Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Metropolitan Washington Airports Authority
PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION
PAGE 1
Metropolitan Washington Airports Authority Procurement and Contracts Dept., MA-440 1 Aviation Circle, Suite 154 Washington, DC 20001-6000
Telephone: (703) 417-8660
1A. AMENDMENT OF SOLICITATION NO. 1B. DATED
1-17-C004 October 28, 2016 2A. AMENDMENT NO. 2B. EFFECTIVE DATE
Three (003) December 5, 2016
The solicitation identified in Block 1A is amended as set forth in Block 3. Hour and date specified for receipt of offers is extended, is not extended. Offerors must acknowledge receipt of this amendment prior to the hour and dated specified in the solicitation or as amended, by
one of the following methods: (a) by completing Block 4 and returning copy of the amendment; (b) by acknowledging receipt of this amendment on the Solicitation Offer and Award Sheet, Block 13. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.
3. DESCRIPTION OF AMENDMENT Solicitation 1-17-C004 entitled “Task 02 – Central Utility Plant Modifications at Ronald Reagan Washington National Airport” is hereby amended as follows: IFB Section VII, paragraph 44, Performance of Work by the Contractor, change the words “at least forty percent (40%) of the total direct labor and at least forty percent (40%) of the total work-in-place” to read “at least thirty percent (30%) of the total direct labor and at least thirty percent (30%) of the total work-in-place”. Replace Exhibit C with the attached revised Exhibit C. See Attachment No. 1. Attachment No. 1 changes include minor revisions to the chiller specification, revisions to the chiller starter (drawings and specifications), and minor revisions in response to RFIs received during the bid period. The bid due date remains at December 08, 2016.
Except as provided herein, all terms and conditions of the document referenced in Block 1A, as heretofore changed, remain unchanged and in full force and effect. 4A. NAME AND TITLE OF OFFEROR 4B. SIGNATURE 4C. DATE
MWAA Form PR-06 (Rev. 1/2003)
Exhibit C – Revised – Amendment Three
Local Disadvantaged Business Enterprise (LDBE) Size Standards for Solicitation 1-17-C004
NAICS Code Type Of Work / Service LDBE Size Standard
236220 Commercial and Industrial Building Construction
$36.5 Million
238110 Poured Concrete Foundation & Structure Contractors
$15.0 Million
238120 Structural Steel & Precast Concrete Contractors
$15.0 Million
238210 Electrical Contractors & Other Wiring Installation Contractors
$15.0 Million
238220 Plumbing, Heating & Air- Conditioning Contractors
$15.0 Million
238910 Site Preparation Contractors $15.0 Million
For the purposes of this solicitation, only firms certified by the Metropolitan Washington Airports Authority’s LDBE Program may be utilized for LDBE participation. The directory of currently certified LDBE firms is available on the Airports Authority’s website at http://www.mwaa.com/contracting. (Click on “LDBE/DBE Directory Search”.) To be considered an LDBE, a business firm’s average annual gross receipts (AGR) or average number of employees (ANE) for the last three (3) years cannot exceed the applicable LDBE size standard. AGR or ANE of all affiliates of the firm are included when determining the firm’s eligibility for LDBE certification. Firms will only be certified as an LDBE for services or goods that they are able to provide at the time of LDBE certification and for which they do not exceed the applicable LDBE size standard, as noted above. An LDBE firm adding services or goods during the term of its certification may request the Authority’s Equal Opportunity Programs Department to amend the LDBE certification to include these new services or goods, provided the firm also meets the applicable LDBE size standards for these new services or goods. Your firm must be certified for the work you plan to perform or for the goods you plan to manufacture or supply on this contract. There may be other NAICS codes approved for this project. If this list does not include an LDBE NAICS code and size standard for work that you anticipate may be needed for this project, you must request it through the Contracting Officer. The Authority will review your request. If the NAICS code is accepted for this solicitation, the change will be formally communicated in an amendment to the solicitation. Contact the Authority’s Department of Supplier Diversity at 703-417-8625 for questions on LDBE certification requirements.
Task 02 – Central Utility Plant Modifications Ronald Reagan Washington National Airport
AMENDMENT NO. 3 ATTACHMENT NO. 1
(NOVEMBER 23, 2016)
Page 1 AMENDMENT NO. 3 ATTACHMENT NO. 1RMF No. 114019.B0
1. DESCRIPTION OF AMENDMENT:
This Addendum contains changes to the requirements of the Contract Documents and Specifications.Changes include minor revisions to the chiller specification, revisions to the chiller starter (drawings andspecifications), and minor revisions in response to RFIs during the bid period. Drawing and specificationchanges are outlined below.
2. DRAWING REVISIONS:
1. GN01.0001:
a. Update drawing index to reflect added drawing EL06.0010 and updated recent revisioncolumn.
2. GN01.0002:
a. Moved contractor van parking location and identified dumpster location.
3. ME08.0002:
a. Removed chiller control schematic to place scope under electrical contract. Refer todrawing EL06.0010 for chiller control schematic.
4. ME09.0001:
a. Added fan sound level requirements.
5. EL04.0001:
a. Removed circuits 26, 28, 30 from panelboard “L” to chiller CH-6 control panel thatcorrespond to Conduit #140, 141, and 142.
6. EL04.0002:
a. Added circuit 26 from panelboard “L” to chiller CH-6 starter at medium voltage motorcontroller MVMC-2.
7. EL06.0003:
a. Added the following to Drawing Note #2: “Refer to EL06.0010, for Schematic WiringDiagram.”
Page 2 of 2 AMENDMENT NO. 3 ATTACHMENT NO. 1RMF No. 114019.B0
8. EL06.0010:
a. Added drawing to include Chiller CH-6 Schematic Wiring Diagram under electrical scope.
9. EL09.0001:
a. Removed circuits 28, 30 from panelboard “L” and assigned breaker positions as “space”.
10. EL09.0002:
a. Removed conduits P141, P142 from cable and conduit schedule.
3. SPECIFICATION REVISIONS:
1. 007300 – SUPPLEMENTARY CONDITIONS
a. Deleted paragraph 3.11 as seen below.
3.11 WORK ADJACENT TO METRO
A. Perform all work in accordance with the Washington Metropolitan Area Transit Authority (WMATA) "Adjacent Construction Design Manual," Revision NO. 1.
B. Be responsible for obtaining any necessary permits from WMATA. Comply with WMATA regulations in connection with construction over, around, or within WMATA right-of-way.
C. A WMATA inspector will be required while the Contractor is working over, around, or within WMATA right-of-way.
2. 230913 – INSTRUMENTATION AND CONTROL DEVICES FOR HVAC
a. Added CV-231 thru CV-236 to performance chart in control valve paragraph 2.2.
3. 236416 – CENTRIFUGAL WATER CHILLERS
a. Revised evaporator and condenser tube requirements. Clarified remote mounted starterscope of work.
4. 261839 – MEDIUM-VOLTAGE MOTOR CONTROLLERS
a. Revised specification to include additional requirements for coordination with Tranechiller.
DL1501
PROJECT IDENTIFIER
VOLUME NUMBER
SCALE
DESIGNED
CHECKED
DATE
DRAWN
ACCEPTED
SUBMITTED
APPROVED
REVISIONNO. DATE
07/25/2016
OMK
LML
RMN
11/23/2017
DRAWING INDEX AND CODE ANALYSIS
GN01.0001
WWM
WMB
NONE
WWM
DL1501
PROJECT IDENTIFIER
VOLUME NUMBER
SCALE
DESIGNED
CHECKED
DATE
DRAWN
ACCEPTED
SUBMITTED
APPROVED
REVISIONNO. DATE
07/25/2016
OMK
LML
RMN
11/23/2017
CHILLER AND BOILER PLANT SITE PLAN
GN01.0002
WWM
WMB
1" = 20'-0"
WWM
DL1501
PROJECT IDENTIFIER
VOLUME NUMBER
SCALE
DESIGNED
CHECKED
DATE
DRAWN
ACCEPTED
SUBMITTED
APPROVED
REVISIONNO. DATE
07/25/2016
OMK
LML
RMN
11/23/2017
CHILLER CONTROL SCHEMATICS
ME08.0002
WWM
WMB
NONE
WWM
DL1501
PROJECT IDENTIFIER
VOLUME NUMBER
SCALE
DESIGNED
CHECKED
DATE
DRAWN
ACCEPTED
SUBMITTED
APPROVED
REVISIONNO. DATE
07/25/2016
OMK
LML
RMN
11/23/2017
MECHANICAL EQUIPMENT SCHEDULES
ME09.0001
WWM
WMB
NONE
WWM
DL1501PROJECT IDENTIFIER
VOLUME NUMBER
SCALE
DESIGNED
CHECKED
DATE
DRAWN
ACCEPTED
SUBMITTED
APPROVEDREVISIONNO. DATE
07/25/2016
OMK
LML
RMN
CHW PLANT LOWER LEVEL POWER PLAN - NEW WORK
HFM
KRS DMG
EL04.0001
CHW PLANT LOWER LEVEL POWER PLAN - NEW WORK
DRAWING NOTESGENERAL NOTES
MATCH LINE SEE SHEET EL04.0004
1/4" = 1'-0"
ELECTRICAL MEZZANINE POWER PLAN - NEW WORK
HFM
KRS XMZ
EL04.0002
ELECTRICAL MEZZANINE POWER PLAN - NEW WORK
DL1501PROJECT IDENTIFIER
VOLUME NUMBER
SCALE
DESIGNED
CHECKED
DATE
DRAWN
ACCEPTED
SUBMITTED
APPROVEDREVISIONNO. DATE
07/25/2016
OMK
LML
RMN
GENERAL NOTES DRAWING NOTES
1/4" = 1'-0"
EEL07 0003
CENTRAL PLANTSINGLE LINE DIAGRAM - NEW WORK
HFM
KRS XMZ
EL06.0003
DL1501PROJECT IDENTIFIER
VOLUME NUMBER
SCALE
DESIGNED
CHECKED
DATE
DRAWN
ACCEPTED
SUBMITTED
APPROVEDREVISIONNO. DATE
07/25/2016
OMK
LML
RMN
CENTRAL PLANT - SINGLE LINE DIAGRAM - NEW WORK
GENERAL NOTES
DRAWING NOTE
NONE
CHILLER CH-6SCHEMATIC WIRING DIAGRAM
HFM
KRS AJS
EL06.0010
DL1501PROJECT IDENTIFIER
VOLUME NUMBER
SCALE
DESIGNED
CHECKED
DATE
DRAWN
ACCEPTED
SUBMITTED
APPROVEDREVISIONNO. DATE
07/25/2016
OMK
LML
RMN
NONE
GENERAL NOTES
DRAWING NOTES
CHILLER CH-6 - SCHEMATIC WIRING DIAGRAM
MOTOR CONTROL CENTER SCHEDULE MCC-23
LIGHTING FIXTURE SCHEDULE
PANELBOARD SCHEDULE
MOTOR CONTROL CENTER MCC-23, PANELBOARDAND LIGHTING FIXTURE SCHEDULES
HFM
KRS AJS
EL09.0001
DL1501PROJECT IDENTIFIER
VOLUME NUMBER
SCALE
DESIGNED
CHECKED
DATE
DRAWN
ACCEPTED
SUBMITTED
APPROVEDREVISIONNO. DATE
07/25/2016
OMK
LML
RMN
GENERAL NOTES
NONE
CABLE AND CONDUIT SCHEDULECABLE AND CONDUIT SCHEDULE
CABLE AND CONDUIT SCHEDULE
HFM
KRS AJS
EL09.0002
DL1501PROJECT IDENTIFIER
VOLUME NUMBER
SCALE
DESIGNED
CHECKED
DATE
DRAWN
ACCEPTED
SUBMITTED
APPROVEDREVISIONNO. DATE
07/25/2016
OMK
LML
RMN
GENERAL NOTES
NONE
DRAWING NOTES
Metropolitan Washington Airports Authority
Task 02 - Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
SUPPLEMENTARY CONDITIONS 007300 - 1
SECTION 007300 — SUPPLEMENTARY CONDITIONS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Contract Provisions, Special Provisions, and other Division 01 Specification
Sections, apply to this Section.
