemental payment

requriements? If the answer to the question is yes, list each such

instance of the commencement of a Department of Labor

proceeding, for which project such proceeding was commenced, and

the status of the proceeding at the time of the submission of this bid.

No

Yes

26. During the five year period preceding the submission of this bid, has

the bidder been the subject of proceedings involving allegations that

it violated the Worker’s Compensation Law including but not limited

to the failure to provide proof of worker’s compensation or disability

coverage and/or any lapses thereof? If the answer to the question is

yes, list such instsance of violation and the status of the claimed

violation at the time of disposition of this bid.

No

Yes

27. Has the bidder, its officers, directors, owner and/or managerial

employees been convicted of a crime of been the subject of a

criminal indictment during the five years preceding the submission of

this bid? If the answer to the question is yes, list the name of the

individual convicted or indicted, the charge against the individual and

the date of disposition of the charge.

No

Yes

28. During the five year period preceding the submission of this bid, has

the bidder been charged with and/or found guilty of any violations of

federal, state or municipal environmental and/or health laws, codes,

rules and/or regulations? If the answer to the question is yes, list the

nature of the charge against the bidder, the date of the charge, and

the status of the charge at the time of the submission of this bid.

No

Yes

29. Has the bidder ever defaulted or had its surety called upon to

complete any contract awarded within the past five years? If the

answer to the question is yes, list the projects, the dates and the

nature of the termination (convenience, suspension, for cause).

No

Yes

30. Has any officer or partner of the bidder’s organization ever defaulted

or had its surety called upon to complete any contract awarded within

the past five years or been an office or partner of some other

organization that has been terminated from a project by an owner? If

yes, state:

No

Yes

Greenwich Public Schools Riverside School BAS Upgrade

17

Name of Individual Name of Organization Reason(s)

C. LICENSING 1. List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration of license numbers, if applicable. 2. List jurisdictions in which your organization’s partnership or trade name is filed: 3. Has any director, officer, owner or managerial employee had any professional license suspended or revoked? If the answer is yes, list the name of the individual, the professional license he/she formally had, whether the license was revoked or suspended and the date of the revocation or suspension. No______ Yes_____ 1.5 EXPERIENCE A. List the categories of work that your organization will perform with its own forces: 1. Claims and Suits. (If the answer of any of the questions below is yes, please attach details.)

a. Have you or has any director, officer, owner or managerial employee ever failed to complete any work awarded to them? If yes, list the project(s) the date(s) and the reason(s) for the failure to complete.

No

Yes

b. Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers?

No

Yes

c. Has your organization filed any law suits or requested arbitration with regard to construction contracts

within the last five years?

No

Yes

d. Within the past five years, has any officer or principal of your organization ever been an officer or a principal of another organization when it failed to complete a construction contract? If the answer is yes, please attach details.

No

Yes

. B. On a separate sheet, list all similar construction projects your organization has in progress or completed, giving the name of project, owner, engineer, contract amount, percent complete and scheduled completion date. 1. State total worth of work in progress and under contract: C. On a separate sheet, list all projects, not listed above, that your organization has completed or in progress in the past five years, giving the name of the project, owner, engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 1. State average annual amount of construction work performed during the past five years: D. On a separate sheet, list the construction experience and present commitment of the key individuals of your organization. 1.6 REFERENCES A. Trade reference: B. Bank references: C. Surety: 1. Name of present bonding company:

Greenwich Public Schools Riverside School BAS Upgrade

18

2. Name and address of agent: 3. Name or previous bonding company: 1.7 CERTIFICATION A. The undersigned recognizes that this questionnaire is submitted for the purpose of the Greenwich Public Schools (Owner) to award a contract or approve a subcontract; acknowledges that the Owner may in its discretion, by means which it may choose, determine the truth and accuracy of all statements made herein; acknowledge that intentional submission of false or misleading information may constitute a felony, or a misdemeanor, and may also be punishable by a fine or imprisonment; and states that the information submitted in this questionnaire and any attached pages is true, accurate and complete. B. Dated at this day of ___________ ___________________________________________________________________________ Name of Organization: _________________________________________________________________ By: ______________________________________________________________________ Title:

SWORN AND SUBSCRIBED TO BEFORE ME, A NOTARY PUBLIC, IN AND FOR THE COUNTY OF ____________________ AND THE STATE OF __________________________ THIS _______________________ DAY OF _______________________, 2018

______________________________ MY COMMISSION EXPIRES_________

NOTARY PUBLIC

Greenwich Public Schools Riverside School BAS Upgrade

19

NON-COLLUSION AFFIDAVIT

GREENWICHPUBLIC SCHOOLS

290 GREENWICH AVE

GREENWICH, CONNECTICUT

State of ___________________________:

County of _________________________:s.s.

I state that I am the_______________________ of ____________________________

(TITLE) (NAME OF MY FIRM)

and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers.

I am the person responsible in my firm for the price(s) and the amount of this bid.

I state that:

(1) The price(s) and amount of this bid have been arrived at independently and without consultation

communication or agreement with any other contractor, bidder/proposer or potential bidder/proposer.

(2) Neither the price(s) nor the amount of this bid/rfp, and neither the approximate price(s) nor approximate

amount of this bid/rfp, have been disclosed to any other firm or person who is a bidder/proposer or potential

bidder/proposer, and they will not be disclosed before bid/rfp opening.

(3) No attempt has been made or will be made to induce any firm or person to refrain from

bidding/proposing on this contract, or to submit a bid/proposal higher than this bid/rfp, or to submit any

intentionally high or noncompetitive bid/rfp or other form of complementary bid/rfp.

(4) I fully understand that more than one offer from an individual, firm partnership; corporation or association

under the same or different name will be rejected. Reasonable grounds for believing that a bidder/proposer is

interested in more than one bid/rfp for the work contemplated may cause rejection of all bids/rfps in which the

bidder/proposer is interested. Any or all bidders/proposers will be rejected if there is any reason for believing

that collusion exists among the bidders/proposers. Participants in such collusion may not be considered in the

future offers for the same work. Each bidder/proposer by submitting a bid/proposal certifies that it is not a part

to any collusive action.

(5) The bid/rfp of my firm is made in good faith and not pursuant to any agreement or discussion with, or

inducement from, any firm or person to submit a complementary or other noncompetitive bid/proposal.

(6) ______________________________________its affiliates, subsidiaries, officers,

(NAME OF MY FIRM)

directors and employees are not currently under investigation by any governmental agency and have not in

the last four years been convicted or found liable for any act prohibited by State or Federal law in any

Greenwich Public Schools Riverside School BAS Upgrade

20

jurisdiction, involving conspiracy or collusion with respect to bidding/proposing on any public contract,

except as follows:

I state that __________________________ understands and acknowledges that

(NAME OF MY FIRM)

the above representations are material and important, and will be relied on by Greenwich Public Schools in

awarding the bid/proposal for which this is submitted. I understand and my firm understands that any

misstatement in this affidavit is and shall be treated as fraudulent concealment from Greenwich Public

Schools of the true facts relating to the submission of bids/proposals for this contract.

(7) I agree to furnish and deliver all services on the date and time agreed on by

______________________________ and the Greenwich Board of Education at

(NAME OF MY FIRM)

The time the purchase order is placed. Furthermore, there will not be any cancellations to the Board of

Education. If a bidder/proposer submits a bid/proposer on any item he/she will be responsible for delivering

that item at the bid/proposal cost, in accordance with the attached above specifications, which were

submitted with this bid/proposal and upon which the bid/proposal was made.

(8) In submitting this bid/proposal, the undersigned declares that this is made without any connection with

any persons making another bid/proposal on the same contract; that the bid/proposal is in all respects

fair and without collusion, fraud or mental reservation; and that no official of the Town, or any person

in the employ of the Town, is directly or indirectly interested in said bid/proposal or in the supplies or

work to which it relates, or in any portion of the profits thereof.

(9) In submitting this bid, the undersigned further declares that it has not, and will not, induce or attempt

to induce any Town of Greenwich employee or officer to violate the Greenwich Code of Ethics in

connection with its offer to provide goods or services under, or otherwise in the performance of such

contract.

(10) The undersigned further understands that the above declarations are material representations to the

Town of Greenwich made as a condition to the acceptance of the bid/proposal. If found to be false, the

Town of Greenwich retains the right to reject said bid/proposal and rescind any resultant contract and/or

purchase order and notify the undersigned accordingly, thereby declaring as void said bid/proposal and

contract or purchase order.

(11) The Greenwich Code of Ethics can be found at www.greenwichct.org. Code of Ethics stated as

follows:

(2) DEFINITION. (1)Indirect interest, without limiting its generality, shall mean and include the interest of

any subcontractor in any prime contract with the Town and the interest of any person or his immediate

family in any corporation, firm or partnership which as a direct or indirect interest in any transaction with

the Town. (2) Substantial financial interest shall mean any financial interest, direct or indirect, which is

more than nominal and which is not common to the interest of other citizens of the Town. (3) Town

Officer shall mean and include any official, commission, committee, legislative body or other agency of the

Town. (4) Transaction shall mean and include the offer,

Greenwich Public Schools Riverside School BAS Upgrade

21

sale or furnishing of any real or personal property, material, supplies otherwise, for the use and

benefit of the Town for a valuable consideration, excepting the services of any person as a Town Officer.

(3) GIFTS AND FAVORS. No Town Officer or his immediate family shall accept any valuable gift,

things, favor, loan or promise which might tend to influence the performance or nonperformance of his

official duties.

(4) IMPROPER INFLUENCE. No Town Officer having a substantial financial interest in any

transaction with the Town or in any action to be taken by the Town shall use is office to exert his

influence or to vote on such transaction or action.

VENDOR INFORMATION. (Please print the following)

VENDOR NAME

ADDRESS

TELEPHONE FAX #

E-MAIL WEB SITE

AUTHORIZED SIGNATURE TITLE

(12) By signing this bid/proposal the bidder/proposer understands and agrees to the attached terms,

conditions, and specifications, including Collusion among Bidders/Proposers Employment Discrimination

by the Contractor Prohibited.

_________________________________

SIGNATURE

Greenwich Public Schools Riverside School BAS Upgrade

22

SWORN AND SUBSCRIBED TO BEFORE ME, A NOTARY PUBLIC, IN AND FOR THE COUNTY OF

______________________________ AND THE STATE OF

______________________________THIS _______________________

DAY OF _______________________, 20____________

______________________________ MY COMMISSION EXPIRES_________

NOTARY PUBLIC

Project: BAS Upgrade At Riverside School

Project: BAS Upgrade At Riverside School

Project Project Greenwich

By virtue of the authority vested in the Labor Commissioner under provisions of Section 31-53 of the General Statutes of Connecticut, as amended, the following are declared to be the prevailing rates and welfare payments and will apply only where the contract is advertised for bid within 20 days of the date on which the rates are established. Any contractor or subcontractor not obligated by agreement to pay to the welfare and pension fund shall pay this amount to each employee as part of his/her hourly wages.

Minimum Rates and Classifications for Building Construction

Connecticut Department of LaborWage and Workplace Standards Division

Number: Town:

B 24759

State#: FAP#:

ID# :

Hourly Rate BenefitsCLASSIFICATION

38.25 27.961a) Asbestos Worker/Insulator (Includes application of insulating materials, protective coverings, coatings, & finishes to all types of mechanical systems; application of firestopping material for wall openings & penetrations in walls, floors, ceilings

1b) Asbestos/Toxic Waste Removal Laborers: Asbestos removal and encapsulation (except its removal from mechanical systems which are not to be scrapped), toxic waste removers, blasters.**See Laborers Group 7**

39.00 28.761c) Asbestos Worker/Heat and Frost Insulator

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

38.34 26.012) Boilermaker

33.48 33.09 + a3a) Bricklayer, Cement Mason, Concrete Finisher (including caulking), Stone Masons

34.90 25.873b) Tile Setter

31.69 22.353c) Terrazzo Mechanics and Marble Setters

26.70 21.753d) Tile, Marble & Terrazzo Finishers

33.48 32.063e) Plasterer

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

------LABORERS------

30.05 20.104) Group 1: Laborers (common or general), acetylene burners, carpenter tenders, concrete specialists, wrecking laborers, fire watchers.

30.30 20.104a) Group 2: Mortar mixers, plaster tender, power buggy operators, powdermen, fireproofer/mixer/nozzleman (Person running mixer and spraying fireproof only).

30.55 20.104b) Group 3: Jackhammer operators/pavement breaker, mason tender (brick), mason tender (cement/concrete), forklift operators and forklift operators (masonry).

30.55 20.104c) **Group 4: Pipelayers (Installation of water, storm drainage or sewage lines outside of the building line with P6, P7 license) (the pipelayer rate shall apply only to one or two employees of the total crew who primary task is to actually perform the mating of pipe sections) P6 and P7 rate is $26.80.

30.55 20.104d) Group 5: Air track operator, sand blaster and hydraulic drills.

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

31.80 20.104e) Group 6: Blasters, nuclear and toxic waste removal.

31.05 20.104f) Group 7: Asbestos/lead removal and encapsulation (except it's removal from mechanical systems which are not to be scrapped).

28.38 20.104g) Group 8: Bottom men on open air caisson, cylindrical work and boring crew.

27.86 20.104h) Group 9: Top men on open air caisson, cylindrical work and boring crew.

16.00 20.104i) Group 10: Traffic Control Signalman

32.60 25.345) Carpenter, Acoustical Ceiling Installation, Soft Floor/Carpet Laying, Metal Stud Installation, Form Work and Scaffold Building, Drywall Hanging, Modular-Furniture Systems Installers, Lathers, Piledrivers, Resilient Floor Layers.

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

33.14 25.745a) Millwrights

34.50 29.646) Electrical Worker (including low voltage wiring) (Trade License required: E1,2 L-5,6 C-5,6 T-1,2 L-1,2 V-1,2,7,8,9)

51.71 32.645+a+b7a) Elevator Mechanic (Trade License required: R-1,2,5,6)

-----LINE CONSTRUCTION----

26.50 6.5% + 9.00Groundman

48.19 6.5% + 22.00Linemen/Cable Splicer

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

36.28 20.45 + a8) Glazier (Trade License required: FG-1,2)

35.47 33.39 + a9) Ironworker, Ornamental, Reinforcing, Structural, and Precast Concrete Erection

----OPERATORS----

39.30 24.05 + aGroup 1: Crane handling or erecting structural steel or stone, hoisting engineer 2 drums or over, front end loader (7 cubic yards or over), work boat 26 ft. and over and Tunnel Boring Machines. (Trade License Required)

38.98 24.05 + aGroup 2: Cranes (100 ton rate capacity and over); Excavator over 2 cubic yards; Piledriver ($3.00 premium when operator controls hammer); Bauer Drill/Caisson. (Trade License Required)

38.24 24.05 + aGroup 3: Excavator; Backhoe/Excavator under 2 cubic yards; Cranes (under 100 ton rated capacity), Grader/Blade; Master Mechanic; Hoisting Engineer (all types of equipment where a drum and cable are used to hoist or drag material regardless of motive power of operation), Rubber Tire Excavator (Drott-1085 or similar);Grader Operator; Bulldozer Fine Grade. (slopes, shaping, laser or GPS, etc.). (Trade License Required)

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

37.85 24.05 + aGroup 4: Trenching Machines; Lighter Derrick; Concrete Finishing Machine; CMI Machine or Similar; Koehring Loader (Skooper).

37.26 24.05 + aGroup 5: Specialty Railroad Equipment; Asphalt Paver; Asphalt Reclaiming Machine; Line Grinder; Concrete Pumps; Drills with Self Contained Power Units; Boring Machine; Post Hole Digger; Auger; Pounder; Well Digger; Milling Machine (over 24" Mandrell)

37.26 24.05 + aGroup 5 continued: Side Boom; Combination Hoe and Loader; Directional Driller; Pile Testing Machine.

36.95 24.05 + aGroup 6: Front End Loader (3 up to 7 cubic yards); Bulldozer (rough grade dozer).

36.61 24.05 + aGroup 7: Asphalt roller, concrete saws and cutters (ride on types), vermeer concrete cutter, Stump Grinder; Scraper; Snooper; Skidder; Milling Machine (24" and under Mandrell).

36.21 24.05 + aGroup 8: Mechanic, grease truck operator, hydroblaster; barrier mover; power stone spreader; welding; work boat under 26 ft.; transfer machine.

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

35.78 24.05 + aGroup 9: Front end loader (under 3 cubic yards), skid steer loader regardless of attachments, (Bobcat or Similar): forklift, power chipper; landscape equipment (including Hydroseeder).

33.74 24.05 + aGroup 10: Vibratory hammer; ice machine; diesel and air, hammer, etc.

33.74 24.05 + aGroup 11: Conveyor, earth roller, power pavement breaker (whiphammer), robot demolition equipment.

33.68 24.05 + aGroup 12: Wellpoint operator.

33.10 24.05 + aGroup 13: Compressor battery operator.

31.96 24.05 + aGroup 14: Elevator operator; tow motor operator (solid tire no rough terrain).

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

31.55 24.05 + aGroup 15: Generator Operator; Compressor Operator; Pump Operator; Welding Machine Operator; Heater Operator.

30.90 24.05 + aGroup 16: Maintenance Engineer/Oiler.

35.21 24.05 + aGroup 17: Portable asphalt plant operator; portable crusher plant operator; portable concrete plant operator.

32.79 24.05 + aGroup 18: Power safety boat; vacuum truck; zim mixer; sweeper; (Minimum for any job requiring a CDL license).

------PAINTERS (Including Drywall Finishing)------

32.72 20.4510a) Brush and Roller

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

33.47 20.4510b) Taping Only/Drywall Finishing

33.22 20.4510c) Paperhanger and Red Label

35.72 20.4510e) Blast and Spray

41.62 30.3611) Plumber (excluding HVAC pipe installation) (Trade License required: P-1,2,6,7,8,9 J-1,2,3,4 SP-1,2)

37.26 24.05 + a12) Well Digger, Pile Testing Machine

41.00 16.50 + aRoofer: Cole Tar Pitch

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

39.50 16.50 + aRoofer: Slate, Tile, Composition, Shingles, Singly Ply and Damp/Waterproofing

42.66 41.2415) Sheetmetal Worker (Trade License required for HVAC and Ductwork: SM-1,SM-2,SM-3,SM-4,SM-5,SM-6)

41.62 30.3616) Pipefitter (Including HVAC work) (Trade License required: S-1,2,3,4,5,6,7,8 B-1,2,3,4 D-1,2,3,4, G-1, G-2, G-8 & G-9)

------TRUCK DRIVERS------

29.13 22.32 + a17a) 2 Axle

29.23 22.32 + a17b) 3 Axle, 2 Axle Ready Mix

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

29.28 22.32 + a17c) 3 Axle Ready Mix

29.33 22.32 + a17d) 4 Axle, Heavy Duty Trailer up to 40 tons

29.38 22.32 + a17e) 4 Axle Ready Mix

29.58 22.32 + a17f) Heavy Duty Trailer (40 Tons and Over)

29.38 22.32 + a17g) Specialized Earth Moving Equipment (Other Than Conventional Type on-the-Road Trucks and Semi-Trailers, Including Euclids)

43.92 15.84 + a18) Sprinkler Fitter (Trade License required: F-1,2,3,4)

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

25.76 7.3419) Theatrical Stage Journeyman

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

Welders: Rate for craft to which welding is incidental.

*Note: Hazardous waste removal work receives additional $1.25 per hour for truck drivers.

**Note: Hazardous waste premium $3.00 per hour over classified rate

Crane with 150 ft. boom (including jib) - $1.50 extraCrane with 200 ft. boom (including jib) - $2.50 extraCrane with 250 ft. boom (including jib) - $5.00 extraCrane with 300 ft. boom (including jib) - $7.00 extra

All classifications that indicate a percentage of the fringe benefits must be calculated at the percentage rate times the "base hourly rate".

Apprentices duly registered under the Commissioner of Labor's regulations on "Work Training Standards for Apprenticeship and Training Programs" Section 31-51-d-1 to 12, are allowed to be paid the appropriate percentage of the prevailing journeymen hourly base and the full fringe benefit rate, providing the work site ratio shall not be less than one full-time journeyperson instructing and supervising the work of each apprentice in a specific trade.

Crane with 400 ft. boom (including jib) - $10.00 extra

Each contractor shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor.

It is the contractor's responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor's website. The annual adjustments will be posted on the Department of Labor's Web page:

www.ct.gov/dol. For those without internet access, please contact the division listed below.

The Department of Labor will continue to issue the initial prevailing wage rate schedule to the Contracting Agency for the project.

All subsequent annual adjustments will be posted on our Web Site for contractor access.

The Prevailing wage rates applicable to this project are subject to annual adjustments each July 1st for the duration of the project.

Contracting Agencies are under no obligation pursuant to State labor law to pay any increase due to the annual adjustment provision.

ALL Cranes: When crane operator is operating equipment that requires a fully licensed crane operator to operate he receives an extra $4.00 premium in addition to the hourly wage rate and benefit contributions:

1) Crane handling or erecting structural steel or stone; hoisting engineer (2 drums or over)

2) Cranes (100 ton rate capacity and over) Bauer Drill/Caisson

3) Cranes (under 100 ton rated capacity)

Tuesday, May 08, 2018As of:

Project: BAS Upgrade At Riverside School

Please direct any questions which you may have pertaining to classification of work and payment of prevailing wages to the Wage and Workplace Standards Division, telephone (860)263-6790.

Effective October 1, 2005 - Public Act 05-50: any person performing the work of any mechanic, laborer, or worker shall be paid prevailing wage

All Person who perform work ON SITE must be paid prevailing wage for the appropriate mechanic, laborer, or worker classification.

All certified payrolls must list the hours worked and wages paid to All Persons who perform work ON SITE regardless of their ownership i.e.: (Owners, Corporate Officers, LLC Members, Independent Contractors, et. al)

Reporting and payment of wages is required regardless of any contractual relationship alleged to exist between the contractor and such person.

~~Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clause (29 CFR 5.5 (a) (1) (ii)).

Tuesday, May 08, 2018As of:

Greenwich Public Schools Riverside School BAS Upgrade

38

REFERENCES List at least five (5) references for similar projects in size, scope, and complexity, within Connecticut and / or New York. THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH YOUR BID. 1) Client________________________________________________________________________ Project Address_______________________________________________________________ Approximate $ Value _____________ Date: Started __________ Completed _____________ Contact: Name ____________________________Telephone # _________________________ 2) Client________________________________________________________________________ Project Address_______________________________________________________________ Approximate $ Value _____________ Date: Started __________ Completed _____________ Contact: Name ____________________________Telephone # _________________________ 3) Client________________________________________________________________________ Project Address________________________________________________________________ Approximate $ Value _____________ Date: Started __________ Completed _____________ Contact: Name ____________________________Telephone # _________________________ 4) Client________________________________________________________________________ Project Address_______________________________________________________________ Approximate $ Value _____________ Date: Started __________ Completed _____________ Contact: Name ____________________________Telephone # _________________________ 5) Client________________________________________________________________________ Project Address_______________________________________________________________ Approximate $ Value _____________ Date: Started __________ Completed _____________ Contact: Name ____________________________Telephone # _________________________

Greenwich Public Schools Riverside School BAS Upgrade

39

FORM OF BID BOND TOWN OF GREENWICH, CONNECTICUT BID BOND ____________________________________________________________________________________ Date Bond Executed ____________________________________________________________________________________ Principal ____________________________________________________________________________________ Surety ____________________________________________________________________________________ Penal Sum of Bond (express in words and figures ) Date of Bid ____________________________________________________________________________________ KNOW ALL MEN BY THESE PRESENTS, that we, the principal and surety above named, are held and firmly bound unto the Town of Greenwich, Connecticut, in the penal sum of the amount stated above, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the principal has submitted the accompanying bid, dated as shown above for ______________________________. (name of bid) ____________________________________________________________________________________ NOW THEREFORE, if the principal shall not withdraw said bid within the period specified therein after the opening of the same, or if no period be specified, within sixty (60) days after said opening, and shall within the period specified therefor, or if no period specified, within ten (10) days after the prescribed forms are presented to him for signature, execute such further contractual documents, if any, as may be required by the term of the Bid as accepted, and give bonds with good and sufficient surety or sureties as may be required, for the faithful performance and proper fulfillment of the resulting contract, and for the protection of all person supplying labor and material in the prosecution of the work provided for in such contract or in the event of the withdrawal of said bid within the period specified, or the failure to enter into such contract and give such bonds within the time specified, if the principal shall pay the Town of Greenwich, Connecticut, the difference between the amount specified in said bid and the amount for which said Town may procure the required work, supplies, and services, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. IN WITNESS WHEREOF the above bounden parties have executed this instrument under their several seals on the date indicated above. The name and corporate seal (if applicable) of each corporate party being hereto affixed:

FORM OF BID BOND 00 0472 - 1

___________________________________________________________________________________

Greenwich Public Schools Riverside School BAS Upgrade

40

Name of Partnership _____________________________________________________________________________ (SEAL) Business Address

___________________________________________________________________________________ Partner- (Hereunto Duly Authorized) IN THE PRESENCE OF:

WITNESS INDIVIDUAL PRINCIPAL

1.__________________________________AS TO___________________ (SEAL)

2.__________________________________AS TO___________________ (SEAL) 3.__________________________________AS TO___________________ (SEAL) 4.__________________________________AS TO___________________ (SEAL) __________________________________________ CORPORATE/ LLC PRINCIPAL __________________________________________ BUSINESS ADDRESS AFFIX CORPORATE SEAL ____________________________________ WITNESS __________________________________________ BY- (HEREUNTO DULY AUTHORIZED) _________________________________________ TITLE __________________________________________ CORPORATE/ LLC PRINCIPAL __________________________________________ BUSINESS ADDRESS AFFIX CORPORATE SEAL ____________________________________ WITNESS __________________________________________ BY- (HEREUNTO DULY AUTHORIZED) _________________________________________ TITLE

Greenwich Public Schools Riverside School BAS Upgrade

41

CERTIFICATE AS TO CORPORATE PRINCIPAL I, ____________________________________________________________, certify that I am the ________________________________ of the corporation named as principal in the within bond; that ________________________________, who signed said bond on behalf of the principal, was then ________________________ of the corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body.

___________________________________ (Corporate Seal)

Greenwich Public Schools Riverside School BAS Upgrade

42

PERFORMANCE, MAINTENANCE AND PAYMENT BOND BOND NO. _______________________ CONTRACT NO. _______________________________ KNOW ALL MEN BY THESE PRESENTS. That we ___________________________________________ _____________________________________, as Principal, and ________________________________ a corporation organized under the laws of the State of_________________________ and authorized to do business in the State of Connecticut as Surety, for holden and firmly bound jointly and severally unto the Town of Greenwich, Connecticut, herein referred to as the Town, the territorial corporation located in the County of Fairfield, in the penal sum of _________________________________________________________ Dollars ($__________________), to be paid to it or its certain attorney, successors or assigns, to which payment well and truly to be made, we the said Obligors do bind ourselves, and each of us, our heirs, executors, administrators, and successors firmly by these presents. IN WITNESS WHEREOF we have hereunto set for cause to be set our respective hands, names and seals this ___________________________ day of __________________________, 20___ The condition of this obligation is such, that whereas the above named Principal has entered into a certain written contract with the Town of Greenwich, Connecticut, dated the ___________________________ day of __________________________, 20___ NOW, THEREFORE, if the said Principal shall well and faithfully perform said contract according to its provisions, and fully indemnify and save harmless the Town from all costs and damages which the Town may suffer by reason of failure so to do, and shall pay for all equipment, appurtenances, materials and labor furnished, used or employed in the execution of said contract, and shall indemnify and save harmless the Town from all suits or claims of any nature or description against the Town by reason of any injuries or damages sustained by any person or persons on account of any act or omission of said Principal, his servants or agents, or his subcontractors in the construction of the work or in guarding the work, or on account of the use of faulty or improper materials, or by reason of claims under the Workmen’s Compensation Laws or other laws by any employee of the Principal or his subcontractors, or by reason of the use of patented material, machinery, device, equipment, process, method of construction or design in any way involved in the work, and shall indemnify the Town against such defective workmanship, material and equipment as may be discovered within one (1) year after completion and final acceptance of the work, and shall make good in such defective workmanship and material as may be discovered within said period of one (1) year, then the obligation shall be void, otherwise to remain in full force and effect. The Surety hereby stipulates and agrees that any modifications, omissions or additions in or to the terms of the aforesaid contract, or in or to the plans or specifications therefor, or any extension of time, shall in no wise affect the obligation of the Surety under this bond, the surety hereby waiving any and all right to any notice of any such modifications, omissions, changes, additions or extensions. Contractor Name:___________________________________ By:_____________________________________ Surety Name:______________________________________ By:_____________________________________

Greenwich Public Schools Riverside School BAS Upgrade

43

INSURANCE PROCEDURE

PLEASE NOTE:

THIS PAGE MUST BE RETURNED WITH YOUR BIDIRFP. FAILURE TO DO SO MAY RESULT IN YOUR

BID/RFP BEING REJECTED.

Please take the insurance requirements of the Contract to your agent/broker immediately upon receipt of the bid

documents to determine your existing coverage and any costs for new or additional coverage required for the

work noted in this Request for BID/RFP. Any BID/RFP with deficient insurance requirements will be rejected.

STATEMENT OF VENDOR:

I have read the insurance requirements for this work and have taken the documentation to my insurance

agent/broker. The BID/RFP cost reflects any additional costs relating to insurance requirements for this work.

Signature Date

Greenwich Public Schools Riverside School BAS Upgrade

44

Insurance Requirement Sheet

Insurance Requirements: Before starting and until final completion and acceptance of the work called for in the Contract

and expiration of the guarantee period provided for in the Contract, the Contractor and its subcontractors, if any, shall

procure and maintain insurance of the types and amounts checked in paragraphs A through F below for all Contract

operations.

A. General Liability, with minimum coverages for combined bodily injury and property damage liability of

$2,000,000 general aggregate, $1,000,000 per occurrence including:

1. Commercial General Liability.

2. Town as additional insured.

3. Owners and Contractors Protective Liability(separate policy in the name of the Town).

B. Comprehensive Automobile Liability, with minimum coverages of $1,000,000 combined single limit for

bodily injury and property damage, including, where applicable, coverage for any vehicle, all owned vehicles, scheduled

vehicles, hired vehicles, non-owned vehicles and garage liability.

C. Excess Liability, with minimum coverage of $5,000,000 in umbrella form, or such other form as approved

by Town Department Head and Risk Management Director.

D. Workers' Compensation and Employer's Liability, with minimum coverages as provided by Connecticut

State Statutes.

E. Professional Liability (for design and other professionals for Errors and Omissions), with minimum

coverage of $5,000,000. If the policy is on a claims-made basis, coverage shall be continually renewed or extended for

three (3) years after work is completed under the Contract.

F. Other (Builder's Risk, etc.): .

G. CERTIFICATE HOLDER: TOWN OF GREENWICH

ATTN: BOARD OF EDUCATION. (Also fill in on ACORD Certificate of Insurance)

290 Greenwich Avenue, Greenwich, CT 06830.

The Acord certificate of insurance form must be executed by your insurance agent/broker and returned to this office. Company name and address must conform on all documents including insurance documentation. It is required that the agent/broker note the individual insurance companies providing coverage, rather than the insurance group, on the Acord form. The Contract number (provided to the awarded Contractor), project name and a brief description must be inserted in the “Description of Operations” field. It must be confirmed on the Acord Form that the Town of Greenwich is endorsed as an additional insured by having the appropriate box checked off and stating such in the “Description of Operations” field. A letter from the awarded vendor’s agent/broker certifying

Greenwich Public Schools Riverside School BAS Upgrade

45

that the Town of Greenwich has been endorsed onto the general liability policy as an additional insured is also mandatory. This letter must follow exactly the format provided by the Purchasing Department and must be signed by the same individual authorized representative who signed the Acord form. If the insurance coverage required is provided on more than one Acord certificate of insurance, then additional endorsement letters are also required. Contract development will begin upon receipt of complete, correct insurance documentation.

The Contractor shall be responsible for maintaining the above insurance coverages in force to secure all of the Contractor's obligations under the Contract with an insurance company or companies with an AM Best Rating of B+:VII or better, licensed to write such insurance in Connecticut and acceptable to the Risk Manager, Town of Greenwich. For excess liability only, non-admitted insurers are acceptable, provided they are permitted to do business through Connecticut excess line brokers per listing on the current list of Licensed Insurance Companies, Approved Reinsurers, Surplus Lines Insurers and Risk Retention Groups issued by the State of Connecticut Insurance Department.

Greenwich Public Schools Riverside School BAS Upgrade

46

(SAMPLE ENDORSEMENT LETTER)

AGENT/BROKER

(LETTERHEAD)

(Date)

Eugene H. Watts, Senior Buyer

Purchasing Department

Town of Greenwich/Board of Education

290 Greenwich Avenue – Havemeyer Building

Greenwich, CT 06830

Re:

Town of Greenwich/Board of Education / Contract #

Dear Mr. Watts:

The undersigned hereby certifies as follows:

(1) I am a duly licensed insurance agent under the laws of the State of [insert State] and an authorized

representative of all companies affording coverage under the Acord form submitted herewith;

(2) The Town of Greenwich has been endorsed as an additional insured under the general liability policy no.

[insert policy number], issued by [insert company affording coverage] to [name of insured];

(3) The general liability policy referenced in paragraph (2) above meets or exceeds the coverage in

Commercial General Liability ISO form CG 00 01 10 01, including contractual liability;

(4) The policies listed in the Acord form submitted to the Town of Greenwich in connection with the above-

referenced contract have been issued to the insured in the amounts stated and for the periods indicated in

the Acord form; and

(5) The Town of Greenwich shall be given thirty (30) days prior written notice of cancellation, lapse or

restrictive amendment (except ten days notice of nonpayment) of the policies listed in the Acord form.

