The RFP Database
New business relationships start here

Replacement of Station Air Conditioning Units at Seven (7) Metro-Rail Stations.


District Of Columbia, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
Section 01 10 00

Scope of Work

•PART 1 - GENERAL
•1.01        SUMMARY
•A.    The Work includes constructing the Project as indicated in the Contract Documents.
•B.    The completed Project shall result in turn-key replacement of Air Conditioning Units (ACUs), including all ductwork, piping, supports, electrical, and controls. In addition, underplatform sump pumps shall be replaced. The Project shall function as an integral part of and be fully compatible with the existing WMATA system.
•C.    The Contractor shall pay for and obtain all permits and approvals from required jurisdictions prior to Work.
•D.    The contractor shall submit a replacement plan to the Contracting Officer Representative (COR) for WMATA review and approval prior to Work and before affecting the existing system.
•1.     Include demolition, removal, and delivery methodologies. Include removal of access hatches, equipment breakdown, confirmation of equipment through existing spaces, doors, and hatches.
•2.     Include underplatform access, material removal and delivery methodologies.  Include work plan for all Work to be performed within the confined space of the underplatform area.  Include removal of end-of-platform ductwork, equipment breakdown and material handling methodologies, confirmation of equipment through existing spaces, openings, and manholes.
•3.     Contractor is responsible for ensuring all Work can be fully removed and reinstalled within the existing facility without altering walls, floors, hatches or door openings.
•E.    The Work described hereafter shall be completed at the following seven (7) metro-rail stations:
•1.     A03 - Dupont Circle
•a.     The Work shall include, but is not limited to, the removal, disposal, and new installation of station ACUs
•(1)   ACU replacement includes all piping, valves, temperature and flow sensors, ductwork, fire dampers, duct smoke detectors, filters, control dampers, supports and hangers; electrical starters, wiring, conduit, junction boxes, pull boxes, disconnects, and all associated appurtenances

•(2)   Penetration into the underplatform space shall include a new fire damper on both the supply and return ductwork, regardless of whether a fire damper currently exists. Contractor shall provide new fire dampers in all ACU ductwork replacements.

•(3)   All flanged ductwork shall be bonded across the flange and grounded to prevent stray current and induced current corrosion.

•(4)   Limit of Demolition and associated removal of equipment are generally shown on contract plans. Contractor shall confirm in-field limits of demolition. No items associated with the ACU replacement shall be abandoned in place.

•b.     The Work shall include new controls and electrical equipment to serve the ACUs.
•(1)   Work shall include the local disconnects, ACU motor controllers/starters, replacement of pneumatic controls/controllers with electronic controls, replacement of Fire and Intrusion Alarm (FIA) interface box including contactors/relays and all other associated appurtenances within the mechanical room. Panelboards, disconnects, transformers, or other electrical equipment within the mechanical room that do not serve the ACUs are outside of the Scope.

•(2)   Provide new duct smoke detectors in a redundant configuration, where a single duct smoke detector is provided on both the supply and return ducts totaling two duct smoke detectors per ACU. Duct detectors shall shut down the ACU and provide a trouble signal to the FIA system.  Coordinate with the Contracting Officer Representative (COR) for connection to the FIA system and for shutdown of the ACU.

•(3)   Provide all equipment, controls, and components required by air conditioning manufacturers to ensure a satisfactory performance of the manufacturers' system. Equipment and components shall include, but are not limited to, electrically actuated modulating valves, control dampers, flow sensors, temperature sensors or any other required component for a fully functional system that is remotely controlled and monitored. Provide Hand-Off-Automatic auxiliary contacts for remote monitoring of system's operational status.

•(4)   Provide new temperature sensors at platform and mezzanines. Temperature sensors are typically placed within one or more pylons at the platform and mezzanine levels. All existing (or missing) temperature sensors shall be replaced with electronic temperature sensors and shall include all wiring, conduit and supports, core drills, junction boxes, pull boxes, local disconnects and all other associated appurtenances from the existing location back to the ACU control panel or DTS/AEMS/RTU panel as coordinated with the COR. All existing pneumatic lines and/or electrical wires and associated conduit from the temperature sensor shall be fully demolished and capped at the pneumatic control panel. There shall be no items abandoned in place. As shown on the sequence of operations, provide a temperature sensor within both the return air duct and supply air duct for each ACU.

•(5)   Provide and integrate new Modbus communication cards and controls, for remote monitoring and control of equipment. In cooperation with the COR, contractor shall provide remote monitoring of the ACU that includes all associated wiring, conduit and supports, junction boxes, pull boxes, local disconnects, and all other associated appurtenances. Modbus communication cables shall be routed to the DTS, AEMS, or RTU as required for each location. All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system. In cooperation with the COR, Contractor shall field-verify location of communications equipment and the associated conduit/wire routing.

•(6)   For future monitoring and controls via SCADA or Automated Energy Management Systems (AEMS), the Work shall include sensors and associated wiring to the ACU controller. The ACU controller shall make the data available to the existing DTS, AEMS, or RTU. Sensors at the ACU shall include flow sensors for monitoring chilled water flow rate; temperature sensors for monitoring entering water temperature, leaving water temperature, entering air temperature, and leaving air temperature; damper open and closed sensors; Fan status (On/Off) for each fan; fault indication; and filter differential pressure sensor (4-20ma). All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system.

•c.     The Work shall include the cleaning of all underplatform return air plenums and supply ductwork.
•(1)   Underplatform cleaning shall include the entire underplatform return-air plenum up to and including the return air ductwork, which is replaced as stated above.

•(a)   Cleaning shall include the removal of any dirt, debris, abandoned work (i.e. old pumps, hoses, buckets, etc.), and similar. 

•(b)   All water shall be removed from low-points as part of the cleaning process. 