1.2 SUMMARY
A. The articles and paragraphs of this Section represent supplements or additions to the
Contract Provisions or the Special Provisions. The requirements of this section are the sole
responsibility of the Contractor. No additional payment will be made to the Contractor to
fulfill these requirements.
1.3 WORK UNDER OTHER CONTRACTS
A. During the period of this Project, the Authority anticipates that other construction contracts
may be underway at or near the site of work of this Contract. A list of adjacent construction
activities follows:
1. Modify DFS Building at DCA
2. TO #4 – Hangars 2, 3, & 4 Alteration & Fit-Out
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.1 PERMITTING
A. Comply with all requirements set forth in the Authority's “Building Codes Manual”. This
manual describes Building Codes organization, Building Code inspection process, and
Certificate of Occupancy requirements.. The Authority will file for and provide the
construction permit.
3.2 MAINTENANCE OF PEDESTRIAN AND VEHICULAR TRAFFIC
A. Maintain adequate pedestrian and vehicular traffic flow and safety along the service roads,
sidewalks, parking lots and other roadways on Airport property. In addition, this requirement
applies to crossroads, approaches, and entrances affected by or made necessary by the Work.
Coordinate activities throughout the project in a manner that allows emergency access,
Metropolitan Washington Airports Authority
Task 02 - Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
SUPPLEMENTARY CONDITIONS 007300 - 2
without delays to emergency response vehicles, to all areas of the Project that are occupied
by employees.
B. Prior to starting construction operations affecting pedestrian, vehicular, or aircraft traffic
movement, submit and obtain the COTR's written approval of a Traffic Maintenance Plan.
Develop plan in accordance with the safety requirements of the FAA, Airport Operations,
and the Commonwealth of Virginia Department of Transportation’s “Manual of Uniform
Traffic Control Devices”. Utilize the form indicated in the latest edition of the Virginia
Department of Transportation’s “Virginia Work Area Protection Manual – Standards and
Guidelines”.
C. Provide and maintain temporary signage, "Jersey barriers," and such other traffic control
devices or personnel as required complying with approved Traffic Maintenance Plan.
D. Maintain the construction operations affecting pedestrian, vehicular, or aircraft traffic
movement from the beginning of construction operations until final acceptance of the
project. The maintenance shall constitute continuous and effective work prosecuted day by
day with adequate equipment and forces to the end of project to ensure that roadways and
structures are maintained in satisfactory condition at all times, including barricades and
warning signs as necessary for performance of the work.
E. Keep the portions of the project being used by public, pedestrian, and vehicular traffic,
whether it is through or local traffic, in such condition that traffic will be adequately
accommodated. Remove snow and control all ice within the project boundaries. Removal
of snow and ice for the benefit of the traveling public will be performed by the Authority.
Bear all cost of maintenance work during construction and before the project receives a
Certificate of Occupancy for constructing and maintaining approaches, crossings,
intersections and other features as may be necessary.
F. Keep the portions of the road surfaces being used by the public free from irregularities,
obstructions, mud, dirt, snow, ice, and any characteristic that might present a hazard or
annoyance to traffic in such condition that traffic will be adequately accommodated.
Maintain a vacuum/sweeper and flusher truck at the site at all times to clean roadway and
aircraft surfaces affected by construction traffic at the request of Airport Operations or the
COTR. ̀
3.3 ENVIRONMENTAL PROTECTION
A. Comply with all Federal, state and local laws and regulations controlling pollution of the
environment. Take necessary precautions to prevent pollution of streams, rivers, lakes,
ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to
prevent pollution of the atmosphere from particulate and gaseous matter.
B. Notify COTR immediately in the event that abnormalities, discolorations, odors, oil, or other
signs of potential contamination by hazardous materials are encountered during excavation
or other construction activities. Follow with written notice within 24 hours, indicating date,
time, and location of potential contaminants encountered. The COTR will provide further
direction to Contractor regarding disposition of materials encountered.
Metropolitan Washington Airports Authority
Task 02 - Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
SUPPLEMENTARY CONDITIONS 007300 - 3
C. All painted surfaces are assumed to contain lead-based paint. The Contractor shall maintain
the necessary health and safety requirements for all personnel in accordance with OSHA
regulations to work in these conditions. The removal and disposal of lead-based paint is part
of this contract.
3.4 DAMAGES AND PRE-EXISTING CONDITIONS
A. Be responsible for all damages caused by Contractor’s construction activities. Provide all
labor, materials, etc. to return any damaged areas, systems or equipment to their original
condition at no additional cost to the Authority.
B. Perform a survey of pre-existing conditions in the vicinity of Contractor’s construction
activities, utilizing photographs and other means as necessary to document existing damage
or conditions. Submit two copies of this survey to the Contracting Officer within 21
calendar days after Notice-to-Proceed. This survey will assist in resolving any damage
claims against the Contractor during and after construction.
C. Preserve all roadways, pedestrian and directional signage. Deliver all signs removed and not
required for reinstallation to the Authority as directed by the COTR.
D. Replace or repair lost or damaged signs at no cost to the Authority.
3.5 SECURITY DURING CONSTRUCTION
A. Maintain the integrity of the Airport Security fence. Maintain the integrity of doors and
walls between public areas and Air Operations Area (AOA) at all times. Comply with Title
49 Code of Federal Regulations, Parts 1500, 1540, 1542 and 1544.
B. Establish and maintain the security of Contractor’s staging areas, equipment and materials.
C. Do not park within 300 feet of a terminal building unless specifically authorized by Airport
Operations.
D. No firearms or weapons of any type are allowed on the airport.
E. No cartridge style nail guns, nor any tools that use a cartridge or any explosive charge, are
allowed without prior written notification of COTR. Obtain written approval from the COTR
before bringing such tools on the project.
F. Conform to all Orders and Instructions pertaining to vehicle inspection.
3.6 MATERIAL HAULING
A. Access and egress to and from the Airport for hauling operations shall be only on the routes
indicated on the plans. Conduct hauling operations including delivery of large loads as
indicated on the plans. Contractor is responsible for compliance with local jurisdiction off-
airport. Conduct hauling operations during the hours of 9pm and 5am.
Metropolitan Washington Airports Authority
Task 02 - Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
SUPPLEMENTARY CONDITIONS 007300 - 4
B. Bear all costs associated with establishing, maintaining, signing, lighting and marking haul
routes. These costs are considered incidental to the pay items of this Contract.
C. Use load covers on all dump trucks. Load dump trucks so that no spillage occurs during
transit on the State, municipal, or Airport roadways, taxiways, and aprons. Clean wheels of
trucks leaving the Project construction site of all soil and rocks. Provide a truck washing
rack on the Project site to minimize the tracking of soil onto paved surfaces.
D. Be responsible for the cost of the immediate cleaning of earth tracking and spills on paved
surfaces resulting from the Contractor's operations. Maintain a water truck on site if
requested by the COTR in order to effectively control dust rising from the construction
activities.
3.7 PORTABLE LIGHTING
A. Portable lighting: If used for Contractor operations, aim and shield portable lighting at all
times to eliminate glare that could impair runway, taxiway, apron, ground operations, and
Airport Traffic Control Tower operations. Equip portable lighting with reflectors and glare
shields to prevent spillover of light into operational areas.
3.8 HEIGHT LIMITATION
A. For all demolition and construction within the Airport, limit the height of Contractor's
equipment to a maximum of 14 feet, including crane, concrete pump equipment, etc. The
existing bridge by the chilled water storage tank is an arch bridge. Maximum height at center
of bridge is 14-feet, decreasing further away from center.
B. Prior to beginning any work coordinate with the COTR the height of all cranes, boom trucks,
scaffolds or similar vehicles of construction. Properly mark all construction equipment with
safety flags and warning lights in accordance with current FAA and Airport Operations
requirements. Submit FAA Form 7460, provided by COTR, for all variations on approved
crane heights.