Sincerely,

Authorized Representative for all companies listed in the Acord form

Greenwich Public Schools Riverside School BAS Upgrade

47

A.M. BEST KEY RATING GUIDE FORM The following insurance companies are licensed in the State of Connecticut per the 2011 edition of the A.M. Best Key Rating Guide For Property and Casualty, 1. Company Name: __________________________________ a) Page Number: _____________ b) Rating is: _____________ 2. Company Name: __________________________________ a) Page Number: _____________ b) Rating is: _____________ 3. Company Name: __________________________________ a) Page Number: _____________ b) Rating is: _____________ 4. Company Name: __________________________________ a) Page Number: _____________ b) Rating is: _____________ 5. Company Name: __________________________________ a) Page Number: _____________ b) Rating is: _____________ 6. Company Name: __________________________________ a) Page Number: _____________ b) Rating is: _____________

Greenwich Public Schools Riverside School BAS Upgrade

48

AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT

COMMISSION ON HUMAN RIGHTS AND OPPORTUNITIES CONTRACT COMPLIANCE REGULATIONS NOTIFICATION TO BIDDERS AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT The contract to be awarded is subject to contract compliance requirements mandated by Sections 4a-60 and 4a-60a of the Connecticut General Statutes; and, when the awarding agency is the State, Sections 46a-71(d) and 46a-81i(d) of the Connecticut General Statutes. There are Contract Compliance Regulations codified at Section 46a-68j-21 through 43 of the Regulations of Connecticut State Agencies, which establish a procedure for awarding all contracts covered by Sections 4a-60 and 46a-71(d) of the Connecticut General Statutes. According to Section 46a-68j-30(9) of the Contract Compliance Regulations, every agency awarding a contract subject to the contract compliance requirements has an obligation to “aggressively solicit the participation of legitimate minority business enterprises as bidders, contractors, subcontractors and suppliers of materials.” “Minority business enterprise” is defined in Section 4a-60 of the Connecticut General Statutes as a business wherein fifty-one percent or more of the capital stock, or assets belong to a person or persons: “(1) Who are active in daily affairs of the enterprise; (2) who have the power to direct the management and policies of the enterprise; and (3) who are members of a minority, as such term is defined in subsection (a) of Section 32-9n.” “Minority” groups are defined in Section 32-9n of the Connecticut General Statutes as “(1) Black Americans . . .(2) Hispanic Americans . . . (3) persons who have origins in the Iberian Peninsula . . . (4)Women . . . (5) Asian Pacific Americans and Pacific Islanders; (6) American Indians . . .” An individual with a disability is also a minority business enterprise as provided by Section 4a-60g of the Connecticut General Statutes. The above definitions apply to the contract compliance requirements by virtue of Section 46a-68j-21(11) of the Contract Compliance Regulations. The awarding agency will consider the following factors when reviewing the bidder’s qualifications under the contract compliance requirements: (a) the bidder’s success in implementing an affirmative action plan;

(b) the bidder’s success in developing an apprenticeship program complying with Sections 46a-68-1 to 46a-

68-17 of the Administrative Regulations of Connecticut State Agencies, inclusive;

(c) the bidder’s promise to develop and implement a successful affirmative action plan;

(d) the bidder’s submission of employment statistics contained in the “Employment Information Form”,

indicating that the composition of its workforce is at or near parity when compared to the racial and sexual composition of the workforce in the relevant labor market area; and

(e)the bidder’s promise to set aside a portion of the contract for legitimate minority business enterprises.

See Section 46a-68j-30(10)(E) of the Contract Compliance Regulations.

*INSTRUCTIONS: Bidders must sign acknowledgement below and return acknowledgement to

Awarding Agency along with bid proposal. The undersigned acknowledges receiving and reading a copy of the “Notification to Bidders” form.

________________________________ ___________________________

Signature Date

Greenwich Public Schools Riverside School BAS Upgrade

49

On behalf of: ___________________________________

____________________________________ ____________________________________

Greenwich Public Schools Riverside School BAS Upgrade

50

CONSENT OF SURETY The Undersigned surety, being the surety which issued bonds No._________ for the Town of Greenwich Contract No. ___________ hereby consents to release of final payment and all retainages to the contractor- principal.

(Name of Surety) By_______________________________________ Its

ACKNOWLEDGMENT

STATE OF ss: COUNTY OF

This is to certify the above signatory who executed this instrument was either known to me or satisfactorily proven to me to be the person whom he purports to be.

______________________________________ Notary Public

Greenwich Public Schools Riverside School BAS Upgrade

51

AFFIDAVIT FOR FINAL PAYMENT

The undersigned, being duly sworn, deposes and says:

1. That he is the ___________________________________________ of the contractor in

(Title)

the project hereinafter referred to and is authorized to execute this affidavit on behalf of the

contractor;

2. In connection with Contract # for __________________________________________

(Project Title)

it is represented that all payrolls, bills for services, materials, supplies, equipment and other

indebtedness have been paid or otherwise satisfied and that there are no outstanding claims against

the undersigned by any sub-contractor or material supplier, or no outstanding claims or intent to

file a claim against the Town of Greenwich;

. This Affidavit is made at the request of the Town of Greenwich for the purpose of inducing

final payment and knowing that it will rely upon the truth of the representation herein made.

____________________________________

(Authorized signature)

____________________________________

(Type or print name of authorized person)

Subscribed and sworn to before me, a Notary

Public, in and for the County of ____________________

and State of ________________________, this ___________day

of ____________________, 2018

________________________________

Notary Public

Greenwich Public Schools Riverside School BAS Upgrade

52

ACORD CERTIFICATE OF LIABILITY INSURANCE

PRODUCER

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS

NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND,

EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.

INSUREERS AFFORDING COVERAGE

INSURED

INSURER A:

INSURER B:

INSURER C:

INSURER D:

INSURER E:

COVERAGES

THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OF CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR

TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MM/DD/YY)

POLICY EXPIRATION DATE(MM/DD/YY)

LIMITS

GENERAL LIABILITY EACH OCCURENCE

COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire)

CLAIMS MADE OCCUR MED EXP (Any one person)

_______________________________________________________

PERSONAL & ADV INJURY

_______________________________________________________

GENERAL AGGRREGATE

GENERAL AGGREGATE LIMIT APPLIES PER:

PRODUCTS-COMP/OP AGG

POLICY PROJECT LOC

AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT

ANY AUTO (Ea accident)

ALL OWNED AUTOS BODILY INJURY

SCHEDULED AUTOS (Per person)

HIRED AUTOS BODILY INJURY

NON-OWNED AUTOS (Per accident)

____________________________

PROPERTY DAMAGE

(Per accident)

GARAGE LIABILITY AUTO ONLY-EA ACCIDENT

ANY AUTO OTHER THAN EA ACC

AUTO ONLY: AGG

EXCESS LIABILITY EACH OCCURRENCE

OCCUR CLAIMS MADE AGGREGATE

DEDUCTIBLE

RETENTION $

WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY

WC STATU- ORY LIMITS

OTH- ER

E.L. EACH ACCIDENT

E.L. DISEASE-EA EMPLOYEE

E.L. DISEASE – POLICY LIMIT

Professional Liability

Greenwich Public Schools Riverside School BAS Upgrade

53

DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS

The Town of Greenwich/Greenwich Public Schools, and Landmark Facilities Group, Inc. are listed as additional insured for contract no.

CERTIFICATE HOLDER X ADDITIONAL INSURED; INSURER LETTER: __ CANCELLATION

Certificate Holder:

Town of Greenwich

Board of Education

290 Greenwich Avenue

Greenwich, CT 06830

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE

EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30

DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OF REPRESENTATIONS

AUTHORIZED REPRESENTATIVE

Greenwich Public Schools Riverside School BAS Upgrade

54

SECTION / DRAWING NO. DESCRIPTION

M-001 PROJECT COVER SHEET

M-002

M-003

M-100

M-101

M-102

MECHANICAL NOTES AND LEGEND

MECHANICAL SPECIFICATIONS

FIRST FLOOR PLAN - SOUTH

FIRST FLOOR PLAN - NORTH

SECOND FLOOR PLAN - SOUTH

M-103

M-104

M-200

M-201

M-202

SECOND FLOOR PLAN - NORTH

PARTIAL ROOF PLAN

CONTROLS DIAGRAM HOT WATER SYSTEM

CONTROLS DIAGRAM – CONDENSER WATER SYSTEM

CONTROLS DIAGRAM – ROOFTOP UNITS, EXHAUST FANS, &

DUCTLESS SPLIT SYSTEMS

SPECIFICATIONS NO. DESCRIPTION

230500

230800

BASIC MECHANICAL MATERIALS AND METHODS

COMMISSIONING OF HVAC SYSTEMS

230900 INSTRUMENTATION AND CONTROL FOR HVAC

230993

260519

260529

260533

260553

SEQUENCE OF OPERATION

LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

IDENTIFICATION FOR ELECTRICAL SYSTEMS

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 1

SECTION 230500 - BASIC MECHANICAL MATERIALS AND METHODS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

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

Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Piping materials and installation instructions common to most piping systems.

2. Transition fittings.

3. Dielectric fittings.

4. Mechanical sleeve seals.

5. Sleeves.

6. Escutcheons.

7. Grout.

8. Mechanical demolition.

9. Equipment installation requirements common to equipment sections.

10. Painting and finishing.

11. Supports and anchorages.

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.

D. Concealed, Interior Installations: Concealed from view and protected from physical contact by

building occupants. Examples include above ceilings and in duct shafts.

E. Concealed, Exterior Installations: Concealed from view and protected from weather conditions

and physical contact by building occupants but subject to outdoor ambient temperatures.

Examples include installations within unheated shelters.

F. The following are industry abbreviations for plastic materials:

1. ABS: Acrylonitrile-butadiene-styrene plastic.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 2

2. CPVC: Chlorinated polyvinyl chloride plastic.

3. PE: Polyethylene plastic.

4. PVC: Polyvinyl chloride plastic.

G. The following are industry abbreviations for rubber materials:

1. EPDM: Ethylene-propylene-diene terpolymer rubber.

2. NBR: Acrylonitrile-butadiene rubber.

1.4 SUBMITTALS

A. Product Data: For the following:

1. Transition fittings.

2. Dielectric fittings.

3. Mechanical sleeve seals.

4. Escutcheons.

B. Welding certificates.

1.5 QUALITY ASSURANCE

A. Steel Support Welding: Qualify processes and operators according to AWS D1.1, "Structural

Welding Code--Steel."

B. Steel Pipe Welding: Qualify processes and operators according to ASME Boiler and Pressure

Vessel Code: Section IX, "Welding and Brazing Qualifications."

1. Comply with provisions in ASME B31 Series, "Code for Pressure Piping."

2. Certify that each welder has passed AWS qualification tests for welding processes

involved and that certification is current.

C. Electrical Characteristics for Mechanical Equipment: Equipment of higher electrical

characteristics may be furnished provided such proposed equipment is approved in writing and

connecting electrical services, circuit breakers, and conduit sizes are appropriately modified. If

minimum energy ratings or efficiencies are specified, equipment shall comply with

requirements.

1.6 DELIVERY, STORAGE, AND HANDLING

A. 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.

B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 3

1.7 COORDINATION

A. Arrange for pipe spaces, chases, slots, and openings in building structure during progress of

construction, to allow for mechanical installations.

B. Coordinate installation of required supporting devices and set sleeves in poured-in-place

concrete and other structural components as they are constructed.

C. Coordinate requirements for access panels and doors for mechanical items requiring access that

are concealed behind finished surfaces. Access panels and doors are specified in Division 8

Section "Access Doors and Frames."

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. In other Part 2 articles where subparagraph titles below introduce lists, the following

requirements apply for product selection:

1. Available Manufacturers: Subject to compliance with requirements, manufacturers

offering products that may be incorporated into the Work include, but are not limited to,

the manufacturers specified.

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

manufacturers specified.

2.2 PIPE, TUBE, AND FITTINGS

A. Refer to individual Division 15 piping Sections for pipe, tube, and fitting materials and joining

methods.

B. Pipe Threads: ASME B1.20.1 for factory-threaded pipe and pipe fittings.

2.3 JOINING MATERIALS

A. Refer to individual Division 15 piping Sections for special joining materials not listed below.

B. Pipe-Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system

contents.

1. ASME B16.21, nonmetallic, flat, asbestos-free, 1/8-inch maximum thickness unless

thickness or specific material is indicated.

a. Full-Face Type: For flat-face, Class 125, cast-iron and cast-bronze flanges.

b. Narrow-Face Type: For raised-face, Class 250, cast-iron and steel flanges.

2. AWWA C110, rubber, flat face, 1/8 inch thick, unless otherwise indicated; and full-face

or ring type, unless otherwise indicated.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 4

C. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, unless otherwise indicated.

D. Plastic, Pipe-Flange Gasket, Bolts, and Nuts: Type and material recommended by piping

system manufacturer, unless otherwise indicated.

E. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to

ASTM B 813.

F. Brazing Filler Metals: AWS A5.8, BCuP Series, copper-phosphorus alloys for general-duty

brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping,

unless otherwise indicated.

G. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate for wall

thickness and chemical analysis of steel pipe being welded.

H. Solvent Cements for Joining Plastic Piping:

1. ABS Piping: ASTM D 2235.

2. CPVC Piping: ASTM F 493.

3. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656.

4. PVC to ABS Piping Transition: ASTM D 3138.

I. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manufacturer.

2.4 TRANSITION FITTINGS

A. AWWA Transition Couplings: Same size as, and with pressure rating at least equal to and with

ends compatible with, piping to be joined.

1. Accepted Manufacturers:

a. Cascade Waterworks Mfg. Co.

b. Dresser Industries, Inc.; DMD Div.

c. Ford Meter Box Company, Incorporated (The); Pipe Products Div.

d. JCM Industries.

e. Smith-Blair, Inc.

f. Viking Johnson.

2. Underground Piping NPS 1-1/2 and Smaller: Manufactured fitting or coupling.

3. Underground Piping NPS 2 and Larger: AWWA C219, metal sleeve-type coupling.

4. Aboveground Pressure Piping: Pipe fitting.

B. Plastic-to-Metal Transition Fittings: CPVC one-piece fitting with manufacturer's Schedule 80

equivalent dimensions; one end with threaded brass insert, and one solvent-cement-joint end.

1. Accepted Manufacturers:

a. Eslon Thermoplastics.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 5

C. Plastic-to-Metal Transition Adaptors: One-piece fitting with manufacturer's SDR 11 equivalent

dimensions; one end with threaded brass insert, and one solvent-cement-joint end.

1. Accepted Manufacturers:

a. Thompson Plastics, Inc.

D. Plastic-to-Metal Transition Unions: MSS SP-107, CPVC four-part union. Include brass end,

solvent-cement-joint end, rubber O-ring, and union nut.

1. Accepted Manufacturers:

a. NIBCO INC.

b. NIBCO, Inc.; Chemtrol Div.

E. Flexible Transition Couplings for Underground Nonpressure Drainage Piping: ASTM C 1173

with elastomeric sleeve, ends same size as piping to be joined, and corrosion-resistant metal

band on each end.

1. Accepted Manufacturers:

a. Cascade Waterworks Mfg. Co.

b. Fernco, Inc.

c. Mission Rubber Company.

d. Plastic Oddities, Inc.

2.5 DIELECTRIC FITTINGS

A. Description: Combination fitting of copper alloy and ferrous materials with threaded, solder-

joint, plain, or weld-neck end connections that match piping system materials.

B. Insulating Material: Suitable for system fluid, pressure, and temperature.

C. Dielectric Unions: Factory-fabricated, union assembly, for 250-psig minimum working

pressure at 180 deg F.

1. Accepted Manufacturers:

a. Capitol Manufacturing Co.

b. Central Plastics Company.

c. Eclipse, Inc.

d. Epco Sales, Inc.

e. Hart Industries, International, Inc.

f. Watts Industries, Inc.; Water Products Div.

g. Zurn Industries, Inc.; Wilkins Div.

D. Dielectric Flanges: Factory-fabricated, companion-flange assembly, for 300-psig minimum

working pressure as required to suit system pressures.

1. Accepted Manufacturers:

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 6

a. Capitol Manufacturing Co.

b. Central Plastics Company.

c. Epco Sales, Inc.

d. Watts Industries, Inc.; Water Products Div.

E. Dielectric-Flange Kits: Companion-flange assembly for field assembly. Include flanges, full-

face- or ring-type neoprene or phenolic gasket, phenolic or polyethylene bolt sleeves, phenolic

washers, and steel backing washers.

1. Accepted Manufacturers:

a. Advance Products & Systems, Inc.

b. Calpico, Inc.

c. Central Plastics Company.

d. Pipeline Seal and Insulator, Inc.

2. Separate companion flanges and steel bolts and nuts shall have 300-psig minimum

working pressure where required to suit system pressures.

F. Dielectric Couplings: Galvanized-steel coupling with inert and noncorrosive, thermoplastic

lining; threaded ends; and 300-psig minimum working pressure at 225 deg F .

1. Accepted Manufacturers:

a. Calpico, Inc.

b. Lochinvar Corp.

G. Dielectric Nipples: Electroplated steel nipple with inert and noncorrosive, thermoplastic lining;

plain, threaded, or grooved ends; and 300-psig minimum working pressure at 225 deg F.

1. Accepted Manufacturers:

a. Perfection Corp.

b. Precision Plumbing Products, Inc.

c. Sioux Chief Manufacturing Co., Inc.

d. Victaulic Co. of America.

2.6 MECHANICAL SLEEVE SEALS

A. Description: Modular sealing element unit, designed for field assembly, to fill annular space

between pipe and sleeve.

1. Accepted Manufacturers:

a. Advance Products & Systems, Inc.

b. Calpico, Inc.

c. Metraflex Co.

d. Pipeline Seal and Insulator, Inc.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 7

2. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type

and number required for pipe material and size of pipe.

3. Pressure Plates: Carbon steel. Include two for each sealing element.

4. Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating of length

required to secure pressure plates to sealing elements. Include one for each sealing

element.

2.7 SLEEVES

A. Galvanized-Steel Sheet: 0.0239-inch minimum thickness; round tube closed with welded

longitudinal joint.

B. Steel Pipe: ASTM A 53, Type E, Grade B, Schedule 40, galvanized, plain ends.

C. Cast Iron: Cast or fabricated "wall pipe" equivalent to ductile-iron pressure pipe, with plain

ends and integral waterstop, unless otherwise indicated.

D. Stack Sleeve Fittings: Manufactured, cast-iron sleeve with integral clamping flange. Include

clamping ring and bolts and nuts for membrane flashing.

1. Underdeck Clamp: Clamping ring with set screws.

E. Molded PVC: Permanent, with nailing flange for attaching to wooden forms.

F. PVC Pipe: ASTM D 1785, Schedule 40.

G. Molded PE: Reusable, PE, tapered-cup shaped, and smooth-outer surface with nailing flange

for attaching to wooden forms.

2.8 ESCUTCHEONS

A. Description: Manufactured wall and ceiling escutcheons and floor plates, with an ID to closely

fit around pipe, tube, and insulation of insulated piping and an OD that completely covers

opening.

B. One-Piece, Deep-Pattern Type: Deep-drawn, box-shaped brass with polished chrome-plated

finish.

C. One-Piece, Cast-Brass Type: With set screw.

1. Finish: Polished chrome-plated and rough brass.

D. Split-Casting, Cast-Brass Type: With concealed hinge and set screw.

1. Finish: Polished chrome-plated.

E. One-Piece, Stamped-Steel Type: With set screw and chrome-plated finish.

F. Split-Plate, Stamped-Steel Type: With concealed hinge, set screw, and chrome-plated finish.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 8

G. One-Piece, Floor-Plate Type: Cast-iron floor plate.

H. Split-Casting, Floor-Plate Type: Cast brass with concealed hinge and set screw.

2.9 GROUT

A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic-cement grout.

1. Characteristics: Post-hardening, volume-adjusting, nonstaining, noncorrosive,

nongaseous, and recommended for interior and exterior applications.

2. Design Mix: 5000-psi, 28-day compressive strength.

3. Packaging: Premixed and factory packaged.

PART 3 - EXECUTION

3.1 MECHANICAL DEMOLITION

A. Refer to Division 1 Sections "Cutting and Patching" and "Selective Demolition" for general

demolition requirements and procedures.

B. Disconnect, demolish, and remove mechanical systems, equipment, and components indicated

to be removed.

1. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or

plug remaining piping with same or compatible piping material.

2. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or

compatible piping material.

3. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug

remaining ducts with same or compatible ductwork material.

4. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork

material.

5. Equipment to Be Removed: Disconnect and cap services and remove equipment.

6. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove,

clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment

operational.

7. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove

equipment and deliver to Owner.

C. If pipe, insulation, or equipment to remain is damaged in appearance or is unserviceable,

remove damaged or unserviceable portions and replace with new products of equal capacity and

quality.

3.2 PIPING SYSTEMS - COMMON REQUIREMENTS

A. Install piping according to the following requirements and Division 15 Sections specifying

piping systems.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 9

B. 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.

C. Install piping in concealed locations, unless otherwise indicated and except in equipment rooms

and service areas.

D. 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.

E. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal.

F. Install piping to permit valve servicing.

G. Install piping at indicated slopes.

H. Install piping free of sags and bends.

I. Install fittings for changes in direction and branch connections.

J. Install piping to allow application of insulation.

K. Select system components with pressure rating equal to or greater than system operating

pressure.

L. Install escutcheons for penetrations of walls, ceilings, and floors according to the following:

1. New Piping:

a. Piping with Fitting or Sleeve Protruding from Wall: One-piece, deep-pattern type.

b. Chrome-Plated Piping: One-piece, cast-brass type with polished chrome-plated

finish.

c. Insulated Piping: One-piece, stamped-steel type with spring clips.

d. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece, cast-

brass type with polished chrome-plated finish.

e. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece,

stamped-steel type.

f. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece, cast-brass type

with polished chrome-plated finish.

g. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece, stamped-steel

type and set screw.

h. Bare Piping in Unfinished Service Spaces: One-piece, cast-brass type with

polished chrome-plated finish.

i. Bare Piping in Unfinished Service Spaces: One-piece, stamped-steel type with

concealed hinge and set screw.

j. Bare Piping in Equipment Rooms: One-piece, cast-brass type.

k. Bare Piping in Equipment Rooms: One-piece, stamped-steel type with set screw.

l. Bare Piping at Floor Penetrations in Equipment Rooms: One-piece, floor-plate

type.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 10

2. Existing Piping: Use the following:

a. Chrome-Plated Piping: Split-casting, cast-brass type with chrome-plated finish.

b. Insulated Piping: Split-plate, stamped-steel type with concealed hinge and spring

clips.

c. Bare Piping at Wall and Floor Penetrations in Finished Spaces: Split-casting, cast-

brass type with chrome-plated finish.

d. Bare Piping at Wall and Floor Penetrations in Finished Spaces: Split-plate,

stamped-steel type with concealed hinge and spring clips.

e. Bare Piping at Ceiling Penetrations in Finished Spaces: Split-casting, cast-brass

type with chrome-plated finish.

f. Bare Piping at Ceiling Penetrations in Finished Spaces: Split-plate, stamped-steel

type with concealed hinge and set screw.

g. Bare Piping in Unfinished Service Spaces: Split-casting, cast-brass type with

polished chrome-plated finish.

h. Bare Piping in Unfinished Service Spaces: Split-plate, stamped-steel type with

concealed hinge and set screw or spring clips.

i. Bare Piping in Equipment Rooms: Split-casting, cast-brass type.

j. Bare Piping in Equipment Rooms: Split-plate, stamped-steel type with set screw

or spring clips.

k. Bare Piping at Floor Penetrations in Equipment Rooms: Split-casting, floor-plate

type.

M. Sleeves are not required for core-drilled holes.

N. Permanent sleeves are not required for holes formed by removable PE sleeves.

O. Install sleeves for pipes passing through concrete and masonry walls and concrete floor and roof

slabs.

P. Install sleeves for pipes passing through concrete and masonry walls, gypsum-board partitions,

and concrete floor and roof slabs.

1. Cut sleeves to length for mounting flush with both surfaces.

a. Exception: Extend sleeves installed in floors of mechanical equipment areas or

other wet areas 2 inches above finished floor level. Extend cast-iron sleeve fittings

below floor slab as required to secure clamping ring if ring is specified.

2. Install sleeves in new walls and slabs as new walls and slabs are constructed.

3. Install sleeves that are large enough to provide 1/4-inch annular clear space between

sleeve and pipe or pipe insulation. Use the following sleeve materials:

a. Steel Pipe Sleeves: For pipes smaller than NPS 6.

b. Steel Sheet Sleeves: For pipes NPS 6 and larger, penetrating gypsum-board

partitions.

c. Stack Sleeve Fittings: For pipes penetrating floors with membrane waterproofing.

Secure flashing between clamping flanges. Install section of cast-iron soil pipe to

extend sleeve to 2 inches above finished floor level. Refer to Division 7 Section

"Sheet Metal Flashing and Trim" for flashing.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 11

1) Seal space outside of sleeve fittings with grout.

4. Except for underground wall penetrations, seal annular space between sleeve and pipe or

pipe insulation, using joint sealants appropriate for size, depth, and location of joint.

Refer to Division 7 Section "Joint Sealants" for materials and installation.

Q. Aboveground, Exterior-Wall Pipe Penetrations: Seal penetrations using sleeves and mechanical

sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve

for installing mechanical sleeve seals.

1. Install steel pipe for sleeves smaller than 6 inches in diameter.

2. Install cast-iron "wall pipes" for sleeves 6 inches and larger in diameter.

3. Mechanical Sleeve Seal Installation: Select type and number of sealing elements

required for pipe material and size. Position pipe in center of sleeve. Assemble

mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten

bolts against pressure plates that cause sealing elements to expand and make watertight

seal.

R. Underground, Exterior-Wall Pipe Penetrations: Install cast-iron "wall pipes" for sleeves. Seal

pipe penetrations using mechanical sleeve seals. Select sleeve size to allow for 1-inch annular

clear space between pipe and sleeve for installing mechanical sleeve seals.

1. Mechanical Sleeve Seal Installation: Select type and number of sealing elements

required for pipe material and size. Position pipe in center of sleeve. Assemble

mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten

bolts against pressure plates that cause sealing elements to expand and make watertight

seal.

S. Fire-Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors

at pipe penetrations. Seal pipe penetrations with firestop materials. Refer to Division 7 Section

"Through-Penetration Firestop Systems" for materials.

T. Verify final equipment locations for roughing-in.

U. Refer to equipment specifications in other Sections of these Specifications for roughing-in

requirements.

3.3 PIPING JOINT CONSTRUCTION

A. Join pipe and fittings according to the following requirements and Division 15 Sections

specifying piping systems.

B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe.

C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before

assembly.

D. Soldered Joints: Apply ASTM B 813, water-flushable flux, unless otherwise indicated, to tube

end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using

lead-free solder alloy complying with ASTM B 32.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 12

E. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube"

Chapter, using copper-phosphorus brazing filler metal complying with AWS A5.8.

F. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut

threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore

full ID. Join pipe fittings and valves as follows:

1. Apply appropriate tape or thread compound to external pipe threads unless dry seal

threading is specified.

2. 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.

G. Welded Joints: Construct joints according to AWS D10.12, using qualified processes and

welding operators according to Part 1 "Quality Assurance" Article.

H. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service

application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads.

I. Plastic Piping Solvent-Cement Joints: Clean and dry joining surfaces. Join pipe and fittings

according to the following:

1. Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and solvent

cements.

2. ABS Piping: Join according to ASTM D 2235 and ASTM D 2661 Appendixes.

3. CPVC Piping: Join according to ASTM D 2846/D 2846M Appendix.

4. PVC Pressure Piping: Join schedule number ASTM D 1785, PVC pipe and PVC socket

fittings according to ASTM D 2672. Join other-than-schedule-number PVC pipe and

socket fittings according to ASTM D 2855.

5. PVC Nonpressure Piping: Join according to ASTM D 2855.

6. PVC to ABS Nonpressure Transition Fittings: Join according to ASTM D 3138

Appendix.

J. Plastic Pressure Piping Gasketed Joints: Join according to ASTM D 3139.

K. Plastic Nonpressure Piping Gasketed Joints: Join according to ASTM D 3212.

L. PE Piping Heat-Fusion Joints: Clean and dry joining surfaces by wiping with clean cloth or

paper towels. Join according to ASTM D 2657.

1. Plain-End Pipe and Fittings: Use butt fusion.

2. Plain-End Pipe and Socket Fittings: Use socket fusion.

M. Fiberglass Bonded Joints: Prepare pipe ends and fittings, apply adhesive, and join according to

pipe manufacturer's written instructions.

3.4 PIPING CONNECTIONS

A. Make connections according to the following, unless otherwise indicated:

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 13

1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection

to each piece of equipment.

2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final

connection to each piece of equipment.

3. Dry Piping Systems: Install dielectric unions and flanges to connect piping materials of

dissimilar metals.

4. Wet Piping Systems: Install dielectric coupling and nipple fittings to connect piping

materials of dissimilar metals.

3.5 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS

A. Install equipment to allow maximum possible headroom unless specific mounting heights are

not indicated.

B. Install equipment level and plumb, parallel and perpendicular to other building systems and

components in exposed interior spaces, unless otherwise indicated.

C. Install mechanical equipment to facilitate service, maintenance, and repair or replacement of

components. Connect equipment for ease of disconnecting, with minimum interference to other

installations. Extend grease fittings to accessible locations.

D. Install equipment to allow right of way for piping installed at required slope.

3.6 PAINTING

A. Painting of mechanical systems, equipment, and components is specified in Division 9 Section

"Painting (Professional Line Products)."

B. Damage and Touchup: Repair marred and damaged factory-painted finishes with materials and

procedures to match original factory finish.

3.7 ERECTION OF METAL SUPPORTS AND ANCHORAGES

A. Refer to Division 5 Section "Metal Fabrications" for structural steel.

B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation

to support and anchor mechanical materials and equipment.

C. Field Welding: Comply with AWS D1.1.

3.8 ERECTION OF WOOD SUPPORTS AND ANCHORAGES

A. Cut, fit, and place wood grounds, nailers, blocking, and anchorages to support, and anchor

mechanical materials and equipment.

B. Select fastener sizes that will not penetrate members if opposite side will be exposed to view or

will receive finish materials. Tighten connections between members. Install fasteners without

splitting wood members.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Basic Mechanical Materials and Methods

ISSUED FOR BID 230500 - 14

C. Attach to substrates as required to support applied loads.

END OF SECTION 15050

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 1

SECTION 230800 – COMMISSIONING OF HVAC SYSTEMS

PART 1 - GENERAL

1.1 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.

Commissioning during the construction phase is intended to achieve the following specific

objectives according to the Contract Documents:

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 this Specification and in the

Commissioning Plan to be developed. Definitions are found in Section 1.6.

A/E- Architect and design engineers FT- Functional performance test

CA- Commissioning authority GC- General contractor (prime)

CC Controls contractor MC- Mechanical contractor

CM- Construction Manager (the owner’s

representative)

PC- Prefunctional checklist

Cx- Commissioning PM- Project manager (of the Owner)

Cx Plan- Commissioning Plan document Subs- Subcontractors to General

EC- Electrical contractor TAB- Test and balance contractor

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 2

1.2 COORDINATION

A. Commissioning Team. The members of the commissioning team consist of the Commissioning

authority (CA), the Project Manager (PM), , the General Contractor (GC or Contractor), the

architect and design engineers (particularly the mechanical engineer), the Mechanical Contractor

(MC), the Electrical Contractor (EC), the TAB representative, the Controls Contractor (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 CA will be Landmark Facilities Group, Inc. The CA directs and coordinates

the commissioning activities.

C. Scheduling. The CA will work with the Contractor according to established protocols to schedule

the commissioning activities. The CA will provide sufficient notice to the Contractor for

scheduling commissioning activities. The Contractor 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.

The Contractor will provide the initial schedule of primary commissioning events at the

commissioning scoping meeting. The Commissioning Plan—Construction Phase shall provide a

format for this schedule. As construction progresses more detailed schedules are developed by the

CA. The Commissioning Plan shall also provide a format for detailed schedules.

1.3 COMMISSIONING PROCESS

A. Commissioning Specifications. The commissioning specifications shall be provided as part of the

bid documents and is binding on the Contractor. The commissioning plan provides guidance in

the execution of the commissioning process. The CA shall present a preliminary Commissioning

Plan for the Construction Phase at the pre-construction or initial commissioning coordination

meeting. Just after the initial commissioning scoping meeting the CA 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. 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 scoping meeting conducted by the CA

where the commissioning process is reviewed with the commissioning team members.

2. Additional meetings will be required throughout construction, scheduled by the CA with

necessary parties attending, to plan, scope, coordinate, schedule future activities and resolve

problems.

3. Equipment documentation is submitted to the CA during normal submittals, including

detailed start-up procedures.

4. The CA works with the Subs in developing startup plans and startup documentation formats,

including providing the Subs with prefunctional checklists to be completed, during the startup

process.

5. In general, the checkout and performance verification proceeds from simple to complex; from

component level to equipment to systems and intersystem levels with prefunctional checklists

being completed before functional testing.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 3

6. The Subs, under their own direction, execute and document the prefunctional checklists and

perform startup and initial checkout. The CA documents that the checklists and startup were

completed according to the approved plans. This may include the CA witnessing start-up of

selected equipment.

7. The CA develops specific equipment and system functional performance test procedures.

The Subs review the procedures.