•(c)   Coordination with electrical trades for safe power shutdown of electrical work within the plenum shall be included as part of the Work, and shall include but is not limited to, pylon lights, electrical junction boxes, convenience outlets, and any other work.

•(2)   Cleaning of ductwork shall include all supply ductwork from the point of demolition down to the underplatform, along the length of the underplatform areas, to the base of each platform pylon.

•d.     The Work shall include the removal, disposal, and reinstallation of underplatform sump pumps and associated discharge piping, electrical and controls, check valve, isolation valve, and supports up to the track drainage system connection at the plenum wall.
•(1)   The Work shall include the removal, disposal, and reinstallation of associated electrical outlets, wiring back to the breaker panel within the associated electrical room, conduit and supports, junction boxes, pull boxes, local disconnects and all other associated appurtenances.

•(a)   Contractor shall confirm breaker is available as shown on contract drawings and that other WMATA entities have not occupied the designated breaker.

•(b)   Contractor shall provide new breaker that is properly sized for the load into the designated panel. No items associated with the sump pump replacement shall be abandoned in place.

•(2)   Sump pump shall be connected to a new Alarm Conversion Panel(s) as shown on Drawings. The Contractor provided Alarm Conversion Panel shall be tied into the SCADA RTU within the communications room.  Work includes all wiring, conduit and supports, core drills, junction boxes, pull boxes, local disconnects and all other associated appurtenances for connection to the SCADA RTU.

•(3)   New sump pumps shall have oil-sensing technology and provide fault alarms to the station kiosk via Alarm Conversion Panel and the SCADA system. All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system.

•e.     The Work shall include any required masonry repair and/or modification of existing housekeeping pads to accommodate new mechanical equipment, ductwork penetrations, etc.
•f.      The Work shall include cleaning and painting of the mechanical room floors and equipment pads with battle ship grey or equal. Paint yellow safety lines, the edges of housekeeping pads, and any other tripping hazard yellow. Dedicated floor-space for maintenance access, filter pull-space, minimum clearances for valves, electrical equipment, and similar spaces shall be demarcated on the floor with yellow border and yellow stripping fill to ensure clearance is maintained.
•g.     The Contractor shall be responsible for any and all cutting and patching required to perform the Work. Cutting, core-drills, and other penetrations shall be performed only after COR inspection of the penetration location against the field-marked rebar identification (XRay, Ground Penetrating Rebar, or other). Any demolition work that leaves open penetrations or otherwise damages existing concrete or finishes shall be patched, grouted, or repaired using another approved method to match existing.
•h.     Contractor shall provide on-site training for WMATA O&M staff at the project's completion, as further specified in Section 1.05, below.
•i.      Contractor shall provide as-built drawings in electronic *.PDF format with a size of 11 x 17 printed at half-size of full-scale (22 x 34).
•j.      Contractor shall coordinate with and provide WMATA SAFE approved roadway barriers.
•(1)   During trackside operations, provide polymesh fabric mesh tight sheeted across the wayside opening and shall be at least six feet high, so workers shall not be seen by vehicle operators. The dense poly mesh (Strongman) shall be kept taut using 3/8" steel cables attached to turnbuckles anchored to walls and threaded through the poly mesh at the top, middle and bottom of the fabric span.

•k.     Provide two full sets of spare filters for each ACU.  Coordinate with COR for delivery and storage of spares.
•2.     A05 - Cleveland Park
•a.     The Work shall include, but is not limited to, the removal, disposal, and new installation of station ACUs
•(1)   ACU replacement includes all piping, valves, temperature and flow sensors, ductwork, fire dampers, duct smoke detectors, filters, control dampers, supports and hangers; electrical starters, wiring, conduit, junction boxes, pull boxes, disconnects, and all associated appurtenances

•(2)   Penetration into the underplatform space shall include a new fire damper on both the supply and return ductwork, regardless of whether a fire damper currently exists. Contractor shall provide new fire dampers in all ACU ductwork replacements.

•(3)   All flanged ductwork shall be bonded across the flange and grounded to prevent stray current and induced current corrosion.

•(4)   Limit of Demolition and associated removal of equipment are generally shown on contract plans. Contractor shall confirm in-field limits of demolition. No items associated with the ACU replacement shall be abandoned in place.

•b.     The Work shall include new controls and electrical equipment to serve the ACUs.
•(1)   Work shall include the local disconnects, ACU motor controllers/starters, replacement of pneumatic controls/controllers with electronic controls, replacement of Fire and Intrusion Alarm (FIA) interface box including contactors/relays and all other associated appurtenances within the mechanical room. Panelboards, disconnects, transformers, or other electrical equipment within the mechanical room that do not serve the ACUs are outside of the Scope.

•(2)   Provide new duct smoke detectors in a redundant configuration, where a single duct smoke detector is provided on both the supply and return ducts totaling two duct smoke detectors per ACU. Duct detectors shall shut down the ACU and provide a trouble signal to the FIA system.  Coordinate with the Contracting Officer Representative (COR) for connection to the FIA system and for shutdown of the ACU.

•(3)   Provide all equipment, controls, and components required by air conditioning manufacturers to ensure a satisfactory performance of the manufacturers' system. Equipment and components shall include, but are not limited to, electrically actuated modulating valves, control dampers, flow sensors, temperature sensors or any other required component for a fully functional system that is remotely controlled and monitored. Provide Hand-Off-Automatic auxiliary contacts for remote monitoring of system's operational status.

•(4)   Provide new temperature sensors at platform and mezzanines. Temperature sensors are typically placed within one or more pylons at the platform and mezzanine levels. All existing (or missing) temperature sensors shall be replaced with electronic temperature sensors and shall include all wiring, conduit and supports, core drills, junction boxes, pull boxes, local disconnects and all other associated appurtenances from the existing location back to the ACU control panel or DTS/AEMS/RTU panel as coordinated with the COR. All existing pneumatic lines and/or electrical wires and associated conduit from the temperature sensor shall be fully demolished and capped at the pneumatic control panel. There shall be no items abandoned in place. As shown on the sequence of operations, provide a temperature sensor within both the return air duct and supply air duct for each ACU.