3.9 NOISE CONTROL
A. The Authority recognizes and can tolerate a normal level of noise created by a majority of
construction activity. However, in the interest of the Authority's neighbors, the maximum
acceptable noise level between the hours of 5:00 pm and 7:00 am the following morning is
limited to 55 decibels. During daytime hours of 7:00 am through 5:00 pm, the maximum
acceptable noise level for sustained or repetitive noises is 72 decibels. Measure the noise
level using an "A" scale at a point 4'-0" above ground at property line nearest noise source.
B. Secure advance written approval from the COTR prior to scheduling any activity that is
anticipated to produce a sustained or repetitive noise level higher than the decibel limits
indicated above.
Metropolitan Washington Airports Authority
Task 02 - Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
SUPPLEMENTARY CONDITIONS 007300 - 5
C. In and around terminal facilities and buildings whose normal occupancy is from 7 a.m. to 7
p.m., perform work that causes noise that is disruptive to the airport’s tenants or the traveling
public between the hours of 11:00 pm and 5:00 am. Measure noise for this situation using
an “A” scale at a point 4’-0” above ground at the closest point to airport tenants or the
traveling public.
3.10 EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK
A. The offeror is expected to examine carefully the site of the proposed work, the proposal,
plans, specifications, solicitation provisions, contract provisions, special provisions and
contract forms before submitting a proposal. The submission of a proposal will be
considered conclusive evidence that the offeror has made such examination and is satisfied
as to the conditions to be encountered in performing the work as to the requirements of the
Contract.
PART 4 - MEASUREMENT (NOT USED)
PART 5 - PAYMENT (NOT USED)
END OF SECTION 007300
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO 3 ATTACHMENT NO. 1
November 23, 2016
INSTRUMENTATION AND CONTROL DEVICES FOR
HVAC
23 0913 - 1
SECTION 23 0913 - INSTRUMENTATION AND CONTROL DEVICES FOR HVAC
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Thermostats.
B. Control valves.
C. Input/Output Sensors:
1. Temperature transmitters.
2. Pressure transmitters.
3. Pressure switches.
1.2 REFERENCE STANDARDS
A. NEMA DC 3 - Residential Controls - Electrical Wall-Mounted Room Thermostats; 2013.
1.3 SUBMITTALS
A. See Section 01 3000 - Submittals, for submittal procedures.
B. Product Data: Provide description and engineering data for each control system
component. Include sizing as requested. Provide data for each system component and
software module.
C. Shop Drawings: Indicate complete operating data, system drawings, wiring diagrams,
and written detailed operational description of sequences. Submit schedule of valves
indicating size, flow, and pressure drop for each valve. For automatic dampers indicate
arrangement, velocities, and static pressure drops for each system.
D. Operation and Maintenance Data: Include inspection period, cleaning methods,
recommended cleaning materials, and calibration tolerances.
E. Project Record Documents: Record actual locations of control components, including
panels, thermostats, and sensors. Accurately record actual location of control
components, including panels, thermostats, and sensors.
1.4 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the Products
specified in this section with minimum three years documented experience.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
INSTRUMENTATION AND CONTROL DEVICES FOR
HVAC
23 0913 - 2
B. Installer Qualifications: Company specializing in performing the work of this section
with minimum 3 years experience approved by manufacturer.
C. Products Requiring Electrical Connection: Listed and classified by Underwriters
Laboratories Inc., as suitable for the purpose specified and indicated.
PART 2 PRODUCTS
2.1 EQUIPMENT - GENERAL
A. Products Requiring Electrical Connection: Listed and classified by Underwriters
Laboratories Inc., as suitable for the purpose specified and indicated.
2.2 CONTROL VALVES
A. Butterfly Pattern:
1. High performance style, MSS SP067; ANSI Class 150 carbon steel body
conforming to ASTM A216, with physical position indicator. Lug type, bi-
directional valves with 316 stainless steel disc; 17-4 PH stainless shaft; brass
bushings; reinforced Teflon seat; and graphite packing. Seat retainer ring to be
bolted in place with stainless steel bolts. Acceptable manufacturers and models
include: Jamesbury Model 815L, Bray, Flowseal, and Tyco/Keystone.
2. Hydronic Systems:
a. Rate for service pressure of 125 psig at 250 degrees F.
b. Size per characteristics below.
Chiller Head Pressure Control (CV-206)
Pipe Size 12-inch in, 14-inch out, Valve Size 10-inch
Units Norm Flow Min Flow
Flow Rate GPM 3450 1725
Inlet Pressure PSIG 26 63
Outlet Pressure PSIG 24 24
Required Cv F 2440 276
Travel % 80 20-25
Cooling Tower Inlet Control (CV-231 thru CV-236)
Pipe Size 12-inch in/out, Valve Size 12-inch
Units Norm Flow Shut-Off
Flow Rate GPM 3450 -
Inlet Pressure PSIG 8.5 -
Outlet Pressure PSIG 8.0 -
Required Cv F 5000 -
Travel % 100 0
B. Requirements:
1. Each valve shall have a permanently attached tag containing the stated tag number
(i.e. FCV-206) of the device with the following:
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
INSTRUMENTATION AND CONTROL DEVICES FOR
HVAC
23 0913 - 3
a. Manufacturer’s Name
b. Pressure Rating
c. Type
d. Serial Number
e. Valve Size and Type
f. Valve Action
g. Valve Travel
h. Control Signal Pressure
i. Valve Tag Number
C. Control Valve Actuators, General:
1. Actuators shall be sized to fully hold the valve against the maximum process
differential pressure and spring rate with air to the actuator. If not explicitly stated
maximum process differential pressure is to be determined at an upstream pressure
10 percent above maximum inlet pressure and the downstream pressure at
atmospheric
2. Control Valve Actuator Requirements:
a. Control valve actuators shall be provided with the control valve as an entire
package therefore keeping responsibility in the hands of the control valve
supplier. The control valve manufacturer does not have to be the
manufacturer of the actuator. Control valves shall arrive on-site with
actuators already installed on the control valves. It is the responsibility of
the control valve supplier to provide an accurately sized actuator.
b. Actuators shall be linear or rotary to suit the control valve style. Actuators
shall be directly mounted on valve bodies. No three-bar linkages should be
provided.
c. Provide actuators sized to have a continuous torque as required by the
application based on available 80 PSIG power air supply and operable
without damage up to 150 PSIG air supply.
d. Two Position Actuator (Cooling Tower Cell 6 Isolation CV-236):
1) General: All control accessories shall be provided with the valve by
the valve supplier. All accessories shall be factory assembled and
mounted on valve prior to shipment to job site. All valves and
accessories shall be factory tested to verify proper operation.
2) Actuator shall be selected by supplier based on intended duty (flow,
pressure and location).
3) Actuator shall be piston type. Maximum air supply pressure is 80
psig. Actuator orientation is vertical up.
e. Modulating Valve Actuator (Chiller Head Pressure Control CV-206):
1) General: All control accessories shall be provided with the valve by
the valve supplier. All accessories shall be factory assembled and
direct mounted to valve prior to shipment to job site. All valves and
accessories shall be factory tested to verify proper operation.
2) Actuator shall be selected by supplier based on unloaded duty, flow
pressure and location.
3) Actuator shall be diaphragm type. Maximum air supply pressure is 80
psig. Actuator orientation is vertical up.
f. Position Transmitter
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
INSTRUMENTATION AND CONTROL DEVICES FOR
HVAC
23 0913 - 4
1) Provide in accordance with the control valve or I/O schedule.
2) When located outside the building provide position transmitters
capable of operation at -40°F; Triac EY Series, or equal.
g. Position Switch (CV-236):
1) Position switch assembly shall be provided with two switches; one
with will be activated when the valve is opened; one will be actuated
when the valve is closed. Switch shall have the ability to be adjusted
so that it can be actuated at any specific intermediate position. Switch
type shall be SPDT mechanical type and rated for 10A at either
120VAC or 125VDC.
h. Visual indication on graphic screens shall be RED for closed / GREEN for
open.
i. De-clutchable Manual Override
1) Provide side declutchable manual override on all butterfly valves. It
shall consist of a manual gear actuator mounted between the actuator
and the valve. The device shall be normally disengaged from the
shaft.
D. Positioners shall be provided on all modulating actuators (CV-206):
1. Construction: Construction shall be rugged type designed for industrial
applications, with low sensitivity to vibration and shock. Electronics housing shall
be low copper aluminum with a NEMA 4X rating and painted with epoxy
polyester or polyurethane paint. Provide inlet and outlet air gages.
2. Design: The positioner shall convert a 4-20 mA DC current input signal to a
proportional range as required to operate the control valve.
3. Communication Technology and Diagnostics Package:
a. All positioners shall include Hart digital valve communicating controllers
which use feed back of the valve travel position to diagnose the position of
controller, valve and actuator and shall be used to trend valve performance
degradation. This shall be in addition to a separate direct 4-20 mA signal
for monitoring of the valve position which will be wired back to the PCS.
Communication shall allow identification tag number, device information,
and self diagnostics, and shall allow maintenance between the PCS and the
positioner. The controller shall allow loop check on-line, automatically
calibrate travel, automatically tune controller, and verify the dynamic
response to input changes. The controller shall allow tracking of current,
actuator pressure, and travel. Self diagnostic capabilities shall check valve
performance by comparing the percent signature (bench set, seat load
friction etc) against stored signatures to discover performance changes prior
to them becoming significant to affect the process. All devices required to
perform this function shall be provided. In addition, the position indication
for all valves, in terms of percent open, shall be relayed and indicated to
PCS. Provide a separate device if necessary to provide this feature.
Communication shall occur via a digital signal along the 4 to 20 mA signal
and shall not interfere with the 4 to 20 mA signal.
b. Vendor shall provide DTM's that are compatible with Rockwell Fieldcare.
4. Approved Vendors: Emerson (Fisher Rosemount), Masonielan, Samson, and
Siemens.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
INSTRUMENTATION AND CONTROL DEVICES FOR
HVAC
23 0913 - 5
E. All accessories shall be yoke-mounted .
F. Unless otherwise specified, weld-on flanges are not acceptable and all valve flange face
to face dimensions must conform to ANSI Standards.
G. All control valves shall be fully assembled with all accessories and functionally tested at
the factory. This consists of connecting air and electricity, if required, and stroking the
valve, pressurizing the control pneumatics, and checking proper operation of accessories
such as positioners, solenoid valves, bypass valves, etc.