8. The procedures are executed by the Subs, under the direction of, and documented by, the CA.

9. Items of non-compliance in material, installation or setup are corrected at the Sub’s expense

and the system retested.

10. The CA reviews the O&M documentation for completeness.

11. Commissioning is completed before Substantial Completion.

12. The CA reviews, pre-approves and coordinates the training provided by the Subs and verifies

that is was completed.

13. Deferred testing is conducted, as specified or required.

1.4 RELATED WORK

A. Specific commissioning requirements shall be given in and/or amended to the following sections

of these specifications. All of the following sections apply to the Work of this section.

15900 Instrumentation and Control for HVAC Lists special requirements and alerts the controls

contractor of the special requirements of the control contractor and control system.

15950 Testing, Adjusting and Balancing (TAB). Alerts the TAB of Cx responsibilities.

1.5 RESPONSIBILITIES

A. Commissioning Authority (CA)

The CA (if not also the designer) is not responsible for design concept, design criteria, compliance

with codes, design or general construction scheduling, cost estimating, or construction

management. The CA may assist with problem-solving of non-conformance or deficiencies, but

ultimately that responsibility resides with the general contractor and the A/E. The primary role of

the CA 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, except for specified testing

with portable data-loggers, which shall be supplied and installed by the CA.

Construction and Acceptance Phase

1. Coordinates and directs the commissioning activities in a logical, sequential and efficient

manner using consistent protocols and forms, centralized documentation, clear and regular

communications and consultations with all necessary parties, frequently updated timelines

and schedules and technical expertise.

2. Coordinate the commissioning work and, with the Contractor, ensure that commissioning

activities are being scheduled into the master schedule.

3. Develop and revise, as necessary, the Commissioning Plan—Construction Phase.

4. Plan and conduct a commissioning scoping meeting and other commissioning meetings.

5. Request and review additional information required to perform commissioning tasks,

including O&M materials, contractor start-up and checkout procedures.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 4

6. 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.

7. Review and approve normal Contractor submittals applicable to systems being commissioned

for compliance with commissioning needs, concurrent with the A/E reviews.

8. Write and distribute prefunctional tests and checklists.

9. Develop an enhanced start-up and initial systems checkout plan with Subs.

10. Perform site visits, as necessary, to observe component and system installations. Attend

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.

11. Witness all or part of the HVAC piping test and flushing procedure, sufficient to be confident

that proper procedures were followed. Document this testing and include the documentation

in O&M manuals. Notify owners project manager of any deficiencies in results or

procedures.

12. Witness all or part of any ductwork testing and cleaning procedures, sufficient to be confident

that proper procedures were followed. Document this testing and include the documentation

in O&M manuals. Notify owner’s project manager of any deficiencies in results or

procedures.

13. Approve prefunctional tests and checklist completion by reviewing prefunctional checklist

reports and by selected site observation and spot checking.

14. Approve systems startup by reviewing start-up reports and by selected site observation.

15. Review TAB execution plan.

16. Oversee sufficient functional testing of the control system and approve it to be used for TAB,

before TAB is executed.

17. Approve air and water systems balancing by spot testing, by reviewing completed reports and

by selected site observation.

18. 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 the A/E and PM for review, and for approval if required.

19. Analyze any functional performance trend logs and monitoring data to verify performance.

20. Coordinate, witness and approve manual functional performance tests performed by installing

contractors. Coordinate retesting as necessary until satisfactory performance is achieved.

Perform actual functional testing without contractors on any equipment so specified in

Section 230800

21. Maintain a master deficiency and resolution log and a separate testing record. Provide the

A/E and PM with written progress reports and test results with recommended actions.

22. Review equipment warranties to ensure that the Owner’s responsibilities are clearly defined.

23. Oversee and approve the training of the Owner’s operating personnel.

24. Compile and maintain a commissioning record and building systems book(s).

25. Review and approve the preparation of the O&M manuals.

26. Provide a final commissioning report (as described in this section).

Warranty Period

1. Coordinate and supervise required seasonal or deferred testing and deficiency corrections.

2. Return to the site at 10 months into the 12 month warranty period and review with facility

staff the current building operation and the condition of outstanding issues related to the

original and seasonal commissioning. Also interview facility staff and identify problems or

concerns they have operating the building as originally intended. Make suggestions for

improvements and for recording these changes in the O&M manuals. Identify areas that may

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 5

come under warranty or under the original construction contract. Assist facility staff in

developing reports, documents and requests for services to remedy outstanding problems.

B. Contractor

Construction and Acceptance Phase

1. Facilitate the coordination of the commissioning work by the CA, and with the Contractor

and CA ensure that commissioning activities are being scheduled into the master schedule.

2. Furnish a copy of all construction documents, addenda, change orders and approved

submittals and shop drawings related to commissioned equipment to the CA.

3. In each purchase order or subcontract written, include requirements for submittal data, O&M

data, commissioning tasks and training.

4. Ensure that all Subs execute their commissioning responsibilities according to the Contract

Documents and schedule.

5. A representative shall attend a commissioning scoping meeting and other necessary meetings

scheduled by the CA to facilitate the Cx process.

6. Coordinate the training of owner personnel.

7. Prepare O&M manuals, according to the Contract Documents, including clarifying and

updating the original sequences of operation to as-built conditions.

Warranty Period

1. Ensure that Subs execute seasonal or deferred functional performance testing, witnessed by

the CA, according to the specifications.

2. Ensure that Subs correct deficiencies and make necessary adjustments to O&M manuals and

as-built drawings for applicable issues identified in any seasonal testing.

C. 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 Subs.

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, except for stand-alone datalogging equipment that may be

used by the CA.

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 CA regarding equipment sequence of operation and testing

procedures.

6. Review test procedures for equipment installed by factory representatives.

1.6 DEFINITIONS

Acceptance Phase - phase of construction after startup and initial checkout when functional performance tests,

O&M documentation review and training occurs.

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.

Architect / Engineer (A/E) - the architect and engineering consultants who comprise the design team, generally

the HVAC mechanical designer/engineer and the electrical designer/engineer.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 6

Commissioning authority (CA) - an independent agent, not otherwise associated with the A/E team members or

the Contractor. The CA directs and coordinates the day-to-day commissioning activities

Commissioning Plan - an overall plan, developed after bidding that provides the structure, schedule and

coordination planning for the commissioning process.

Control system - the central building energy management control system (or DDC System).

Datalogging - monitoring flows, currents, status, pressures, etc. of equipment using stand-alone dataloggers

separate from the control system.

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.

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).

Design Intent - a dynamic document that provides the explanation of the ideas, concepts and criteria that are

considered to be very important to the owner. It is initially the outcome of the programming and

conceptual design phases.

Design Narrative or Design Documentation - sections of either the Design Intent or Basis of Design.

Factory Testing - testing of equipment on-site or at the factory by factory personnel with an Owner’s

representative present.

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 prefunctional checklists and startup are

complete.

Indirect Indicators - indicators of a response or condition, such as a reading from a control system screen

reporting a damper to be 100% closed.

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”).

Monitoring - the recording of parameters (flow, current, status, pressure, etc.) of equipment operation using

dataloggers or the trending capabilities of control systems.

Non-Compliance - see Deficiency.

Non-Conformance - see Deficiency.

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.”

Owner-Contracted Tests - tests paid for by the Owner outside the GC’s contract and for which the CA does not

oversee. These tests will not be repeated during functional tests if properly documented.

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.

Prefunctional Checklist (PC) - a list of items to inspect and elementary component tests to conduct to verify

proper installation of equipment, provided by the CA to the Sub. Prefunctional checklists are primarily

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 7

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

prefunctional 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 prefunctional refers to before functional testing. Prefunctional checklists augment and are

combined with the manufacturer’s start-up checklist. Even without a commissioning process,

contractors typically perform some, if not many, of the prefunctional 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 prefunctional checklisting, except for larger or more critical pieces of equipment.

Project Manager (PM) - the contracting and managing authority for the owner over the design and/or

construction of the project, a staff position.

Sampling. - functionally testing only a fraction of the total number of identical or near identical pieces of

equipment. Refer to Section 019113, Part 3.6, F for details.

Seasonal Performance Tests - FT that are deferred until the system(s) will experience conditions closer to their

design conditions.

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).

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.

Startup - the initial starting or activating of dynamic equipment, including executing prefunctional checklists.

Test Procedures - the step-by-step process which must be executed to fulfill the test requirements. The test

procedures are developed by the CA.

Test Requirements - requirements specifying what modes and functions, etc. shall be tested. The test

requirements are not the detailed test procedures. The test requirements are specified in the Division

23 Specifications.(

Trending - monitoring using the building control system.

Vendor - supplier of equipment.

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. All equipment depicted in controls riser diagrams (drawing sheets M-200 through M-216) will be

commissioned in this project.

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 mechanical contractor of Division 23 shall ultimately be

responsible for all standard testing equipment for the HVAC system and controls system in

Division 23, except for equipment specific to and used by TAB in their commissioning

responsibilities.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 8

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, except for stand-alone datalogging

equipment that may be used by the CA.

C. Datalogging equipment and software required to test equipment will be provided by the CA, but

shall not become the property of the Owner.

D. All testing equipment shall be of sufficient quality and accuracy to test and/or measure system

performance with the tolerances specified in the Specifications. 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.

E. Refer to Section 019113, Part 3.6 E for details regarding equipment that may be required to

simulate required test conditions.

PART 3 - EXECUTION

3.1 MEETINGS

A. Scoping Meeting. Within 60 days of commencement of construction, the CA will schedule, plan

and conduct a commissioning scoping meeting with the entire commissioning team in attendance.

Meeting minutes will be distributed to all parties by the CA. Information gathered from this

meeting will allow the CA to revise the 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 CA as

construction progresses. These meetings will cover coordination, deficiency resolution and

planning issues with particular Subs. The CA will plan these meetings and will minimize

unnecessary time being spent by Subs. 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 CA will provide regular reports to the PM, depending on the management structure, with

increasing frequency as construction and commissioning progresses. Standard forms are provided

and referenced in the Commissioning Plan.

B. The CA will regularly communicate with all members of the commissioning team, keeping them

apprised of commissioning progress and scheduling changes through memos, progress reports, etc.

C. Testing or review approvals and non-conformance and deficiency reports are made regularly with

the review and testing as described in later sections.

D. A final summary report (about four to six pages, not including backup documentation) by the CA

will be provided to the PM, focusing on evaluating commissioning process issues and identifying

areas where the process could be improved. All acquired documentation, logs, minutes, reports,

deficiency lists, communications, findings, unresolved issues, etc., will be compiled in appendices

and provided with the summary report. Prefunctional checklists, functional tests and monitoring

reports will not be part of the final report, but will be stored in the Commissioning Record in the

O&M manuals.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 9

3.3 SUBMITTALS

A. The CA will provide appropriate contractors with a specific request for the type of submittal

documentation the CA 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 Commissioning authority. All documentation requested by the CA will be

included by the Subs 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, PM or A/E as requested, of items missing or areas that are not in conformance with

Contract Documents and which require resubmission.

C. The CA may request additional design narrative from the Controls Contractor, depending on the

completeness of the design intent documentation and sequences provided with the Specifications.

D. These submittals to the CA do not constitute compliance for O&M manual documentation. The

O&M manuals are the responsibility of the Contractor, though the CA will review and approve

them.

3.4 START-UP, PREFUNCTIONAL 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 PCs and startup.

B. General. Prefunctional 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

prefunctional checkout. No sampling strategies are used. The prefunctional testing 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 CA 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 CA in this process is to ensure that there is written documentation that

each of the manufacturer-recommended procedures have been completed. Parties responsible for

prefunctional checklists and startup are identified in the commissioning scoping meeting and in the

checklist forms. Parties responsible for executing functional performance tests are identified in the

testing requirements in Section 230800.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 10

1. The CA develops, if necessary, the representative prefunctional checklists based on the

examples provided in this Section 019113. These checklists indicate required procedures to

be executed as part of startup and initial checkout of the systems and the party responsible for

their execution. The checklists will be provided as part of the Commissioning Plan –

Construction Phase.

2. These checklists and tests are provided by the CA to the Contractor. The Contractor

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 CA’s 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 CA’s prefunctional checklists.

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 CA for review and approval.

5. The CA reviews and approves the procedures and the format for documenting them, noting

any procedures that need to be added.

6. The full start-up procedures and the approval form may be provided to the A/E or PM for

review and approval, depending on management protocol.

D. Sensor and Actuator Calibration.

All field-installed temperature, relative humidity, CO2 and pressure sensors and gages, and all

actuators (dampers and valves) on all equipment shall be calibrated using the methods described

below. Alternate methods may be used, if approved by the Owner before-hand. All test

instruments shall have had a certified calibration within the last 12 months. Sensors installed in the

unit at the factory with calibration certification provided need not be field calibrated.

All procedures used shall be fully documented on the prefunctional checklists or other suitable

forms, clearly referencing the procedures followed and written documentation of initial,

intermediate and final results.

Sensor Calibration Methods

All Sensors. Verify that all sensor locations are appropriate and away from causes of erratic

operation. Verify that sensors with shielded cable, are grounded only at one end. For sensor pairs

that are used to determine a temperature or pressure difference, make sure they are reading within

0.2°F of each other for temperature and within a tolerance equal to 2% of the reading, of each

other, for pressure. Tolerances for critical applications may be tighter.

Sensors Without Transmitters--Standard Application. Make a reading with a calibrated test

instrument within 6 inches of the site sensor. Verify that the sensor reading (via the permanent

thermostat, gage or building automation system (BAS)) is within the tolerances in the table below

of the instrument-measured value. If not, install offset in BAS, calibrate or replace sensor.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 11

Sensors With Transmitters--Standard Application. Disconnect sensor. Connect a signal generator

in place of sensor. Connect ammeter in series between transmitter and BAS control panel. Using

manufacturer’s resistance-temperature data, simulate minimum desired temperature. Adjust

transmitter potentiometer zero until 4 mA or 0 VDC is read by the ammeter/voltmeter. Repeat for

the maximum temperature matching 20 mA or 10VDC to the potentiometer span or maximum and

verify at the BAS. Record all values and recalibrate controller as necessary to conform with

specified control ramps, reset schedules, proportional relationship, reset relationship and P/I

reaction. Reconnect sensor. Make a reading with a calibrated test instrument within 6 inches of

the site sensor. Verify that the sensor reading (via the permanent thermostat, gage or building

automation system (BAS)) is within the tolerances in the table below of the instrument-measured

value. If not, replace sensor and repeat. For pressure sensors, perform a similar process with a

suitable signal generator.

Critical Applications. For critical applications (process, manufacturing, etc.) more rigorous

calibration techniques may be required for selected sensors. Describe any such methods used on

an attached sheet.

Tolerances, Standard Applications

Sensor

Required

Tolerance (+/-)

Sensor

Required

Tolerance (+/-)

Cooling coil, chilled and condenser

water temps

0.4F

Flow rates, water

Relative humidity

4% of design

2% of design

AHU wet bulb or dew point 2.0F

Hot water coil and boiler water temp 1.0F

Outside air, space air, duct air temps 0.4F

CO2 monitor 0.1 % pts

Pressures, air, water and gas 3% of design

Valve and Damper Stroke Setup and Check

EMS Readout. For all valve and damper actuator positions checked, verify the actual position

against the BAS readout.

Set pumps or fans to normal operating mode. Command valve or damper closed, visually verify

that valve or damper is closed and adjust output zero signal as required. Command valve or

damper open, verify position is full open and adjust output signal as required. Command valve or

damper to a few intermediate positions.

Closure for heating coil valves (NO): Set heating setpoint 20°F above room temperature. Observe

valve open. Remove control air or power from the valve and verify that the valve stem and

actuator position do not change. Restore to normal. Set heating setpoint to 20°F below room

temperature. Observe the valve close. Restore to normal.

Closure for cooling coil valves (NC): Set cooling setpoint 20°F above room temperature. Observe

the valve close. Remove control air or power from the valve and verify that the valve stem and

actuator position do not change. Restore to normal. Set cooling setpoint to 20°F below room

temperature. Observe valve open. Restore to normal.

E. Execution of Prefunctional Checklists and Startup.

1. Four weeks prior to startup, the Subs and vendors schedule startup and checkout with the,

Contractor and CA. The performance of the prefunctional checklists, startup and checkout

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 12

are directed and executed by the Sub or vendor. When checking off prefunctional checklists,

signatures may be required of other Subs for verification of completion of their work.

2. The CA 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 A/E). 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.

3. For lower-level components of equipment, (e.g., VAV boxes, sensors, controllers), the CA

shall observe a sampling of the prefunctional and start-up procedures. The sampling

procedures shall be identified in the commissioning plan.

4. The Subs and vendors shall execute startup and provide the CA with a signed and dated copy

of the completed start-up and prefunctional tests and checklists.

5. Only individuals that have direct knowledge and witnessed that a line item task on the

prefunctional checklist was actually performed shall initial or check that item off. It is not

acceptable for witnessing supervisors to fill out these forms.

F. Deficiencies, Non-Conformance and Approval in Checklists and Startup.

1. The Subs shall clearly list any outstanding items of the initial start-up and prefunctional

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

CA within two days of test completion.

2. The CA reviews the report and submits either a non-compliance report or an approval form to

the Sub or PM. The CA shall work with the Subs and vendors to correct and retest

deficiencies or uncompleted items. The CA will involve the Contractor 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 CA 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

completed, the CA recommends approval of the execution of the checklists and startup of

each system to the Contractor using a standard form.

3. Items left incomplete, which later cause deficiencies or delays during functional testing may

result in backcharges to the responsible party. Refer to Part 3.7 herein for details.

3.5 PHASED COMMISSIONING

A. Phasing will be planned and scheduled, if necessary, in a coordination meeting of the CA, ,

mechanical, TAB and controls and the Contractor. 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 Section 019113, Part 1.7. The

specific equipment and modes to be tested are found in the Division 23 Sections

C. The parties responsible to execute each test are listed with each test in Section 230800

D. 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

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 13

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. Specific modes required in this project are given in the Division

23 Sections .

E. Development of Test Procedures. Before test procedures are written, the CA 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. Using the

testing parameters and requirements in Division 23 , the CA shall develop specific test procedures

and forms to verify and document proper operation of each piece of equipment and system. Each

Sub or vendor responsible to execute a test, shall provide limited assistance to the CA in

developing the procedures review (answering questions about equipment, operation, sequences,

etc.). Prior to execution, the CA shall provide a copy of the test procedures to the Sub(s) who shall

review the tests for feasibility, safety, equipment and warranty protection. The CA may submit the

tests to the A/E for review, if requested.

The CA shall review owner-contracted, factory testing or required owner acceptance tests which

the CA 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.

The test procedure forms developed by the CA shall include (but not be limited to) the following

information:

1. System and equipment or component name(s)

2. Equipment location and ID number

3. Unique test ID number, and reference to unique prefunctional checklist and start-up

documentation ID numbers for the piece of equipment

4. Date

5. Project name

6. Participating parties

7. A copy of the specification section describing the test requirements

8. A copy of the specific sequence of operations or other specified parameters being verified

9. Formulas used in any calculations

10. Required pre-test field measurements

11. Instructions for setting up the test.

12. Special cautions, alarm limits, etc.

13. Specific step-by-step procedures to execute the test, in a clear, sequential and repeatable

format

14. Acceptance criteria of proper performance with a Yes / No check box to allow for clearly

marking whether or not proper performance of each part of the test was achieved.

15. A section for comments

16. Signatures and date block for the CA

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 14

F. 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. Division 23 sections specify which methods shall be used for each test. The CA

may substitute specified methods or require an additional method to be executed, other than

what was specified, with the approval of the A/E. This may require a change order and

adjustment in charge to the Owner. The CA 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 prefunctional

testing.

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.

8. Sampling. Multiple identical pieces of non-life-safety or otherwise non-critical equipment

may be functionally tested using a sampling strategy. Significant application differences and

significant sequence of operation differences in otherwise identical equipment invalidates

their common identity. A small size or capacity difference, alone, does not constitute a

difference. It is noted that no sampling by Subs is allowed in prefunctional checklist

execution.

A common sampling strategy referenced in the Specifications as the “xx% Sampling—yy%

Failure Rule” is defined by the following example.

xx = the percent of the group of identical equipment to be included in each sample.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 15

yy = the percent of the sample that if failing, will require another sample to be tested.

The example below describes a 20% Sampling—10% Failure Rule.

a. Randomly test at least 20% (xx) of each group of identical equipment. In no case test

less than three units in each group. This 20%, or three, constitute the “first sample.”

b. If 10% (yy) of the units in the first sample fail the functional performance tests, test

another 20% of the group (the second sample).

c. If 10% of the units in the second sample fail, test all remaining units in the whole

group.

d. If at any point, frequent failures are occurring and testing is becoming more

troubleshooting than verification, the CA may stop the testing and require the

responsible Sub to perform and document a checkout of the remaining units, prior to

continuing with functionally testing the remaining units.

G. Coordination and Scheduling. The Subs shall provide sufficient notice to the CA regarding their

completion schedule for the prefunctional checklists and startup of all equipment and systems.

The CA will schedule functional tests through the, Contractor. The CA shall direct, witness and

document the functional testing of all equipment and systems. The Subs shall execute the tests.

In general, functional testing is conducted after prefunctional testing and startup has been

satisfactorily completed. The control system is sufficiently tested and approved by the CA 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.

H. Test Equipment. Refer to Section 019113, Part 2.1 for test equipment requirements.

3.7 DOCUMENTATION, NON-CONFORMANCE AND APPROVAL OF TESTS

A. Documentation. The CA 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 Contractor for review and approval. The CA will include the filled out forms

in the O&M manuals.

B. Non-Conformance.

1. The CA 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 Contractor on a

standard non-compliance form.

2. Corrections of minor deficiencies identified may be made during the tests at the discretion of

the CA. 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 CA 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

PM.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 16

4. As tests progress and a deficiency is identified, the CA discusses the issue with the executing

contractor.

a. When there is no dispute on the deficiency and the Sub accepts responsibility to correct

it:

1) The CA documents the deficiency and the Sub’s response and intentions and they

go on to another test or sequence. After the day’s work, the CA submits the non-

compliance reports to the Contractor for signature, if required. A copy is

provided to the Sub and CA. The Sub corrects the 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 CA.

2) The CA 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 GC and to the Sub 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.

3) The CA 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 CA. The CA reschedules the test and the test is

repeated until satisfactory performance is achieved.

5. Cost of Retesting.

a. The cost to retest a prefunctional or functional test, if the Contractor is responsible for

the deficiency, shall be born by the Contractor.

b. For a deficiency identified, not related to any prefunctional checklist or start-up fault,

the following shall apply: The CA will direct the retesting of the equipment once at no

“charge” to the GC for their time. However, the CA’s time for a second retest will be

charged to the GC, who may choose to recover costs from the responsible Sub.

c. The time for the CA to direct any retesting required because a specific prefunctional

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

Contractor,.

d. Refer to the sampling section of 019113, Part 3.6 for requirements for testing and

retesting identical equipment.

6. The Contractor shall respond in writing to the CA 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.

7. The CA retains the original non-conformance forms until the end of the project.

8. 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.

C. 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

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 17

Documents (mechanically or substantively) due to manufacturing defect, not allowing it to meet its

submitted performance spec, all identical units may be considered unacceptable by the A/E. In

such case, the Contractor shall provide the A/E with the following:

a. Within one week of notification from the A/E, 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 A/E within two weeks of the original notice.

b. 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.

c. The A/E will determine whether a replacement of all identical units or a repair is acceptable.

d. Two examples of the proposed solution will be installed by the Contractor and the CA will

test the installations for up to one week, upon which the A/E will decide whether to accept

the solution. The Contractor will be responsible for the cost of such testing.

e. 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.

D. Approval. The CA notes each satisfactorily demonstrated function on the test form. Formal

approval of the functional test is made later after review by the CA, if necessary. The CA

recommends acceptance of each test to the A/E using a standard form. The A/E gives final

approval on each test using the same form, providing a signed copy to the CA 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

Section 017823. Special requirements for the controls contractor and TAB contractor are

found Section 230800

2. CA Review and Approval. Prior to substantial completion, the CA shall review the O&M

manuals, documentation and redline as-builds for systems that were commissioned and to

verify compliance with the Specifications. The CA will communicate deficiencies in the

manuals to the, PM or A/E, as requested. Upon a successful review of the corrections, the

CA recommends approval and acceptance of these sections of the O&M manuals to the PM

or A/E. The CA 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.

B. Commissioning Record in O&M Manuals.

1. The CA is responsible to compile, organize and index the following commissioning data by

equipment into labeled, indexed and tabbed, three-ring binders and deliver it to the

Contractor, to be included with the O&M manuals. Three copies of the manuals will be

provided. The format of the manuals shall be:

Tab I-1 Commissioning Plan

Tab I-2 Final Commissioning Report (see (B.2) below)

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 18

Tab 01 System Type 1 (chiller system, packaged unit, boiler system, etc.)

Sub-Tab A Design narrative and criteria, sequences, approvals for Equipment 1

Sub-Tab B Startup plan and report, approvals, corrections, blank prefunctional

checklists

Colored Separator Sheets—for each equipment type (fans, pumps, chiller,

etc.)

Sub-Tab C Functional tests (completed), trending and analysis, approvals and

corrections, training plan, record and approvals, blank functional test

forms and a recommended recommissioning schedule.

Tab 02 System Type 2......repeat as per System 1

2. Final Report Details. The final commissioning report shall include an executive summary,

list of participants and roles, brief building description, overview of commissioning and

testing scope and a general description of testing and verification methods. For each piece of

commissioned equipment, the report should contain the disposition of the commissioning

authority regarding the adequacy of the equipment, documentation and training meeting the

contract documents in the following areas: 1) Equipment meeting the equipment

specifications, 2) Equipment installation, 3) Functional performance and efficiency, 4)

Equipment documentation and design intent, and 5) Operator training. All outstanding non-

compliance items shall be specifically listed. Recommendations for improvement to

equipment or operations, future actions, commissioning process changes, etc. shall also be

listed. Each non-compliance issue shall be referenced to the specific functional test,

inspection, trend log, etc. where the deficiency is documented. The functional performance

and efficiency section for each piece of equipment shall include a brief description of the

verification method used (manual testing, BAS trend logs, data loggers, etc.) and include

observations and conclusions from the testing.

3. Other documentation will be retained by the CA.

3.9 TRAINING OF OWNER PERSONNEL

A. The Contractor shall be responsible for training coordination and scheduling and ultimately for

ensuring that training is completed.

B. The CA shall be responsible for overseeing and approving the content and adequacy of the training

of Owner personnel for commissioned equipment.

1. The CA shall interview the facility manager and lead engineer to determine the special needs

and areas where training will be most valuable. The Owner and CA shall decide how rigorous

the training should be for each piece of commissioned equipment. The CA 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 Divisions 23 and 26. .

3. Each Sub and vendor responsible for training will submit a written training plan to the CA for

review and approval prior to training. The plan will cover the following elements:

a. Equipment (included in training)

b. Intended audience

c. Location of training

d. Objectives

e. Subjects covered (description, duration of discussion, special methods, etc.)

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 19

f. Duration of training on each subject

g. Instructor for each subject

h. Methods (classroom lecture, video, site walk-through, actual operational

demonstrations, written handouts, etc.)

i. Instructor and qualifications

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.

5. The CA develops an overall training plan and coordinates and schedules, with the Contractor,

the overall training for the commissioned systems. The CA develops criteria for determining

that the training was satisfactorily completed, including attending some of the training, etc.

The CA recommends approval of the training to the A/E using a standard form. The PM also

signs the approval form.

6. At one of the training sessions, the CA will give a presentation discussing the use of the blank

functional test forms for re-commissioning equipment.

7. Video taping of the training sessions will be provided by the CA with tapes cataloged by the

CA and added to the O&M manuals.

8. The mechanical design engineer shall at the first training session present the overall system

design concept and the design concept of each equipment section. This presentation shall

include a review of all systems using the simplified system schematics (one-line drawings).

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 A/E. These tests will be conducted in the same manner as

the seasonal tests as soon as possible. Services of necessary parties will be negotiated.

B. Seasonal Testing. During the warranty period, seasonal testing (tests delayed until weather

conditions are closer to the system’s design) of heating or refrigeration equipment shall be

completed as part of this contract. The CA shall coordinate this activity. Tests will be executed,

documented and deficiencies corrected by the appropriate Subs, with facilities staff and the CA

witnessing. Any final adjustments to the O&M manuals and as-builds due to the testing will be

made.

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 CA

2. Meeting minutes CA

3. Commissioning schedules CA with Contractor

4. Equipment documentation submittals Subs

5. Sequence clarifications Subs and A/E as needed

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Commissioning of HVAC Systems

ISSUED FOR BID 230800 - 20

6. Prefunctional checklists CA (already in Specs)

Product Developed By

7. Startup and initial checkout plan Subs and CA (compilation of existing documents)

8. Startup and initial checkout

forms filled out Subs

9. Final TAB report TAB

10. Issues log (deficiencies) CA

11. Commissioning Progress Record CA

12. Deficiency reports CA

13. Functional test forms CA

14. Commissioning Specifications CA

15. Filled out functional tests CA

16. O&M manuals Subs

17. Commissioning record book CA

18. Overall training plan CA

19. Specific training agendas Subs

20. Final commissioning report CA

21. Misc. approvals CA

END OF COMMISSIONING REQUIREMENTS

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 1

ISSUED FOR BID Instrumentation and Control for HVAC

SECTION 230900 – INSTRUMENTATION AND CONTROL FOR HVAC

1. GENERAL

1.1 Related Documents

A. All work of this Division shall be coordinated and provided by the Building Automation

System (BAS) Contractor.

B. The work of this Division shall be scheduled, coordinated, and interfaced with the associ-

ated work of other trades. Reference the Division 23 and 26 Sections for details.

C. The work of this Division shall be as required by the Specifications, Point Schedules and

Drawings.

D. If the BAS Contractor believes there are conflicts or missing information in the project

documents, the Contractor shall promptly request clarification and instruction from the

design team.

1.2 DEFINITIONS

A. Analog: A continuously variable system or value not having discrete levels. Typically

exists within a defined range of limiting values.

B. Binary: A two-state system where an “ON” condition is represented by one discrete sig-

nal level and an “OFF” condition is represented by a second discrete signal level.

C. Building Automation System (BAS): The total integrated system of fully operational and

functional elements, including equipment, software, programming, and associated materi-

als, to be provided by this Division BAS Contractor and to be interfaced to the associated

work of other related trades.

D. BAS Contractor: The Contractor to provide the work of this Division. This Contractor

shall be the primary manufacturer, installer, commissioner and ongoing service provider

for the BAS work.

E. Control Sequence: A BAS pre-programmed arrangement of software algorithms, logical

computation, target values and limits as required to attain the defined operational control

objectives.

F. Direct Digital Control: The digital algorithms and pre-defined arrangements included in

the BAS software to provide direct closed-loop control for the designated equipment and

controlled variables. Inclusive of Proportional, Derivative and Integral control algorithms

together with target values, limits, logical functions, arithmetic functions, constant values,

timing considerations and the like.

G. BAS Network: The total digital on-line real-time interconnected configuration of BAS

digital processing units, workstations, panels, sub-panels, controllers, devices and associ-

ated elements individually known as network nodes. May exist as one or more fully inter-

faced and integrated sub-networks, LAN, WAN or the like.

H. Node: A digitally programmable entity existing on the BAS network.

I. BAS Integration: The complete functional and operational interconnection and interfac-

ing of all BAS work elements and nodes in compliance with all applicable codes, stand-

ards and ordinances so as to provide a single coherent BAS as required by this Division.

J. Provide: The term “Provide” and its derivatives when used in this Division shall mean to

furnish, install in place, connect, calibrate, test, commission, warrant, document and sup-

ply the associated required services ready for operation.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 2

ISSUED FOR BID Instrumentation and Control for HVAC

K. PC: IBM-compatible Personal Computer from a recognized major manufacturer

L. Furnish: The term “Furnish” and its derivatives when used in this Division shall mean

supply at the BAS Contractor’s cost to the designated third party trade contractor for in-

stallation. BAS Contractor shall connect furnished items to the BAS, calibrate, test, com-

mission, warrant and document.

M. Wiring: The term “Wiring” and its derivatives when used in this Division shall mean pro-

vide the BAS wiring and terminations.

N. Install: The term “Install” and its derivatives when used in this Division shall mean re-

ceive at the jobsite and mount.

O. Protocol: The term “protocol” and its derivatives when used in this Division shall mean a

defined set of rules and standards governing the on-line exchange of data between BAS

network nodes.

P. Software: The term “software” and its derivatives when used in this Division shall mean

all of programmed digital processor software, preprogrammed firmware and project spe-

cific digital process programming and database entries and definitions as generally under-

stood in the BAS industry for real-time, on-line, integrated BAS configurations.

Q. The use of words in the singular in these Division documents shall not be considered as

limiting when other indications in these documents denote that more than one such item is

being referenced.

R. Headings, paragraph numbers, titles, shading, bolding, underscores, clouds and other sym-

bolic interpretation aids included in the Division documents are for general information

only and are to assist in the reading and interpretation of these Documents.