•(5)   Provide and integrate new Modbus communication cards and controls, for remote monitoring and control of equipment. In cooperation with the COR, contractor shall provide remote monitoring of the ACU that includes all associated wiring, conduit and supports, junction boxes, pull boxes, local disconnects, and all other associated appurtenances. Modbus communication cables shall be routed to the DTS, AEMS, or RTU as required for each location. All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system. In cooperation with the COR, Contractor shall field-verify location of communications equipment and the associated conduit/wire routing.

•(6)   For future monitoring and controls via SCADA or Automated Energy Management Systems (AEMS), the Work shall include sensors and associated wiring to the ACU controller. The ACU controller shall make the data available to the existing DTS, AEMS, or RTU. Sensors at the ACU shall include flow sensors for monitoring chilled water flow rate; temperature sensors for monitoring entering water temperature, leaving water temperature, entering air temperature, and leaving air temperature; damper open and closed sensors; Fan status (On/Off) for each fan; fault indication; and filter differential pressure sensor (4-20ma). All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system.

•c.     The Work shall include the replacement of underplatform ductwork including both the supply and return ducts, as shown on drawings. New underplatform ductwork shall be pre-insulated non-metallic ductwork.
•(1)   The Work shall include the removal, disposal, and installation of new ductwork from the ACU down to the underplatform. New ductwork along the length of the underplatform areas to the base of each platform pylon shall be pre-insulated non-metallic duct. Limits of duct replacement are shown on drawings. Ductwork includes, but is not limited to, all duct sections, access panels, dampers, elbows, turning vanes, transitions, testing ports, sensors, supports and hangers, flexible duct connectors, and all other associated appurtenances.

•(2)   All flanged ductwork shall be bonded across the flange and grounded to prevent stray current and induced current corrosion.

•d.     The Work shall include the cleaning of all underplatform return air plenums and any ductwork that has been identified on the plans to remain-in-place.
•(1)   Underplatform cleaning shall include the entire underplatform return-air plenum up to and including the return air ductwork, which is replaced as stated above.

•(a)   Cleaning shall include the removal of any dirt, debris, abandoned work (i.e. old pumps, hoses, buckets, etc.), and similar. 

•(b)   All water shall be removed from low-points as part of the cleaning process. 

•(c)   Coordination with electrical trades for safe power shutdown of electrical work within the plenum shall be included as part of the Work, and shall include but is not limited to, pylon lights, electrical junction boxes, convenience outlets, and any other work.

•(2)   Cleaning of ductwork shall include all supply ductwork from the point of demolition down to the underplatform, along the length of the underplatform areas, to the base of each platform pylon.

•e.     The Work shall include the removal, disposal, and reinstallation of underplatform sump pumps and associated discharge piping, electrical and controls, check valve, isolation valve, and supports up to the track drainage system connection at the plenum wall.
•(1)   The Work shall include the removal, disposal, and reinstallation of associated electrical outlets, wiring back to the breaker panel within the associated electrical room, conduit and supports, junction boxes, pull boxes, local disconnects and all other associated appurtenances.

•(a)   Contractor shall confirm breaker is available as shown on contract drawings and that other WMATA entities have not occupied the designated breaker.

•(b)   Contractor shall provide new breaker that is properly sized for the load into the designated panel. No items associated with the sump pump replacement shall be abandoned in place.

•(2)   Sump pump shall be connected to a new Alarm Conversion Panel(s) as shown on Drawings. The Contractor provided Alarm Conversion Panel shall be tied into the SCADA RTU within the communications room.  Work includes all wiring, conduit and supports, core drills, junction boxes, pull boxes, local disconnects and all other associated appurtenances for connection to the SCADA RTU.

•(3)   New sump pumps shall have oil-sensing technology and provide fault alarms to the station kiosk via Alarm Conversion Panel and the SCADA system. All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system.

•f.      The Work shall include any required masonry repair and/or modification of existing housekeeping pads to accommodate new mechanical equipment, ductwork penetrations, etc.
•g.     The Work shall include cleaning and painting of the mechanical room floors and equipment pads with battle ship grey or equal. Paint yellow safety lines, the edges of housekeeping pads, and any other tripping hazard yellow. Dedicated floor-space for maintenance access, filter pull-space, minimum clearances for valves, electrical equipment, and similar spaces shall be demarcated on the floor with yellow border and yellow stripping fill to ensure clearance is maintained.
•h.     The Contractor shall be responsible for any and all cutting and patching required to perform the Work. Cutting, core-drills, and other penetrations shall be performed only after COR inspection of the penetration location against the field-marked rebar identification (XRay, Ground Penetrating Rebar, or other). Any demolition work that leaves open penetrations or otherwise damages existing concrete or finishes shall be patched, grouted, or repaired using another approved method to match existing.
•i.      Contractor shall provide on-site training for WMATA O&M staff at the project's completion, as further specified in Section 1.05, below.
•j.      Contractor shall provide as-built drawings in electronic *.PDF format with a size of 11 x 17 printed at half-size of full-scale (22 x 34).
•k.     Contractor shall coordinate with and provide WMATA SAFE approved roadway barriers.
•(1)   During trackside operations, provide polymesh fabric mesh tight sheeted across the wayside opening and shall be at least six feet high, so workers shall not be seen by vehicle operators. The dense poly mesh (Strongman) shall be kept taut using 3/8" steel cables attached to turnbuckles anchored to walls and threaded through the poly mesh at the top, middle and bottom of the fabric span.