H. All electrical accessories shall have NEMA 4 housing, minimum, unless otherwise
specified.
I. Solenoid valves, when specified, shall be rated for continuous duty, epoxy molded coil,
120 VAC operated, standard material rated for the service conditions unless otherwise
specified on the data sheet.
J. Flow direction shall be permanently shown on valve body.
K. Unless explicitly specified, the manufacturer shall select the valve trim characteristic
based on the individual service requirement for each valve.
L. Valves shall comply with the following industry standards.
1. ANSI B16.34: Valve Flanged, Threaded, and Welding Ends.
2. ANSI B16.104: Control Valve Seat leakage
3. MSS SP-68: High Pressure Offset Seat Butterfly Valves
4. API 598: Valve Inspection and Test.
5. API 609: Butterfly Valves – Lug Type and Wafer Type
M. All control valves will be equipped with a local position indicator. Visual indicator shall
be Green for closed / Red for open.
2.3 INPUT/OUTPUT SENSORS
A. Temperature Indication Transmitters: Rosemount 644 Series.
1. Provide transmitters as indicated in the contract documents suitable for use with
specified operating conditions. Temperature transmitters shall be provided
complete with sensor assembly and all required accessories. Sensor assembly and
transmitter shall be manufactured and supplied by the same entity.
a. Provide local indication.
2. Construction: Construction shall be rugged type, designed for industrial
applications with low sensitivity to vibration and shock. The electronics housing
shall be a low copper aluminum NEMA 4X enclosure. Cover O-rings shall be
Buna-N. Electrical connection shall be 1/2-inch NPT. Transmitter shall be
compatible with a variety of temperature sensors, including 2, 3, and 4 wire RTD's,
thermocouples, and other resistance and millivolt inputs.
3. Electrical Design:
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
INSTRUMENTATION AND CONTROL DEVICES FOR
HVAC
23 0913 - 6
a. The transmitter shall operate with regulated DC power of 24 volts. Current
requirements shall be a maximum of 25 mA.
b. Transmitters shall have a load resistance effect less than plus or minus 0.10
percent of span per 1,000 ohm of load.
c. Output signal shall be 4 to 20 mA with Hart protocol. Output signal shall be
analogous to temperature range.
d. Transmitter shall be equipped with a 5 digit loop powered LCD display.
Display options shall include engineering units in degrees F and milliamps.
Display accuracy shall be +/- 0.5% calibrated span.
4. Performance Specifications: Transmitter accuracy shall be minimum of +/- 0.25
deg. F including combined effects of linearity, hysteresis, and repeatability.
Stability shall remain within plus or minus 0.1 percent of span for 24 months. All
transmitters shall be factory calibrated.
5. Mounting: Provide a bracket for mounting each transmitter on a 2-inch pipe.
Bracket shall be constructed of carbon steel with carbon steel U-bolt. Bracket shall
be coated with polyurethane paint. Provide bolts and nuts for flanges and adapters.
Where approved by government transmitters can be direct mounted to sensor
assembly.
6. Tagging: Transmitter Tag No. as indicated on Data Sheets and bid documents
shall be permanently stamped on the transmitter nameplate. Tag shall permanently
be attached to the transmitter.
7. Communication Technology:
a. All temperatures supplied under this project shall have a PCS interface via
the Hart protocol. Communication shall allow identification of measured
variables, tag number, range and span settings, device interrogation and
diagnostics, and shall allow respanning, calibration and maintenance
between the PCS and the transmitter. Communication shall occur via a
digital signal along the 4 to 20 mA signal and shall not interfere with the 4
to 20 mA process signal.
b. Vendor shall provide DTM's that are compatible with Rockwell Fieldcare.
8. Sensor Assembly:
a. Sensor Type: Platinum four wire 100 ohm RTDs, by Burns or equal. RTDs
shall have a terminal block.
b. Spring Loaded Assembly
c. Sheath Material: 304SS
d. Installed length shall be selected by Contractor to suit specific line size.
e. Standard Type 304SS extension shall be provided, where required.
9. Thermowells
a. All thermowells shall be threaded tapered style.
b. Thermowell length shall be selected by Contractor such that thermowell
extends 50% into the process stream.
c. Material: 304SS
d. Provide factory certification that thermowell length will not result in
harmonic resonance at expected flow range.
10. Calibrated Span - provide sensors on the following services with the spans listed
below:
a. Chilled Water: 30 to 80F
b. Condenser Water: 30 to 120F
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
INSTRUMENTATION AND CONTROL DEVICES FOR
HVAC
23 0913 - 7
c. Space Temperature: 30 to 120F.
B. Temperature Sensors:
1. This paragraph applies to sensors not specified in the previous paragraph.
2. Temperature sensing device must be compatible with project DDC controllers.
3. Performance Characteristics:
a. RTD:
1) Room Sensor Accuracy: Plus/minus 0.50 degrees F minimum.
2) Duct Averaging Accuracy: Plus/minus 0.50 degrees F minimum.
3) All Other Accuracy: Plus/minus 0.75 degrees F minimum.
b. Temperature Transmitter:
1) Accuracy: 0.10 degree F minimum or plus/minus 0.20 percent of
span.
2) Output: 4 - 20 mA.
c. Sensing Range:
1) Provide limited range sensors if required to sense the range expected
for a respective point.
2) Use temperature transmitters in conjunction with RTD's when RTD's
are incompatible with DDC controller direct temperature input.
d. Outside Air Sensors: Watertight inlet fitting shielded from direct rays of the
sun.
e. Room Temperature Sensors:
1) Construct for surface mounting.
C. Pressure/Differential Indicating Transmitters: Rosemount 2051 Series.
1. General: Provide transmitters as indicated in the contract documents suitable for
use with specified operating conditions.
2. Construction: Construction shall be rugged type, designed for industrial
applications with low sensitivity to vibration and shock. All process wetted parts
(isolating diaphragm, drain/vent valves, process flanges and adapters) shall be 316
Stainless Steel. Wetted O-rings shall be Viton. The electronics housing shall be a
low copper aluminum NEMA 4X enclosure. Cover O-rings shall be Buna-N.
3. Electrical Design
a. The transmitter shall operate with regulated DC power of 24 volts. Current
requirements shall be maximum of 25 mA.
b. Transmitters shall have a load resistance effect less than plus or minus 0.10
percent of span per 1,000 ohm of load.
c. Output signal shall be 4 to 20 mA with Hart digital protocol. Output signal
shall be analogous to pressure or differential pressure range.
d. Transmitter housing shall have 4 digit loop powered display which indicates
process condition and units (i.e. 20 PSIG pressure.)
4. Performance Specifications:
a. Accuracy (including combined effects of linearity, hysteresis, and
repeatability) shall be as follows:
1) Differential Pressure: Within plus or minus 0.075 percent of span.
2) All other transmitters not indicated above 0.25 percent of span.
b. Linearity within plus or minus 0.1 percent calibrated span.
c. Hysteresis within plus or minus 0.005 percent of calibrated span.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
INSTRUMENTATION AND CONTROL DEVICES FOR
HVAC
23 0913 - 8
d. Repeatability within plus or minus 0.05 percent of calibrated span.
e. Drift within plus or minus 0.2 percent of upper range limit per year.
f. Calibration: All transmitters shall be factory calibrated.
5. Connections: Process connections shall be 1/2 inch NPT. Provide side drain and
vent. Electrical connection shall be 1/2 inch NPT with screw terminals and
integral test jacket.
6. Communication Technology:
a. All pressure and differential pressure transmitters supplied under this project
shall have a PCS interface via the Hart protocol. Communication shall
allow identification of measured variables, tag number, range and span
settings, device information and diagnostics and shall allow respanning
calibration and maintenance between the PCS and the transmitter. All
devices required to perform this function shall be provided. Communication
shall occur via a digital signal along the 4 to 20 mA signal and shall not
interfere with the 4 to 20 mA process signal.
b. Vendor shall provide DTM's that are compatible with Rockwell Fieldcare.
c. For HART communication tagging, PDIT’s shall be abbreviated to PDT, so
that 8 digit maximum is not exceeded.
7. Tagging: Transmitter Tag No. as indicated on contract documents shall be
permanently stamped on the transmitter nameplate. Tag shall be permanently
attached to the transmitters. In addition provide aluminum identification tag per
Division 23 Section “Mechanical Identification”.
8. Accessories: Provide three valve manifold for all differential pressure transmitters.
Manifold shall be constructed with a Type 316 stainless steel body and stem.
Hand wheel and barrel shall be Type 304SS. Packing and seals shall be Teflon.
Nominal rating of manifold shall be 3000 psi at 392 degrees F. Provide
connections required to connect test equipment for instrument calibration and
adjustment.
9. Mounting Brackets: Provide a bracket for mounting each transmitter on a 2-inch
pipe. Bracket shall be constructed of carbon steel with carbon steel U-bolt.
Bracket shall be coated with polyurethane paint. Provide bolts and nuts for flanges
and adapters.
10. Provide local indication.
D. Pressure Differential Switches (PDS):
1. Provide pressure differential switches at chiller, CHW loop pump, and condenser
water pump:
a. Setting: Set in field.
b. Type: Diaphragm with spring.
c. Material: 316SS.
d. Switch:
1) Quantity: Dual.
2) Rating: 15A, 120V
3) Enclosure: NEMA 4X.
2. Chiller 6 and CHW Loop Pump 6:
a. Range: .4-2 psid.
b. Set Point: 1 psid.
c. Signal: 120VAC.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
INSTRUMENTATION AND CONTROL DEVICES FOR
HVAC
23 0913 - 9
3. Condenser Water Pump 6:
a. Range: 2-25 psid.
b. Set Point: 5 psid.
c. Signal: 120VAC.
E. Damper Position Indication: Potentiometer mounted in enclosure with adjustable crank
arm assembly connected to damper to transmit 0 - 100 percent damper travel.