S. The following abbreviations and acronyms may be used in describing the work of this Di-

vision:

ADC - Analog to Digital Converter

AI - Analog Input

AN - Application Node

ANSI - American National Standards Institute

AO - Analog Output

ASCII - American Standard Code for Information Interchange

ASHRAE American Society of Heating, Refrigeration and Air

Conditioning Engineers

AWG - American Wire Gauge

CPU - Central Processing Unit

CRT - Cathode Ray Tube

CZC - Commercial Zone Control

DAC - Digital to Analog Converter

DC - Digital Controller

DCX - Digital Controller with extension capability

DCXM - Digital Controller Master with extension capability

DDC - Direct Digital Control

DI - Digital Input

DO - Digital Output

EEPROM - Electronically Erasable Programmable Read Only Memory

EMI - Electromagnetic Interference

EV - Commercial Zone Control

FAS - Fire Alarm Detection and Annunciation System

GUI - Graphical User Interface

HOA - Hand-Off-Auto

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 3

ISSUED FOR BID Instrumentation and Control for HVAC

ID - Identification

IEEE - Institute of Electrical and Electronics Engineers

I/O - Input/Output

LAN - Local Area Network

LCD - Liquid Crystal Display

LED - Light Emitting Diode

MCC - Motor Control Center

MD - Master Display Controller

NC - Normally Closed

NIC - Not In Contract

NO - Normally Open

OWS - Operator Workstation

OAT - Outdoor Air Temperature

PC - Personal Computer

RAM - Random Access Memory

RF - Radio Frequency

RFI - Radio Frequency Interference

RH - Relative Humidity

ROM - Read Only Memory

RTD - Resistance Temperature Device

NAC - Network Area Controller

SI - Systems Integrator

SPDT - Single Pole Double Throw

SPST - Single Pole Single Throw

XVGA - Extended Video Graphics Adapter

TBA - To Be Advised

TEC - Networked Thermostat Equipment Controller

TCP/IP - Transmission Control Protocol/Internet Protocol

TTD - Thermistor Temperature Device

UPS - Uninterruptible Power Supply

UNT - Unitary Controller

VAC - Volts, Alternating Current

VAV - Variable Air Volume

VDC - Volts, Direct Current

WAN - Wide Area Network

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 4

ISSUED FOR BID Instrumentation and Control for HVAC

2. PART 1 – BAS GENERAL

2.1 BAS Description

A. This specification for a Building Automation System (BAS) as detailed herein shall be

strictly enforced. Provide a Building Automation System (BAS) incorporating BACnet

Testing Laboratories (BTL) certified BACnet devices communicating over BACnet/IP

and/or Master-Slave Token Passing (MSTP) network at the field level and Niagara 4

based network managers at the network level. The Niagara 4 based network managers

shall bridge the BACnet/IP and/or BACnet/MSTP field communications network to the

Greenwich Public Schools Local and/or Wide Area Network, as designated by the Green-

wich Public Schools, and shall communicate seamlessly with the other Niagara 4 based

devices on the Greenwich Public Schools enterprise-wide BAS network. The BAS shall

consist of Direct Digital Control (DDC) controllers, Building Controllers (BC), network

management tools, programming tools, web browser based Graphical User Interface, sen-

sors, relays, valves, actuators, and other equipment as may be necessary to provide for a

complete and operational control system for the HVAC and other building related systems

as described within these specifications.

B. The documentation contained in this section and other contract documents pertaining to

HVAC controls is schematic in nature. The Contractor shall provide hardware and soft-

ware necessary to implement the functions shown or as implied in the contract documents.

C. The BAS Contractor shall manage and coordinate the BAS work in a timely manner in

consideration of the Project schedules. Coordinate with the associated work of other

trades so as to not impede or delay the work of associated trades.

2.2 Open Systems Design

A. It is the Greenwich Public Schools expressed goal to expand/extend the existing Niagara 4

platform currently installed and to have all buildings under the responsibility of the

Greenwich Public Schools to be fully configured, programmed and functional through the

existing Campus Wide Supervisory Server. The BAS provided shall maintain open in-

teroperability in the following areas.

B. Communications - Provide a peer-to-peer networked, stand-alone, distributed control sys-

tem with the capability to integrate ANSI/ASHRAE Standard 135-2001 BACnet,

LONWORKS technology, MODBUS, OPC, and other open communication protocols in

one open, interoperable system. Where existing systems using proprietary protocols exist,

a gateway or driver may be incorporated to provide for interoperability.

C. Network Management - Network management tools shall be based upon Niagara Frame-

work technology as developed by the Tridium Corporation. All tools and hardware pro-

vided shall comply with the current release of the Niagara Framework platform.

D. User Access - The supplied system must incorporate the ability to access all data using

standard Web browsers without requiring a proprietary operator/user interface and config-

uration programs.

E. Databases - All controller program graphics and network databases shall be provided in a

Niagara Framework format. The database shall be stored on the existing Greenwich Pub-

lic Schools server and provided on a separate memory device upon final acceptance of the

project. An updated database shall be provided on a memory device at the end of the war-

ranty period.

F. Building Controllers (BC) - All BCs (devices that provide for communication between the

field level controllers and the owner’s wide and/or local area network, and manage facility

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 5

ISSUED FOR BID Instrumentation and Control for HVAC

global functions such as alarms, trends, schedules and normalization of data) shall con-

form to the current release of the Niagara Framework.

G. All Niagara 4 Network Manager controllers (BC) shall be integrated into the existing

Greenwich Public Schools Campus Wide Supervisory Server. All local control program-

ming shall reside on the network managers to maintain standalone control and all system

wide programming and all graphical images shall be hosted and served by the supervisory

server. The Greenwich Public Schools will supply all required static IP addresses as nec-

essary to accommodate multiple BC’s per building.

H. Direct Digital Controllers (DDC) - All DDC devices for HVAC system control, with the

exception of DDC devices furnished as part of any OEM control packages, shall be certi-

fied to the current BTL standards appropriate to their application provided an appropriate

BTL Certification standard exist. All points within a controller including hard I/O and

software based points shall be available for viewing, management, and manipulation

through the Niagara Framework tools.

I. Software Tools - All software tools needed for full functional use, including programming

of BCs and DDC, network management and expansion, and graphical user interface de-

velopment, of the BAS described within these specifications, shall be provided to the

Greenwich Public Schools or their designated agent. Any licensing required by the manu-

facturer now and into the future, including changes to the licensee of the software tools

and the addition of hardware corresponding to the licenses, to allow for a complete and

operational system for both normal day to day operation and servicing shall be provided.

Any change to the designated license holders shall be made by the manufacturer, upon

written request by the owner or his agent. Any license changes shall be identified within

the BAS submittals.

J. Programming Tools - Provide freely available Niagara 4 Wizards to facilitate the pro-

gramming and configuration of all of the DDC devices that are provided for the HVAC

system control. Wizards shall be provided free of charge and be compatible with the cur-

rent published versions of the network management tool that is provided as part of this

project. The Wizard software shall be available for public access from the manufacturer’s

web site. These Wizard programming tools shall be compatible with at least 3 other

brands of the Niagara Framework network management tools. The SI shall demonstrate as

part of their prequalification how they intend to comply with these requirements.

K. Software License Agreement - The Owner shall sign a copy of the manufacturer's stand-

ard software and firmware licensing agreement as a condition of this contract. Such li-

cense shall grant use of all programs and application software to Owner as defined by the

manufacturer's license agreement, but shall protect manufacturer's rights as it relates to

disclosure of trade secrets contained within said software. The Owner shall be the named

license holder of all software associated with any and all incremental work on the project.

In addition, the Owner shall receive ownership of all job specific configuration documen-

tation, data files, and application-level software developed for the project. This shall in-

clude all custom, job specific software code, databases and documentation for all configu-

ration and programming that is generated for a given project and/or configured for use

with the BC and any related LAN / WAN / Intranet and Internet connected routers and

devices. Any and all required IDs and passwords for access to any component or software

program shall be provided to the owner.

L. The System Integrator shall provide as part of the submittals a copy of the Niagara Com-

patibility Statement (NiCS) verifying that all aspect of the Niagara Framework as pro-

vided maintains an Open System Design.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 6

ISSUED FOR BID Instrumentation and Control for HVAC

2.3 Quality Assurance

A. The HVAC control system shall be furnished, engineered, and installed by a licensed

Controls Contractor or System Integrator (SI). All work provided under this section shall

be provided by direct employees of the SI or under the direct supervision of the SI person-

nel.

B. System Integrator Qualifications

1. The SI must be regularly engaged in the service and installation of LONWORKS,

BACnet, and Niagara based systems as specified herein, The SI shall have a mini-

mum of 5 years of experience in the sales, installation, engineering, programming

servicing and commissioning of the Niagara platform and the field controllers as

proposed.

2. The system integrator must be an authorized factory direct representative in good

standing of the manufacturer of the proposed hardware and software components.

Provide a letter dated within the last 6 months, from the manufacture certifying

that the System Integrator is an authorized factory direct representative.

3. . The SI shall have an office within 75 miles of the Building site that is staffed with

a minimum of five (5) technicians who have successfully completed the factory

authorized training of the proposed manufactures hardware and software compo-

nents and have successfully completed a Niagara4 certification course. SI must

provide proof of required training. The SI capabilities shall include engineering

and design of control systems, programming, electrical installation of control sys-

tems, troubling shooting and service.

4. The SI shall submit a list of no less than three (3) similar projects, which have

similar Building Automation Systems as specified herein installed by the SI.

These projects must be on-line and functional such that the Owner /User’s repre-

sentative can observe the system in full operation.

C. Hardware and Software Component Manufacturer Qualifications

1. The manufacturer of the hardware and software components must be primarily

engaged in the manufacture of both BACnet-IP and BACnet MSTP based systems

as specified herein, and must have been so for a minimum of five (5) years. The

manufacturer shall demonstrate that they are the manufacturer of all DDC devices

and Niagara 4 products provided.

2. The manufacturer of the hardware and software components as well as its subsidi-

aries must be a member in good standing of the BACnet International, and the

BACnet Manufacturers Association.

3. The manufacturer of the hardware and software components shall have a technical

support group accessible via a toll free number that is staffed with qualified per-

sonnel, capable of providing instruction and technical support service for net-

worked control systems.

2.4 Submittals

A. Submit six (6) complete sets of documentation in the following phased delivery schedule:

1. Valve and damper schedules.

2. Equipment data cut sheets.

3. System schematics, including:

a. Sequence of operations.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 7

ISSUED FOR BID Instrumentation and Control for HVAC

b. Point names.

c. Point addresses.

d. Point to point wiring.

e. Interface wiring diagrams.

f. Panel layouts.

g. System riser diagrams.

4. Visio or AutoCAD compatible as-built drawings.

B. Upon project completion, submit operation and maintenance manuals, consisting of the

following:

1. Index sheet, listing contents in alphabetical order.

2. Manufacturer's equipment parts list of all functional components of the system,

disk of system schematics, including wiring diagrams.

3. Description of sequence of operations.

4. As-Built interconnection wiring diagrams.

5. User’s documentation containing product, system architectural and programming

information.

6. Trunk cable schematic showing remote electronic panel locations, and all trunk

data.

7. List of connected data points, including panels to which they are connected and

input device (ionization detector, sensors, etc.).

8. Copy of the warranty.

9. Recommended spare parts list.

2.5 Training

A. Instruct the operators how to accomplish control of the system. Include basic trouble-

shooting and override of equipment and controls in the event of system failure.

B. Training Allowance: Provide not less than 32 hours formal training to the Owner’s desig-

nated operations personnel.

C. Trainers - Persons conducting the training shall hold a Niagara 4 certification, be knowl-

edgeable in the workings of the system, and shall be regularly engaged in training exer-

cises, so as to provide effective training.

D. Training Classes - Prior to conducting training, prepare and submit for approval the pro-

posed training literature and topics. Submit this information at least two weeks prior to the

first class.

E. Training - Manufacturer provided training on the use and operation of all products pro-

vided within these specifications shall be available for purchase and attendance by the

Owner or his designated agent. Such training shall be of the same curriculum as the train-

ing courses provided by the manufacturer to the System Integrator. A manufacturer ad-

vanced certified instructor shall give all training classes. A list of training courses and the

associated cost shall be provided as part of the BAS submittals.

2.6 Warranty

A. The HVAC Control System shall be free from defects in workmanship and material under

normal use and service. If within twelve (12) months from the date of substantial comple-

tion, or the owner receives beneficial use of the system, the installed equipment is found

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 8

ISSUED FOR BID Instrumentation and Control for HVAC

to be defective in operation, workmanship or materials, the building systems contractor

shall replace, repair or adjust the defect at no cost. Service shall be provided within the

next business day upon notice from Owner’s designated representative.

B. The warranty shall extend to material that is supplied and installed by the Contractor. Ma-

terial supplied but not installed by the Contractor shall be covered per the above to the ex-

tent of the product only. Installation labor shall be the responsibility of the trade contrac-

tor performing the installation.

C. All corrective software modifications made during warranty service periods shall be up-

dated on all user documentation and on user and manufacturer archived software disks.

2.7 Ownership of Proprietary Material

A. Project-specific software and documentation shall become Owner's property. This in-

cludes, but is not limited to:

1. Graphics.

2. Record drawings.

3. Database.

4. Application programming code.

5. Documentation.

6. Provide to the owner the highest level administrative password for the system.

This password is not used by the owner during the warranty period to prevent

possible voiding of warranty and negative impact on system operation.

3. PART 2 – PRODUCTS

3.1 Acceptable Manufacturers

A. Acceptable manufacturers of the hardware and software components as specified herein

are as follows:

1. Distech Controls – EC-Net Niagara 4

2. Johnson Controls – Facility Explorer Niagara 4

3. Vykon – Niagara 4

4. Siemens TNM-8000 Niagara 4

B. Inclusion on this list does not guarantee acceptance of products or installation. Control

systems shall comply with the terms of this specification.

C. Owner shall reserve the right to reject, at their option, any and all bids that do not meet the

specified requirements stated.

D. Controls shall be microprocessor based Interoperable Niagara 4 Controllers in accordance

with the JSR-60 Baja Specification.

1. The Contractor shall use only controller software, custom application program-

ming language, and controllers from the corresponding manufacturer and product

line. All field level controllers must be fully configurable through the Niagara 4

automation level controller and the existing Niagara 4 Supervisory server located

at the Greenwich High School. No additional tools, software or links to other

servers/computers/systems shall be installed on this server.

2. Other products specified herein (such as sensors, valves, dampers, and actuators)

need not be manufactured by the above manufacturers.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 9

ISSUED FOR BID Instrumentation and Control for HVAC

3.2 Networks

A. All Niagara 4 based network managers supplied under this section shall bridge the Lon-

works, BACnet or Modbus field bus to the owner’s Local Area Network (LAN) and/or

Wide Area Network (WAN) as designated by the owner. The network managers shall

communicate at no less than 100 Megabits/sec over the Ethernet network and shall sup-

port BACnet over IP, Java, XML, HTTP, Fox and SOAP for maximum flexibility as it

relates to the integration of building data with enterprise information systems. The system

shall provide support for multiple network managers, Building Controllers (BC), user

workstations and, if specified, a local server. The WAN and/or LAN will be provided by

others. The SI shall coordinate with the General Contractor for the access to the WAN

and/or LAN.

B. Network minimum physical and media access requirements:

1. Ethernet; IEEE standard 802.3.

2. Cable; 100 Base-T, UTP-8 wire, category 5 Minimum throughput; 100 Mbps.

C. Network Access - Remote Access - For Local Area Network installations; provide access

to the WAN and/or LAN from a remote location, via the Internet. The Owner shall pro-

vide a connection to the Internet to enable access via high-speed cable modem, asynchro-

nous digital subscriber line (ADSL) modem, ISDN line, T1 Line or via the customer’s In-

tranet to a corporate server providing access to an Internet Service Provider (ISP). The

Owner agrees to pay monthly access charges for connection and ISP.

3.3 Field Level Controllers

A. The communication network between the field level controllers shall be BACnet/IP or

BACnet MSTP. All wiring shall be provided in accordance with the standards for the ap-

propriate protocol. The number of devices on any one network shall not exceed 90% of

capacity.

3.4 Network Management Devices

A. Supervisory Server Hardware Requirements

1. Provide a Server Quality PC with Intel Core i5 Quad core 3.4 GHz processor with 16

GB RAM and a 1TB SATA hard drive with 6 GB/s transfer rate. It shall include a

minimum of 4-USB ports, HDMI, DVI-D video interfaces, 1GB Network Interface

Card. A minimum 21”Widescreen, LED color monitor with a minimum 60 Hz re-

fresh rate shall also be included with keyboard, mouse and all peripherals needed for

a complete operating computer.

2. The operating system shall be Windows 10 Pro 64-bit with the most recent service

packs and system updates.

3. Alternatively BMS Contractor should coordinate with the owner for a Virtual server

partitioned from their existing town server platform for use of the BMS system. This

contractor shall purchase, install and license to the owner a Niagara4 Supervisory

Software and use the server to integrate these projects into one common platform.

Contractor shall also purchase a three (3) year (SMA) Service Maintenance Agree-

ment and keep this server up to date during the warranty period.

B. These various devices will service multiple functions on the network depending on net-

work design, communication medium and needed task. These functions can include: man-

agement of traffic on the network, reconfiguring and strengthening of signals, the conver-

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 10

ISSUED FOR BID Instrumentation and Control for HVAC

sion of protocols, normalizing of data, global management of alarms, trends and sched-

ules, control logic, protocol conversion and web page hosting for use as a Graphical User

Interface.

C. Building Controller (BC) – This Niagara Framework based device shall provide the inter-

face between the LAN or WAN and the field control devices, and provide global supervi-

sory control functions over the control devices connected to the BC.

1. BC shall be provided with the following features:

a. Web page hosting

b. Network management tools resident within the BC.

c. Appropriate hardware and driver(s) associated with the protocol it manages.

d. Software Maintenance Agreement appropriate for the Core Device Software

purchased with a minimum term not to expire before the warranty period

ends.

2. Provide multiple Building Controllers as necessary. In order to maintain peak per-

formance of the network, limit the maximum consumed resources to 70 percent as

indicated by the resource meter resident in the network management tools.

3. Provide for the creation of a minimum of eight alarm classes for the purpose of

routing types and or classes of alarms. Alarms shall consist of all alarm outputs

for major or critical equipment as coordinated with the owner.

4. Alarms shall be annunciated in any of the following manners as defined by the

user:

a. Screen message text

b. Graphic with flashing alarm object(s)

c. Email of the complete alarm message to multiple recipients.

d. Pagers via paging services that initiate a page on receipt of email message

e. Printed message, routed directly to a dedicated alarm printer

D. LON to LON and BACnet Routers and Repeaters – A router or repeater may be used on a

LON segment between controllers and a BC as a means to manage traffic and reconfigure

and strengthen a transmission signal. Routers shall be fully programmable and permit a

systems integrator to define message traffic, destination, and other network management

functions utilizing LONWORKS. A repeater or signal booster may only be used to in-

crease this signal strength of the communications. Under no circumstances may it be used

in the place of a router.

E. Existing Niagara 4 Supervisory Server – The entire building management system shall be

integrated into the existing Niagara 4 campus-wide supervisor located at Greenwich High

School. All programming and configuration on the existing Niagara 4 Web Supervisor

must be performed by Connecticut Temperature Controls as this company is responsible

for this software’s proper function and energy performance under current projects with

Greenwich Public Schools. Connecticut Temperature Controls must perform all work in-

tegrating this project into this software and server. This Contractor shall include all costs

associated with the server integration and programming. Contractor shall contact CTC

Sales Department at (800) 890-2022.

3.5 Building Automation System Controllers

A. All controllers shall be designed for easy installation and servicing including removable

enclosures, removable terminals, and factory applied labels for all I/O. All internal points

within the Programmable Controllers shall be fully supported by the Graphical User Inter-

face (GUI), allowing the user to easily modify them and monitor them. All of the internal

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 11

ISSUED FOR BID Instrumentation and Control for HVAC

programming points (e.g. variables, constants, PID’s, timers, inputs and outputs) shall be

exposed to the network on dedicated network variable outputs. All controllers programs

and schedules shall contain non-volatile flash memory. Upon a loss of power all control-

lers shall perform a self- restart.

B. Programmable Controllers (PC) – a controller designed for more complex sequences of

operations such as built up AHU, central plant operations, electrical monitoring, and con-

trol and management for chillers, boilers and generators. The PCs are to allow for the

flexibility of custom control programming to meet the needed sequences of operation.

C. Provide software selectable universal inputs. Analog inputs shall have the following mini-

mum level of performance: 16 bit A to D resolution for all terminal box applications, 12

bit A to D resolution for all other configurable applications, manages thermistors with an

accuracy of: +/-0.5oC; +/-0.9oF, and a Potentiometer. For VAV Applications provide a

differential pressure input sensor built in to the controller with a 16 bit A to D resolution

and an adjustable range of 0” to 1” H20 (0-248.8 Pa) static pressure with a minimum ac-

curacy of ±3%. Minimum response time shall be 0.5 seconds from input to output time.

D. Analog outputs shall have the following minimum level of performance: Tri-mode Volt-

age of 0-10 VDC (linear), digital 0-12 VDC (off/on) or PWM. All analog outputs shall be

equipped with an auto-reset fuse. Output Resolution shall be a minimum 8 bits digital /

analog converter. Digital outputs shall be provided with a minimum of a triac output rated

at 24VAC and 1 amp. All analog outputs shall be fuse protected.

E. Programmable Controller Features

1. Provide an onboard network communication jack

2. The PC shall be provided with a diagnostic indicator lights for power and network

communication of transmit and receive along with a light indication position for

each output

3. Full-Color Backlit-Display Operator Interface – For all controllers applied to an

AHU, Chiller, Pumps Cooling Tower or Boiler Plant, provide a controller with a

fully integrated display interface for manual override and adjustment of all Ana-

log and Digital outputs. The display operator interface shall be an integral part of

the controller. Display interface external from the controller shall not be accepted.

a. Full-color backlit display and a jog dial for turn and select navigation to access a

wide range of internal controller functions:

i. View and override values. The status is color coded to show if the value

is overridden.

ii. Visually tune PID loops with system response graphing.

iii. View active alarm list including details and acknowledge alarms.

iv. View and modify schedules and calendars through a graphic interface.

Also create or delete schedule events, special events, and calendar en-

tries.

v. Create a list of favorites to provide quick access to commonly-used

values.

vi. Multi-User access management.

4. Enclosures – Provide for an enclosure with a separate back plate with terminals

such that the electronic portion of the controller can be easily removed for ease of

installation and servicing.

F. Configurable Controllers (CC) - A controller designed through its I/O configuration and

configurable control logic to be used for a specific type mechanical equipment.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 12

ISSUED FOR BID Instrumentation and Control for HVAC

1. Provide software selectable universal inputs. Analog inputs shall have the follow-

ing minimum level of performance: 16 bit A to D resolution for all terminal box

applications, 12 bit A to D resolution for all other configurable applications, man-

age thermistors with an accuracy of: +/- 0.5oC; +/- 0.9oF, and a Potentiometer

2. Output – Analog outputs shall have the following minimum level of perfor-

mance: Tri-mode Voltage of 0-10 VDC (linear), digital 0-12 VDC (off/on) or

PWM. All analog outputs shall be equipped with an auto reset fuse. Output Reso-

lution shall be a minimum 8 bits digital / analog converter. Digital outputs shall

be provided with a minimum of a triac output rated at 24VAC and 1 amp. All an-

alog outputs shall be fuse protected

3. Configurable Controller Features:

4. The CC (except for the VAV controller) shall be provided with an optimum start

program internal to its control logic. The optimum start shall be activated by an

event signal from its associated scheduler on the network.

5. The CC shall allow the use of its spare I/O as dumb I/O to be shared over the net-

work to other controllers such as PC or the Building Controller (BC), where a se-

quence of operation can be applied to the I/O. Such applications shall include but

not be limited to exhaust fan control, heaters, light control, etc.

6. Enclosures – Provide for all CC (except for the VAV), an enclosure with a sepa-

rate back plate with terminals such that the electronic portion of the controller can

be easily removed for ease of installation and servicing.

7. VAV Specific functions. In addition to the features for the CC, VAV controller

shall provide the following functions:

8. The CC VAV shall be a single integrated package consisting of a microprocessor,

power supply, damper actuator, differential pressure transducer, field termina-

tions, and application software. All input/output signals shall be directly hard-

wired to the CC VAV controller. The internal actuator shall employ a manual

override that allows for powered or non-powered adjustment of the damper posi-

tion. In all cases, the controller shall automatically resume proper operation fol-

lowing the return of power to, or control by the CC VAV. Programming, config-

uring and/or troubleshooting of input/output signals shall be easily executed

through the CC VAV sensor at the wall sensor location through the requisite LON

connection.

9. The CC VAV control algorithms shall be designed to limit the frequency of

damper repositioning, to extend the life of the components. The CC VAV shall

provide an internal differential pressure transducer. Flows through transducers

requiring filter maintenance are not acceptable. The CC VAV shall provide zone

control accuracy equal to or better than +/- 1 degree Fahrenheit. With the submit-

tal package, supplier/provider shall provide performance data that verifies control

accuracy of the CC VAV.

10. Accept platinum 1K ohm and/or thermistor 10K ohms type II sensors

11. Configuration of all I/O points shall be accomplished without physical hardware

jumpers, switches or settings.

12. The built in actuator shall be a brushless constant speed actuator with direct feed-

back of the actuator position.

4. PART 4 – BAS SOFTWARE TOOLS

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 13

ISSUED FOR BID Instrumentation and Control for HVAC

4.1 Requirements

A. Provide three (3) copies of all tools necessary for the development, maintenance, expan-

sion and use of the BAS described within these specifications. All software tools shall be

a part of the Niagara Framework tools or be provided as Wizards that operates within the

Niagara Framework environment. For the purpose of this specification software tools

shall be divided into the following categories and meet these specified requirements.

B. Controller Programming Software

1. Provide Wizards or objects that facilitate the programming and configuration of

the Configurable Controllers (CC), Programmable Controller (PC) sequence of

operation through menu driven wizard. The programming tools shall perform the

following functions:

a. PC programming shall be accomplished by graphical programming language

(GPL) where objects are used to define different portions of the control se-

quence. All control sequences programmed into the PC shall be stored in

non-volatile memory. All code must be exportable to a library for future use.

b. Provide for the programming of the required sequence of operation through

an intuitive configuration menu driven selection process. The configuration

tools menu shall define items such as I/O configurations, set point, delays,

PID loops, optimum start stops, and network variables settings. The configu-

ration tool must indicate the device status and allows system override.

Graphical programming language as described for the PC is acceptable.

C. The Graphical User Interface (GUI) shall employ browser-like functionality for ease of

navigation. It shall include a tree view for quick viewing of, and access to, the hierar-

chical structure of the database. In addition, menu-pull downs, and toolbars shall employ

buttons, commands and navigation to permit the operator to perform tasks with a mini-

mum knowledge of the HVAC control system and basic computing skills. These shall

include, but are not limited to, forward/backward buttons, home button, and a context sen-

sitive locator line (similar to a URL line), that displays the location and the selected object

identification.

1. Provide a visual graphical representation of each piece of mechanical equipment

and/or mechanical system that duplicates the represented system, where applica-

ble. Graphics shall include at a minimum the value of each input, each output,

each setpoint, and alarms. The graphic shall provide for the ability to command

each point, including both timed and permanent overrides. In addition, provide for

all information represented in the graphics in an associated graphical table with

links to the equipment graphics and command able points. All graphics shall com-

ply with the latest industries standards and practices. Sample graphics shall be

provided as part of the submittals for approval by owner.

2. The GUI, shall at a minimum, support the following graphical features and func-

tions:

a. Graphic screens shall be developed using any drawing package capable of

generating or assembling objects from a GIF, or JPG file format. Use of pro-

prietary graphic file formats shall not be acceptable. In addition to, or in lieu

of a graphic background, the GUI shall support the use of scanned pictures.

b. Graphic screens shall have the capability to contain objects for text, real-

time values, animation, color spectrum objects, logs, graphs, HTML or XML

document links, schedule objects, hyperlinks to other URL’s, and links to

other graphic screens.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 14

ISSUED FOR BID Instrumentation and Control for HVAC

c. Modifying common application objects, such as schedules, calendars, and

set points shall be accomplished in a graphical manner.

d. Schedule times will be adjusted using a graphical slider, without requiring

any keyboard entry from the operator.

e. Holidays shall be set by using a graphical calendar, without requiring any

keyboard entry from the operator.

f. Commands to start and stop binary objects shall be done by right-clicking

the selected object and selecting the appropriate command from the pop-up

menu. No entry of text shall be required.

g. Adjustments to analog objects, such as set points, shall be done by right-

clicking the selected object and using a graphical slider to adjust the value.

No entry of text shall be required.

3. System Configuration. At a minimum, the GUI shall permit the operator to per-

form the following tasks, with proper password access:

a. . Create, delete or modify control strategies.

b. Add/delete objects to the system.

c. Tune control loops through the adjustment of control loop parameters.

d. Enable or disable control strategies.

e. Generate hard copy records or control strategies on a printer.

f. Select points to be alarm-able and define the alarm state.

g. Select points to be trended over a period of time and initiate the recording of

values automatically.

D. Provide a context sensitive, on-line help system to assist the operator in operation and ed-

iting of the system. On-line help shall be available for all applications and shall provide

the relevant data for that particular screen. Additional help information shall be available

through the use of hypertext. All system documentation and help files shall be in HTML

format.

E. Each operator shall be required to log on to that system with a user name and password in

order to view, edit, add, or delete data. System security shall be selectable for each opera-

tor. The system administrator shall have the ability to set passwords and security levels for

all other operators. Each operator password shall be able to restrict the operators’ access

for viewing and/or changing each system application, full screen editor, and object. Each

operator shall automatically be logged off of the system if no keyboard or mouse activity

is detected. This auto log-off time shall be set per operator password. All system security

data shall be stored in an encrypted format.

F. The system shall automatically monitor the operation of all workstations, printers, mo-

dems, network connections, building management panels, and controllers. The failure of

any device shall be annunciated to the operator.

G. Web Browser Clients shall have user access to all system data either locally over a secure

Intranet within the building or by remote access by a standard Web Browser over the In-

ternet.

5. PART 5 – USER INTERFACES

A. Web Browser Clients – shall be capable of total integration with the existing facility infra-

structure systems with user access to all system data either locally over a secure Intranet

within the building or by remote access by a standard Web Browser over the Internet.

Systems requiring additional software (to enable a standard Web browser) to be resident

on a client machine, or manufacture-specific browsers shall not be acceptable.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 15

ISSUED FOR BID Instrumentation and Control for HVAC

B. The system will be able to be viewed via any mobile phone or tablet.

C. Provide for a series of browser accessible graphical screens that are resident on the BC

and Server that represent the system controllers and managed by that BC and its associ-

ated controllers.

1. The Web browser client shall support at a minimum, the following functions:

a. User log-on identification and password shall be required. If an unauthorized

user attempts access, a blank web page shall be displayed. Security using

Java authentication and encryption techniques to prevent unauthorized ac-

cess shall be implemented.

b. Graphical screens developed for the GUI shall be the same screens used for

the Web browser client. Any animated graphical objects supported by the

GUI shall be supported by the Web browser interface.

c. HTML5 programming shall be required to display system graphics or data

on a Web page.

d. Storage of the graphical screens shall be in the Building Controller (BC),

without requiring any graphics to be stored on the client machine. Systems

that require graphics storage on each client are not acceptable.

e. Real-time values displayed on a Web page shall update automatically with-

out requiring a manual “refresh” of the Web page.

f. Users shall have administrator-defined access privileges. Depending on the

access privileges assigned, the user shall be able to perform the following:

a. Modify common application objects, such as schedules, calendars, and

set points in a graphical manner.

b. Schedule times will be adjusted using a graphical slider, without requir-

ing any keyboard entry from the operator.

c. Holidays shall be set by using a graphical calendar, without requiring any

keyboard entry from the operator.

d. Commands to start and stop binary objects shall be done by right-click-

ing the selected object and selecting the appropriate command from the

pop-up menu. No entry of text shall be required.

e. View logs and charts

f. View and acknowledge alarms

g. The system shall provide the capability to specify a user’s (as determined by

the log-on user identification) home page. Provide the ability to limit a spe-

cific user to just their defined home page. From the home page, links to other

views, or pages in the system shall be possible, if allowed by the system ad-

ministrator.

h. Graphic screens on the Web Browser client shall support hypertext links to

other locations on the Internet or on Intranet sites, by specifying the Uniform

Resource Locator (URL) for the desired link.

D. LCD Display – Provide a wall mounted and or controller mounted easy to operate user

interface that provides direct read / write access to any point on the network. The LCD

Display shall provide the following:

1. The Display User access shall be through a simple to use directional and entry but-

tons or a full keyboard.

2. Ability change temperature values. Implement temporary overrides and command

equipment on and off.

3. Two levels of user access protected by a password. Level one: View only. Level two:

read and write

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 16

ISSUED FOR BID Instrumentation and Control for HVAC

E. LCD Sensor - Where required provide for a LCD based sensor to connect to the VAV

and or FCU that operates as a user interface for temperature adjustment, override and dis-

play of values along with the ability to perform Air Balance task (for VAV) and initial

program set up.

F. Reports and Summaries

1. Reports and Summaries shall be generated and directed to the user interface dis-

plays, with subsequent assignment to printers, or disk. As a minimum, the system

shall provide the following reports:

All points in the BAS

All points in each BAS application

All points in a specific controller

All points in a user-defined group of points

All points currently in alarm

All BAS schedules

All user defined and adjustable variables, schedules, interlocks and the like.

Reports shall be exportable to .pdf, .txt, or .csv formats.

The system shall allow for the creation of custom reports and queries.

G. Schedules

1. A graphical display for time-of-day scheduling and override scheduling of building

operations shall be provided. At a minimum, the following functions shall be pro-

vided:

Regular schedules

Repeating schedules

Exception Schedules

2. Weekly schedules shall be provided for each group of equipment with a specific time

use schedule.

3. It shall be possible to define one or more exception schedules for each schedule in-

cluding references to calendars

4. Monthly calendars shall be provided that allow for simplified scheduling of holidays

and special days. Holidays and special days shall be user-selected with the pointing

device or keyboard.