•l.      Provide two full sets of spare filters for each ACU.  Coordinate with COR for delivery and storage of spares.
•3.     A06 - Van Ness
•a.     The Work shall include, but is not limited to, the removal, disposal, and new installation of station ACUs
•(1)   ACU replacement includes all piping, valves, temperature and flow sensors, ductwork, fire dampers, duct smoke detectors, filters, control dampers, supports and hangers; electrical starters, wiring, conduit, junction boxes, pull boxes, disconnects, and all associated appurtenances

•(2)   Penetration into the underplatform space shall include a new fire damper on both the supply and return ductwork, regardless of whether a fire damper currently exists. Contractor shall provide new fire dampers in all ACU ductwork replacements.

•(3)   All flanged ductwork shall be bonded across the flange and grounded to prevent stray current and induced current corrosion.

•(4)   Limit of Demolition and associated removal of equipment are generally shown on contract plans. Contractor shall confirm in-field limits of demolition. No items associated with the ACU replacement shall be abandoned in place.

•b.     The Work shall include new controls and electrical equipment to serve the ACUs.
•(1)   Work shall include the local disconnects, ACU motor controllers/starters, replacement of pneumatic controls/controllers with electronic controls, replacement of Fire and Intrusion Alarm (FIA) interface box including contactors/relays and all other associated appurtenances within the mechanical room. Panelboards, disconnects, transformers, or other electrical equipment within the mechanical room that do not serve the ACUs are outside of the Scope.

•(2)   Provide new duct smoke detectors in a redundant configuration, where a single duct smoke detector is provided on both the supply and return ducts totaling two duct smoke detectors per ACU. Duct detectors shall shut down the ACU and provide a trouble signal to the FIA system.  Coordinate with the Contracting Officer Representative (COR) for connection to the FIA system and for shutdown of the ACU.

•(3)   Provide all equipment, controls, and components required by air conditioning manufacturers to ensure a satisfactory performance of the manufacturers' system. Equipment and components shall include, but are not limited to, electrically actuated modulating valves, control dampers, flow sensors, temperature sensors or any other required component for a fully functional system that is remotely controlled and monitored. Provide Hand-Off-Automatic auxiliary contacts for remote monitoring of system's operational status.

•(4)   Provide new temperature sensors at platform and mezzanines. Temperature sensors are typically placed within one or more pylons at the platform and mezzanine levels. All existing (or missing) temperature sensors shall be replaced with electronic temperature sensors and shall include all wiring, conduit and supports, core drills, junction boxes, pull boxes, local disconnects and all other associated appurtenances from the existing location back to the ACU control panel or DTS/AEMS/RTU panel as coordinated with the COR. All existing pneumatic lines and/or electrical wires and associated conduit from the temperature sensor shall be fully demolished and capped at the pneumatic control panel. There shall be no items abandoned in place. As shown on the sequence of operations, provide a temperature sensor within both the return air duct and supply air duct for each ACU.

•(5)   Provide and integrate new Modbus communication cards and controls, for remote monitoring and control of equipment. In cooperation with the COR, contractor shall provide remote monitoring of the ACU that includes all associated wiring, conduit and supports, junction boxes, pull boxes, local disconnects, and all other associated appurtenances. Modbus communication cables shall be routed to the DTS, AEMS, or RTU as required for each location. All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system. In cooperation with the COR, Contractor shall field-verify location of communications equipment and the associated conduit/wire routing.

•(6)   For future monitoring and controls via SCADA or Automated Energy Management Systems (AEMS), the Work shall include sensors and associated wiring to the ACU controller. The ACU controller shall make the data available to the existing DTS, AEMS, or RTU. Sensors at the ACU shall include flow sensors for monitoring chilled water flow rate; temperature sensors for monitoring entering water temperature, leaving water temperature, entering air temperature, and leaving air temperature; damper open and closed sensors; Fan status (On/Off) for each fan; fault indication; and filter differential pressure sensor (4-20ma). All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system.

•c.     The Work shall include the cleaning of all underplatform return air plenums and any ductwork that has been identified on the plans to remain-in-place.
•(1)   Underplatform cleaning shall include the entire underplatform return-air plenum up to and including the return air ductwork, which is replaced as stated above.

•(a)   Cleaning shall include the removal of any dirt, debris, abandoned work (i.e. old pumps, hoses, buckets, etc.), and similar. 

•(b)   All water shall be removed from low-points as part of the cleaning process. 

•(c)   Coordination with electrical trades for safe power shutdown of electrical work within the plenum shall be included as part of the Work, and shall include but is not limited to, pylon lights, electrical junction boxes, convenience outlets, and any other work.

•(2)   Cleaning of ductwork shall include all supply ductwork from the point of demolition down to the underplatform, along the length of the underplatform areas, to the base of each platform pylon.

•d.     The Work shall include the removal, disposal, and reinstallation of underplatform sump pumps and associated discharge piping, electrical and controls, check valve, isolation valve, and supports up to the track drainage system connection at the plenum wall.
•(1)   The Work shall include the removal, disposal, and reinstallation of associated electrical outlets, wiring back to the breaker panel within the associated electrical room, conduit and supports, junction boxes, pull boxes, local disconnects and all other associated appurtenances.

•(a)   Contractor shall confirm breaker is available as shown on contract drawings and that other WMATA entities have not occupied the designated breaker.

•(b)   Contractor shall provide new breaker that is properly sized for the load into the designated panel. No items associated with the sump pump replacement shall be abandoned in place.

•(2)   Sump pump shall be connected to a new Alarm Conversion Panel(s) as shown on Drawings. The Contractor provided Alarm Conversion Panel shall be tied into the SCADA RTU within the communications room.  Work includes all wiring, conduit and supports, core drills, junction boxes, pull boxes, local disconnects and all other associated appurtenances for connection to the SCADA RTU.

•(3)   New sump pumps shall have oil-sensing technology and provide fault alarms to the station kiosk via Alarm Conversion Panel and the SCADA system. All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system.