2.4 THERMOSTATS
A. Electric Room Thermostats:
1. Type: NEMA DC 3, 24 volts, with setback/setup temperature control.
2. Service: Cooling and heating.
B. Room Thermostat Accessories:
1. Insulating Bases: For thermostats located on exterior walls.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify existing conditions before starting work.
B. Verify that systems are ready to receive work.
C. Beginning of installation means installer accepts existing conditions.
D. Sequence work to ensure installation of components is complementary to installation of
similar components in other systems.
E. Coordinate installation of system components with installation of mechanical systems
equipment such as air handling units and coils.
F. Ensure installation of components is complementary to installation of similar
components.
3.2 INSTALLATION
A. Install in accordance with manufacturer's instructions.
B. Check and verify location of exposed control sensors with plans and room details before
installation. Locate 60 inches above floor. Align with lighting switches. Refer to
Section 26 2726.
C. Mount freeze protection thermostats using flanges and element holders.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
INSTRUMENTATION AND CONTROL DEVICES FOR
HVAC
23 0913 - 10
D. Provide separable sockets for liquids and flanges for air bulb elements.
E. Provide valves with position indicators and with pilot positioners where sequenced with
other controls.
F. Provide mixing dampers of opposed blade construction arranged to mix streams. Provide
pilot positioners on mixed air damper motors. Provide separate minimum outside air
damper section adjacent to return air dampers with separate damper motor.
G. Provide isolation (two position) dampers of parallel blade construction.
H. Install damper motors on outside of duct in warm areas. Do not install motors in
locations at outdoor temperatures.
I. Mount control panels adjacent to associated equipment on vibration free walls or free
standing angle iron supports. One cabinet may accommodate more than one system in
same equipment room. Provide engraved plastic nameplates for instruments and controls
inside cabinet and engraved plastic nameplates on cabinet face.
J. Install "hand/off/auto" selector switches to override automatic interlock controls when
switch is in "hand" position.
K. Provide conduit and electrical wiring in accordance with Section 26 2717. Electrical
material and installation shall be in accordance with appropriate requirements of Division
26.
PART 4 CONTRACTOR QUALITY CONTROL
4.1 CONTRACTOR QUALITY CONTROL REQUIREMENTS
A. Refer to Specification Section 014000 - Quality Requirements.
END OF SECTION
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
CENTRIFUGAL WATER CHILLERS 23 6416 - 1
SECTION 23 6416 - CENTRIFUGAL WATER CHILLERS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Chiller package.
B. Charge of refrigerant and oil.
C. Controls and control connections.
D. Chilled water connections.
E. Condenser water connections.
F. Electrical power connections.
1.2 REFERENCE STANDARDS
A. AHRI 550/590 - Performance Rating of Water-Chilling and Heat Pump Water-Heating
Packages Using the Vapor Compression Cycle; 2011.
B. ASHRAE Std 15 - Safety Standard for Refrigeration Systems; 2013.
C. ASHRAE Std 90.1 - Energy Standard for Buildings Except Low-Rise Residential
Buildings; 2013, Including All Addenda.
D. ASME BPVC-VIII-1 - Boiler and Pressure Vessel Code, Section VIII, Division 1 - Rules
for Construction of Pressure Vessels; 2015.
E. NEMA MG 1 - Motors and Generators; 2014.
F. UL 1995 - Heating and Cooling Equipment; Current Edition, Including All Revisions.
1.3 SUBMITTALS
A. See Section 01 3000 - Submittals, for submittal procedures.
B. Product Data: Provide rated capacities, weights, specialties and accessories, electrical
requirements and wiring diagrams.
C. Shop Drawings: Indicate components, assembly, dimensions, weights and loadings,
required clearances, and location and size of field connections. Indicate equipment,
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
CENTRIFUGAL WATER CHILLERS 23 6416 - 2
piping and connections, valves, strainers, and thermostatic valves required for complete
system.
D. Factory Test and Test Reports: Provide Factory Test reports. Indicate energy input
versus cooling load output for each machine, as follows:
1. 100% CHW flow rate @ design CHWS/R temperature and 85F CDWS and design
CDW flow rate.
2. 75% CHW flow rate @ design CHWS/R temperature and 75F CDWS and design
CDW flow rate.
3. 50% CHW flow rate @ design CHWS/R temperature and 65F CDWS and design
CDW flow rate.
E. Manufacturer's Instructions: Submit manufacturer's complete installation instructions.
F. Operation and Maintenance Data: Include start-up instructions, maintenance data, parts
lists, controls, and accessories. Include trouble- shooting guide.
G. Maintenance Materials: None required.
1.4 QUALITY ASSURANCE
A. Products Requiring Electrical Connection: Listed and classified by Underwriters
Laboratories Inc. as suitable for the purpose specified and indicated.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Comply with manufacturer's installation instructions for rigging, unloading, and
transporting units.
1.6 WARRANTY
A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements.
B. Provide a five year warranty to include coverage for compressor and complete chiller
package as manufactured and delivered to site including materials and labor.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Trane Inc: www.trane.com.
B. Substitutions: Not Permitted.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
CENTRIFUGAL WATER CHILLERS 23 6416 - 3
2.2 CHILLER APPLICATIONS
A. Chiller CH-6: Water-cooled, single or multi-stage, single compressor.
1. Basis of Design: Trane CenTraVac.
2. Location: MWAA Central Cooling Plant.
3. Refrigeration Capacity: 1150 tons.
4. Refrigerant: Use only refrigerants that have ozone depletion potential (ODP) of
zero and global warming potential (GWP) of less than 50.
5. Refrigerant: R123.
6. Rating: Energy Efficiency Rating (EER)/Coefficient of Performance (COP) not
less than prescribed by ASHRAE Std 90.1 I-P.
7. Evaporator:
a. Working Pressure: 150 psi.
b. Fouling Factor: 0.0001.
8. Condenser Water:
a. Working Pressure: 150 psi.
b. Fouling Factor: 0.00025.
9. Compressor:
a. 4160 volts, three phase, 60 Hz.
2.3 CHILLERS
A. Chillers: Factory assembled and tested, packaged, water cooled, chillers consisting of
centrifugal compressors, compressor motor, condenser, evaporator, refrigeration
accessories, instrument and control panel including gages and indicating lights, auxiliary
components and accessories, and motor starters.
B. Rating: Conform to AHRI 550/590 (I-P).
C. Safety: Conform to UL 1995.
D. Conform to ASME BPVC-VIII-1 for construction and testing of centrifugal chillers, as
applicable.
E. Conform to ASHRAE Std 15 for safe construction and operation of centrifugal chillers.
2.4 COMPRESSORS
A. Compressor Casing: Cast iron, horizontally or vertically split with machined passages
and leak tested to 185 psig.
B. Impellers: Single or multi-stage, in-line design, fully shrouded, statically and
dynamically balanced, tested to 20 percent over operating speed, mounted on heat treated
forged or rolled steel shaft, nonferrous, labyrinth seals between stages.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
CENTRIFUGAL WATER CHILLERS 23 6416 - 4
C. Guide Vanes: Modulating radial blade dampers, on each stage, with externally mounted
electric operator, suitable for capacity reduction to 10 percent of specified load without
hot gas bypass when supplied with design entering water quantity and temperature.
D. Bearings: Steel or aluminum journal bearings, pressure lubricated.
E. Gear Box: Single or Double helical design, symmetrical and center supported by
spherically seated, self aligning bearing, arranged for inspection without disassembly.
F. Motor: Hermetically sealed, singled speed, low slip induction type.
G. Lubrication: Oil pump, with oil cooler, pressure regulator, oil filters, thermostatically
controlled oil heater, and motor controls. Interlock to start before chiller motor and run
after motor is shut down. Provide sight glass or electronic sensors for monitoring oil
level.
H. Refrigerant: Factory pre-charge unit with refrigerant specified above.
2.5 EVAPORATOR
A. Provide evaporator of shell and tube type with individually replaceable tubes. Provide
internally enhanced copper tubes.
B. Tube wall thickness at root shall be 0.035" minimum.
C. Test and, where applicable, stamp refrigerant side for required working pressure and
water side for 150 psig working pressure, in accordance with ASME BPVC-VIII-1.
ASME stamps are not applicable to R-123 machines due to low refrigerant pressure.
D. Provide marine type water boxes, bolted or machine welded to heat exchanger with
tapped drain and vent connections, and flanged connections arranged to permit inspection
of tubes from either end without disturbing refrigerant and removable without disturbing
water piping.
E. All waterbox covers shall be hinged.
F. Insulate evaporator and cold surfaces with 1.5 inch minimum thick flexible insulation
with maximum K value of 0.28.
G. Provide thermometer wells or thermistors for temperature controller and low temperature
cutout.
H. Design and construct evaporator to prevent liquid refrigerant from entering the
compressor.
I. Provide resetting relief valve on shell in accordance with ASHRAE Std 15.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
CENTRIFUGAL WATER CHILLERS 23 6416 - 5
J. Construction and materials shall conform to ASME BPVC-VIII-1 or ASHRAE Std 15 as
applicable to chiller manufacturer and chiller model.
2.6 CONDENSER
A. Provide condensers of shell and tube type with individually replaceable tubes. Provide
internally enhanced copper tubes.
B. Tube wall thickness at root shall be 0.035" minimum.
C. Test and, where applicable, stamp refrigerant side for required working pressure and
water side for 150 psig working pressure; in accordance with ASME BPVC-VIII-1.
ASME stamps are not applicable to R-123 machines due to low refrigerant pressure.
D. Provide marine type water boxes, machine welded to heat exchanger with tapped drain
and vent connections, and flanged connections arranged to permit inspection of tubes
from either end without disturbing refrigerant and removable without disturbing water
piping.
E. All waterbox covers shall be hinged.
F. Provide resettable relief valve on shell in accordance with ASHRAE Std 15.
G. Provide baffles to ensure even distribution of incoming gas and to concentrate non-
condensible gases.
H. Construction and materials shall conform to ASME BPVC-VIII-1.
2.7 PURGE SYSTEM
A. Provide high efficiency purge system on low pressure units, incorporating a low
temperature refrigeration system to automatically remove non-condensibles, water and
air.
B. System discharge shall be maximum 0.02 pounds of refrigerant per pound of air
discharged.