H. Password

1. Multiple-level password access protection shall be provided to allow the user/manager

to user interface control, display, and data manipulation capabilities deemed appropri-

ate for each user, based on an assigned password.

2. Each user shall have the following: a user name, a password, and access levels.

3. The system shall provide the capability to require a password of minimum length and

require a combination of characters and numerical or special characters.

4. When entering or editing passwords, the system shall not echo the actual characters

for display on the monitor.

5. The system shall provide unlimited flexibility with access rights. A minimum of four

levels of access shall be provided along with the ability to customize the system to

provide additional levels.

6. A minimum of 100 unique passwords shall be supported.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 17

ISSUED FOR BID Instrumentation and Control for HVAC

7. Operators shall be able to perform only those commands available for their respective

passwords. Display of menu selections shall be limited to only those items defined for

the access level of the password used to log-on.

8. The system shall automatically generate a report of log-on/log-off and system activity

for each user.

9. All log data shall be available in .pdf, .txt, and .csv formats.

I. Dynamic Color Graphics

1. The existing graphics application program shall be modified as part of the User Inter-

face.

2. Graphics runtime functions –Each graphic application shall be capable of the follow-

ing functions:

All graphics shall be fully scalable

The graphics shall support a maintained aspect ratio.

Multiple fonts shall be supported.

Unique background shall be assignable on a per graphic basis.

3. Operation from graphics – It shall be possible to change values (setpoints) and states

in systems controlled equipment within the Web browser interface.

4. Graphic editing tool – A graphic editing tool shall be provided that allows for the crea-

tion and editing of graphic files. The graphic editor shall be capable of performing/de-

fining all runtime binding.

J. Thermal Floor Plans

1. The operator interface software shall be graphically based and shall include at least

one graphic per piece of equipment or occupied zone, graphics for each chilled water

and hot water system, and graphics that summarize conditions on each floor of each

building included in this contract. Indicate thermal comfort on floor plan summary

graphics using dynamic colors to represent zone temperature relative to zone setpoint.

2. See Floor Plan Example Below.

K. Historical Data Collection

1. All numeric, binary or data points in the system data shall allow their values to be

logged over time (trend log). Each historical record shall include the point’s name, a

time stamp including time zone, and the point’s value.

2. The Network Area Controller (NAC) shall have the ability to store its historical data

records locally and periodically to a remote server on the network (archiving).

3. The configuration of the historical data collection shall allow for recording data based

on change of value or on a user-defined time interval.

4. The configuration of the historical data collection shall allow for the collection process

to stop or rollover when capacity has been reached.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 18

ISSUED FOR BID Instrumentation and Control for HVAC

5. A historical data viewing utility shall be provided with access to all history records.

This utility shall allow historical data to be viewed in a table or chart format.

6. The history data table view shall allow the user to hide/show columns and to filter data

based on time and date. The history data table shall allow exporting to .txt, .csv, or

.pdf file formats.

7. The historical data chart view shall allow different point histories to be displayed sim-

ultaneously, and also provide panning and zooming capabilities.

L. Audit Log

1. For each log entry, provide the following data;

Time and date

User ID

Change or activity: i.e., Change setpoint, add or delete objects, commands, etc.

M. Database Backup and Storage

1. The user shall have the ability to backup the System Controller databases.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 19

ISSUED FOR BID Instrumentation and Control for HVAC

6. PART 6 – FIELD DEVICES

6.1 General Requirements:

A. Installation, testing, and calibration of all sensors, transmitters, and other input devices

shall be provided to meet the system requirements.

6.2 Temperature Sensors:

A. Manufacturers:

1. Primary controls manufacturer.

2. Belimo

3. MAMAC Systems, Inc.

4. Greystone Energy Systems, Inc.

5. Veris Industries.

B. General Requirements:

1. The temperature sensor shall be of the resistance type and shall be 2-wire 1000

ohm RTD.

a. Sensors and transmitters shall be provided, as outlined in the input/output sum-

mary and sequence of operations.

b. The following point types (and the accuracy of each) are required, and their as-

sociated accuracy values include errors associated with the sensor, lead wire,

and A to D conversion:

Point Type Accuracy

Chilled Water + .5F.

Room Temp + .5F.

Duct Temperature + .5F.

All Others + .75F.

C. Room Temperature Sensors:

1. Room sensors shall be constructed for either surface or wall box mounting.

2. Room sensors shall have the following options when specified:

a. Setpoint reset slide switch providing a +/-3 degrees (adjustable) range.

b. Individual heating/cooling setpoint slide switches.

c. A momentary override request pushbutton for activation of after-hours opera-

tion.

d. Analog thermometer.

D. Room Temperature Sensors with Integral Display:

1. Room sensors shall be constructed for either surface or wall box mounting.

2. Room sensors shall have an integral LCD display and a four button keypad with the

following capabilities:

a. Display room and outside air temperatures.

b. Display and adjust room comfort setpoint.

c. Display and adjust fan operation status.

d. Timed override request pushbutton with LED status for activation of after-

hours operation.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 20

ISSUED FOR BID Instrumentation and Control for HVAC

e. Display controller mode.

f. Password selectable adjustment of setpoint and override modes.

E. Thermo Wells:

1. Thermo wells shall be pressure-rated and constructed in accordance with the system

working pressure.

2. Thermo wells and sensors shall be mounted in a threadolet or 1/2" NFT saddle and

allow easy access to the sensor for repair or replacement.

F. Outside Air Sensors:

1. Outside air sensors shall be designed to withstand the environmental conditions to

which they will be exposed. They shall also be provided with a solar shield.

2. Sensors exposed to wind velocity pressures shall be shielded by a perforated plate that

surrounds the sensor element.

3. Temperature transmitters shall be of NEMA 3R construction and rated for ambient

temperatures.

G. Duct Mount Sensors:

1. Duct mount sensors shall mount in an electrical box through a hole in the duct, and be

positioned so as to be easily accessible for repair or replacement.

2. Duct sensors shall be insertion type and constructed as a complete assembly, including

lock nut and mounting plate.

3. For outdoor air duct applications, a weatherproof mounting box with weatherproof

cover and gasket shall be used.

H. Averaging Sensors:

1. For ductwork greater in any dimension than 48 inches and/or where air temperature

stratification exists, an averaging sensor with multiple sensing points shall be used.

2. For plenum applications, such as mixed air temperature measurements, a string of sen-

sors mounted across the plenum shall be used to account for stratification and/or air

turbulence. The averaging string shall have a minimum of four sensing points per 12

ft. long segment.

3. Capillary supports at the sides of the duct shall be provided to support the sensing

string.

6.3 Humidity Sensors:

A. Manufacturers:

1. Primary controls manufacturer.

2. MAMAC Systems, Inc.

3. Belimo

4. Greystone Energy Systems, Inc.

5. Veris Industries.

B. The sensor shall be a solid-state type, relative humidity sensor of the bulk polymer design.

The sensor element shall resist service contamination.

C. The humidity transmitter shall be equipped with non-interactive span and zero adjust-

ments, a 2-wire isolated loop powered 4-20 mA, 0-100% linear proportional output.

D. The humidity transmitter shall meet the following overall accuracy, including lead loss

and analog to digital conversion. Three percent between 20% and 80% RH at 77 deg F un-

less specified elsewhere.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 21

ISSUED FOR BID Instrumentation and Control for HVAC

E. Outside air relative humidity sensors shall be installed with a rainproof, perforated cover.

The transmitter shall be installed in a NEMA 3R enclosure with sealtite fittings and stain-

less steel bushings.

F. A single point humidity calibrator shall be provided for field calibration. Transmitters

shall be shipped factory pre-calibrated.

G. Duct type sensing probes shall be constructed of 304 stainless steel and shall be equipped

with a neoprene grommet, bushings, and a mounting bracket.

6.4 Differential Pressure Transmitters/Transducers:

A. Manufacturers:

1. Belimo

2. MAMAC Systems, Inc.

3. Greystone Energy Systems, Inc.

4. Veris Industries.

B. General Air and Water Pressure Transmitter Requirements:

1. Pressure transmitters shall be constructed to withstand 100% pressure over-range

without damage, and to hold calibrated accuracy when subject to a momentary 40%

over-range input.

2. Pressure transmitters shall transmit a 0 to 5 VDC, 0 to 10 VDC, or 4 to 20 mA output

signal.

3. Differential pressure transmitters used for flow measurement shall be sized to the flow

sensing device, and shall be supplied with tee fittings and shutoff valves in the high

and low sensing pickup lines to allow the Balancing Contractor and Owner permanent,

easy-to-use connection.

4. A minimum of a NEMA 1 housing shall be provided for the transmitter. Transmitters

shall be located in accessible local control panels wherever possible.

C. Low Differential Water Pressure Applications (0" to 20" w.c.):

1. The differential pressure transmitter shall be of industrial quality and transmit a linear,

4 to 20 mA output in response to variation of flow meter differential pressure or water

pressure sensing points.

2. The differential pressure transmitter shall have non-interactive zero and span adjust-

ments that are adjustable from the outside cover and meet the following performance

specifications:

a. 0.01 to 20" w.c. input differential pressure range.

b. 4-20 mA output.

c. Maintain accuracy up to 20 to 1 ratio turndown.

d. Reference Accuracy: +0.2% of full span.

D. Building Differential Air Pressure Applications (-1" to +1" w.c.):

1. The differential pressure transmitter shall be of industrial quality and transmit a linear,

4 to 20 mA output in response to variation of differential pressure or air pressure sens-

ing points.

2. The differential pressure transmitter shall have non-interactive zero and span adjust-

ments that are adjustable from the outside cover and meet the following performance

specifications:

a. -1.00 to +1.00 w.c. input differential pressure ranges (select range appro-

priate for system application).

b. 4-20 mA output.

c. Maintain accuracy up to 20 to 1 ratio turndown.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 22

ISSUED FOR BID Instrumentation and Control for HVAC

d. Reference Accuracy: +0.2% of full span.

E. Low Differential Air Pressure Applications (0" to 5" w.c.):

1. The differential pressure transmitter shall be of industrial quality and transmit a linear,

4 to 20 mA output in response to variation of differential pressure or air pressure sens-

ing points.

2. The differential pressure transmitter shall have non-interactive zero and span adjust-

ments that are adjustable from the outside cover and meet the following performance

specifications:

a. 0.00 - 1.00" to 5.00" w.c. input differential pressure ranges (select range

appropriate for system application).

b. 4-20 mA output.

c. Maintain accuracy up to 20 to 1 ratio turndown.

d. Reference Accuracy: +0.2% of full span.

6.5 Gas Detectors

A. Manufacturers:

1. Primary Controls Manufacturer

2. MSA Inc.

3. TSI Incorporated.

4. Greystone Energy Systems, Inc.

5. Vulcan - Honeywell International Inc.

B. The detector shall include a sensor or sensors connected to a control panel. Each distinct

type of gas detection shall have a separate control panel. The control panel shall enable

communication through its BACnet output using BACnet/IP protocol over twisted-pair

Ethernet (10BaseT).

C. A self-test function allows for the activation/deactivation of all programmed outputs by

simulating a continuous 5% increase/decrease value until the maximum/minimum value is

reached.

D. A real-time clock enables operation of the outputs for a specific timeframe.

E. Manufacture to UL 1244 label and CSA 22.2.

F. Carbon Dioxide Transmitters:

1. Resolution Level: 1 ppm.

2. Resolution Range: 0-2000 ppm.

3. First Alarm: 850 ppm.

4. Second Alarm: 1500 ppm.

5. Mounting Height: 5 ft.

G. Effective Radius: 20 ft.

1. Temperature Range: -10 to 100 deg F.

2. Duct or wall mount as indicated.

3. Outputs: BACnet, RS485, DPDT.

H. Carbon Monoxide Transmitters:

1. Resolution Level: 1 ppm.

2. Resolution Range: 0-2000 ppm.

3. First Alarm: 25 ppm.

4. Second Alarm: 200 ppm.

5. Mounting Height: 3-5 ft.

6. Effective Radius: 50 ft.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 23

ISSUED FOR BID Instrumentation and Control for HVAC

7. Temperature Range: -10 to 100 deg F.

8. Wall mount.

9. Outputs: BACnet, RS485, DPDT.

6.6 Flow Monitoring:

A. Air Flow Monitoring:

1. Manufacturers:

a. Air Monitor Corp.

b. Ebtron, Inc.

c. Tek-Air Systems, Inc.

2. Fan Inlet Air Flow Measuring Stations:

a. At the inlet of each fan and near the exit of the inlet sound trap, airflow

traverse probes shall be provided that shall continuously monitor the fan air

volumes and system velocity pressure.

b. Each traverse probe shall be of a dual manifolded, cylindrical, Type 3003 ex-

truded aluminum configuration, having an anodized finish to eliminate sur-

face pitting and unnecessary air friction. The multiple total pressure mani-

fold shall have sensors located along the stagnation plane of the approaching

airflow. The manifold should not have forward projecting sensors into the

air stream. The static pressure manifold shall incorporate dual offset static

tops on the opposing sides of the averaging manifold so as to be insensitive to

flow-angle variations of as much as +20 deg in the approaching air stream.

c. The airflow traverse probe shall not induce a measurable pressure drop, nor

shall the sound level within the duct be amplified by its singular or multiple

presence in the air stream. Each airflow-measuring probe shall contain mul-

tiple total and static pressure sensors placed at equal distances along the probe

length. The number of sensors on each probe and the quantity of probes

utilized at each installation shall comply with ASHRAE Standards for duct

traversing.

B. Duct Air Flow Measuring Stations:

1. Each device shall be designed and built to comply with, and provide results in ac-

cordance with, accepted practice as defined for system testing in the ASHRAE

Handbook of Fundamentals, as well as in the Industrial Ventilation Handbook.

2. Airflow measuring stations shall be fabricated of 14-gauge galvanized steel welded

casing with 90 degree connecting flanges in configuration and size equal to that of

the duct into which it is mounted. Each station shall be complete with an air direc-

tionalizer and parallel cell profile suppressor (3/4" maximum cell) across the entering

air stream and mechanically fastened to the casing in such a way to withstand veloci-

ties up to 6000 feet per minute. This air directionalizer and parallel cell honeycomb

suppressor shall provide 98% free area, equalize the velocity profile, and eliminate

turbulent and rotational flow from the air stream prior to the measuring point.

3. The total pressure measurement side (high side) will be designed and spaced to the

Industrial Ventilation Manual 16th Edition, Page 9-5. The self- averaging mani-

folding will be manufactured of brass and copper components.

4. The static pressure sensing probes (low side) shall be bullet-nosed shaped, per de-

tailed radius, as illustrated in Industrial Ventilation Manual 16th Edition, Page 9-5.

5. The main take-off point from both the total pressure and the static pressure mani-

folds must be symmetrical.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 24

ISSUED FOR BID Instrumentation and Control for HVAC

6. Total and static pressure manifolds shall terminate with external ports for connec-

tion to control tubing. An identification label shall be placed on each unit casing, list-

ing model number, size, area, and specified airflow capacity.

7. Installation Considerations:

a. The maximum allowable pressure loss through the flow and static pressure

elements shall not exceed .065" w.c. at 1000 feet per minute, or .23" w.c. at

2000 feet per minute. Each unit shall measure the airflow rate within an ac-

curacy of plus 2% as determined by U.S. – GSA certification tests, and shall

contain a minimum of one total pressure sensor per 36 square inches of unit

measuring area.

b. The units shall have a self-generated sound rating of less than NC40, and the

sound level within the duct shall not be amplified nor shall additional sound

be generated.

c. Where the stations are installed in insulated ducts, the airflow passage of the sta-

tion shall be the same size as the inside airflow dimension of the duct. Station

flanges shall be two inch to three inch to facilitate matching connecting duct-

work.

d. Where control dampers are shown as part of the airflow measuring station,

opposed blade precision controlled volume dampers integral to the station and

complete with actuator, pilot positioner, and linkage shall be provided.

e. e) Stations shall be installed in strict accordance with the manufacturer’s pub-

lished requirements, and in accordance with ASME Guidelines affecting non-

standard approach conditions.

C. Static Pressure Traverse Probe:

1. Manufacturers:

a. Ebtron, Inc.

b. MAMAC Systems, Inc.

c. Veris Industries.

2. The probe shall contain multiple static pressure sensors located along the exterior

surface of the cylindrical probe.

3. Size: 75% of duct width.

D. Shielded Static Air Probe:

1. Manufacturers:

a. Ebtron, Inc.

b. MAMAC Systems, Inc.

c. Veris Industries.

2. The probe shall have multiple sensing ports, an impulse suppression chamber, and air-

flow shielding. A suitable probe for indoor and outdoor locations shall be provided.

E. Water Flow Monitoring:

1. Manufacturers:

a. Belimo

b. Badger Meter.

c. EMCO Flow Systems; Division of Advanced Energy Company.

d. Onicon, Inc.

e. Rosemount, Emerson Process Controls.

f. Spirax Sarco, Inc.

g. Veris Industries.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 25

ISSUED FOR BID Instrumentation and Control for HVAC

2. Liquid Flow Meters:

a. Sensing: Electromagnetic.

b. Converter: Integral microprocessor-based. 3)

c. Accuracy: +/- 0.2%.

d. ANSI Class: 150 or 300 to match piping system.

e. Maximum Temperature: 302 deg F.

f. Material: Epoxy-coated steel tube with stainless steel probes.

g. Output: 4-20 mA, programmable pulse.

h. Input: Keypad.

6.7 Power Monitoring Devices:

A. Current Measurement (amps):

1. Manufacturers:

a. ACI

b. Setra Systems, Inc.

c. Veris Industries.

2. Current measurement shall be by a combination current transformer and a current

transducer. The current transformer shall be sized to reduce the full amperage of the

monitored circuit to a maximum 5 amp signal, which will be converted to a 4-20

mA DDC compatible signal for use by the Facility Management System.

B. Current Transformer: A split core current transformer shall be provided to monitor motor

amps.

1. Operating Frequency: 50 to 400 Hz.

2. Insulation: 0.6 kV Class 10Kv BIL.

3. UL recognized.

4. Five amp secondary.

5. Select current ration as appropriate for application.

C. Current Transducer: A current to voltage or current to mA transducer shall be pro-

vided. The current transducer shall include:

1. 6X input over amp rating for AC inrushes of up to 120 amps.

2. Manufactured to UL 1244.

3. Accuracy: +.5%, ripple +1%.

4. Minimum Load Resistance: 30 kOhm.

5. Input: 0-20 amps.

6. Output: 4-20 mA.

7. Transducer shall be powered by a 24 Vdc regulated power supply (24 Vdc+5%).

6.8 Status and Safety Switches:

A. General Requirements:

1. Switches shall be provided to monitor equipment status, safety conditions, and

generate alarms at the BMS when a failure or abnormal condition occurs. Safety

switches shall be provided with two sets of contacts and shall be interlock wired to

shut down respective equipment.

B. Current Sensing Switches:

1. Manufacturers:

a. ACI

b. Setra Systems, Inc.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 26

ISSUED FOR BID Instrumentation and Control for HVAC

c. Veris Industries.

2. The current sensing switch shall be self-powered with solid-state circuitry and a dry

contact output. It shall consist of a current transformer, a solid state current sensing

circuit, adjustable trip point, solid-state switch, SPDT relay, and an LED indicating

the on or off status. A conductor of the load shall be passed through the window of

the device. It shall accept over-current up to twice its trip point range.

3. Current sensing switches shall be used for run status for fans, pumps, and other

miscellaneous motor loads.

4. Current sensing switches shall be calibrated to show a positive run status only

when the motor is operating under load. A motor running with a broken belt or

coupling shall indicate a negative run status.

C. Air Filter Status Switches:

1. Differential pressure switches used to monitor air filter status shall be of the au-

tomatic reset type with SPDT contacts rated for 2 amps at 120 Vac.

2. A complete installation kit shall be provided, including static pressure tops, tubing, fit-

tings, and air filters.

3. Provide appropriate scale range and differential adjustment for intended service.

D. Air Flow Switches:

1. Differential pressure flow switches shall be bellows actuated mercury switches or

snap acting micro-switches with appropriate scale range and differential adjustment

for intended service.

E. Air Pressure Safety Switches:

1. Air pressure safety switches shall be of the manual reset type with SPDT contacts

rated for 2 amps at 120 Vac.

2. Pressure range shall be adjustable with appropriate scale range and differential ad-

justment for intended service.

F. Low Temperature Limit (Freeze) Switches:

1. The low temperature limit switch shall be of the manual reset type with double

pole/single throw snap acting contacts rated for 16 amps at 120 Vac.

2. The sensing element shall be a minimum of 15 feet in length and shall react to the

coldest 18-inch section. Element shall be mounted horizontally across duct in ac-

cordance with manufacturer's recommended installation procedures.

3. For large duct areas where the sensing element does not provide full coverage of the

air stream, additional switches shall be provided as required to provide full protec-

tion of the air stream.

7. MISCELLANEOUS DEVICES

7.1 Local Control Panels:

A. All control panels shall be factory constructed, incorporating the BAS manufacturer’s

standard designs and layouts. All control panels shall be UL inspected and listed as an

assembly and carry a UL 508 label listing compliance. Control panels shall be fully

enclosed, with perforated sub-panel, hinged door and slotted flush latch.

B. In general, the control panels shall consist of the DDC controller(s), display module as

specified and indicated on the plans, and I/O devices such as relays, transducers, and so

forth that are not required to be located external to the control panel due to function.

Where specified the display module shall be flush-mounted in the panel face unless

otherwise noted.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 27

ISSUED FOR BID Instrumentation and Control for HVAC

C. All I/O connections on the DDC controller shall be provided via removable or fixed

screw terminals.

D. Low and line voltage wiring shall be segregated. All provided terminal strips and wiring

shall be UL listed, 300 volt service and provide adequate clearance for field wiring.

E. All wiring shall be neatly installed in plastic trays or tie-wrapped.

F. A convenience 120 Vac duplex receptacle shall be provided in each enclosure, fused

on/off power switch, and required transformers.

7.2 Power Supplies:

A. DC power supplies shall be sized for the connected device load. Total rated load shall

not exceed 75% of the rated capacity of the power supply.

B. Input: 120 Vac +10%, 60 Hz.

C. Output: 24 Vdc.

D. Line Regulation: +0.05% for 10% line change.

E. Load Regulation: +0.05% for 50% load change.

F. Ripple and Noise: 1 mV rms, 5 mV peak to peak.

G. An appropriately sized fuse and fuse block shall be provided and located next to the

power supply.

H. A power disconnect switch shall be provided next to the power supply.

7 . 3 Boiler Emergency Switches:

A. Provide pre-printed boiler emergency faceplate and gray switch handle. Provide interior

switches with Lexan cover with 9 volt battery powered 95

8. PART 3 - EXECUTION

8.1 BAS SPECIFIC REQUIREMENTS

A. Graphic Displays

1. Provide a color graphic system flow diagram display for each system with all points as

indicated on the point list. At a minimum the contractor shall insure there are graphics

depicting building floor plans, all central panels, boiler rooms, zone control, and ani-

mated 3-dimensional graphics for each unit ventilator, air handler, fan coil, etc..

2. User shall access the various system schematics via a graphical penetration scheme

and/or menu selection. .

B. Actuation / Control Type

1. Unit Mounted Equipment

a. Where control devices are indicated to be unit mounted, the BAS Contractor

shall supply and ship all DDC controllers, relays, transformers, valves and

damper actuators to the unit equipment manufacturer for mounting and wiring.

The unit manufacturer shall mount and wire the controllers as per the BAS

Contractor’s control wiring diagrams and instructions.

b. All damper and valve actuation shall be electric, spring return fail-safe and nor-

mally open or closed as specified herein.

2. Air Handling Equipment

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 28

ISSUED FOR BID Instrumentation and Control for HVAC

a. All new Air Handling Equipment shall be 100% DDC controlled.

b. All damper and valve actuation shall be electric.

8.2 INSTALLATION PRACTICES

A. BAS Wiring

1. All conduit, wiring, accessories and wiring connections required for the installation of

the Building Automation System, as herein specified, shall be provided by the BAS

Contractor unless specifically shown on the Electrical Drawings under Division 26

Electrical. All wiring shall comply with the requirements of applicable portions of

Division 26 and all local and national electric codes, unless specified otherwise in this

section.

2. All BAS wiring materials and installation methods without exception are to comply

with the following BAS manufacturers recommended installation standards.

a. All Analog Input, Analog Output, Binary Input, Binary Output and 24VAC con-

trol cables shall be UL Plenum Rated and color coded as follows; Analog Input

Cable – Yellow Jacket, Analog Output Cable – Tan Jacket, Binary Input Cable –

Orange Jacket, Binary Output Cable – Violet Jacket, 24VAC Cable – Grey

Jacket.

b. All Field Bus and Ethernet LAN communications cables shall be UL Plenum

Rated and be color coded as follows; Field Bus – Blue Jacket with Yellow

Stripe, Ethernet LAN Cable – Violet Jacket.

c. All Ethernet LAN communications cable be UL Plenum Rated and shall meet

or exceed Category 6 rating.

3. The sizing, type and provision of cable, conduit, cable trays, and raceways shall be the

design responsibility of the BAS Contractor. If complications arise, however, due to

the incorrect selection of cable, cable trays, raceways and/or conduit by the BAS Con-

tractor, the Contractor shall be responsible for all costs incurred in replacing the se-

lected components.

4. Class 2 Wiring

a. All Class 2 (24VAC or less) wiring shall be installed in conduit unless other-

wise specified.

b. Conduit is not required for Class 2 wiring in concealed accessible locations.

Class 2 wiring not installed in conduit shall be supported every 5’ from the

building structure utilizing metal hangers designed for this application. Wiring

shall be installed parallel to the building structural lines. All wiring shall be

installed in accordance with local code requirements.

c. Class 2 signal wiring and 24VAC power can be run in the same conduit. Power

wiring 120VAC and greater cannot share the same conduit with Class 2 signal

wiring.

d. Provide for complete grounding of all applicable signal and communications

cables, panels and equipment so as to ensure system integrity of operation.

Ground cabling and conduit at the panel terminations. Avoid grounding loops.

B. BAS Line Voltage Power Source

1. 120-volt AC circuits used for the Building Automation System shall be taken from

panel boards and circuit breakers provided by Division 26.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 29

ISSUED FOR BID Instrumentation and Control for HVAC

2. Circuits used for the BAS shall be dedicated to the BAS and shall not be used for any

other purposes.

3. DDC terminal unit controllers may use AC power from motor power circuits.

C. BAS Raceway

1. All cables to be open plenum rated with EMT in exposed areas.

2. Where it is not possible to conceal raceways in finished locations, surface raceway

(Wiremold) may be used as approved by the Architect.

3. All conduits and raceways shall be installed level, plumb, at right angles to the build-

ing lines and shall follow the contours of the surface to which they are attached.

4. Flexible Metal Conduit shall be used for vibration isolation and shall be limited to 3

feet in length when terminating to vibrating equipment. Flexible Metal Conduit may

be used within partition walls. Flexible Metal Conduit shall be UL listed.

D. Penetrations

1. Provide fire stopping for all penetrations used by dedicated BAS conduits and race-

ways.

2. All openings in fire proofed or fire stopped components shall be closed by using ap-

proved fire resistive sealant.

3. All wiring passing through penetrations, including walls shall be in conduit or en-

closed raceway.

4. Penetrations of floor slabs shall be by core drilling. All penetrations shall be plumb,

true, and square.

E. BAS Identification Standards

1. Node Identification. All nodes shall be identified by a permanent label fastened to the

enclosure. Labels shall be suitable for the node location. Cable types specified in Item

A shall be color coded for easy identification and troubleshooting.

F. BAS Panel Installation

1. The BAS panels and cabinets shall be located as indicated at an elevation of not less

than 2 feet from the bottom edge of the panel to the finished floor. Each cabinet shall

be anchored per the manufacturer’s recommendations.

2. The BAS contractor shall be responsible for coordinating panel locations with other

trades and electrical and mechanical contractors.

G. Input Devices

1. All Input devices shall be installed per the manufacturer recommendation

2. Locate components of the BAS in accessible local control panels wherever possible.

H. HVAC Input Devices – Genera1

1. All Input devices shall be installed per the manufacturer recommendation

2. Locate components of the BAS in accessible local control panels wherever possible.

3. The mechanical contractor shall install all in-line devices such as temperature wells,

pressure taps, airflow stations, etc.

4. Input Flow Measuring Devices shall be installed in strict compliance with ASME

guidelines affecting non-standard approach conditions.

5. Outside Air Sensors

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 30

ISSUED FOR BID Instrumentation and Control for HVAC

a. Sensors shall be mounted on the North wall to minimize solar radiant heat im-

pact or located in a continuous intake flow adequate to monitor outside air con-

ditions accurately.

b. Sensors shall be installed with a rain proof, perforated cover.

6. Water Differential Pressure Sensors

a. Differential pressure transmitters used for flow measurement shall be sized to

the flow-sensing device.

b. Differential pressure transmitters shall be supplied with tee fittings and shut-

off valves in the high and low sensing pick-up lines.

c. The transmitters shall be installed in an accessible location wherever possible.

7. Duct Temperature Sensors:

a. Duct mount sensors shall mount in an electrical box through a hole in the duct

and be positioned so as to be easily accessible for repair or replacement.

b. The sensors shall be insertion type and constructed as a complete assembly in-

cluding lock nut and mounting plate.

c. For ductwork greater in any dimension than 48 inches or where air temperature

stratification exists such as a mixed air plenum, utilize an averaging sensor.

d. The sensor shall be mounted to suitable supports using factory approved ele-

ment holders.

8. Space Sensors:

a. Shall be mounted per ADA requirements.

b. Provide lockable tamper-proof covers in public areas and/or where indicated on

the plans.

9. Low Temperature Limit Switches:

a. Install on the discharge side of the first water or steam coil in the air stream.

b. Mount element horizontally across duct in a serpentine pattern insuring each

square foot of coil is protected by 1 foot of sensor.

c. For large duct areas where the sensing element does not provide full coverage

of the air stream, provide additional switches as required to provide full protec-

tion of the air stream.

10. Air Differential Pressure Status Switches:

a. Install with static pressure tips, tubing, fittings, and air filter.

11. Water Differential Pressure Status Switches:

a. Install with shut off valves for isolation.

I. HVAC Output Devices

1. All output devices shall be installed per the manufacturer’s recommendation. The me-

chanical contractor shall install all in-line devices such as control valves, dampers, air-

flow stations, pressure wells, etc.

2. Actuators: All control actuators shall be sized capable of closing against the maxi-

mum system shut-off pressure. The actuator shall modulate in a smooth fashion

through the entire stroke. When any pneumatic actuator is sequenced with another

device, pilot positioners shall be installed to allow for proper sequencing.

3. Control Dampers: Shall be opposed blade for modulating control of airflow. Parallel

blade dampers shall be installed for two position applications.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 31

ISSUED FOR BID Instrumentation and Control for HVAC

4. Control Valves: Shall be sized for proper flow control with equal percentage valve

plugs. The maximum pressure drop for water applications shall be 5 PSI. The maxi-

mum pressure drop for steam applications shall be 2 PSI.

8.3 SCHEDULE OF RESPONSIBILITIES

A. The following schedule identifies the responsible Division for the installation of the building

automation system. This schedule should be used as a general guide. The General Contractor

is the central authority governing the total responsibility of all trade contractors. Therefore,

deviations and clarifications of this schedule are permitted provided the General Contractor

assumes responsibility to coordinate the trade contractors different than as indicated herein. If

deviations or clarifications to this schedule are implemented, submit a record copy to the Ar-

chitect.

Item Furnish

By

Install

By

Power

By

Control

Wiring By

1. Equipment Motors M M E

2. Magnetic Motor Starters:

a. Automatically controlled,

with or without HOA

switches.

E E E E

b. Manually controlled. E E E

c. Manually controlled, and

which are furnished as part

of factory wired equipment.

M M E E

d. Special duty type (part

winding, multi-speed, etc.)

M See Note

1.

E See Note 1.

e. Variable frequency drives

with manual bypass.

SI M E SI

See Note 2.

f. Domestic booster pump.

Motor Controls

M M E SI

5. General equipment disconnect switches, ther-

mal overload switches, manual operating

switches.

E E E

6. Sprinkler system water flow and tamper

switches.

M M E

7. Outside fire alarm horn and light (at Siamese

connection).

M M E

8. Line voltage contactors. E E E E

9. Control relay transformers (other than starters). SI SI E SI

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 32

ISSUED FOR BID Instrumentation and Control for HVAC

Item Furnish

By

Install

By

Power

By

Control

Wiring By

10. Main fuel oil tank alarms (high and low level)

and remote indicating lights.

M M SI SI

11. Day tank fuel oil alarms (high and low level)

and remote indicating lights.

E E E SI

12. Line voltage control items such as line voltage

thermostats not connected to control panel sys-

tems.

M SI SI SI

13. Loose controls and instruments furnished as

part of the packaged mechanical equipment or

required for operation such as valves, float con-

trols, relays, sensors, etc.

M M E __

14. Control and Instrumentation panels SI SI E SI

15. Automatic control valves, automatic dampers

and damper operators, solenoid valves, inser-

tion temperature and pressure sensors.

SI M SI SI

17. Duct type fire and smoke detectors, including

relays for fan shut down.

M E E See Note 5.

18. Contactors for cooling tower basin heaters. M M E E

19. Mechanical piping heat tracing (including re-

lays, contactors, thermostats, etc.)

M M E E

20. Emergency power off (EPO) shut down

pushbutton(s) (break glass station) and con-

trols.

SI SI SI SI

21. Control interlock wiring or software bindings

between chillers, pumps and cooling towers,

fans and air handling units and other miscella-

neous mechanical equipment.