•e.     The Work shall include any required masonry repair and/or modification of existing housekeeping pads to accommodate new mechanical equipment, ductwork penetrations, etc.
•f.      The Work shall include cleaning and painting of the mechanical room floors and equipment pads with battle ship grey or equal. Paint yellow safety lines, the edges of housekeeping pads, and any other tripping hazard yellow. Dedicated floor-space for maintenance access, filter pull-space, minimum clearances for valves, electrical equipment, and similar spaces shall be demarcated on the floor with yellow border and yellow stripping fill to ensure clearance is maintained.
•g.     The Contractor shall be responsible for any and all cutting and patching required to perform the Work. Cutting, core-drills, and other penetrations shall be performed only after COR inspection of the penetration location against the field-marked rebar identification (XRay, Ground Penetrating Rebar, or other). Any demolition work that leaves open penetrations or otherwise damages existing concrete or finishes shall be patched, grouted, or repaired using another approved method to match existing.
•h.     Contractor shall provide on-site training for WMATA O&M staff at the project's completion, as further specified in Section 1.05, below.
•i.      Contractor shall provide as-built drawings in electronic *.PDF format with a size of 11 x 17 printed at half-size of full-scale (22 x 34).
•j.      Contractor shall coordinate with and provide WMATA SAFE approved roadway barriers.
•(1)   During trackside operations, provide polymesh fabric mesh tight sheeted across the wayside opening and shall be at least six feet high, so workers shall not be seen by vehicle operators. The dense poly mesh (Strongman) shall be kept taut using 3/8" steel cables attached to turnbuckles anchored to walls and threaded through the poly mesh at the top, middle and bottom of the fabric span.

•k.     Provide two full sets of spare filters for each ACU.  Coordinate with COR for delivery and storage of spares.
•4.     A07 - Tenleytown
•a.     The Work shall include, but is not limited to, the removal, disposal, and new installation of station ACUs
•(1)   ACU replacement includes all piping, valves, temperature and flow sensors, ductwork, fire dampers, duct smoke detectors, filters, control dampers, supports and hangers; electrical starters, wiring, conduit, junction boxes, pull boxes, disconnects, and all associated appurtenances

•(2)   Penetration into the underplatform space shall include a new fire damper on both the supply and return ductwork, regardless of whether a fire damper currently exists. Contractor shall provide new fire dampers in all ACU ductwork replacements.

•(3)   All flanged ductwork shall be bonded across the flange and grounded to prevent stray current and induced current corrosion.

•(4)   Limit of Demolition and associated removal of equipment are generally shown on contract plans. Contractor shall confirm in-field limits of demolition. No items associated with the ACU replacement shall be abandoned in place.

•b.     The Work shall include new controls and electrical equipment to serve the ACUs.
•(1)   Work shall include the local disconnects, ACU motor controllers/starters, replacement of pneumatic controls/controllers with electronic controls, replacement of Fire and Intrusion Alarm (FIA) interface box including contactors/relays and all other associated appurtenances within the mechanical room. Panelboards, disconnects, transformers, or other electrical equipment within the mechanical room that do not serve the ACUs are outside of the Scope.

•(2)   Provide new duct smoke detectors in a redundant configuration, where a single duct smoke detector is provided on both the supply and return ducts totaling two duct smoke detectors per ACU. Duct detectors shall shut down the ACU and provide a trouble signal to the FIA system.  Coordinate with the Contracting Officer Representative (COR) for connection to the FIA system and for shutdown of the ACU.

•(3)   Provide all equipment, controls, and components required by air conditioning manufacturers to ensure a satisfactory performance of the manufacturers' system. Equipment and components shall include, but are not limited to, electrically actuated modulating valves, control dampers, flow sensors, temperature sensors or any other required component for a fully functional system that is remotely controlled and monitored. Provide Hand-Off-Automatic auxiliary contacts for remote monitoring of system's operational status.

•(4)   Provide new temperature sensors at platform and mezzanines. Temperature sensors are typically placed within one or more pylons at the platform and mezzanine levels. All existing (or missing) temperature sensors shall be replaced with electronic temperature sensors and shall include all wiring, conduit and supports, core drills, junction boxes, pull boxes, local disconnects and all other associated appurtenances from the existing location back to the ACU control panel or DTS/AEMS/RTU panel as coordinated with the COR. All existing pneumatic lines and/or electrical wires and associated conduit from the temperature sensor shall be fully demolished and capped at the pneumatic control panel. There shall be no items abandoned in place. As shown on the sequence of operations, provide a temperature sensor within both the return air duct and supply air duct for each ACU.

•(5)   Provide and integrate new Modbus communication cards and controls, for remote monitoring and control of equipment. In cooperation with the COR, contractor shall provide remote monitoring of the ACU that includes all associated wiring, conduit and supports, junction boxes, pull boxes, local disconnects, and all other associated appurtenances. Modbus communication cables shall be routed to the DTS, AEMS, or RTU as required for each location. All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system. In cooperation with the COR, Contractor shall field-verify location of communications equipment and the associated conduit/wire routing.

•(6)   For future monitoring and controls via SCADA or Automated Energy Management Systems (AEMS), the Work shall include sensors and associated wiring to the ACU controller. The ACU controller shall make the data available to the existing DTS, AEMS, or RTU. Sensors at the ACU shall include flow sensors for monitoring chilled water flow rate; temperature sensors for monitoring entering water temperature, leaving water temperature, entering air temperature, and leaving air temperature; damper open and closed sensors; Fan status (On/Off) for each fan; fault indication; and filter differential pressure sensor (4-20ma). All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system.

•c.     The Work shall include the cleaning of all underplatform return air plenums and any ductwork that has been identified on the plans to remain-in-place.
•(1)   Underplatform cleaning shall include the entire underplatform return-air plenum up to and including the return air ductwork, which is replaced as stated above.