C. Purge system for low-pressure refrigerant chillers shall be fully automatic in operation to
collect and return refrigerant and evacuate air and efficiency. The purge system shall
include all necessary controls, piping, and motor (if required). All components shall be
factory-mounted, piped, and wired. The high efficiency purge systems shall have
automatic controls to allow unattended operation.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
CENTRIFUGAL WATER CHILLERS 23 6416 - 6
2.8 ECONOMIZER
A. Chiller shall be furnished with a single-stage economizer vessel that consists of a series
of interstage pressure changes with multiple orifices. The economizer shall maintain the
correct pressure differential between the condenser, economizer, and evaporator over the
entire range of loading.
2.9 ACCESSORIES
A. Pump-out Connections: Connections with isolation means shall be provided on each
chiller vessel to facilitate refrigerant reclaim/removal in accordance with ASHRAE 15.
2.10 CONTROLS
A. On or near chiller, provide microprocessor based control panel containing solid state,
fully automatic operating and safety controls.
B. Control panel shall include color graphics and touch screen, as well as emergency
shutdown "graphic button."
C. Provide the following manufacturer's standard safety controls, including the following
minimum functions, so that operating any one will shut down machine and require
manual reset:
1. Low evaporator refrigerant temperature.
2. High condenser refrigerant pressure.
3. Low oil pressure.
4. Low refrigerant (evaporator) pressure.
D. Provide the manufacturer's standard safety controls arranged so that operating any one
will shut down machine and automatically reset.
E. Provide the following devices (i.e. functions) on graphic control panel:
1. Manual Switches:
a. Machine off-auto switch.
b. Oil pump switch (manual or automatic).
c. Purge pump switch (manual-off-auto).
d. Machine selector switch to allow load, unload, hold or automatic operation.
2. Manual Set Point Adjustments:
a. Leaving chilled water temperature.
b. Current demand limit.
3. Status:
a. Chilled water flow proven.
b. Cooling required.
c. Unit running.
d. Unit loading.
e. Unit unloading.
f. Manual reset required.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
CENTRIFUGAL WATER CHILLERS 23 6416 - 7
g. Remote chilled water set point active.
h. Remote current set point active.
4. Setpoint and Temperature Display:
a. Chilled water set point.
b. Current limit set point.
c. Entering evaporator water temperature.
d. Leaving evaporator water temperature.
e. Entering condenser water temperature.
f. Leaving condenser water temperature.
5. Pressure Displays.
a. Evaporator refrigerant pressure.
b. Condenser refrigerant pressure.
c. Low oil pressure (oil sump).
d. High oil pressure (oil supply).
F. Provide the following operating controls:
1. Solid state, chilled water temperature controller that controls electronic guide vane
operator. Locate temperature sensor in leaving chilled water, remote from chiller.
2. Anti-cycling minimum off timer prevents compressor from short cycling.
3. Demand limit device to manually set maximum current infinitely between 40
percent and 100 percent of full load amperes.
4. Automatic start that determines demand for chilled water from proof of chilled
water flow and temperature differential between chilled water set point and supply
temperature.
G. Provide MODBUS RTU communication interface. Connect to existing Tracer System
and provide the same graphics and control points including, but not limited to, chilled
water and condenser water temperatures and flows, operating status, etc.
2.11 ELECTRICAL REQUIREMENTS
A. Remote Mounted Starter:
1. Remote from chiller, mounted in existing switchgear. Starter shall be provided by
electrical contractor. Refer to specification section 261839 – Medium-Voltage
Motor Controllers. All wiring for starter shall be by electrical contractor.
B. Motor terminal box: Bottom entry.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install in accordance with manufacturer's instructions.
B. Provide for connection of electrical wiring between starter and chiller control panel, oil
pump, and purge unit.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
CENTRIFUGAL WATER CHILLERS 23 6416 - 8
C. Install units on vibration isolation pads furnished with chiller.
D. Provide evaporator connections to chilled water piping.
1. On inlet, provide:
a. Thermometer well and thermometer.
b. Nipple and flow switch.
c. Pressure gage.
d. Shut-off valve.
2. On outlet, provide:
a. Thermometer well and thermometer.
b. Pressure gage.
c. Shut-off valve.
E. Field insulate evaporator and cold surfaces.
F. Provide condenser connection to condenser water piping.
1. On inlet, provide:
a. Thermometer well and thermometer.
b. Nipple and flow switch.
c. Pressure gage.
d. Shut-off valve.
2. On outlet, provide:
a. Thermometer well and thermometer.
b. Pressure gage.
c. Shut-off valve.
G. Arrange piping for easy dismantling to permit tube cleaning.
H. Provide piping from chiller refrigerant relief to outdoors. Size as shown, or as
recommended by manufacturer.
3.2 SYSTEM STARTUP
A. See Section 01 7800 - Closeout Submittals, for closeout submittals.
B. See Section 01 7900 - Demonstration and Training, for additional requirements.
C. Provide services of factory trained representative for minimum of 2 days to leak test,
refrigerant pressure test, evacuate, dehydrate, charge, start-up, and calibrate controls.
D. Supply initial charge of refrigerant and oil.
E. Demonstrate system operation and verify specified performance. Refer to Section 23
0593.
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
CENTRIFUGAL WATER CHILLERS 23 6416 - 9
3.3 FACTORY TESTING
A. An acceptance and performance test shall be witnessed by up to three representatives of
the Authority. The Representatives of the Authority shall be given thirty (30) days
advance notice before acceptance and performance test. Manufacturer shall include the
cost of all travel expenses including transportation, lodging, and meals for three
representatives of the Authority. The test shall occur on a weekday only. The test shall be
continuous for a period in accordance with ARI Standards in which the full load output
and the operating efficiency will be determined in fifteen (15) minute increments at the
guaranteed conditions submitted with the bid. The test shall be performed in the chiller
manufacturer's facility and all required piping, electrically, and instrumentation shall be
provided by the chiller manufacturer.
B. Each chiller shall be factory performance tested with the proposed refrigerant under full
and part load conditions in an ARI certified test facility. The chiller manufacturer shall
supply a certified test report to confirm performance as specified. Performance tests shall
be conducted in accordance with ARI Standard 550/590 procedures and tolerances.
Chiller shall not be shipped until the test report has been approved and accepted by the
Authority.
C. During the test, all machinery performance data including but not limited to oil pressures,
gas pressures, and component temperatures shall be recorded at fifteen (15) minute
intervals and compared to standard conditions supplied by the manufacturer. If at any
time during the test, the recorded machinery performance data is in excess of the standard
conditions, the test will be considered not valid and the test shall be restarted for an
additional period.
D. If an unacceptable performance test is determined by the Authority or Engineer,
additional subsequent test(s) will be required. The complete cost of the additional test(s)
requested or caused by equipment operating condition exceeding standard conditions or
not meeting the overall operating efficiency, shall be the responsibility of the Chiller
Manufacturer. The additional cost includes those cost incurred by the Authority, the
Installing Contractor, and the design engineer to witness the additional test(s).
E. The equipment will be accepted if the test procedures and results are in conformance with
ARI Standard 550/590.
F. Noise levels shall not exceed ARI 575 noise level requirements. If the specified noise
levels are exceeded the chiller shall be unacceptable.
3.4 TRAINING AND SERVICES
A. Provide the services of a factory-authorized service representative to provide startup
service and to demonstrate and train the Authority's maintenance personnel as specified
below
B. Startup Service:
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY
TASK 02 - CENTRAL UTILITY PLANT MODIFICATIONS
CONTRACT NO. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
CENTRIFUGAL WATER CHILLERS 23 6416 - 10
1. Evacuate, dehydrate, and vacuum pump and charge with R-123 refrigerant. Leak
test in accordance with manufacturer's instructions. Test and adjust controls and
safeties. Replace damaged or malfunctioning controls and equipment.
2. Perform lubrication service, including filling or reservoirs, confirming that
lubricant is of the quantity and type recommended by the manufacturer.
3. Do no place chillers in sustained operation prior to initial balancing of mechanical
systems.
C. Training:
1. Train the Authority's maintenance and operating personnel on startup and
shutdown procedures, troubleshooting procedures, servicing, and preventative
maintenance schedule and procedures. Review with the Authority's personnel the
data contained in the operating and maintenance manuals.
2. After the mechanical contractor places the entire mechanical system in proper
operating condition, the chiller manufacturer shall provide thorough on-site
training for the Owner's designated personnel. Training shall be performed by
qualified service staff who are familiar with the project and the chiller equipment
specified. The manufacturer shall provide both classroom and field instruction as
required. Instruction shall, at a minimum, include the following:
a. Complete operation and maintenance of the chiller, including all ancillary
equipment.
b. Complete instruction relating to the chiller controls.
c. Review of operation and maintenence manuals.
d. Review of spare parts and special tools.
3. The manufacturer shall include a minimum of five days (both morning and evening
shifts) of training.
4. Schedule training with the Authority at least 30 days prior to startup.
PART 4 CONTRACTOR QUALITY CONTROL
4.1 CONTRACTOR QUALITY CONTROL REQUIREMENTS
A. Required quality control, testing and inspection for each item of work during all phases
of construction, from submittals, through procurement, fabrication, installation, start-up,
testing and balancing, and final acceptance are noted below:
1. Forward factory pressure and overspeed test results for approval, prior to shipping.
2. Factory Performance Test chillers prior to shipment. Forward successful test
reports prior to shipment. Authority will attend factory test.
3. Provide manufacturer's representative start up and initial test report to Authority
for review.
END OF SECTION
Metropolitan Washington Airports Authority
Task 02 – Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
MEDIUM-VOLTAGE MOTOR CONTROLLERS 261839 - 1
SECTION 261839 - MEDIUM-VOLTAGE MOTOR CONTROLLERS
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 4,160 volt general purpose indoor medium-voltage motor controller, to be
retrofitted in existing motor controller assembly.
1. Full-voltage magnetic controllers.
2. Instrumentation.
3. Auxiliary devices.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of controller. Include shipping and operating weights, features,
performance, electrical ratings, operating characteristics, and furnished specialties and
accessories.