SI SI SI SI

23. Airflow control devices with transmitter. SI M SI SI

24. Air terminal devices (i.e., VAV and fan pow-

ered boxes).

M M E SI

25. Intelligent Devices and Control Units provided

with packaged mechanical equipment such as:

M M E SI

Valve and damper operators.

Heat pumps, AC units.

Fan Coil Units.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 33

ISSUED FOR BID Instrumentation and Control for HVAC

Item Furnish

By

Install

By

Power

By

Control

Wiring By

Air Terminal Units.

Boilers.

26. Intelligent Devices and Control Units provided

with electrical systems such as:

E E E SI

Occupancy/motion sensors.

Lighting Control Panels.

Switches and Dimmers.

Switch Multiplexing Control Units.

Door Entry Control Units.

27. Gateways or interfaces for protocol conversion

with a non-LONWORKS OR BACNET

based system.

M E E SI

28. Routers, Bridges and Repeaters. SI SI SI SI

Abbreviations

Furnish. Furnished by

Install. Installed by

Power Power Wiring Connection, Low and Medium Voltage

SI Systems Integrator (BAS Contractor)

M Mechanical Contractor

E Electrical Contractor

Notes to Schedule of Responsibilities:

1. Magnetic motor starters (special duty type) shall be set in place under electrical division

except when part of factory wired equipment, in which case set in place under mechani-

cal division.

2. Where a remote motor disconnect is required in addition to the one provided integral to an

Variable Frequency Drive (VFD), the NI Contractor shall provide the necessary control

interlock between the disconnects.

3. The System Integrator shall inform the Mechanical Contractor and the Electrical Contrac-

tor of the additional capacity required of control power transformers.

4. The Mechanical Contractor shall refer to the electrical specifications and plans for all

power and control wiring and shall advise the Architect of any discrepancies prior to bid-

ding. The System Integrator shall be responsible for all control wiring as outlined,

whether called for by the mechanical or electrical drawings and specifications.

5. Smoke Detectors and Dampers requiring interlock with building fire alarm system shall

be wired by Fire Alarm contractor. Mechanical contractor shall coordinate with Fire

Alarm contractor to ensure compatibility prior to order such devices.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 230900 - 34

ISSUED FOR BID Instrumentation and Control for HVAC

6.4 DEMONSTRATION

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

adjust, operate, and maintain control systems and components.

1. Train Owner's maintenance personnel on procedures and schedules for starting and

stopping, troubleshooting, servicing, and maintaining equipment and schedules.

2. Provide operator training on data display, alarm and status descriptors, requesting data,

executing commands, calibrating and adjusting devices, resetting default values, and

requesting logs. Include a minimum of 40 hours' dedicated instructor time on-site.

3. Review data in maintenance manuals. Refer to Division 1 Sections "Contract Closeout" or

"Operation and Maintenance Data."

4. Schedule training with Owner, through Architect, with at least seven days' advance notice.

6.5 ON-SITE ASSISTANCE

A. Occupancy Adjustments: Within one year of date of Substantial Completion, provide up to three

Project site visits, when requested by Owner, to adjust and calibrate components and to assist

Owner's personnel in making program changes and in adjusting sensors and controls to suit actual

conditions.

END OF SECTION 15900

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Sequence of Operation

ISSUED FOR BID 230993 - 1

SECTION 230993 – SEQUENCE OF OPERATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

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

Conditions and Division 1 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:

i. Division 15 Section "HVAC Instrumentation and Controls" for control equipment and

devices and submittal requirements.

1.3 SEQUENCE OF OPERATIONS – GENERAL

A. The Contractor shall review the following sequences of operations, points lists, and Controls

Drawings to ensure that all points, devices, and programming are included for proper operation

as outlined herein. Any points, devices, work, or controls mentioned in the sequences of

operations and/or shown on the Controls Drawings, but not listed on the points list, or vice versa,

shall be provided without additional expense to the Owner.

B. The BAS Contractor shall be responsible for full integration between the heating and cooling

plant, all associated piping and controls, and existing HVAC equipment identified for tie-in. This

includes, but is not limited to, all factory controls furnished by unitary equipment manufacturers.

BAS contractor shall identify features and capabilities of all factory controllers to ensure

successful communication and integration with their products and user interface.

C. With the exception of freeze protection thermostats, all temperature and humidity setpoints shall

be adjustable.

D. Lead/Lag Control: For all redundant water pumps, the control system shall:

i. Alternate operation of the equipment to maintain even wear

ii. Automatically start the lag equipment in the event the lead equipment fails.

1.4 DEFINITIONS

A. DDC: Direct-digital controls.

B. BAS: Building Automation System.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Sequence of Operation

ISSUED FOR BID 230993 - 2

1.5 GRAPHICAL USER INTERFACE (GUI)

A. Operator Workstation: Display the following data:

1. Dynamic system graphics.

2. Thermal floor plans.

3. Space temperature (cooling thermostat, ALL)

4. Space temperature (heating thermostat, ALL)

5. Boiler status and firing rate

6. Hot water pump status and speed.

7. Hot water control valve position (ALL).

8. Glycol concentration at refractometer.

9. WSHP fan status.

10. WSHP discharge air temp.

11. Unit heater fan status.

12. Unit heater discharge air temp.

13. Unit heater damper positions.

14. Condenser water pump status and speed.

15. Condenser water supply temperature.

16. Condenser water return temperature.

17. Condenser water valve position (ALL).

18. Cooling tower fan status.

19. Cooling tower fan speed.

20. Outside air temperature.

21. Outside air relative humidity.

22. Filter differential pressure (AHU-1).

B. Provide alarm limits for all temperature setpoints identified above. In addition, BAS shall pass

along all common alarms from equipment possessing dedicated microprocessor controls, such

as chillers, boilers, and VFDs. Common equipment alarms shall be accessible via dedicated

menu or tab at GUI.

1.6 MECHANICAL PLANT CONTROL

A. HOT WATER BOILERS

1. Boilers shall be enabled whenever hot water pump is running. System shall automatically

alternate lead boiler after 40 hrs of operation (adj.) for even run time. Motorized control valve

shall open and flow shall be proven before boiler is able to start. Boiler shall run to maintain hot

water supply temperature in accordance with outdoor air reset schedule. When boiler stops

firing, control valve shall close.

2. Hot water supply temperature shall be maintained in accordance with the following

schedule (adj.):

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Sequence of Operation

ISSUED FOR BID 230993 - 3

B. HOT WATER PUMPS

1. Standby pump shall automatically start in the event tat lead pump fails to start. Alarm shall

be initiated at user interface.

2 Control system shall alternate lead pump designation every 40 hours of run time (adj,) to

maintain even wear.

3. Pump speed shall be varied to maintain (lower limit) differential pressure at DP sensor.

Motorized bypass valve shall open if loop differential pressure exceeds upper limit for 60 seconds.

C. COOLING TOWER CONTROL

1. Cooling tower fan staging and speed shall be controlled based on leaving condenser water

temperature measured at factory controller.

2. Cooling tower spray pump staging shall be controlled based on leaving condenser water

temperature measured at factory controller.

3. Cooling tower shall be enabled whenever condenser water pump is running.

D. CONDENSER WATER PUMP

1. At outside air temperatures of 60 deg F and above (adj.), condenser water pump shall run

at constant speed set by balance contractor. When outside air temperature falls below 60

deg F (adj.), pump shall stop.

1.7 AHU-1 CONTROL (GYM)

A. Supply and return fans shall run during occupied periods. Fans shall run only to maintain

Unoccupied heating setpoint during unoccupied periods.

B. When supply fan is running, outside air (OA) and exhaust air (EA) dampers shall open to

minimum position (set by ATB contractor). If indoor CO2 level exceeds upper limit (800 ppm

adjustable), outside air damper shall modulate to maintain indoor CO2 level below upper limit.

EA damper shall be sequenced with OA damper to maintain neutral space pressure.

C. OA and EA dampers shall be closed during unoccupied periods.

D. During a call for heat, hot water control valves shall modulate to maintain space thermostat

setpoint.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Sequence of Operation

ISSUED FOR BID 230993 - 4

E. Economizer Mode [applicable if Ductless Split Systems are integrated into BAS]: During a

call for cooling and when outdoor air dry bulb is below return air dry bulb temperature, unit

shall enter economizer mode. Ductless split systems shall remain off. Outdoor air damper

shall modulate to maintain space temperature cooling setpoint. Exhaust air damper shall be

sequenced with OA damper to maintain neutral space pressure.

F. When filter differential pressure exceeds upper limit, filter alarm shall be initiated at user

interface.

G. Deadband temperature shall be no less than 5 deg F.

H. Smoke observed at duct mounted smoke detector will stop supply and exhaust fans and close

OA damper. Alarm shall be initiated at Fire Alarm system.

1.8 CAFETERIA COOLING SYSTEM (RTU-1 & RTU-2)

A. Units shall enable at outdoor temperatures of 60 deg F and above (adj.)

B. Unit fan shall run continuously during Occupied periods. Outside air damper shall open to

preset minimum position when fan is running. During Unoccupied periods, fan shall run only

as required to maintain Unoccupied heating and cooling setpoints. OA damper shall close

when fan stops.

C. During a call for cooling, unit shall modulate compressor to maintain space cooling

temperature setpoint.

D. ECONOMIZER OPERATION: When outdoor air enthalpy is less than indoor air enthalpy,

Economizer mode shall be enabled. Unit shall modulate OA and RA dampers to maintain

space temperature setpoint.

E. Smoke observed at duct mounted smoke detector shall stop fan and close OA damper. Alarm

shall be initiated at Fire Alarm system.

1.9 WATER SOURCE HEAT PUMP CONTROL

A. During a call for cooling at thermostat, control valve shall open and WSHP fan and compressor

shall start and run to maintain cooling space temperature.

B. Deadband temperature (between heating and cooling thermostat setpoints) shall be no less than 4

deg F.

1.10 UNIT VENTILATOR CONTROL

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Sequence of Operation

ISSUED FOR BID 230993 - 5

A. Unit ventilator fan shall run continuously during periods and stop during unoccupied periods.

Unit shall be enabled at outdoor temperatures below 60 deg F (adjustable) and can be manually

started/stopped at user interface

B. During a call for heat, hot water control valve shall open. Face and bypass dampers shall

modulate to maintain space temperature setpoint. Damper shall be controlled so as to limit

discharge air temperature to 140 deg F and below.

C. When fan is running, OA damper shall open to preset minimum position. OA damper shall close

when fan stops.

D. Fan shall stop and OA damper shall close when EAT is below 40 deg F. Alarm shall be initiated

at user interface. Unit shall not run until freezestat alarm is manually reset.

1.11 PERIMETER RADIATION CONTROL

A. During a call for heat, hot water control valve shall modulate to maintain space temperature

setpoint. Control valve shall close when space temp setpoint is satisfied.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Low-voltage Electrical Power Conductors And Cables

ISSUED FOR BID 260519 - 1

SECTION 260519

LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

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. Building wires and cables rated 600 V and less.

2. Connectors, splices, and terminations rated 600 V and less.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product.

1.4 INFORMATIONAL SUBMITTALS

A. Field quality-control reports.

PART 2 - PRODUCTS

2.1 CONDUCTORS AND CABLES

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

following:

1. Alcan Products Corporation; Alcan Cable Division.

2. Belden Inc.

3. General Cable Technologies Corporation.

4. Southwire Incorporated.

B. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658.

C. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for Type THHN-2-

THWN-2.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Low-voltage Electrical Power Conductors And Cables

ISSUED FOR BID 260519 - 2

D. Multiconductor Cable: Comply with NEMA WC 70/ICEA S-95-658 for metal-clad cable,

Type MC with ground wire.

2.2 CONNECTORS AND SPLICES

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

following:

1. AFC Cable Systems, Inc.

2. Gardner Bender.

3. Hubbell Power Systems, Inc.

4. Ideal Industries, Inc.

5. Ilsco; a branch of Bardes Corporation.

6. NSi Industries LLC.

7. O-Z/Gedney; a brand of the EGS Electrical Group.

8. 3M; Electrical Markets Division.

9. Tyco Electronics.

B. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type,

and class for application and service indicated.

2.3 SYSTEM DESCRIPTION

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

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

B. Comply with NFPA 70.

PART 3 - EXECUTION

3.1 CONDUCTOR MATERIAL APPLICATIONS

A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.

B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and

larger, except VFC cable, which shall be extra flexible stranded.

3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND

WIRING METHODS

A. Exposed Feeders: Type THHN-2-THWN-2, single conductors in raceway.

B. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-2-THWN-2,

single conductors in raceway.

C. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-2-THWN-2, single

conductors in raceway.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Low-voltage Electrical Power Conductors And Cables

ISSUED FOR BID 260519 - 3

D. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-2-THWN-2, single

conductors in raceway.

3.3 INSTALLATION OF CONDUCTORS AND CABLES

A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated.

B. Complete raceway installation between conductor and cable termination points according to

Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and

cables.

C. Use manufacturer-approved pulling compound or lubricant where necessary; compound used

must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended

maximum pulling tensions and sidewall pressure values.

D. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will

not damage cables or raceway.

E. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and

follow surface contours where possible.

F. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems."

3.4 CONNECTIONS

A. Tighten electrical connectors and terminals according to manufacturer's published torque-

tightening values. If manufacturer's torque values are not indicated, use those specified in

UL 486A-486B.

B. Make splices, terminations, and taps that are compatible with conductor material.

C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack.

3.5 IDENTIFICATION

A. Identify and color-code conductors and cables according to Section 260553 "Identification for

Electrical Systems."

B. Identify each spare conductor at each end with identity number and location of other end of

conductor, and identify as spare conductor.

3.6 FIELD QUALITY CONTROL

A. Perform the following tests and inspections:

1. After installing conductors and cables and before electrical circuitry has been energized,

test feeder conductors for compliance with requirements.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Low-voltage Electrical Power Conductors And Cables

ISSUED FOR BID 260519 - 4

2. Perform each visual and mechanical inspection and electrical test stated in NETA

Acceptance Testing Specification. Certify compliance with test parameters.

3. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final

Acceptance, perform an infrared scan of each splice in conductors No. 3 AWG and

larger. Remove box and equipment covers so splices are accessible to portable scanner.

Correct deficiencies determined during the scan.

a. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of

each splice 11 months after date of Substantial Completion.

b. Instrument: Use an infrared scanning device designed to measure temperature or

to detect significant deviations from normal values. Provide calibration record for

device.

c. Record of Infrared Scanning: Prepare a certified report that identifies splices

checked and that describes scanning results. Include notation of deficiencies

detected, remedial action taken, and observations after remedial action.

B. Test and Inspection Reports: Prepare a written report to record the following:

1. Procedures used.

2. Results that comply with requirements.

3. Results that do not comply with requirements and corrective action taken to achieve

compliance with requirements.

C. Cables will be considered defective if they do not pass tests and inspections.

END OF SECTION 260519

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Hangers And Supports For Electrical Systems

ISSUED FOR BID 260529 - 1

SECTION 260529

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

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. This Section includes the following:

1. Hangers and supports for electrical equipment and systems.

1.3 DEFINITIONS

A. EMT: Electrical metallic tubing.

B. IMC: Intermediate metal conduit.

C. RMC: Rigid metal conduit.

1.4 PERFORMANCE REQUIREMENTS

A. Design supports for multiple raceways capable of supporting combined weight of supported

systems and its contents.

1.5 ACTION SUBMITTALS

A. Product Data: For the following:

1. Steel slotted support systems.

1.6 QUALITY ASSURANCE

A. Comply with NFPA 70.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Hangers And Supports For Electrical Systems

ISSUED FOR BID 260529 - 2

1.7 COORDINATION

A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Concrete,

reinforcement, and formwork requirements are specified together with concrete Specifications.

PART 2 - PRODUCTS

2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS

A. Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated components for field

assembly.

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

following:

a. Allied Tube & Conduit.

b. Cooper B-Line, Inc.

c. ERICO International Corporation.

d. GS Metals Corp.

e. Thomas & Betts Corporation.

f. Unistrut; Atkore International.

g. Wesanco, Inc.

2. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to

MFMA-4.

3. Channel Dimensions: Selected for applicable load criteria.

B. Raceway and Cable Supports: As described in NECA 1 and NECA 101.

C. Conduit and Cable Support Devices: Steel and malleable-iron hangers, clamps, and associated

fittings, designed for types and sizes of raceway or cable to be supported.

D. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of

threaded body and insulating wedging plug or plugs for non-armored electrical conductors or

cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces

as required to suit individual conductors or cables supported. Body shall be malleable iron.

E. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates,

shapes, and bars; black and galvanized.

F. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or

their supports to building surfaces include the following:

1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement

concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for

supported loads and building materials where used.

a. Manufacturers: Subject to compliance with requirements, provide products by one

of the following:

1) Hilti, Inc.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Hangers And Supports For Electrical Systems

ISSUED FOR BID 260529 - 3

2) ITW Ramset/Red Head; Illinois Tool Works, Inc.

3) MKT Fastening, LLC.

4) Simpson Strong-Tie Co., Inc.

2. Mechanical-Expansion Anchors: Insert-wedge-type, zinc-coated steel, for use in

hardened portland cement concrete with tension, shear, and pullout capacities appropriate

for supported loads and building materials in which used.

a. Manufacturers: Subject to compliance with requirements, provide products by one

of the following:

1) Cooper B-Line, Inc.

2) Empire Tool and Manufacturing Co., Inc.

3) Hilti, Inc.

4) ITW Ramset/Red Head; Illinois Tool Works, Inc.

5) MKT Fastening, LLC.

3. Concrete Inserts: Steel or malleable-iron, slotted support system units similar to MSS

Type 18; complying with MFMA-4 or MSS SP-58.

4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for

attached structural element.

5. Through Bolts: Structural type, hex head, and high strength. Comply with

ASTM A 325.

6. Toggle Bolts: All-steel springhead type.

7. Hanger Rods: Threaded steel.

PART 3 - EXECUTION

3.1 APPLICATION

A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical

equipment and systems except if requirements in this Section are stricter.

B. Spring-steel clamps designed for supporting single conduits without bolts may be used for 1-

1/2-inch and smaller raceways serving branch circuits and communication systems above

suspended ceilings and for fastening raceways to trapeze supports.

3.2 SUPPORT INSTALLATION

A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this

Article.

B. Raceway Support Methods: In addition to methods described in NECA 1, EMT, IMC, and

RMC may be supported by openings through structure members, as permitted in NFPA 70.

C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength

will be adequate to carry present and future static loads within specified loading limits.

Minimum static design load used for strength determination shall be weight of supported

components plus 200 lb.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Hangers And Supports For Electrical Systems

ISSUED FOR BID 260529 - 4

D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten

electrical items and their supports to building structural elements by the following methods

unless otherwise indicated by code:

1. To Wood: Fasten with lag screws or through bolts.

2. To New Concrete: Bolt to concrete inserts.

3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor

fasteners on solid masonry units.

4. To Existing Concrete: Expansion anchor fasteners.

5. Instead of expansion anchors, powder-actuated driven threaded studs provided with lock

washers and nuts may be used in existing standard-weight concrete 4 inches thick or

greater. Do not use for anchorage to lightweight-aggregate concrete or for slabs less than

4 inches thick.

6. To Steel: Welded threaded studs complying with AWS D1.1/D1.1M, with lock washers

and nuts.

7. To Light Steel: Sheet metal screws.

8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets,

panelboards, disconnect switches, control enclosures, pull and junction boxes,

transformers, and other devices on slotted-channel racks attached to substrate.

E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing

bars.

3.3 INSTALLATION OF FABRICATED METAL SUPPORTS

A. Comply with installation requirements in Section 055000 "Metal Fabrications" for site-

fabricated metal supports.

B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation

to support and anchor electrical materials and equipment.

C. Field Welding: Comply with AWS D1.1/D1.1M.

3.4 PAINTING

A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately

after erecting hangers and supports. Use same materials as used for shop painting. Comply

with SSPC-PA 1 requirements for touching up field-painted surfaces.

1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils.

END OF SECTION 260529

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Raceways And Boxes For Electrical Systems

ISSUED FOR BID 260533 - 1

SECTION 260533

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

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 conduits, tubing, and fittings.

2. Boxes, enclosures, and cabinets.

1.3 DEFINITIONS

A. ARC: Aluminum rigid conduit.

B. GRC: Galvanized rigid steel conduit.

C. IMC: Intermediate metal conduit.

1.4 ACTION SUBMITTALS

A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover

enclosures, and cabinets.

B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and

attachment details.

1.5 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items

are shown and coordinated with each other, using input from installers of items involved:

1. Structural members in paths of conduit groups with common supports.

2. HVAC and plumbing items and architectural features in paths of conduit groups with

common supports.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Raceways And Boxes For Electrical Systems

ISSUED FOR BID 260533 - 2

PART 2 - PRODUCTS

2.1 METAL CONDUITS, TUBING, AND FITTINGS

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

following:

1. AFC Cable Systems, Inc.

2. Allied Tube & Conduit.

3. Anamet Electrical, Inc.

4. Electri-Flex Company.

5. O-Z/Gedney.

6. Picoma Industries.

7. Republic Conduit.

8. Robroy Industries.

9. Southwire Company.

10. Thomas & Betts Corporation.

11. Western Tube and Conduit Corporation.

12. Wheatland Tube Company.

B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined

in NFPA 70, by a qualified testing agency, and marked for intended location and application.

C. GRC: Comply with ANSI C80.1 and UL 6.

D. IMC: Comply with ANSI C80.6 and UL 1242.

E. EMT: Comply with ANSI C80.3 and UL 797.

F. FMC: Comply with UL 1; zinc-coated steel.

G. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360.

H. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B.

1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and

NFPA 70.

2. Fittings for EMT:

a. Material: Steel or die cast.

b. Type: Setscrew or compression.

3. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated

for environmental conditions where installed, and including flexible external bonding

jumper.

I. Joint Compound for IMC, or GRC: Approved, as defined in NFPA 70, by authorities having

jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect

threaded conduit joints from corrosion and to enhance their conductivity.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Raceways And Boxes For Electrical Systems

ISSUED FOR BID 260533 - 3

2.2 BOXES, ENCLOSURES, AND CABINETS

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

following:

1. Adalet.

2. Cooper Technologies Company; Cooper Crouse-Hinds.

3. EGS/Appleton Electric.

4. Erickson Electrical Equipment Company.

5. FSR Inc.

6. Hoffman.

7. Hubbell Incorporated.

8. Kraloy.

9. Milbank Manufacturing Co.

10. Mono-Systems, Inc.

11. O-Z/Gedney.

12. RACO; Hubbell.

13. Robroy Industries.

14. Spring City Electrical Manufacturing Company.

15. Stahlin Non-Metallic Enclosures.

16. Thomas & Betts Corporation.

17. Wiremold / Legrand.

B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets

installed in wet locations shall be listed for use in wet locations.

C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A.

D. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy, Type FD, with

gasketed cover.

E. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 lb.

Outlet boxes designed for attachment of luminaires weighing more than 50 lb shall be listed and

marked for the maximum allowable weight.

F. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.

G. Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, cast

aluminum with gasketed cover.

H. Box extensions used to accommodate new building finishes shall be of same material as

recessed box.

I. Device Box Dimensions: 4 inches square by 2-1/8 inches deep.

J. Gangable boxes are allowed.

K. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 1 with continuous-hinge

cover with flush latch unless otherwise indicated.

1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Raceways And Boxes For Electrical Systems

ISSUED FOR BID 260533 - 4

2. Interior Panels: Steel; all sides finished with manufacturer's standard enamel.

L. Cabinets:

1. NEMA 250, Type 1 galvanized-steel box with removable interior panel and removable

front, finished inside and out with manufacturer's standard enamel.

2. Hinged door in front cover with flush latch and concealed hinge.

3. Key latch to match panelboards.

4. Metal barriers to separate wiring of different systems and voltage.

5. Accessory feet where required for freestanding equipment.

PART 3 - EXECUTION

3.1 RACEWAY APPLICATION

A. Indoors: Apply raceway products as specified below unless otherwise indicated:

1. Exposed, Not Subject to Physical Damage: EMT.

2. Exposed, Not Subject to Severe Physical Damage: EMT.

3. Exposed and Subject to Severe Physical Damage: GRC. Raceway locations include the

following:

a. Corridors used for traffic of mechanized carts, forklifts, and pallet-handling units.

b. Mechanical rooms.

c. Gymnasiums.

4. Concealed in Ceilings and Interior Walls and Partitions: EMT.

5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic,

Electric Solenoid, or Motor-Driven Equipment): FMC, except use LFMC in damp or wet

locations.

6. Damp or Wet Locations: IMC.

7. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4 stainless

steel in institutional and commercial kitchens and damp or wet locations.

B. Minimum Raceway Size: 1/2-inch trade size.

C. Raceway Fittings: Compatible with raceways and suitable for use and location.

1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings unless

otherwise indicated. Comply with NEMA FB 2.10.

2. EMT: Use setscrew or compression fittings. Comply with NEMA FB 2.10.

3. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with

NEMA FB 2.20.

3.2 INSTALLATION

A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements

on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Raceways And Boxes For Electrical Systems

ISSUED FOR BID 260533 - 5

Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and

number of floors.

B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes.

Install horizontal raceway runs above water and steam piping.

C. Complete raceway installation before starting conductor installation.

D. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems"

for hangers and supports.

E. Install no more than the equivalent of three 90-degree bends in any conduit run except for

control wiring conduits, for which fewer bends are allowed. Support within 12 inches of

changes in direction.

F. Conceal conduit and EMT within finished walls, ceilings, and floors unless otherwise indicated.

Install conduits parallel or perpendicular to building lines.

G. Support conduit within 12 inches of enclosures to which attached.

H. Stub-ups to Above Recessed Ceilings:

1. Use EMT, IMC, or RMC for raceways.

2. Use a conduit bushing or insulated fitting to terminate stub-ups not terminated in hubs or

in an enclosure.

I. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings

to protect conductors including conductors smaller than No. 4 AWG.

J. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes

or cabinets. Install bushings on conduits up to 1-1/4-inch trade size and insulated throat metal

bushings on 1-1/2-inch trade size and larger conduits terminated with locknuts. Install insulated

throat metal grounding bushings on service conduits.

K. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install

locknuts hand tight plus 1/4 turn more.

L. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in

the locknut area prior to assembling conduit to enclosure to assure a continuous ground path.

M. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use roll cutter

or a guide to make cut straight and perpendicular to the length.

N. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not

less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap

underground raceways designated as spare above grade alongside raceways in use.

O. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with

listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a

blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway

sealing fittings according to NFPA 70.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Raceways And Boxes For Electrical Systems

ISSUED FOR BID 260533 - 6

P. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or

boxes are between the seal and the following changes of environments. Seal the interior of all

raceways at the following points:

1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated

spaces.

2. Where an underground service raceway enters a building or structure.

3. Where otherwise required by NFPA 70.

Q. Expansion-Joint Fittings:

1. Install in each run of aboveground RNC that is located where environmental temperature

change may exceed 30 deg F and that has straight-run length that exceeds 25 feet. Install

in each run of aboveground RMC and EMT conduit that is located where environmental

temperature change may exceed 100 deg F and that has straight-run length that exceeds

100 feet.

2. Install type and quantity of fittings that accommodate temperature change listed for each

of the following locations:

a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature

change.

b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change.

c. Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F

temperature change.

d. Attics: 135 deg F temperature change.

3. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot

of length of straight run per deg F of temperature change for PVC conduits. Install

fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of

length of straight run per deg F of temperature change for metal conduits.

4. Install expansion fittings at all locations where conduits cross building or structure

expansion joints.

5. Install each expansion-joint fitting with position, mounting, and piston setting selected

according to manufacturer's written instructions for conditions at specific location at time

of installation. Install conduit supports to allow for expansion movement.

R. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches of

flexible conduit for recessed and semirecessed luminaires, equipment subject to vibration, noise

transmission, or movement; and for transformers and motors.

1. Use LFMC in damp or wet locations subject to severe physical damage.

2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage.

S. Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of masonry block,

and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a

raintight connection between box and cover plate or supported equipment and box.

T. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same

vertical channel.

U. Locate boxes so that cover or plate will not span different building finishes.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Raceways And Boxes For Electrical Systems

ISSUED FOR BID 260533 - 7

V. Support boxes of three gangs or more from more than one side by spanning two framing

members or mounting on brackets specifically designed for the purpose.

W. Fasten junction and pull boxes to or support from building structure. Do not support boxes by

conduits.

X. Set metal floor boxes level and flush with finished floor surface.

3.3 PROTECTION

A. Protect coatings, finishes, and cabinets from damage and deterioration.

1. Repair damage to galvanized finishes with zinc-rich paint recommended by

manufacturer.

END OF SECTION 260533

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Identification For Electrical Systems

ISSUED FOR BID 260553 - 1

SECTION 260553

IDENTIFICATION FOR ELECTRICAL SYSTEMS

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. Warning labels and signs.

2. Instruction signs.

3. Equipment identification labels.

4. Miscellaneous identification products.

1.3 QUALITY ASSURANCE

A. Comply with ANSI A13.1.

B. Comply with NFPA 70.

C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145.

D. Comply with ANSI Z535.4 for safety signs and labels.

E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks

used by label printers, shall comply with UL 969.

1.4 COORDINATION

A. Coordinate identification names, abbreviations, colors, and other features with requirements in

other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's

wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes,

standards, and 29 CFR 1910.145. Use consistent designations throughout Project.

B. Coordinate installation of identifying devices with completion of covering and painting of

surfaces where devices are to be applied.

C. Coordinate installation of identifying devices with location of access panels and doors.

D. Install identifying devices before installing acoustical ceilings and similar concealment.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Identification For Electrical Systems

ISSUED FOR BID 260553 - 2

PART 2 - PRODUCTS

2.1 WARNING LABELS AND SIGNS

A. Comply with NFPA 70 and 29 CFR 1910.145.

B. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive adhesive labels,

configured for display on front cover, door, or other access to equipment unless otherwise

indicated.

C. Warning label and sign shall include, but are not limited to, the following legends:

1. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN

FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES."

2.2 EQUIPMENT IDENTIFICATION LABELS

A. Self-Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with white

letters on a dark-gray background. Minimum letter height shall be 3/8 inch.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Verify identity of each item before installing identification products.

B. Location: Install identification materials and devices at locations for most convenient viewing

without interference with operation and maintenance of equipment.

C. Apply identification devices to surfaces that require finish after completing finish work.

D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and

methods recommended by manufacturer of identification device.

3.2 IDENTIFICATION SCHEDULE

A. Workspace Indication: Install floor marking tape to show working clearances in the direction of

access to live parts. Workspace shall be as required by NFPA 70 and 29 CFR 1926.403 unless

otherwise indicated. Do not install at flush-mounted panelboards and similar equipment in

finished spaces.

B. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self-

adhesive warning labels.

1. Comply with 29 CFR 1910.145.

2. Identify system voltage with black letters on an orange background.

3. Apply to exterior of door, cover, or other access.

Riverside School – BAS Upgrade Landmark Facilities Group, Inc.

(BID #2205-18)

May 11, 2018 Identification For Electrical Systems

ISSUED FOR BID 260553 - 3

C. Equipment Identification Labels: On each unit of equipment, install unique designation label

that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual.

Apply labels to disconnect switches and protection equipment, central or master units, control

panels, control stations, terminal cabinets, and racks of each system. Systems include power,

lighting, control, communication, signal, monitoring, and alarm systems unless equipment is

provided with its own identification.

1. Labeling Instructions:

a. Indoor Equipment: Adhesive film label. Unless otherwise indicated, provide a

single line of text with 1/2-inch-high letters on 1-1/2-inch-high label; where two

lines of text are required, use labels 2 inches high.

b. Outdoor Equipment: Engraved, laminated acrylic or melamine label.

c. Elevated Components: Increase sizes of labels and letters to those appropriate for

viewing from the floor.

d. Unless provided with self-adhesive means of attachment, fasten labels with

appropriate mechanical fasteners that do not change the NEMA or NRTL rating of

the enclosure.

2. Equipment to Be Labeled:

a. Enclosures and electrical cabinets.

b. Access doors and panels for concealed electrical items.

c. Enclosed switches.

d. Enclosed circuit breakers.

e. Enclosed controllers.

f. Push-button stations.