•(a)   Cleaning shall include the removal of any dirt, debris, abandoned work (i.e. old pumps, hoses, buckets, etc.), and similar. 

•(b)   All water shall be removed from low-points as part of the cleaning process. 

•(c)   Coordination with electrical trades for safe power shutdown of electrical work within the plenum shall be included as part of the Work, and shall include but is not limited to, pylon lights, electrical junction boxes, convenience outlets, and any other work.

•(2)   Cleaning of ductwork shall include all supply ductwork from the point of demolition down to the underplatform, along the length of the underplatform areas, to the base of each platform pylon.

•d.     The Work shall include the removal, disposal, and reinstallation of underplatform sump pumps and associated discharge piping, electrical and controls, check valve, isolation valve, and supports up to the track drainage system connection at the plenum wall.
•(1)   The Work shall include the removal, disposal, and reinstallation of associated electrical outlets, wiring back to the breaker panel within the associated electrical room, conduit and supports, junction boxes, pull boxes, local disconnects and all other associated appurtenances.

•(a)   Contractor shall confirm breaker is available as shown on contract drawings and that other WMATA entities have not occupied the designated breaker.

•(b)   Contractor shall provide new breaker that is properly sized for the load into the designated panel. No items associated with the sump pump replacement shall be abandoned in place.

•(2)   Sump pump shall be connected to a new Alarm Conversion Panel(s) as shown on Drawings. The Contractor provided Alarm Conversion Panel shall be tied into the SCADA RTU within the communications room.  Work includes all wiring, conduit and supports, core drills, junction boxes, pull boxes, local disconnects and all other associated appurtenances for connection to the SCADA RTU.

•(3)   New sump pumps shall have oil-sensing technology and provide fault alarms to the station kiosk via Alarm Conversion Panel and the SCADA system. All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system.

•e.     The Work shall include any required masonry repair and/or modification of existing housekeeping pads to accommodate new mechanical equipment, ductwork penetrations, etc.
•f.      The Work shall include cleaning and painting of the mechanical room floors and equipment pads with battle ship grey or equal. Paint yellow safety lines, the edges of housekeeping pads, and any other tripping hazard yellow. Dedicated floor-space for maintenance access, filter pull-space, minimum clearances for valves, electrical equipment, and similar spaces shall be demarcated on the floor with yellow border and yellow stripping fill to ensure clearance is maintained.
•g.     The Contractor shall be responsible for any and all cutting and patching required to perform the Work. Cutting, core-drills, and other penetrations shall be performed only after COR inspection of the penetration location against the field-marked rebar identification (XRay, Ground Penetrating Rebar, or other). Any demolition work that leaves open penetrations or otherwise damages existing concrete or finishes shall be patched, grouted, or repaired using another approved method to match existing.
•h.     Contractor shall provide on-site training for WMATA O&M staff at the project's completion, as further specified in Section 1.05, below.
•i.      Contractor shall provide as-built drawings in electronic *.PDF format with a size of 11 x 17 printed at half-size of full-scale (22 x 34).
•j.      Contractor shall coordinate with and provide WMATA SAFE approved roadway barriers.
•(1)   During trackside operations, provide polymesh fabric mesh tight sheeted across the wayside opening and shall be at least six feet high, so workers shall not be seen by vehicle operators. The dense poly mesh (Strongman) shall be kept taut using 3/8" steel cables attached to turnbuckles anchored to walls and threaded through the poly mesh at the top, middle and bottom of the fabric span.

•k.     Provide two full sets of spare filters for each ACU.  Coordinate with COR for delivery and storage of spares.
•5.     A08 - Friendship Heights
•a.     The Work shall include, but is not limited to, the removal, disposal, and new installation of station ACUs
•(1)   ACU replacement includes all piping, valves, temperature and flow sensors, ductwork, fire dampers, duct smoke detectors, filters, control dampers, supports and hangers; electrical starters, wiring, conduit, junction boxes, pull boxes, disconnects, and all associated appurtenances

•(2)   Penetration into the underplatform space shall include a new fire damper on both the supply and return ductwork, regardless of whether a fire damper currently exists. Contractor shall provide new fire dampers in all ACU ductwork replacements.

•(3)   All flanged ductwork shall be bonded across the flange and grounded to prevent stray current and induced current corrosion.

•(4)   Limit of Demolition and associated removal of equipment are generally shown on contract plans. Contractor shall confirm in-field limits of demolition. No items associated with the ACU replacement shall be abandoned in place.

•b.     The Work shall include new controls and electrical equipment to serve the ACUs.
•(1)   Work shall include the local disconnects, ACU motor controllers/starters, replacement of pneumatic controls/controllers with electronic controls, replacement of Fire and Intrusion Alarm (FIA) interface box including contactors/relays and all other associated appurtenances within the mechanical room. Panelboards, disconnects, transformers, or other electrical equipment within the mechanical room that do not serve the ACUs are outside of the Scope.

•(2)   Provide new duct smoke detectors in a redundant configuration, where a single duct smoke detector is provided on both the supply and return ducts totaling two duct smoke detectors per ACU. Duct detectors shall shut down the ACU and provide a trouble signal to the FIA system.  Coordinate with the Contracting Officer Representative (COR) for connection to the FIA system and for shutdown of the ACU.

•(3)   Provide all equipment, controls, and components required by air conditioning manufacturers to ensure a satisfactory performance of the manufacturers' system. Equipment and components shall include, but are not limited to, electrically actuated modulating valves, control dampers, flow sensors, temperature sensors or any other required component for a fully functional system that is remotely controlled and monitored. Provide Hand-Off-Automatic auxiliary contacts for remote monitoring of system's operational status.