B. A copy of the submittals shall be provided to the chiller manufacturer as coordinated by the
COTR for each submittal. Starters shall be subject to approval by the chiller manufacturer to
meet equipment operation requirement
C. Shop Drawings: For each controller include the following:
1. Show equipment features, and ratings. Include the following:
a. Each installed unit's type and details.
b. Factory-installed devices.
c. Enclosure types and details.
d. Nameplate legends.
e. Short-circuit current (withstand) rating of each unit.
f. Continuous current rating and interrupting rating of each unit.
g. Features, characteristics, ratings, and factory settings of each installed controller
and installed devices.
h. Cable terminal sizes.
i. Specified optional features and accessories.
2. Schematic Wiring Diagrams: For power, signal, and control wiring for each installed
controller.
Metropolitan Washington Airports Authority
Task 02 – Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
MEDIUM-VOLTAGE MOTOR CONTROLLERS 261839 - 2
3. Interconnection diagrams for each controller.
4. Source quality control reports.
5. Drawings for front, side and plan views.
6. Motor protection relay data, diagrams and schematics.
7. Fuse time-current characteristic curves.
8. Key interlock scheme drawing and sequence of operations
9. Medium voltage motor controller manufacturer shall coordinate with Chiller
manufacturer and shall submit a coordinated schematic diagram showing motor
controller and chiller control panel interconnections and associated devices. The
components/wiring shall meet the requirements of Trane Specification # S6516-0513
(Rev. K, dated August 2011).
1.4 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For all installed devices, and components to include in
emergency, operation, and maintenance manuals. In addition to items specified in
Section 017823 "Operation and Maintenance Data," include the following:
1. Manufacturer's Record Drawings: Include field modifications and field-assigned wiring
identification incorporated during construction by manufacturer, Contractor, or both.
2. Manufacturer's written instructions for testing and adjusting controller.
3. Manufacturer's written instructions for setting field-adjustable overload relays...
4. Manufacturer's written instructions for testing, adjusting, and reprogramming motor
protection relay.
5. Manufacturer's written instructions for setting field-adjustable timers, controls, and
status and alarm points.
1.5 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials described below that match products installed and that are packaged
with protective covering for storage and identified with labels describing contents.
1. Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no
fewer than three of each size and type.
2. Control Power Fuses: Equal to 10 percent of quantity installed for each size and type,
but no fewer than two of each size and type.
3. Indicating Lights: Two of each type and color installed.
4. Auxiliary Contacts: Furnish one spare for each size and type of controller installed.
1.6 QUALITY ASSURANCE
A. Testing Agency Qualifications: Member Company of NETA or an NRTL.
1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site
testing.
Metropolitan Washington Airports Authority
Task 02 – Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
MEDIUM-VOLTAGE MOTOR CONTROLLERS 261839 - 3
B. Manufacturer: Company specializing in medium voltage metal-enclosed motor controller
with at least five years documented experience. The manufacturer of the motor controller
must be the same as the manufacturer of the no-load disconnect.
C. 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.
D. Comply with NFPA 70.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Equipment shall be handled and stored in accordance with manufacturer’s instructions. One
(1) copy of these instructions shall be included with the equipment at time of shipment.
1.8 PROJECT CONDITIONS
A. Environmental Limitations: Rate equipment for continuous operation under the following
conditions unless otherwise indicated:
1. Ambient Temperature: Less than 0 deg F or exceeding 104 deg F, with an average
value exceeding 95 deg F over a 24-hour period.
2. Ambient Storage Temperature: Not less than minus 4 deg F and not exceeding 140
deg F.
3. Humidity: Less than 95 percent (noncondensing).
B. Interruption of Existing Electrical Service or Distribution Systems: Do not interrupt
electrical service to, or distribution systems within, a facility occupied by Owner or others
unless permitted under the following conditions, and then only after arranging to provide
temporary electrical service according to requirements indicated:
1. Notify COTR no fewer than two weeks in advance of proposed interruption of electrical
service.
2. Indicate method of providing temporary electrical service, if required.
3. Do not proceed with interruption of electrical service without COTR’s written
permission.
4. Comply with NFPA 70E.
C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for
existing motor control assembly including clearances between adjacent surfaces and other
items. The selected controller and accessories shall fit in existing compartment of the motor
control assembly. Schneider Electric field services representatives shall obtain field
measurements required for the manufacturing of the product.
1.9 COORDINATION
A. Coordinate features of motor controller and accessory devices with remote pilot devices and
control circuits to which they connect.
Metropolitan Washington Airports Authority
Task 02 – Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
MEDIUM-VOLTAGE MOTOR CONTROLLERS 261839 - 4
B. Coordinate features, accessories, and functions of each controller with ratings and
characteristics of supply circuits, motors, required control sequences, and duty cycle of
motors and loads.
1.10 WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or
replace medium voltage motor controller that fails in materials or workmanship within
specified warranty period.
1. Warranty Period: Five years from date of Substantial Completion.
PART 2 - PRODUCTS
2.1 MANUFACTURED UNITS
A. Manufacturers: The Medium Voltage Motor Controller shall be Toshiba JK OEM power
cell drawout type retrofit kit to be installed in existing Square D type MOTORPACT
motor controller assembly. The retrofit kit shall include, but not limited to, the following
components which shall be furnished, mounted and connected within the existing motor
controller compartment:
1. Fused vacuum contactor, withdrawable
2. Power fuses, current limiting
3. Isolation switch with external handle
4. Mechanical and electrical interlocks
5. Door interlock bracket
6. Current transformers, multi ratio
7. Control power transformer
8. Low voltage controls including control circuit fuses, low voltage door electrical
interlock, start & stop push buttons and indicating lights
9. Set of insulated power bus and ground bus (copper), barriers and compartment door
10. Terminal blocks and wiring
11. Provisions for terminating power cables
12. Microprocessor based, multi-function Motor protection relay
2.2 MOTOR CONTROLLERS
A. Medium-voltage motor controllers consisting of an assembly of contactors, primary
disconnects, fuses, transformers, and control and instrument equipment shall be furnished as
specified in the articles which follow. Contractor shall be responsible for the coordination of
the contactors, current transformers, motor protection relays and current limiting fuses. The
equipment shall be designed for front accessibility only. In selecting suitable components,
the following points must be considered:
Metropolitan Washington Airports Authority
Task 02 – Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
MEDIUM-VOLTAGE MOTOR CONTROLLERS 261839 - 5
1. Protection of motors against sustained overloads and locked rotor conditions by
opening of the motor circuit with the contactor by means of the overload relays.
2. Protection of fuses against sustained currents above their continuous ampere rating, but
below their melting value, by opening the circuit with the contactor by means of the
motor protection relay.
3. Protection of the motor feeder circuits within the interrupting limits of the contactors by
opening the circuits with the contactors by means of the motor protection relay and not
opening the circuits with the fuses.
4. Protection of the motor feeder circuits, contactors, current transformers, and motor
protection relay from the damaging effects of maximum fault currents, by opening the
circuits with properly sized current limiting fuses.
B. Contactors: Contactors shall be three-pole, single-throw, vacuum, drawout assembly
furnished electrically and mechanically complete. Contactors shall be rated 400 amperes
continuously with an interrupting capacity of 50 MVA at 5,000 volts, and shall meet a 60 kV
impulse level. Contactors shall be of the magnetically held-in type. When the coil circuit is
interrupted, the contactor shall open the motor feeder circuit. Unless otherwise specified or
indicated on the drawings, the operating voltage of contactor coils shall be 120 Vac. All
secondary device contact surfaces shall be silver to silver designed and fabricated to resist
burning and deterioration for the service in which they are intended. Each contactor shall be
furnished with a sufficient number of auxiliary contacts and auxiliary switch contacts to
provide all necessary interlocks for proper operation of the equipment. Not less than two
spare "a" and two spare "b" auxiliary contacts shall be furnished on each contactor. In
addition, mechanically operated auxiliary switches shall provide not less than eight spare "a"
and eight spare "b" contacts. The auxiliary switches shall be stationary and shall be mounted
in the motor controller section enclosure.
C. All auxiliary switch contacts shall be wired to terminal blocks for use with control circuits
where needed. The contactors shall be capable of carrying their rated full load current
continuously without exceeding the temperature rise as specified in the latest IEEE and
NEMA standards. The contactors shall be cooled by natural conduction, convection, and
radiation. All coils and relays which are part of or furnished with the contactor shall be
designed and rated for operation on the specified control system voltage.
D. Primary Disconnects: A three-pole externally operated disconnect shall be furnished for
disconnecting motor controller from the high-voltage primary bus. Opening of disconnect
shall automatically ground the starter high-voltage components, through stab contacts, to the
ground bus. In addition, opening of disconnect shall operate an automatic insulated shutter
to close the openings to the high-voltage bus. Mechanical interlocking means shall be
provided to prevent opening or closing of disconnect under load. The interlock shall also
prevent opening of the high voltage access door with the primary disconnect closed.
Provisions shall be made to allow padlocking of disconnect in both the open and closed
positions.
E. Fuses: Current limiting fuses shall be furnished to ensure positive interruption of faults to limit
the magnitude of short-circuit current and electro-mechanical stresses to values within the
design limits of the motor controller assembly components. In addition, the fuses shall
limit the surge voltage produced by short-circuit currents to less than twice that of the
nominal voltage rating. Fuses shall be furnished for protection of control power transformers,
Metropolitan Washington Airports Authority
Task 02 – Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
MEDIUM-VOLTAGE MOTOR CONTROLLERS 261839 - 6
potential transformers, feeder circuits, and contactor equipment. Easy identification of blown
fuses shall be provided by positive action indicators. Fuses shall be designed to prevent
discharge of flame or gas when operated and shall not require discharge filters, fire boxes, special
vents, or reinforcing. Power fuses shall be mounted on the contactor drawout assembly and shall
be equipped with antisingle- phasing devices to open the contactor on a blown fuse and
prevent single-phasing of the load.
F. Bus Connections: Connections between the main buses and disconnecting devices,
instrument transformers, and contactors shall be furnished and installed with an insulating
cover equal to the insulation of the main bus. Al l mater ial required for fie ld
connection and insulation of bus and terminals shall be provided. Each motor controller
bus shall be tin plated copper and shall be capable of carrying rated current continuously
without exceeding temperature rise requirements specified in IEEE and NEMA
standards.