END OF SECTION 260553

RIVERSIDE ELEMENTARY SCHOOLBUILDING AUTOMATION SYSTEM (BAS)

UPGRADE

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

DOCUMENTS PREPARED BY:

ISSUE: DATE:FOR BID MAY 11, 2018BID # 2205-18

M-001

PROJECT COVER SHEET

5/11/18

NONE RS

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002

M-002

MECHANICAL NOTES AND LEGEND

5/11/18

AS NOTED RS

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

AutoCAD SHX Text
ZONE DESIGNATION
AutoCAD SHX Text
HAND OFF AUTO
AutoCAD SHX Text
NORMALLY OPEN
AutoCAD SHX Text
START/STOP
AutoCAD SHX Text
ISOLATION VALVE
AutoCAD SHX Text
MOTORIZED OPERATOR
AutoCAD SHX Text
ZONE DAMPER
AutoCAD SHX Text
TEMPERATURE TRANSMITTER
AutoCAD SHX Text
HUMIDITY TRANSMITTER
AutoCAD SHX Text
DIFFERENTIAL PRESSURE SWITCH
AutoCAD SHX Text
NORMALLY CLOSED
AutoCAD SHX Text
FLOW SWITCH
AutoCAD SHX Text
LOW LIMIT SWITCH (FREEZESTAT)
AutoCAD SHX Text
VARIABLE FREQUENCY DRIVE
AutoCAD SHX Text
SMOKE DETECTOR
AutoCAD SHX Text
CONTROL VALVE (MODULATING)
AutoCAD SHX Text
BAS INTERFACE POINT
AutoCAD SHX Text
X-X
AutoCAD SHX Text
XX
AutoCAD SHX Text
NO
AutoCAD SHX Text
NC
AutoCAD SHX Text
SS
AutoCAD SHX Text
DPS
AutoCAD SHX Text
VFD
AutoCAD SHX Text
ZD
AutoCAD SHX Text
CV
AutoCAD SHX Text
M
AutoCAD SHX Text
SD
AutoCAD SHX Text
LL
AutoCAD SHX Text
TT
AutoCAD SHX Text
HT
AutoCAD SHX Text
FS
AutoCAD SHX Text
HOA
AutoCAD SHX Text
FAN OR PUMP
AutoCAD SHX Text
LEGEND
AutoCAD SHX Text
RUN INDICATOR
AutoCAD SHX Text
RI
AutoCAD SHX Text
PT
AutoCAD SHX Text
PRESSURE TRANSDUCER
AutoCAD SHX Text
HOT WATER SUPPLY
AutoCAD SHX Text
HWS
AutoCAD SHX Text
CONDENSER WATER SUPPLY
AutoCAD SHX Text
CWS
AutoCAD SHX Text
AIR HANDLING UNIT
AutoCAD SHX Text
AHU
AutoCAD SHX Text
FAN COIL UNIT
AutoCAD SHX Text
FCU
AutoCAD SHX Text
RETURN AIR
AutoCAD SHX Text
R/A
AutoCAD SHX Text
SUPPLY AIR
AutoCAD SHX Text
S/A
AutoCAD SHX Text
OUTSIDE AIR
AutoCAD SHX Text
O/A
AutoCAD SHX Text
, MD
AutoCAD SHX Text
POINT OF CONNECTION,
AutoCAD SHX Text
NEW WORK TO EXISTING
AutoCAD SHX Text
EXISTING
AutoCAD SHX Text
(E)
AutoCAD SHX Text
VOLUME DAMPER
AutoCAD SHX Text
VD
AutoCAD SHX Text
EXHAUST FAN
AutoCAD SHX Text
EF
AutoCAD SHX Text
X-X
AutoCAD SHX Text
NEW
AutoCAD SHX Text
(N)
AutoCAD SHX Text
FIRE DAMPER
AutoCAD SHX Text
FD
AutoCAD SHX Text
THERMOSTAT
AutoCAD SHX Text
T
AutoCAD SHX Text
FACTORY CONTROL PANEL
AutoCAD SHX Text
FCP
AutoCAD SHX Text
SC
AutoCAD SHX Text
HUMIDISTAT
AutoCAD SHX Text
H
AutoCAD SHX Text
FAN OR PUMP
AutoCAD SHX Text
HOT WATER RETURN
AutoCAD SHX Text
HWR
AutoCAD SHX Text
AIR DAMPER ACTUATOR (GYM)
AutoCAD SHX Text
TEMPERATURE SENSOR, IN DUCT
AutoCAD SHX Text
TEMPERATURE SENSOR, IN PIPE
AutoCAD SHX Text
DIFF. PRESSURE SWITCH, IN DUCT
AutoCAD SHX Text
TEMPERATURE SENSOR, SPACE (HEATING)
AutoCAD SHX Text
WATER CONTROL VALVE, BODY
AutoCAD SHX Text
VARIABLE FREQUENCY DRIVE (HOT WATER PUMPS)
AutoCAD SHX Text
WATER CONTROL VALVE, ACTUATOR
AutoCAD SHX Text
AIR DAMPER
AutoCAD SHX Text
LOW LIMIT SWITCH, IN DUCT (FREEZESTAT)
AutoCAD SHX Text
OUTDOOR TEMPERATURE & HUMIDITY SENSOR
AutoCAD SHX Text
CONTROL RELAY
AutoCAD SHX Text
E
AutoCAD SHX Text
STATUS (UNLESS OTHERWISE NOTED ON DRAWING SHEETS)
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
E = EXISTING TO REMAIN E = EXISTING PNEUMATIC DEVICE TO BE REPLACED WITH NEW ELECTRIC. FURNISH NEW WIRING AS REQ'D. R = REPLACE WITH NEW DEVICE, CONNECT TO EXISTING WIRING N = PROVIDE NEW DEVICE AND ASSOCIATED WIRING
AutoCAD SHX Text
%%ULEGEND
AutoCAD SHX Text
X
AutoCAD SHX Text
X
AutoCAD SHX Text
X
AutoCAD SHX Text
X
AutoCAD SHX Text
X
AutoCAD SHX Text
TYPE
AutoCAD SHX Text
X
AutoCAD SHX Text
N
AutoCAD SHX Text
P
AutoCAD SHX Text
P
AutoCAD SHX Text
X
AutoCAD SHX Text
X
AutoCAD SHX Text
X
AutoCAD SHX Text
X
AutoCAD SHX Text
MOTOR STARTER (H-O-A)
AutoCAD SHX Text
X
AutoCAD SHX Text
PRESSURE TRANSDUCER, IN PIPE
AutoCAD SHX Text
X
AutoCAD SHX Text
DEVICE MATRIX
AutoCAD SHX Text
%%UNOTES:
AutoCAD SHX Text
1. CONTRACTOR SHALL INCLUDE UNIT PRICE FOR ALL DEVICES DESIGNATED AS 'E' AND 'R' IN BASE BID. ATTACH UNIT PRICE SHEET TO BID FORM(S).
AutoCAD SHX Text
1. REFER TO WRITTEN (BOOK) SPECIFICATIONS FOR ADDITIONAL INFORMATION. 2. ALL BIDDERS SHALL VISIT PROJECT SITE TO THOROUGHLY FAMILIARIZE THEMSELVES WITH EXISTING CONDITIONS. CLAIMS FOR EXTRA PAYMENTS FOR WORK, WHICH COULD HAVE BEEN IDENTIFIED VIA CAREFUL SITE INSPECTION, WILL NOT BE ACKNOWLEDGED. 3. ANY REQUIRED CUTTING AND PATCHING OF WALLS AND CEILINGS SHALL BE DONE MECHANICAL CONTRACTOR OR HIS SUBS. BIDDERS SHALL IDENTIFY AND COORDINATE ANY REQUIRED CUTTING/PATCHING PRIOR TO CONSTRUCTION AND COORDINATE WITH OWNER PRIOR TO EXECUTION. 4. CONTRACTOR SHALL SUBMIT, ALONG WITH BID, SCREENSHOTS FROM USER INTERFACE OF REPRESENTATIVE PROJECT LOCATED WITHIN 50 MILE RADIUS OF PROJECT SITE. SCREENSHOTS SHALL INCLUDE NO LESS THAN ONE (1) EXAMPLE FROM MAIN SCREEN 'DASHBOARD' AND (1) EXAMPLE OF DYNAMIC GRAPHICS FOR AIR HANDLING UNIT. 5. CONTRACTOR SHALL PROVIDE 'TURNKEY' BUILDING AUTOMATION SYSTEM UPGRADE, INCLUDING (BUT NOT LIMITED TO) THE FOLLOWING SERVICES: - INSTALLATION OF ALL REQUIRED CONTROLS HARDWARE - ROUGHING AND TERMINATION OF ALL LINE VOLTAGE WIRING - ROUGHING AND TERMINATION OF ALL LOW VOLTAGE WIRING - INTEGRATI0N OF ALL EXISTING EQUIPMENT DEPICTED IN CONTRACT DRAWINGS. - IMPLEMENTATION OF ALL SEQUENCES OF OPERATION. - PROGRAMMING OF ALL HARDWARE AND DEVELOPMENT OF CUSTOM USER INTERFACE INCLUDING FEATURING THERMAL GRAPHICS (FLOOR PLANS) OF ALL BUILDINGS AND DYNAMIC GRAPHICS OF ALL HVAC EQUIPMENT. - FULL COMMISSIONING OF ALL HVAC SYSTEMS AS DESCRIBED IN SPECIFICATIONS. REFER TO 'RESPONSIBILITY MATRIX' IN SPEC SECTION 230900 FOR IDENTIFICATION OF MECHANICAL WORK SCOPE. 6. CONTROLS CONTRACTOR SHALL COORDINATE WITH SCHOOL IT DEPARTMENT TO ESTABLISH GATEWAY FOR REMOTE ACCESS TO BAS BY AUTHORIZED USERS.
AutoCAD SHX Text
%%UPROJECT NOTES:
AutoCAD SHX Text
SMOKE DETECTOR (DUCT MOUNTED)
AutoCAD SHX Text
SD
AutoCAD SHX Text
SPEED CONTROL
AutoCAD SHX Text
M-001
AutoCAD SHX Text
DRAWING INDEX
AutoCAD SHX Text
COVER SHEET
AutoCAD SHX Text
M-002
AutoCAD SHX Text
MECHANICAL NOTES AND LEGEND
AutoCAD SHX Text
M-003
AutoCAD SHX Text
PROJECT SPECIFICATIONS
AutoCAD SHX Text
M-200
AutoCAD SHX Text
CONTROLS DIAGRAM - HOT WATER SYSTEM
AutoCAD SHX Text
M-201
AutoCAD SHX Text
CONTROLS DIAGRAM - CONDENSER WATER SYSTEM
AutoCAD SHX Text
M-202
AutoCAD SHX Text
CONTROLS DIAGRAM - ROOFTOP UNITS & EXHAUST FANS
AutoCAD SHX Text
7. CONTRACTOR SHALL REFER TO COMMISSIONING SPECIFICATION (SECTION 230800) TO UNDERSTAND ALL REQUIREMENTS. CONTRACTOR SHALL INCLUDE IN HIS BASE BID ALL LABOR ASSOCIATED WITH FULL COMMISSIONING OF HVAC SYSTEMS DEPICTED IN THESE DOCUMENTS. COMMISSIONING EXERCISE SHALL TAKE PLACE IN TWO PHASES ("SUMMER" AND "WINTER") TO ENSURE THAT ALL CENTRAL PLANT AND UNITARY EQUIPMENT IS ONLINE AND AVAILABLE TO BE TESTED AND EXERCISED. CONTRACTOR SHALL CAREFULLY COORDINATE WITH OWNER PRIOR TO TAKING EQUIPMENT OFFLINE FOR COMMISSIONING. CONTRACTOR SHALL OPERATE UNDER THE GUIDANCE AND SUPERVISION OF THE COMMISSIONING AUTHORITY (CA). 8. DURING SUMMER RECESS, CONTRACTOR WILL BE GIVEN 10 WEEKS WITH WHICH TO WORK WITH LITTLE OR NO ACCESS LIMITATIONS INSIDE THE BUILDING. IF CONTRACTOR DETERMINES THAT OVERTIME LABOR WILL BE NECESSARY IN ORDER TO COMPLETE INSTALLATION, THESE COSTS SHALL BE INCLUDED IN BASE BID.
AutoCAD SHX Text
THE PRIMARY INTENT OF THIS PROJECT IS TO REPLACE THE EXISTING HVAC CONTROL SYSTEMS WITH A UNIFIED OPEN, NON-PROPRIETARY PLATFORM. THE SECONDARY OBJECTIVE IS TO PROVIDE A SINGLE USER INTERFACE THROUGH WHICH ALL FLOOR PLANS, EQUIPMENT GRAPHICS, AND SETPOINTS CAN BE ACCESSED AND MANAGED. GREAT CARE HAS BEEN APPLIED TO THESE DOCUMENTS TO ACCURATELY DEPICT EXISTING EQUIPMENT AND CONTROLS CONFIGURATIONS. CONTRACTOR SHALL STUDY THESE CONDITIONS IN ORDER TO FAMILIARIZE HIMSELF WITH THE UNIQUE CONDITIONS CONTAINED HEREIN FOR BIDDING AND INSTALLATION PURPOSES. EXISTING NETWORK LEVEL CONTROLLERS WILL BE REMOVED AND REPLACED WITH NEW. FIELD CONTROLLERS SHALL BE RETAINED OR REPLACED AS DESCRIBED UNDER "EXISTING NEWTORK & FIELD LEVEL CONTROLS" SECTION ON THIS SHEET. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL HARDWARE, TERMINATIONS, AND WIRING ASSOCIATED WITH THIS WORK. IT IS THE INTENT OF THIS PROJECT TO FURNISH AND INSTALL NEW END DEVICES (SENSORS, SWITCHES, ETC.) TO REPLACE EXISTING. REFER TO DEVICE MATRIX FOR ADDITIONAL INFORMATION. DURING CONSTRUCTION, CONTROLS CONTRACTOR SHALL MEET WITH OWNER AND DESIGN ENGINEER TO DISCUSS THE DETAILS OF THE GRAPHICAL USER INTERFACE. THIS MEETING SHALL BE AN OPPORTUNITY FOR THE OWNER(S) TO EXPRESS THEIR DESIRES AND CUSTOMIZE THE INTERFACE TO SUIT THEIR SPECIFIC NEEDS. ANY CONTRACTOR QUESTIONS REGARDING INTEGRATION OF REMOTE WEB ACCESS TO CLIENT'S NETWORK SHOULD BE ADDRESSED IN THIS MEETING. ADDITIONAL COORDINATION SUCH AS PRIORITIZATION AND ROUTING OF ALL ALARMS SHOULD BE ADDRESSED AS WELL.
AutoCAD SHX Text
%%UPROJECT DESCRIPTION
AutoCAD SHX Text
SR
AutoCAD SHX Text
SPEED REFERENCE
AutoCAD SHX Text
DF
AutoCAD SHX Text
DRIVE FAULT
AutoCAD SHX Text
CONDENSER WATER RETURN
AutoCAD SHX Text
CWR
AutoCAD SHX Text
CARBON DIOXIDE LEVEL SENSOR
AutoCAD SHX Text
C02
AutoCAD SHX Text
WSHP
AutoCAD SHX Text
WATER SOURCE HEAT PUMP
AutoCAD SHX Text
9. DURING BID LEVELING AND SCOPE REVIEW, CONTRACTOR SHALL PROVIDE A LIVE DEMONSTRATION OF A SAMPLE OPERATION HVAC CONTROL SYSTEM WHICH THEY INSTALLED. DEMONSTRATION SAMPLE SHALL BE LOCATED NO MORE THAN 100 MILES FROM PROJECT SITE WITH INSTALLATION HAVING TAKEN PLACE IN PAST 3 YEARS. 10. DURING COMMISSIONING PHASE, CONTRACTOR SHALL SET UP TEMPERATURE TRENDS FOR A MINIMUM OF 5 ZONES THROUGHOUT THE SCHOOL. TRENDS SHALL BE FOR 7-DAY PERIOD WITH DAYS OF WEEK ON X-AXIS AND TEMP/RH ON Y-AXIS. TRENDING PERIOD SHALL BE FOR FOUR CONSECUTIVE WEEKS. TRENDS (IN COLOR) SHALL BE SUBMITTED ELECTRONICALLY TO DESIGN ENGINEER FOR REVIEW AND APPROVAL PRIOR TO PROJECT CLOSEOUT.
AutoCAD SHX Text
(NEW UNLESS OTHERWISE NOTED)
AutoCAD SHX Text
CO2 SENSOR, IN DUCT
AutoCAD SHX Text
PRESSURE TRANSDUCER, IN DUCT
AutoCAD SHX Text
X
AutoCAD SHX Text
SMOKE DETECTOR, IN DUCT
AutoCAD SHX Text
X
AutoCAD SHX Text
X
AutoCAD SHX Text
X
AutoCAD SHX Text
X
AutoCAD SHX Text
AIR DAMPER ACTUATOR (TOILET FANS)
AutoCAD SHX Text
X
AutoCAD SHX Text
CURRENT SWITCH (RUN INDICATOR)
AutoCAD SHX Text
X
AutoCAD SHX Text
GLYCOL REFRACTOMETER
AutoCAD SHX Text
X
AutoCAD SHX Text
UV
AutoCAD SHX Text
UNIT VENTILATOR
AutoCAD SHX Text
CONTRACTOR SHALL REPLACE EXISTING 'LGR' NETWORK PANEL BY AUTOMATED LOGIC WITH NEW JACE. REUSE EXISTING ENCLOSURE IF POSSIBLE. PROVIDE NEW WEB-BASED USER INTERFACE FEATURING DYNAMIC GRPAHICS FOR ALL EQUIPMENT, THERMAL FLOOR PLANS, ALARM CONSOLE, SCHEDULING PAGE, AND TREND DATA. REFER TO SPEC SECTION 230900 FOR ADDITIONAL INFORMATION. EXISTING WSHP CONTROLS (FIELD LEVEL) BASE SCOPE SHALL INCLUDE INTEGRATION OF EXISTING TRANE TRACER ZN510 CONTROLS INTO BAS. CONTRACTOR SHALL EXPECT THAT 'LON' LANGUAGE IS BEING UTILIZED AND PROVIDE ANY NECESSARY TRANSLATION NEEDED TO CONVERT TO BACNET/IP. IN THE EVENT THAT INTEGRATION IS NOT POSSIBLE DUE TO PROPRIETARY "CLOSED" LANGUAGE, CONTRACTOR SHALL PROVIDE UNIT PRICE TO FURNISH AND INSTALL NEW FIELD CONTROLLER AT WSHP. UNIT PRICE SHALL INCLUDE NEW THERMOSTAT MOUNTED DIRECTLY ON WSHP WALL ENCLOSURE. EXISTING EQUIPMENT CONTROLS (FIELD LEVEL) BASE SCOPE SHALL INCLUDE NEW DDC CONTROLLERS FOR ALL EXISTING HVAC EQUIPMENT INCLUDING AIR HANDLERS, ROOFTOP UNITS, BOILERS, UNIT VENTILATORS, FANS, AND PUMPS. REPLACE EXISTING CONTROLLERS AND TERMINATE EXISTING LOW-VOLTAGE WIRING AS REQUIRED. IN CASES WHERE EQUIPMENT IS EQUIPPED WITH EXISTING FACTORY MICR0PROCESSOR CONTROLS (BOILERS, WSHPs, COOLING TOWER) CONTRACTOR SHALL BE RESPONSIBLE FOR "PULLING IN" ALL FACTORY POINTS AND ALARMS AND DISPLAYING SUCH INFORMATION AND GRAPHICS AT USER INTERFACE.
AutoCAD SHX Text
%%UEXISTING NETWORK & FIELD LEVEL CONTROLS
AutoCAD SHX Text
VARIABLE FREQUENCY DRIVE (CONDENSER WATER PUMP)
AutoCAD SHX Text
X
AutoCAD SHX Text
M-100
AutoCAD SHX Text
FIRST FLOOR PLAN SOUTH
AutoCAD SHX Text
M-101
AutoCAD SHX Text
FIRST FLOOR PLAN NORTH
AutoCAD SHX Text
M-102
AutoCAD SHX Text
SECOND FLOOR PLAN SOUTH
AutoCAD SHX Text
M-103
AutoCAD SHX Text
SECOND FLOOR PLAN NORTH
AutoCAD SHX Text
M-104
AutoCAD SHX Text
PARTIAL ROOF PLAN
AutoCAD SHX Text
TEMPERATURE SENSOR, SPACE (COOLING)
AutoCAD SHX Text
X
AutoCAD SHX Text
ALTERNATE #1: DUCTLESS SPLIT COOLING SYSTEMS SERVING GYM CONTRACTOR SHALL PROVIDE, AS A SEPARATE LINE ITEM IN HIS BASE BID, A PRICE TO INTEGRATE (7) EXISTING FUJITSU DUCTLESS SPLIT SYSTEMS INTO BAS. INTEGRATION SHALL PERMIT START/STOP AND SCHEDULING OF ALL EQUIPMENT VIA GRAPHICAL USER INTERFACE.
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002

PROJECT SPECIFICATIONS

M-003

MECHANICAL SPECIFICATIONS

5/11/18

AS NOTED

RS

RS

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

AutoCAD SHX Text
1-1 GENERAL REQUIREMENTS
AutoCAD SHX Text
CONTRACTOR SHALL REFER TO PROJECT MANUAL AND BOOK SPECIFICATIONS WHICH ACCOMPANY THE DRAWING SHEETS. CONTRACTOR SHALL BECOME THOROUGHLY ACQUAINTED WlTH ITS CONTENTS AS TO REQUIREMENTS MAY AFFECT THlS DlVlSlON OR SECTION. THE ITS CONTENTS AS TO REQUIREMENTS MAY AFFECT THlS DlVlSlON OR SECTION. THE CONTENTS AS TO REQUIREMENTS MAY AFFECT THlS DlVlSlON OR SECTION. THE WORK REQUIRED UNDER THlS SECTION INCLUDES MATERIAL, EQUIPMENT, APPLIANCES, TRANSPORTATION, SERVICES, AND LABOR REQUIRED FOR COMPLETION OF THE ENTIRE SYSTEM AS REQUIRED BY THE DRAWINGS AND SPECIFICATIONS. THE SPECIFICATIONS AND DRAWINGS FOR THE PROJECT ARE COMPLEMENTARY, AND PORTIONS OF THE WORK DESCRIBED IN ONE, SHALL BE PROVIDED AS IF DESCRIBED IN BOTH. IN THE EVENT OF DISCREPANCIES, NOTIFY THE ENGINEER AND REQUEST CLARIFICATION PRlOR TO PROCEEDING WITH THE WORK INVOLVED.
AutoCAD SHX Text
1-2 PRE-BID SlTE VlSIT
AutoCAD SHX Text
PRlOR TO SUBMITTING BID, VISIT THE SlTE OF THE PROPOSED WORK AND BECOME FULLY INFORMED AS TO THE CONDITIONS UNDER WHlCH THE WORK IS TO BE DONE. FAILURE TO DO SO IS NOT CONSIDERED SUFFICIENT JUSTIFICATION TO REQUEST OR OBTAIN EXTRA COMPENSATION OVER AND ABOVE THE CONTRACT PRICE.
AutoCAD SHX Text
1-3 MATERIAL AND WORKMANSHIP
AutoCAD SHX Text
PROVIDE NEW MATERIAL, EQUIPMENT, AND APPARATUS UNDER THlS CONTRACT UNLESS OTHERWISE STATED HEREIN, OF BEST QUALITY NORMALLY USED FOR THE PURPOSE IN GOOD COMMERCIAL PRACTICE. AND FREE FROM DEFECTS. MODEL NUMBERS LISTED IN THE SPECIFICATIONS OR SHOWN ON THE DRAWINGS ARE NOT NECESSARILY INTENDED TO DESIGNATE THE REQUIRED TRIM, WRITTEN DESCRIPTIONS OF THE TRlM GOVERN MODEL NUMBERS. WORK PERFORMED UNDER THIS CONTRACT SHALL RESULT IN A NEAT AND "WORKMANLIKE" APPEARANCE WHEN COMPLETED, TO THE SATISFACTION OF THE ARCHITECT AND ENGINEER. WORKMANSHIP SHALL BE THE FINEST POSSIBLE BY EXPERIENCED MECHANICS. INSTALLATIONS SHALL COMPLY WlTH APPLICABLE CODES AND LAWS. THE COMPLETE INSTALLATION SHALL FUNCTION AS DESIGNED AND INTENDED WITH RESPECT TO EFFICIENCY, CAPACITY, NOlSE LEVEL, ETC. ABNORMAL NOlSE CAUSED BY RATTLING EQUIPMENT, PIPING, DUCTS, AIR DEVICES, AND SQUEAKS IN ROTATING COMPONENTS WlLL NOT BE ACCEPTABLE. IN GENERAL, MATERIALS AND EQUIPMENT SHALL BE OF COMMERCIAL SPECIFICATION GRADE IN QUALITY. LIGHT DUTY AND RESIDENTIAL TYPE EQUIPMENT WILL NOT BE ACCEPTED. REMOVE FROM THE PREMISES WASTE MATERIAL PRESENT AS A RESULT OF WORK, INCLUDING CARTONS, CRATING, PAPER, STICKERS, AND/OR EXCAVATION MATERIAL NOT USED IN BACKFILLING, ETC. CLEAN EQUIPMENT INSTALLED UNDER THlS CONTRACT TO PRESENT A NEAT AND CLEAN INSTALLATION AT THE TERMlNATlON OF THE WORK. REPAIR OR REPLACE PUBLIC AND PRIVATE PROPERTY DAMAGED AS A RESULT OF WORK PERFORMED UNDER THIS CONTRACT TO THE SATISFACTION OF AUTHORITIES AND REGULATIONS HAVING JURISDICTION.
AutoCAD SHX Text
1-4 COORDINATION
AutoCAD SHX Text
COORDINATE WORK WlTH OTHER TRADES SO THAT THE VARIOUS COMPONENTS OF THE SYSTEMS WlLL BE INSTALLED AT THE PROPER TIME. WlLL FIT THE AVAILABLE SPACE, AND WlLL ALLOW PROPER SEWICE ACCESS TO THOSE ITEMS REQUIRING MAINTENANCE. COMPONENTS WHlCH ARE INSTALLED WITHOUT REGARD TO THE ABOVE SHALL BE RELOCATED AT NO ADDITIONAL COST TO THE OWNER. UNLESS OTHERWISE INDICATED, THE GENERAL CONTRACTOR WlLL PROVIDE CHASES AND OPENINGS IN BUILDING CONSTRUCTION REQUIRED FOR INSTALLATION OF THE SYSTEMS SPECIFIED HEREIN. CONTRACTOR SHALL FURNISH THE GENERAL CONTRACTOR WITH INFORMATION WHERE CHASES AND OPENINGS ARE REQUIRED. KEEP INFORMED AS TO THE WORK OF OTHER TRADES ENGAGED IN THE CONSTRUCTION OF THE PROJECT, AND EXECUTE WORK IN A MANNER AS TO NOT INTERFERE WlTH OR DELAY THE WORK OF OTHER TRADES. FIGURED DIMENSIONS SHALL BE TAKEN IN PREFERENCE TO SCALE DIMENSIONS. CONTRACTOR SHALL TAKE HIS OWN MEASUREMENTS AT THE BUILDING, AS VARIATIONS MAY OCCUR. CONTRACTOR WlLL BE HELD RESPONSIBLE FOR ERRORS THAT COULD HAVE BEEN AVOIDED BY PROPER CHECKING AND INSPECTION. PROVIDE MATERIALS WITH TRIM THAT WILL PROPERLY FIT THE TYPES OF CEILING, WALL, OR FLOOR FINISHES ACTUALLY INSTALLED. MODEL NUMBERS LISTED IN THE SPECIFICATIONS OR SHOWN ON THE DRAWINGS ARE NOT INTENDED TO DESIGNATE THE REQUIRED TRIM.
AutoCAD SHX Text
1-5 ORDINANCES AND CODES
AutoCAD SHX Text
WORK PERFORMED UNDER THIS CONTRACT SHALL, AT A MINIMUM. BE IN CONFORMANCE WlTH APPLICABLE NATIONAL, STATE AND LOCAL CODES HAVING JURISDICTION. EQUIPMENT FURNISHED AND ASSOCIATED INSTALLATION WORK PERFORMED UNDER THlS CONTRACT SHALL BE IN STRICT COMPLIANCE WlTH CURRENT APPLICABLE CODES ADOPTED BY THE LOCAL AHJ INCLUDING ANY AMENDMENTS AND STANDARDS AS SET FORTH BY THE NATIONAL FIRE PROTECTION ASSOCIATION (NFPA), UNDERWRITERS LABORATORIES (UL), OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA), AMERICAN SOCIETY OF MECHANICAL ENGINEERS (ASME), AMERICAN SOCIETY OF HEATING, REFRIGERATION, AND AIR CONDITIONING ENGINEERS (ASHRAE). AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI), AMERICAN SOCIETY OF TESTING MATERIALS (ASTM) AND OTHER NATIONAL STANDARDS AND CODES WHERE APPLICABLE. WHERE THE CONTRACT DOCUMENTS EXCEED THE REQUIREMENTS OF THE REFERENCED CODES, STANDARDS, ETC., THE CONTRACT DOCUMENTS SHALL TAKE PRECEDENCE. PROCURE AND PAY FOR PERMITS AND LICENSES REQUIRED FOR THE ACCOMPLISHMENT OF THE WORK HEREIN DESCRIBED. WHERE REQUIRED. OBTAIN. PAY FOR AND FURNISH CERTIFICATES OF INSPECTION TO OWNER. CONTRACTOR WlLL BE HELD RESPONSIBLE FOR VIOLATIONS OF THE LAW.
AutoCAD SHX Text
1-7 SUBSTITUTIONS
AutoCAD SHX Text
THE BASE BID SHALL INCLUDE ONLY THE PRODUCTS FROM MANUFACTURERS SPECIFICALLY NAMED IN THE DRAWINGS AND SPECIFICATIONS. NO SUBSTITUTION WlLL BE CONSIDERED PRlOR TO RECEIPT OF BIDS UNLESS WRlTTEN REQUEST FOR APPROVAL TO BID HAS BEEN RECEIVED BY THE ENGINEER AT LEAST TEN CALENDAR DAYS PRlOR TO THE DATE FOR RECEIPT OF BIDS. EACH SUCH REQUEST SHALL INCLUDE THE NAME OF THE MATERIAL OR EQUIPMENT FOR WHlCH IT IS TO BE SUBSTITUTED AND A COMPLETE DESCRIPTION OF THE PROPOSED SUBSTITUTE INCLUDING DRAWINGS, CUTS, PERFORMANCE AND TEST DATA, AND OTHER INFORMATION NECESSARY FOR AN EVALUATION. A STATEMENT SETTlNG FORTH CHANGES IN OTHER MATERIALS, EQUIPMENT OR OTHER WORK THAT INCORPORATION OF THE SUBSTITUTE WOULD REQUIRE SHALL BE INCLUDED. THE BURDEN OF PROOF OF THE MERIT OF THE PROPOSED SUBSTITUTE IS UPON THE PROPOSER. THE ENGINEER'S DECISION OF APPROVAL OR DISAPPROVAL TO BID OF A PROPOSED SUBSTITUTION SHALL BE FINAL. THE TERMS "APPROVED," "APPROVED EQUAL," OR "EQUAL", REFER TO APPROVAL BY THE ENGINEER AS AN ACCEPTABLE ALTERNATE BID. NO SUBSTITUTIONS WlLL BE CONSIDERED THAT ARE NOT BID AS AN ALTERNATE. NO MATERIAL SUBSTITUTIONS SHALL BE CONSIDERED FOR APPROVAL PRlOR TO AWARD OF CONTRACT COORDINATE AND VERIFY WlTH OTHER TRADES WHETHER OR NOT THE SUBSTITUTED EQUIPMENT CAN BE INSTALLED AS SHOWN ON THE CONSTRUCTION DRAWINGS WITHOUT MODIFICATION TO ASSOCIATED SYSTEMS OR ARCHITECTURAL OR ENGINEERING DESIGN. INCLUDE ADDITIONAL COSTS FOR ARCHITECTURAL AND ENGINEERING DESIGN FEES IN BID IF DRAWING MODIFICATIONS ARE REQUIRED BECAUSE OF SUBSTITUTED EQUIPMENT.
AutoCAD SHX Text
1-9 OPERATION AND MAINTENANCE INSTRUCTIONS OPERATION AND MAINTENANCE INSTRUCTIONS
AutoCAD SHX Text
DURING THE COURSE OF CONSTRUCTION, COLLECT AND COMPILE A COMPLETE BROCHURE OF EQUIPMENT FURNISHED AND INSTALLED ON THlS PROJECT. INCLUDE OPERATIONAL AND MAINTENANCE INSTRUCTIONS. MANUFACTURER'S CATALOG SHEETS. WlRlNG DIAGRAMS, PARTS LISTS, APPROVED SHOP DRAWINGS, AND DESCRIPTIVE LITERATURE AS FURNISHED BY THE EQUIPMENT MANUFACTURER. INCLUDE AN INSIDE COVER SHEET THAT LISTS THE PROJECT NAME, DATE, OWNER, ARCHITECT, CONSULTING ENGINEER, GENERAL CONTRACTOR, SUB-CONTRACTOR, AND AN INDEX OF CONTENTS. SUBMIT THREE COPIES OF LITERATURE BOUND IN APPROVED BINDERS TO THE ARCHITECT AT THE TERMINATION OF THE WORK. PAPER CLIPS, STAPLES, RUBBER BANDS. AND MAILING ENVELOPES ARE NOT CONSIDERED APPROVED BINDERS. FlNAL APPROVAL OF MECHANICAL SYSTEMS INSTALLED UNDER THlS CONTRACT WlLL BE WITHHELD UNTIL THlS EQUIPMENT BROCHURE IS RECEIVED AND DEEMED COMPLETE BY THE ARCHITECT AND ENGINEER. INSTRUCT WORKMEN TO SAVE REQUIRED LITERATURE SHIPPED WlTH THE EQUIPMENT ITSELF, FOR INCLUSION IN THlS BROCHURE. PROVIDE "AS-BUILT" DRAWINGS UPON COMPLETION OF INSTALLATION.
AutoCAD SHX Text
1-11 ACCESS DOORS
AutoCAD SHX Text
PROVIDE ACCESS DOORS IN CEILINGS, WALLS. ETC. WHERE INDICATED OR REQUIRED FOR ACCESS OR MAINTENANCE TO CONCEALED VALVES AND EQUIPMENT INSTALLED UNDER THlS SECTION. PROVIDE CONCEALED HINGES, SCREWDRIVER-TYPE LOCK, ANCHOR STRAPS; MANUFACTURED BY TITUS OR EQUAL. OBTAIN ARCHITECT'S APPROVAL OF TYPE, SIZE, LOCATION, AND COLOR BEFORE ORDERING.
AutoCAD SHX Text
1-12 PENETRATIONS
AutoCAD SHX Text
SEAL MECHANICAL FLOOR, EXTERIOR WALL AND ROOF PENETRATIONS WATERTIGHT AND WEATHERTIGHT. SEAL AROUND MECHANICAL PENETRATIONS WlTH 3M CP-25 FlRE BARRIER CAULK (THICKNESS AS REQUIRED AND RECOMMENDED BY MANUFACTURER) TO MAINTAIN FlRE RESISTANCE RATING OF FIRE-RATED ASSEMBLIES.
AutoCAD SHX Text
1-13 ELECTRICAL WIRING
AutoCAD SHX Text
LlNE VOLTAGE WlRlNG SHALL BE PROVIDED BY DlVlSlON 16. LlNE VOLTAGE CONTROL AND INTERLOCK WlRlNG FOR MECHANICAL SYSTEMS SHALL ALSO BE PROVIDED BY DlVlSlON 16 CONTRACTOR. LOW VOLTAGE CONTROL WlRlNG AND CONDUIT SHALL BE PROVIDED BY THE DIVISION 15 CONTRACTOR. FURNISH WlRlNG DIAGRAMS TO THE DlVlSlON 16 CONTRACTOR AS REQUIRED FOR PROPER EQUIPMENT HOOKUP. COORDINATE WlTH THE DlVlSlON 16 CONTRACTOR THE ACTUAL WlRE SIZING AMPS FOR MECHANICAL EQUIPMENT (FROM THE EQUIPMENT NAMEPLATE) TO ENSURE PROPER INSTALLATION.
AutoCAD SHX Text
1-8 SHOP DRAWINGS & SUBMITTALS
AutoCAD SHX Text
UPON BEING AWARDED A CONTRACT, SUBMIT TO THE ENGINEER FOR APPROVAL ONE ELECTRONIC COPY (PDF) OR SIX (6) HARD COPIES OF MANUFACTURER'S SHOP DRAWINGS FOR EQUIPMENT TO BE FURNISHED UNDER THIS CONTRACT, ITEMS REQUIRING COORDINATION BETWEEN CONTRACTORS AND SHEET METAL DUCTWORK FABRICATION DRAWING BEFORE SUBMITTING SHOP DRAWINGS AND MATERIAL LISTS, VERIFY THAT EQUIPMENT SUBMITTED IS MUTUALLY COMPATIBLE AND SUITABLE FOR THE INTENDED USE, AND WILL FIT THE AVAILABLE SPACE AND ALLOW AMPLE ROOM FOR MAINTENANCE. SUBMITTALS SHALL INCLUDE THE FOLLOWING: - POINT-TO-POINT WIRING DIAGRAMS FOR ALL HARDWARE - CUT SHEETS FOR ALL HARDWARE - SEQUENCES OF OPERATION FOR ALL NEW AND EXISTING EQUIPMENT THE ENGINEER'S CHECKING AND SUBSEQUENT APPROVAL OF SUCH SHOP DRAWINGS WILL NOT RELIEVE THE CONTRACTOR FROM RESPONSIBILITY FOR ERROR IN DIMENSIONS, DETAILS, SIZE OF MEMBERS, QUANTITIES, OMISSIONS OF COMPONENTS OR FITTINGS; COORDINATION OF ELECTRICAL REQUIREMENTS; OR FOR COORDINATING ITEMS WITH ACTUAL BUILDING CONDITIONS. PROCEED WITH THE PROCUREMENT AND INSTALLATION OF EQUIPMENT ONLY AFTER RECEIVING APPROVED SHOP DRAWINGS RELATIVE TO EACH ITEM. CATALOG DATA SHALL BE PROPERLY IDENTIFIED - EACH ITEM OR MODEL NUMBER SHALL BE CLEARLY MARKED AND ACCESSORIES INDICATED. LABEL THE CATALOG DATA WITH THE EQUIPMENT IDENTIFICATION ACRONYM OR NUMBER AS USED ON THE DRAWINGS AND INCLUDE PERFORMANCE CURVES, CAPACITIES, SIZES, MATERIALS, FINISHES, WIRING DIAGRAMS AND DEVIATIONS FROM SPECIFIED EQUIPMENT OR MATERIALS. MARK OUT INAPPLICABLE ITEMS. SHOP DRAWINGS WILL BE RETURNED WITHOUT REVIEW IF THE ABOVE MENTIONED REQUIREMENTS ARE NOT MET.
AutoCAD SHX Text
1-6 PROTECTION OF EQUIPMENT AND MATERIALS
AutoCAD SHX Text
STORE AND PROTECT FROM DAMAGE EQUIPMENT AND MATERIALS DELIVERED TO JOB SITE. COVER WITH WATERPROOF, TEAR-RESISTANT, HEAVY TARP OR POLYETHYLENE PLASTIC AS REQUIRED TO PROTECT FROM PLASTER, DIRT, PAINT, WATER. OR PHYSICAL DAMAGE. EQUIPMENT AND MATERIAL THAT HAS BEEN DAMAGED BY CONSTRUCTION ACTIVITIES WILL BE REJECTED, AND CONTRACTOR IS OBLIGATED TO FURNISH NEW EQUIPMENT AND MATERIAL OF A LIKE KIND. KEEP PREMISES BROOM CLEAN FROM FOREIGN MATERIAL CREATED DURING WORK PERFORMED UNDER M I S CONTRACT. PIPING, EQUIPMENT, ETC. SHALL HAVE A NEAT AND CLEAN APPEARANCE AT THE TERMlNATlON OF THE WORK. PLUG OR CAP OPEN ENDS OF DUCTWORK AND PlPlNG SYSTEMS WHILE STORED AND INSTALLED DURING CONSTRUCTION WHEN NOT IN USE TO PREVENT THE ENTRANCE OF DEBRIS INTO THE SYSTEMS.
AutoCAD SHX Text
1-10 CUTTING AND PATCHING
AutoCAD SHX Text
CONTRACTOR SHALL IDENTIFY IN HIS BID ALL NECESSARY CUTTING OF WALLS, FLOORS, CEILINGS, ETC., AS REQUIRED TO INSTALL WORK UNDER THlS SECTION.
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