•(4)   Provide new temperature sensors at platform and mezzanines. Temperature sensors are typically placed within one or more pylons at the platform and mezzanine levels. All existing (or missing) temperature sensors shall be replaced with electronic temperature sensors and shall include all wiring, conduit and supports, core drills, junction boxes, pull boxes, local disconnects and all other associated appurtenances from the existing location back to the ACU control panel or DTS/AEMS/RTU panel as coordinated with the COR. All existing pneumatic lines and/or electrical wires and associated conduit from the temperature sensor shall be fully demolished and capped at the pneumatic control panel. There shall be no items abandoned in place. As shown on the sequence of operations, provide a temperature sensor within both the return air duct and supply air duct for each ACU.

•(5)   Provide and integrate new Modbus communication cards and controls, for remote monitoring and control of equipment. In cooperation with the COR, contractor shall provide remote monitoring of the ACU that includes all associated wiring, conduit and supports, junction boxes, pull boxes, local disconnects, and all other associated appurtenances. Modbus communication cables shall be routed to the DTS, AEMS, or RTU as required for each location. All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system. In cooperation with the COR, Contractor shall field-verify location of communications equipment and the associated conduit/wire routing.

•(6)   For future monitoring and controls via SCADA or Automated Energy Management Systems (AEMS), the Work shall include sensors and associated wiring to the ACU controller. The ACU controller shall make the data available to the existing DTS, AEMS, or RTU. Sensors at the ACU shall include flow sensors for monitoring chilled water flow rate; temperature sensors for monitoring entering water temperature, leaving water temperature, entering air temperature, and leaving air temperature; damper open and closed sensors; Fan status (On/Off) for each fan; fault indication; and filter differential pressure sensor (4-20ma). All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system.

•c.     The Work shall include the cleaning of all underplatform return air plenums and any ductwork that has been identified on the plans to remain-in-place.
•(1)   Underplatform cleaning shall include the entire underplatform return-air plenum up to and including the return air ductwork, which is replaced as stated above.

•(a)   Cleaning shall include the removal of any dirt, debris, abandoned work (i.e. old pumps, hoses, buckets, etc.), and similar. 

•(b)   All water shall be removed from low-points as part of the cleaning process. 

•(c)   Coordination with electrical trades for safe power shutdown of electrical work within the plenum shall be included as part of the Work, and shall include but is not limited to, pylon lights, electrical junction boxes, convenience outlets, and any other work.

•(2)   Cleaning of ductwork shall include all supply ductwork from the point of demolition down to the underplatform, along the length of the underplatform areas, to the base of each platform pylon.

•d.     The Work shall include the removal, disposal, and reinstallation of underplatform sump pumps and associated discharge piping, electrical and controls, check valve, isolation valve, and supports up to the track drainage system connection at the plenum wall.
•(1)   The Work shall include the removal, disposal, and reinstallation of associated electrical outlets, wiring back to the breaker panel within the associated electrical room, conduit and supports, junction boxes, pull boxes, local disconnects and all other associated appurtenances.

•(a)   Contractor shall confirm breaker is available as shown on contract drawings and that other WMATA entities have not occupied the designated breaker.

•(b)   Contractor shall provide new breaker that is properly sized for the load into the designated panel. No items associated with the sump pump replacement shall be abandoned in place.

•(2)   Sump pump shall be connected to a new Alarm Conversion Panel(s) as shown on Drawings. The Contractor provided Alarm Conversion Panel shall be tied into the SCADA RTU within the communications room.  Work includes all wiring, conduit and supports, core drills, junction boxes, pull boxes, local disconnects and all other associated appurtenances for connection to the SCADA RTU.

•(3)   New sump pumps shall have oil-sensing technology and provide fault alarms to the station kiosk via Alarm Conversion Panel and the SCADA system. All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system.

•e.     The Work shall include any required masonry repair and/or modification of existing housekeeping pads to accommodate new mechanical equipment, ductwork penetrations, etc.
•f.      The Work shall include cleaning and painting of the mechanical room floors and equipment pads with battle ship grey or equal. Paint yellow safety lines, the edges of housekeeping pads, and any other tripping hazard yellow. Dedicated floor-space for maintenance access, filter pull-space, minimum clearances for valves, electrical equipment, and similar spaces shall be demarcated on the floor with yellow border and yellow stripping fill to ensure clearance is maintained.
•g.     The Contractor shall be responsible for any and all cutting and patching required to perform the Work. Cutting, core-drills, and other penetrations shall be performed only after COR inspection of the penetration location against the field-marked rebar identification (XRay, Ground Penetrating Rebar, or other). Any demolition work that leaves open penetrations or otherwise damages existing concrete or finishes shall be patched, grouted, or repaired using another approved method to match existing.
•h.     Contractor shall provide on-site training for WMATA O&M staff at the project's completion, as further specified in Section 1.05, below.
•i.      Contractor shall provide as-built drawings in electronic *.PDF format with a size of 11 x 17 printed at half-size of full-scale (22 x 34).
•j.      Contractor shall coordinate with and provide WMATA SAFE approved roadway barriers.
•(1)   During trackside operations, provide polymesh fabric mesh tight sheeted across the wayside opening and shall be at least six feet high, so workers shall not be seen by vehicle operators. The dense poly mesh (Strongman) shall be kept taut using 3/8" steel cables attached to turnbuckles anchored to walls and threaded through the poly mesh at the top, middle and bottom of the fabric span.

•k.     Provide two full sets of spare filters for each ACU.  Coordinate with COR for delivery and storage of spares.
•6.     C07 - Pentagon
•a.     The Work shall include, but is not limited to, the removal, disposal, and new installation of station ACUs
•(1)   ACU replacement includes all piping, valves, temperature and flow sensors, ductwork, fire dampers, duct smoke detectors, filters, control dampers, supports and hangers; electrical starters, wiring, conduit, junction boxes, pull boxes, disconnects, and all associated appurtenances

•(2)   Penetration into the underplatform space shall include a new fire damper on both the supply and return ductwork, regardless of whether a fire damper currently exists. Contractor shall provide new fire dampers in all ACU ductwork replacements.