G. The motor controller section enclosure shall be provided with a hinged front door. Paint color
shall match that of existing motor controller enclosure.
2.3 INSTRUMENTS AND DEVICES
A. Control Power:
1. Control Circuits: 120-V ac; obtained from integral CPT, with primary and secondary
fuses, with CPT of sufficient capacity to operate integral devices and remotely located
pilot, indicating, and control devices.
a. CPT Spare Capacity: 50VA
b. CPT shall be 60kV BIL rated.
B. General Requirements for Control-Circuit and Pilot Devices: NEMA ICS 5; factory
installed in controller enclosure cover unless otherwise indicated.
1. Push Buttons, Pilot Lights, and Selector Switches: Heavy-duty, type.
a. Push Buttons: Shrouded types; momentary contact unless otherwise indicated
(600V rated).
b. Pilot Lights: LED types; push to test (600V rated).
c. Selector Switches: Rotary type.
d. Trane Model 5K11 – Interlock Relay
e. Trane Model 5K12 – Start Contactor
f. Trane Model 5K13 – Aux Run Interlock Relay
g. Additional Relays as indicated on the drawings.
h. Control circuit terminal blocks.
C. NC NO contactor auxiliary contacts.
D. Control Relays: Auxiliary and adjustable solid-state time-delay relays.
Metropolitan Washington Airports Authority
Task 02 – Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
MEDIUM-VOLTAGE MOTOR CONTROLLERS 261839 - 7
E. Motor Protection Relay: A microprocessor based, multi-function motor protection relay
shall be provided with each controller. The motor protection relay shall provide, as a
minimum, the functions including time overcurrent protection, instantaneous overcurrent
protection, locked rotor protection, mechanical jam protection, phase loss/reversal
protection, phase unbalance protection, motor overload protection, instantaneous ground
fault protection, abnormal temperatures of phase winding and bearings protection, long
acceleration time protection, and time between starts protection. The unit shall accept eight,
10 ohm, three-wire RTD inputs for the abnormal temperature of phase winding and bearing
protection. The motor protection relay shall be SEL-710, or approved equal.
F. INSTRUMENT TRANSFORMERS
1. Instrument Transformers: Comply with IEEE C57.13.
a. Bus Potential Transformers: Secondary voltage rating of 208/120V and NEMA
accuracy class of 0.3 with burdens of W, X, and Y. Provide wye-wye winding
configurations. Ratios are as follows:
1) 5kV Switchgear: 20:1
2) Potential transformers shall be capable of supplying the burden of 3 Trane
secondary PT’s as described below plus 10% spare capacity.
b. Trane Secondary Potential Transformers: Trane part No. TRR-976. No
substitutions are permitted.
1) Burden resistor: 10K ohm + 10% load.
2) Accuracy: 0.3% over specified primary input voltage range @ 60Hz.
3) 120V AC input, 30V AC output; 4:1 ratio.
4) Temperature insulation rating: Class B, 130 degrees C.
5) The Electrical Contractor shall provide these potential transformers. A
total of three (3) potential transformers shall be installed in the medium
voltage controller section.
c. Relay Current Transformers: ANSI C200 minimum for all phase CTs.
1) Current Transformers: Current transformers shall be designed for use with
meters, relays and instruments in accordance with the latest ANSI and
NEMA standards. Current transformer thermal and mechanical limits
shall be coordinated with the short time rating of the motor controllers
with which they shall be used.
d. Trane Control Primary Current Transformers: Trane part No. TRR-00448, 200:5.
No substitutions are permitted.
1) These current transformers shall be installed in the starter on the load side
of the contactor, downstream of the capacitor connection point.
2) The ground required for these current transformers shall be kept separate
from the grounds of other current transformer circuits in the starter.
Metropolitan Washington Airports Authority
Task 02 – Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
MEDIUM-VOLTAGE MOTOR CONTROLLERS 261839 - 8
e. Trane Control Secondary Current Transformers: Trane part No. TRR-975. No
substitutions are permitted.
1) The Electrical Contractor shall provide these current transformers. A total
of three (3) current transformers shall be installed in the medium voltage
controller section.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Visually inspect controllers before installation. Reject controllers that are wet, moisture
damaged, or mold damaged.
B. Verify field measurements are as instructed by the manufacturer.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 INSTALLATION
A. Schneider Electric field services representatives shall install the motor controller kit and
associated relays and devices in accordance with manufacturer’s instructions, applicable
requirements of the NEC and in accordance with recognized industry practices.
B. Bending of high-voltage cables should be avoided or minimized. All necessary bends should
meet at least the minimum radii specified by the cable manufacturer.
3.3 IDENTIFICATION
A. Comply with requirements in Section 260553 "Identification for Electrical Systems" for
identification of motor controller and control wiring.
1. Identify conductors, interconnecting wiring, and components; provide warning signs.
All wires shall have insulated sleeve wire markers at all terminations.
2. Label each cubicle with engraved nameplate.
3. Label each enclosure-mounted control and pilot device. Text size and font shall match
existing.
4. Mark up a set of manufacturer's connection wiring diagrams with field-assigned wiring
identifications and return to manufacturer for inclusion in Record Drawings.
3.4 CONNECTIONS
A. Comply with requirements for installation of conduit in Division 26 Section 260533
"Raceways and Boxes for Electrical Systems."
Metropolitan Washington Airports Authority
Task 02 – Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
MEDIUM-VOLTAGE MOTOR CONTROLLERS 261839 - 9
B. Comply with requirements in Division 26 Section 260526 "Grounding and Bonding for
Electrical Systems."
3.5 STARTUP SERVICE
A. Engage a factory-authorized service representative to perform startup service.
1. Complete installation and startup checks according to manufacturer's written
instructions.
3.6 DEMONSTRATION AND TRAINING
A. Engage a factory-authorized service representative to train Authority's maintenance
personnel to adjust, operate, and maintain enclosed controllers.
B. Conduct training as specified under Division 1 Section "Demonstration and Training."
PART 4 - CONTRACTOR QUALITY CONTROL
4.1 FIELD QUALITY CONTROL
A. General: Comply with applicable standards of The InterNational Electrical Testing
Association (NETA) including Standard ATS, "Acceptance Testing Specifications."
B. Acceptance Testing Preparation:
1. Test insulation resistance for each enclosed controller, component, connecting supply,
feeder, and control circuit.
2. Test continuity of each circuit.
3. Perform mechanical operator tests.
4. Perform contact resistance test across each switch blade.
C. Test Objectives: To assure Motor Controller installation is operational within industry and
manufacturer's tolerances, is installed in accordance with Contract Documents, and is
suitable for energizing.
D. Testing agency: Arrange and pay for the services of an independent electrical testing
organization in accordance with the requirements of Division 01 Section "Quality
Requirements".
E. Schedule tests and notify COTR at least one week in advance of schedule for test
commencement.
F. Tests and Inspections:
Metropolitan Washington Airports Authority
Task 02 – Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
MEDIUM-VOLTAGE MOTOR CONTROLLERS 261839 - 10
1. Inspect controllers, wiring, components, connections, and equipment installation. Test
and adjust controllers, components, and equipment.
2. Test insulation resistance for each enclosed controller element, component, connecting
motor supply, feeder, and control circuits.
3. Test continuity of each circuit.
4. Verify that voltages at controller locations are within 10 percent of motor nameplate
rated voltages. If outside this range for any motor, notify COTR before starting the
motor(s).
5. Test each motor for proper phase rotation.
6. Perform contact resistance test across each switchblade; report any contact resistance in
excess of 50 micro-ohms.
7. Verify key interlock operation if applicable.
8. Perform each electrical test and visual and mechanical inspection stated in
NETA Acceptance Testing Specification. Certify compliance with test parameters.
9. Correct malfunctioning units on-site, where possible, and retest to demonstrate
compliance; otherwise, replace with new units and retest.
10. Perform the following infrared (thermographic) scan tests and inspections and prepare
reports:
a. Initial Infrared Scanning: After Substantial Completion, but not more than 60
days after Final Acceptance, perform an infrared scan of each multipole enclosed
controller. Remove front panels so joints and connections are accessible to
portable scanner.
b. Instruments and Equipment: Use an infrared scanning device designed to
measure temperature or to detect significant deviations from normal values.
Provide calibration record for device.
c. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of
each multipole enclosed controller 11 months after date of Substantial
Completion.
d. Test Parameters:
1) Inspect with imaging equipment capable of detecting a minimum
temperature difference of 1○
C at 30○ C.
2) Equipment shall detect emitted radiation and convert detection radiation to
visual signal.
3) Thermographic surveys should be performed during periods of maximum
possible loading. Refer to ANSI/NFPA 70B, 2006 Edition, Section 21.17.
e. Corrective Actions:
1) Provide corrections in accordance with NETA ATS -2007, Table 100.18.
G. Motor controllers will be considered defective if they do not pass tests and inspections.
H. Reports:
1. The testing organization shall maintain a written record of observations and tests, report
defective materials and workmanship, and retest corrected defective items. Prepare a
written test and inspection report, including a certified report that identifies enclosed
Metropolitan Washington Airports Authority
Task 02 – Central Utility Plant Modifications
Contract No. 1-13-C092
RMF NO.: 114019.B0
AMENDMENT NO. 3 ATTACHMENT NO. 1
November 23, 2016
MEDIUM-VOLTAGE MOTOR CONTROLLERS 261839 - 11
controllers and a scanning report. Include notation of deficiencies detected, remedial
action taken and observations after remedial action.
2. The scanning report shall include the following:
a. Description of equipment to be tested.
b. Discrepancies.
c. Temperature difference between the area of concern and the reference area.
d. Probable cause of temperature difference.
e. Areas inspected. Identify inaccessible and unobservable areas and equipment.
f. Identify load conditions at time of inspection.
g. Provide photographs and thermograms of the deficient area.
h. Recommended action.
3. Testing organization shall submit written reports to the COTR and Contractor.
END OF SECTION 261839