FIRST FLOORPLAN - SOUTH

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

M-100.00

3/32''=1'-0''

5/11/18

AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
1ST GRADE
AutoCAD SHX Text
H.C.T.
AutoCAD SHX Text
H.C.T.
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
1ST GRADE
AutoCAD SHX Text
J.C.
AutoCAD SHX Text
CORR. #4
AutoCAD SHX Text
VEST.
AutoCAD SHX Text
KITCHEN
AutoCAD SHX Text
STOR.
AutoCAD SHX Text
SERVING
AutoCAD SHX Text
OFFICE
AutoCAD SHX Text
CAFETERIA
AutoCAD SHX Text
JAN.
AutoCAD SHX Text
CORR. #3
AutoCAD SHX Text
STORAGE
AutoCAD SHX Text
TEACH. LOUNGE
AutoCAD SHX Text
CORR. #2
AutoCAD SHX Text
STOR.
AutoCAD SHX Text
SP. ED.
AutoCAD SHX Text
TOILET RM.
AutoCAD SHX Text
FOYER
AutoCAD SHX Text
CORR. #5
AutoCAD SHX Text
CUSTODIAN
AutoCAD SHX Text
STOR/T.
AutoCAD SHX Text
KINDERGARTEN
AutoCAD SHX Text
BOYS
AutoCAD SHX Text
STOR
AutoCAD SHX Text
KINDERGARTEN
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
K/1ST GRADE
AutoCAD SHX Text
STAIR #3
AutoCAD SHX Text
VEST.
AutoCAD SHX Text
VEST.
AutoCAD SHX Text
PRACTICE RM.
AutoCAD SHX Text
STAGE
AutoCAD SHX Text
GYMNASIUM/AUDITORIUM
AutoCAD SHX Text
GYM. STOR.
AutoCAD SHX Text
CORR. #1
AutoCAD SHX Text
LOBBY
AutoCAD SHX Text
STOR
AutoCAD SHX Text
INSTRUCTOR
AutoCAD SHX Text
STAIR #2
AutoCAD SHX Text
LAV.
AutoCAD SHX Text
VEST.
AutoCAD SHX Text
STAIR #1
AutoCAD SHX Text
VEST.
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
3RD GRADE
AutoCAD SHX Text
CORR. #6
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
2ND/3RD GRADE
AutoCAD SHX Text
PRINCIPAL
AutoCAD SHX Text
OFFICE
AutoCAD SHX Text
ASST.
AutoCAD SHX Text
LAV.
AutoCAD SHX Text
CLOSET
AutoCAD SHX Text
STOR
AutoCAD SHX Text
STOR
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
2ND GRADE
AutoCAD SHX Text
RECEIVING
AutoCAD SHX Text
GIRLS
AutoCAD SHX Text
BOILER RM.
AutoCAD SHX Text
JAN.
AutoCAD SHX Text
STOR.
AutoCAD SHX Text
STOR.
AutoCAD SHX Text
VEST.
AutoCAD SHX Text
LAV.
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
2ND GRADE
AutoCAD SHX Text
HEALTH
AutoCAD SHX Text
OFFICE
AutoCAD SHX Text
VEST.
AutoCAD SHX Text
%%UFIRST FLOOR PLAN
AutoCAD SHX Text
Riverside School
AutoCAD SHX Text
0
AutoCAD SHX Text
4
AutoCAD SHX Text
8
AutoCAD SHX Text
16
AutoCAD SHX Text
32
AutoCAD SHX Text
NORTH
AutoCAD SHX Text
MATCH LINE
AutoCAD SHX Text
MATCH LINE
AutoCAD SHX Text
A
AutoCAD SHX Text
%%UKEYED NOTES
AutoCAD SHX Text
EXISTING UNIT VENTILATOR
AutoCAD SHX Text
B
AutoCAD SHX Text
EXISTING HOT WATER RADIATION
AutoCAD SHX Text
C
AutoCAD SHX Text
EXISTING WSHP (3 TONS)
AutoCAD SHX Text
D
AutoCAD SHX Text
EXISTING WSHP (2 TONS)
AutoCAD SHX Text
E
AutoCAD SHX Text
EXISTING WSHP (1 TON)
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
A
AutoCAD SHX Text
A
AutoCAD SHX Text
A
AutoCAD SHX Text
A
AutoCAD SHX Text
A
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
D
AutoCAD SHX Text
F
AutoCAD SHX Text
EXISTING WSHP (3/4 TON)
AutoCAD SHX Text
A
AutoCAD SHX Text
A
AutoCAD SHX Text
C
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
(E) HW BOILER (TYP FOR 3)
AutoCAD SHX Text
(E) HW PUMP (TYP FOR 2)
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
G
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
PNEUMATIC
AutoCAD SHX Text
B
AutoCAD SHX Text
F
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
EXIST'G NETWORK CONTROL PANEL
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
%%UKEYED NOTES
AutoCAD SHX Text
1. REFER TO BOOK (WRITTEN) SPECIFICATIONS FOR ADDITIONAL INFORMATION. 2. UNLESS OTHERWISE NOTED, ALL EQUIPMENT SHOWN ON THIS PLAN SHALL BE REGARDED AS EXISTING.
AutoCAD SHX Text
(E) HW PUMP VFD (TYP FOR 2)
AutoCAD SHX Text
C
AutoCAD SHX Text
AHU-1 (SERVING GYM) LOCATED IN PARTIAL BASEMENT AT THIS LOCATION.
AutoCAD SHX Text
G
AutoCAD SHX Text
EXISTING DUCTLESS INDOOR UNIT
AutoCAD SHX Text
G
AutoCAD SHX Text
G
AutoCAD SHX Text
G
AutoCAD SHX Text
G
AutoCAD SHX Text
G
AutoCAD SHX Text
G
AutoCAD SHX Text
G
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002

C

H

C

H

C

H

C

H

C

H

C

H

C

H

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

FIRST FLOORPLAN - NORTH

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

M-101.00

3/32''=1'-0''

5/11/18

AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
2ND GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
2ND GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
1ST GRADE
AutoCAD SHX Text
CORR. #7
AutoCAD SHX Text
STOR.
AutoCAD SHX Text
LAV.
AutoCAD SHX Text
KINDERGARTEN
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
1ST GRADE
AutoCAD SHX Text
H.C.T.
AutoCAD SHX Text
H.C.T.
AutoCAD SHX Text
KINDERGARTEN
AutoCAD SHX Text
J.C.
AutoCAD SHX Text
CORR. #8
AutoCAD SHX Text
COMP. RM
AutoCAD SHX Text
MEDIA CENTER
AutoCAD SHX Text
S/L
AutoCAD SHX Text
OFFICE
AutoCAD SHX Text
STAIR #4
AutoCAD SHX Text
VEST.
AutoCAD SHX Text
VEST.
AutoCAD SHX Text
STOR.
AutoCAD SHX Text
%%UFIRST FLOOR PLAN
AutoCAD SHX Text
Riverside School
AutoCAD SHX Text
0
AutoCAD SHX Text
4
AutoCAD SHX Text
8
AutoCAD SHX Text
16
AutoCAD SHX Text
32
AutoCAD SHX Text
NORTH
AutoCAD SHX Text
MATCH LINE
AutoCAD SHX Text
MATCH LINE
AutoCAD SHX Text
A
AutoCAD SHX Text
A
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
A
AutoCAD SHX Text
A
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
E
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
T
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
A
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
%%UKEYED NOTES
AutoCAD SHX Text
EXISTING UNIT VENTILATOR
AutoCAD SHX Text
B
AutoCAD SHX Text
EXISTING HOT WATER RADIATION
AutoCAD SHX Text
C
AutoCAD SHX Text
EXISTING WSHP (3 TONS)
AutoCAD SHX Text
D
AutoCAD SHX Text
EXISTING WSHP (2 TONS)
AutoCAD SHX Text
E
AutoCAD SHX Text
EXISTING WSHP (1 TON)
AutoCAD SHX Text
F
AutoCAD SHX Text
EXISTING WSHP (3/4 TON)
AutoCAD SHX Text
G
AutoCAD SHX Text
EXISTING DUCTLESS INDOOR UNIT
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

C

H

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

SECOND FLOORPLAN - SOUTH

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

M-102.00

3/32''=1'-0''

5/11/18

AutoCAD SHX Text
204
AutoCAD SHX Text
STORAGE
AutoCAD SHX Text
202
AutoCAD SHX Text
STORAGE
AutoCAD SHX Text
203
AutoCAD SHX Text
STAIR #1
AutoCAD SHX Text
201
AutoCAD SHX Text
STAIR #2
AutoCAD SHX Text
STAIR #3
AutoCAD SHX Text
PSYCHOLOGIST
AutoCAD SHX Text
3RD GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
JANITOR
AutoCAD SHX Text
CORR. #1
AutoCAD SHX Text
STOR.
AutoCAD SHX Text
LAV
AutoCAD SHX Text
VEST.
AutoCAD SHX Text
ESL
AutoCAD SHX Text
BOYS
AutoCAD SHX Text
VEST.
AutoCAD SHX Text
GIRLS
AutoCAD SHX Text
ART
AutoCAD SHX Text
CLOSET
AutoCAD SHX Text
STORAGE
AutoCAD SHX Text
STORAGE
AutoCAD SHX Text
CORR #2
AutoCAD SHX Text
3RD GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
3RD GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
4TH GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
4TH GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
4TH GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
5TH GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
5TH GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
5TH GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
5TH GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
%%USECOND FLOOR PLAN
AutoCAD SHX Text
Riverside School
AutoCAD SHX Text
0
AutoCAD SHX Text
4
AutoCAD SHX Text
8
AutoCAD SHX Text
16
AutoCAD SHX Text
32
AutoCAD SHX Text
NORTH
AutoCAD SHX Text
MATCH LINE
AutoCAD SHX Text
MATCH LINE
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
%%UKEYED NOTES
AutoCAD SHX Text
EXISTING UNIT VENTILATOR
AutoCAD SHX Text
B
AutoCAD SHX Text
EXISTING HOT WATER RADIATION
AutoCAD SHX Text
C
AutoCAD SHX Text
EXISTING WATER-COOLED A/C UNIT (3 TONS)
AutoCAD SHX Text
D
AutoCAD SHX Text
EXISTING WATER-COOLED A/C UNIT (2 TONS)
AutoCAD SHX Text
E
AutoCAD SHX Text
EXISTING WATER-COOLED A/C UNIT (1 TONS)
AutoCAD SHX Text
F
AutoCAD SHX Text
EXISTING WATER-COOLED A/C UNIT (0.5 TONS)
AutoCAD SHX Text
C
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
F
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
B
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

SECOND FLOORPLAN - NORTH

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

M-103.00

3/32''=1'-0''

5/11/18

AutoCAD SHX Text
STAIR #4
AutoCAD SHX Text
STOR.
AutoCAD SHX Text
CLOSET
AutoCAD SHX Text
STOR.
AutoCAD SHX Text
MUSIC
AutoCAD SHX Text
CORR #3
AutoCAD SHX Text
4TH GRADE
AutoCAD SHX Text
CLASSROOM
AutoCAD SHX Text
%%USECOND FLOOR PLAN
AutoCAD SHX Text
Riverside School
AutoCAD SHX Text
0
AutoCAD SHX Text
4
AutoCAD SHX Text
8
AutoCAD SHX Text
16
AutoCAD SHX Text
32
AutoCAD SHX Text
NORTH
AutoCAD SHX Text
MATCH LINE
AutoCAD SHX Text
MATCH LINE
AutoCAD SHX Text
C
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
D
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
T
AutoCAD SHX Text
B
AutoCAD SHX Text
A
AutoCAD SHX Text
%%UKEYED NOTES
AutoCAD SHX Text
EXISTING UNIT VENTILATOR
AutoCAD SHX Text
B
AutoCAD SHX Text
EXISTING HOT WATER RADIATION
AutoCAD SHX Text
C
AutoCAD SHX Text
EXISTING WATER-COOLED A/C UNIT (3 TONS)
AutoCAD SHX Text
D
AutoCAD SHX Text
EXISTING WATER-COOLED A/C UNIT (2 TONS)
AutoCAD SHX Text
E
AutoCAD SHX Text
EXISTING WATER-COOLED A/C UNIT (1 TONS)
AutoCAD SHX Text
F
AutoCAD SHX Text
EXISTING WATER-COOLED A/C UNIT (0.5 TONS)
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

PARTIAL ROOFPLAN

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

M-104.00

3/32''=1'-0''

5/11/18

AutoCAD SHX Text
NORTH
AutoCAD SHX Text
%%UROOF PLAN
AutoCAD SHX Text
Riverside School
AutoCAD SHX Text
0
AutoCAD SHX Text
4
AutoCAD SHX Text
8
AutoCAD SHX Text
16
AutoCAD SHX Text
32
AutoCAD SHX Text
(E) 4" CWS&R
AutoCAD SHX Text
(E) 140 TON COOLING TOWER
AutoCAD SHX Text
(E)ACCU -6
AutoCAD SHX Text
(E) RTU-2
AutoCAD SHX Text
(E) RTU-1
AutoCAD SHX Text
(E) CWP-1
AutoCAD SHX Text
(E)ACCU -7
AutoCAD SHX Text
(E)ACCU -1
AutoCAD SHX Text
(E)ACCU -2
AutoCAD SHX Text
(E)ACCU -3
AutoCAD SHX Text
(E)ACCU -4
AutoCAD SHX Text
(E)ACCU -5
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002

M-200

CONTROLS DIAGRAMHOT WATER SYSTEM

.

5/11/18

AS NOTED RS

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
%%UHOT WATER SYSTEM CONTROL DIAGRAM
AutoCAD SHX Text
%%UKEYED NOTES
AutoCAD SHX Text
VFD IS EXISTING AT THIS LOCATION VALVE AND ACTUATOR ARE EXISTING AT THIS LOCATION DAMPER AND ACTUATOR ARE EXISTING AT THIS LOCATION VERIFY WHETHER MOTORIZED VALVE IS INSTALLED AT THIS LOCATION PRESSURE SENSOR IS NEW AT THIS LOCATION
AutoCAD SHX Text
GAS
AutoCAD SHX Text
BOILER
AutoCAD SHX Text
B-1
AutoCAD SHX Text
GAS
AutoCAD SHX Text
BOILER
AutoCAD SHX Text
B-2
AutoCAD SHX Text
GAS
AutoCAD SHX Text
BOILER
AutoCAD SHX Text
B-3
AutoCAD SHX Text
M
AutoCAD SHX Text
B-1
AutoCAD SHX Text
CV
AutoCAD SHX Text
M
AutoCAD SHX Text
B-2
AutoCAD SHX Text
CV
AutoCAD SHX Text
M
AutoCAD SHX Text
B-3
AutoCAD SHX Text
CV
AutoCAD SHX Text
(E)HWP-1
AutoCAD SHX Text
VFD
AutoCAD SHX Text
SC
AutoCAD SHX Text
HWP1
AutoCAD SHX Text
S/S
AutoCAD SHX Text
HWP1
AutoCAD SHX Text
(E)HWP-2
AutoCAD SHX Text
VFD
AutoCAD SHX Text
TT
AutoCAD SHX Text
HWS
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
HWR
AutoCAD SHX Text
TT
AutoCAD SHX Text
M
AutoCAD SHX Text
CV
AutoCAD SHX Text
HWFT
AutoCAD SHX Text
HOT WATER FIN TUBE (SEE PLANS FOR QTYs)
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
H
AutoCAD SHX Text
C
AutoCAD SHX Text
LL
AutoCAD SHX Text
HOA
AutoCAD SHX Text
M
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
DPS
AutoCAD SHX Text
FA
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
CO2
AutoCAD SHX Text
CO2
AutoCAD SHX Text
MD
AutoCAD SHX Text
MD
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
M
AutoCAD SHX Text
MD
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
RF-4
AutoCAD SHX Text
SF-4
AutoCAD SHX Text
RACK
AutoCAD SHX Text
FILTER
AutoCAD SHX Text
SD
AutoCAD SHX Text
SD
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
E/A
AutoCAD SHX Text
O/A
AutoCAD SHX Text
M
AutoCAD SHX Text
H
AutoCAD SHX Text
C
AutoCAD SHX Text
CV
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
LL
AutoCAD SHX Text
TT
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
R/A
AutoCAD SHX Text
SD
AutoCAD SHX Text
SD
AutoCAD SHX Text
AC-4
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
HOA
AutoCAD SHX Text
AC-11
AutoCAD SHX Text
AC-11
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
HOA
AutoCAD SHX Text
AC-11
AutoCAD SHX Text
AC-11
AutoCAD SHX Text
UNIT VENTILATOR (SEE PLANS FOR QTYs)
AutoCAD SHX Text
NEW HOT WATER ZONE TEMP SENSOR AT ENTRANCE TO ROOM (SEE PLANS FOR QTYs)
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
RM-X
AutoCAD SHX Text
M
AutoCAD SHX Text
HWBYP
AutoCAD SHX Text
CV
AutoCAD SHX Text
A
AutoCAD SHX Text
A
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
%%UAHU-1 (GYM)
AutoCAD SHX Text
D
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
PT
AutoCAD SHX Text
HWS
AutoCAD SHX Text
TT
AutoCAD SHX Text
PT
AutoCAD SHX Text
HWR
AutoCAD SHX Text
PT
AutoCAD SHX Text
DF
AutoCAD SHX Text
HWP1
AutoCAD SHX Text
SR
AutoCAD SHX Text
HWP1
AutoCAD SHX Text
SC
AutoCAD SHX Text
HWP2
AutoCAD SHX Text
S/S
AutoCAD SHX Text
HWP2
AutoCAD SHX Text
DF
AutoCAD SHX Text
HWP2
AutoCAD SHX Text
SR
AutoCAD SHX Text
HWP2
AutoCAD SHX Text
FCP
AutoCAD SHX Text
B-1
AutoCAD SHX Text
FCP
AutoCAD SHX Text
FCP
AutoCAD SHX Text
B-2
AutoCAD SHX Text
FCP
AutoCAD SHX Text
FCP
AutoCAD SHX Text
B-3
AutoCAD SHX Text
FCP
AutoCAD SHX Text
FCP
AutoCAD SHX Text
WSHP
AutoCAD SHX Text
FCP
AutoCAD SHX Text
D
AutoCAD SHX Text
DPS
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002

M-201

CONTROLS DIAGRAM -CONDENSER WATER SYSTEM

.

5/11/18

AS NOTED RS

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

AutoCAD SHX Text
%%UCONDENSER WATER PIPING & CONTROL SCHEMATIC
AutoCAD SHX Text
NOT TO SCALE
AutoCAD SHX Text
(E) CWP-1
AutoCAD SHX Text
VFD
AutoCAD SHX Text
TDV
AutoCAD SHX Text
S/S
AutoCAD SHX Text
CWP1
AutoCAD SHX Text
SC
AutoCAD SHX Text
CWP1
AutoCAD SHX Text
TT
AutoCAD SHX Text
CWS
AutoCAD SHX Text
TT
AutoCAD SHX Text
VFD
AutoCAD SHX Text
CT-1
AutoCAD SHX Text
HOA
AutoCAD SHX Text
SPRAY
AutoCAD SHX Text
PUMP
AutoCAD SHX Text
HOA
AutoCAD SHX Text
WSHP (SEE PLANS FOR QTYs)
AutoCAD SHX Text
HOA
AutoCAD SHX Text
WSHP (SEE PLANS FOR QTYs)
AutoCAD SHX Text
ROOF
AutoCAD SHX Text
SECOND FLR
AutoCAD SHX Text
FIRST FLR
AutoCAD SHX Text
TT
AutoCAD SHX Text
CWR
AutoCAD SHX Text
TT
AutoCAD SHX Text
(E) 4" CWR
AutoCAD SHX Text
HOA
AutoCAD SHX Text
M
AutoCAD SHX Text
CV
AutoCAD SHX Text
WSHP
AutoCAD SHX Text
(E) 4" CWS
AutoCAD SHX Text
VFD
AutoCAD SHX Text
HOA
AutoCAD SHX Text
SPRAY
AutoCAD SHX Text
PUMP
AutoCAD SHX Text
VFD
AutoCAD SHX Text
HOA
AutoCAD SHX Text
SPRAY
AutoCAD SHX Text
PUMP
AutoCAD SHX Text
VFD
AutoCAD SHX Text
HOA
AutoCAD SHX Text
SPRAY
AutoCAD SHX Text
PUMP
AutoCAD SHX Text
EXISTING WSHP ZONE TEMP SENSOR (QTY 1 PER WSHP)
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
RM-X
AutoCAD SHX Text
WSHP (QTY 1 IN MEDIA CENTER)
AutoCAD SHX Text
EXISTING WSHP ZONE TEMP SENSOR (QTY 1 PER WSHP)
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
RM-X
AutoCAD SHX Text
EXISTING WSHP ZONE TEMP SENSOR
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
RM-X
AutoCAD SHX Text
GF
AutoCAD SHX Text
CW
AutoCAD SHX Text
GF
AutoCAD SHX Text
SR
AutoCAD SHX Text
CWP1
AutoCAD SHX Text
DF
AutoCAD SHX Text
CWP1
AutoCAD SHX Text
FCP
AutoCAD SHX Text
CT-1
AutoCAD SHX Text
FCP
AutoCAD SHX Text
FCP
AutoCAD SHX Text
WSHP
AutoCAD SHX Text
FCP
AutoCAD SHX Text
FCP
AutoCAD SHX Text
WSHP
AutoCAD SHX Text
FCP
AutoCAD SHX Text
FCP
AutoCAD SHX Text
WSHP
AutoCAD SHX Text
FCP
AutoCAD SHX Text
%%UKEYED NOTES
AutoCAD SHX Text
VFD IS EXISTING AT THIS LOCATION
AutoCAD SHX Text
A
AutoCAD SHX Text
A
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002

M-202

CONTROLS DIAGRAM -ROOFTOP UNITS, EXHAUST FANS,

.

5/11/18

AS NOTED RS

\DIR\DWG

BUILDING AUTOMATION SYSTEM

90 HENDRIE AVE., RIVERSIDE CT 06876RIVERSIDE SCHOOL

GR

RS

FACILITIESGROUP, INC.

LANDMARK

(203) 866-8019 Fax(203) 866-4626 TelNorwalk, CT 06855252 East Avenue

KEY PLAN

(BAS) UPGRADE

& DUCTLESS SPLIT SYSTEMS

AutoCAD SHX Text
HOA
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
TX-1
AutoCAD SHX Text
TX-1
AutoCAD SHX Text
TX-1
AutoCAD SHX Text
HOA
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
TX-2
AutoCAD SHX Text
TX-2
AutoCAD SHX Text
TX-2
AutoCAD SHX Text
%%UEQUIPMENT CONTROL SCHEMATIC
AutoCAD SHX Text
NOT TO SCALE
AutoCAD SHX Text
ROOF
AutoCAD SHX Text
SECOND FLR
AutoCAD SHX Text
FIRST FLR
AutoCAD SHX Text
S/S
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
HOA
AutoCAD SHX Text
CO2
AutoCAD SHX Text
CO2
AutoCAD SHX Text
M
AutoCAD SHX Text
MD
AutoCAD SHX Text
RTU1
AutoCAD SHX Text
RTU1
AutoCAD SHX Text
RTU1
AutoCAD SHX Text
RTU1
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
RTU1
AutoCAD SHX Text
RACK
AutoCAD SHX Text
FILTER
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
SD
AutoCAD SHX Text
SD
AutoCAD SHX Text
RTU1
AutoCAD SHX Text
O/A
AutoCAD SHX Text
R/A
AutoCAD SHX Text
SI
AutoCAD SHX Text
RTU1
AutoCAD SHX Text
M
AutoCAD SHX Text
MD
AutoCAD SHX Text
RTU1
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
COMP
AutoCAD SHX Text
COMP
AutoCAD SHX Text
HOA
AutoCAD SHX Text
RI
AutoCAD SHX Text
RTU1
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RTU1
AutoCAD SHX Text
S/S
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
HOA
AutoCAD SHX Text
CO2
AutoCAD SHX Text
CO2
AutoCAD SHX Text
M
AutoCAD SHX Text
MD
AutoCAD SHX Text
RTU2
AutoCAD SHX Text
RTU2
AutoCAD SHX Text
RTU2
AutoCAD SHX Text
RTU2
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
RTU2
AutoCAD SHX Text
RACK
AutoCAD SHX Text
FILTER
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
SD
AutoCAD SHX Text
SD
AutoCAD SHX Text
RTU2
AutoCAD SHX Text
O/A
AutoCAD SHX Text
R/A
AutoCAD SHX Text
SI
AutoCAD SHX Text
RTU2
AutoCAD SHX Text
M
AutoCAD SHX Text
MD
AutoCAD SHX Text
RTU2
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
COMP
AutoCAD SHX Text
COMP
AutoCAD SHX Text
HOA
AutoCAD SHX Text
RI
AutoCAD SHX Text
RTU2
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RTU2
AutoCAD SHX Text
EXISTING ZONE TEMP SENSOR (QTY 1 PER RTU)
AutoCAD SHX Text
TT
AutoCAD SHX Text
TT
AutoCAD SHX Text
RM-X
AutoCAD SHX Text
%%UKEYED NOTES
AutoCAD SHX Text
VALVE AND ACTUATOR ARE EXISTING AT THIS LOCATION DAMPER AND ACTUATOR ARE EXISTING AT THIS LOCATION
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
REPLACE EXISTING PNEUMATIC DAMPER ACTUATOR WITH ELECTRIC. FURNISH AND INSTALL NEW LOW-VOLTAGE WIRING AS REQUIRED.
AutoCAD SHX Text
A
AutoCAD SHX Text
M
AutoCAD SHX Text
MD
AutoCAD SHX Text
TX-2
AutoCAD SHX Text
A
AutoCAD SHX Text
M
AutoCAD SHX Text
MD
AutoCAD SHX Text
TX-1
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
C
AutoCAD SHX Text
%%URTU-1 (CAFETERIA)
AutoCAD SHX Text
%%URTU-2 (CAFETERIA)
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
ACCU-1
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
ACCU-2
AutoCAD SHX Text
ACCU-3
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
EVAP1
AutoCAD SHX Text
EVAP1
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
EVAP2
AutoCAD SHX Text
EVAP2
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
EVAP3
AutoCAD SHX Text
EVAP3
AutoCAD SHX Text
EVAP-1
AutoCAD SHX Text
EVAP-2
AutoCAD SHX Text
EVAP-3
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
ACCU-4
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
ACCU
AutoCAD SHX Text
ACCU-5
AutoCAD SHX Text
ACCU-6
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
EVAP4
AutoCAD SHX Text
EVAP4
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
EVAP5
AutoCAD SHX Text
EVAP5
AutoCAD SHX Text
S/S
AutoCAD SHX Text
RI
AutoCAD SHX Text
EVAP6
AutoCAD SHX Text
EVAP6
AutoCAD SHX Text
EVAP-4
AutoCAD SHX Text
EVAP-5
AutoCAD SHX Text
EVAP-6
AutoCAD SHX Text
PROVIDE ALTERNATE PRICE TO INTEGRATE INTO BAS. REFER TO SHEET M-002 FOR ADDITIONAL INFORMATION.
AutoCAD SHX Text
%%UDUCTLESS SPLIT SYSTEMS (GYM)
AutoCAD SHX Text
CHECKED BY:
AutoCAD SHX Text
DRAWING NUMBER:
AutoCAD SHX Text
FILE NAME:
AutoCAD SHX Text
JOB NUMBER:
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
APPROVED BY:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV
AutoCAD SHX Text
F
AutoCAD SHX Text
L
AutoCAD SHX Text
G
AutoCAD SHX Text
NO SCALE
AutoCAD SHX Text
ISSUE FOR BID
AutoCAD SHX Text
05-11-18
AutoCAD SHX Text
0
AutoCAD SHX Text
1018.002