•(3)   All flanged ductwork shall be bonded across the flange and grounded to prevent stray current and induced current corrosion.

•(4)   Limit of Demolition and associated removal of equipment are generally shown on contract plans. Contractor shall confirm in-field limits of demolition. No items associated with the ACU replacement shall be abandoned in place.

•b.     The Work shall include new controls and electrical equipment to serve the ACUs.
•(1)   Work shall include the local disconnects, ACU motor controllers/starters, replacement of pneumatic controls/controllers with electronic controls, replacement of Fire and Intrusion Alarm (FIA) interface box including contactors/relays and all other associated appurtenances within the mechanical room. Panelboards, disconnects, transformers, or other electrical equipment within the mechanical room that do not serve the ACUs are outside of the Scope.

•(2)   Provide new duct smoke detectors in a redundant configuration, where a single duct smoke detector is provided on both the supply and return ducts totaling two duct smoke detectors per ACU. Duct detectors shall shut down the ACU and provide a trouble signal to the FIA system.  Coordinate with the Contracting Officer Representative (COR) for connection to the FIA system and for shutdown of the ACU.

•(3)   Provide all equipment, controls, and components required by air conditioning manufacturers to ensure a satisfactory performance of the manufacturers' system. Equipment and components shall include, but are not limited to, electrically actuated modulating valves, control dampers, flow sensors, temperature sensors or any other required component for a fully functional system that is remotely controlled and monitored. Provide Hand-Off-Automatic auxiliary contacts for remote monitoring of system's operational status.

•(4)   Provide new temperature sensors at platform and mezzanines. Temperature sensors are typically placed within one or more pylons at the platform and mezzanine levels. All existing (or missing) temperature sensors shall be replaced with electronic temperature sensors and shall include all wiring, conduit and supports, core drills, junction boxes, pull boxes, local disconnects and all other associated appurtenances from the existing location back to the ACU control panel or DTS/AEMS/RTU panel as coordinated with the COR. All existing pneumatic lines and/or electrical wires and associated conduit from the temperature sensor shall be fully demolished and capped at the pneumatic control panel. There shall be no items abandoned in place. As shown on the sequence of operations, provide a temperature sensor within both the return air duct and supply air duct for each ACU.

•(5)   Provide and integrate new Modbus communication cards and controls, for remote monitoring and control of equipment. In cooperation with the COR, contractor shall provide remote monitoring of the ACU that includes all associated wiring, conduit and supports, junction boxes, pull boxes, local disconnects, and all other associated appurtenances. Modbus communication cables shall be routed to the DTS, AEMS, or RTU as required for each location. All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system. In cooperation with the COR, Contractor shall field-verify location of communications equipment and the associated conduit/wire routing.

•(6)   For future monitoring and controls via SCADA or Automated Energy Management Systems (AEMS), the Work shall include sensors and associated wiring to the ACU controller. The ACU controller shall make the data available to the existing DTS, AEMS, or RTU. Sensors at the ACU shall include flow sensors for monitoring chilled water flow rate; temperature sensors for monitoring entering water temperature, leaving water temperature, entering air temperature, and leaving air temperature; damper open and closed sensors; Fan status (On/Off) for each fan; fault indication; and filter differential pressure sensor (4-20ma). All controls, software, points list, and associated integration shall be provided for a fully operational monitoring system.

•c.     The Work shall include the cleaning of all underplatform return air plenums and any ductwork that has been identified on the plans to remain-in-place.
•(1)   Underplatform cleaning shall include the entire underplatform return-air plenum up to and including the return air ductwork, which is replaced as stated above.

•(a)   Cleaning shall include the removal of any dirt, debris, abandoned work (i.e. old pumps, hoses, buckets, etc.), and similar. 

•(b)   All water shall be removed from low-points as part of the cleaning process. 

•(c)   Coordination with electrical trades for safe power shutdown of electrical work within the plenum shall be included as part of the Work, and shall include but is not limited to, pylon lights, electrical junction boxes, convenience outlets, and any other work.

•(2)   Cleaning of ductwork shall include all supply ductwork from the point of demolition down to the underplatform, along the length of the underplatform areas, to the base of each platform pylon.

•d.     The Work shall include any required masonry repair and/or modification of existing housekeeping pads to accommodate new mechanical equipment, ductwork penetrations, etc.
•e.     The Work shall include cleaning and painting of the mechanical room floors and equipment pads with battle ship grey or equal. Paint yellow safety lines, the edges of housekeeping pads, and any other tripping hazard yellow. Dedicated floor-space for maintenance access, filter pull-space, minimum clearances for valves, electrical equipment, and similar spaces shall be demarcated on the floor with yellow border and yellow stripping fill to ensure clearance is maintained.
•f.      The Contractor shall be responsible for any and all cutting and patching required to perform the Work. Cutting, core-drills, and other penetrations shall be performed only after COR inspection of the penetration location against the field-marked rebar identification (XRay, Ground Penetrating Rebar, or other). Any demolition work that leaves open penetrations or otherwise damages existing concrete or finishes shall be patched, grouted, or repaired using another approved method to match existing.
•g.     Contractor shall provide on-site training for WMATA O&M staff at the project's completion, as further specified in Section 1.05, below.
•h.     Contractor shall provide as-built drawings in electronic *.PDF format with a size of 11 x 17 printed at half-size of full-scale (22 x 34).
•i.      Contractor shall coordinate with and provide WMATA SAFE approved roadway barriers.
•(1)   During trackside operations, provide polymesh fabric mesh tight sheeted across the wayside opening and shall be at least six feet high, so workers shall not be seen by vehicle operators. The dense poly mesh (Strongman) shall be kept taut using 3/8" steel cables attached to turnbuckles anchored to walls and threaded through the poly mesh at the top, middle and bottom of the fabric span.

•j.      Provide two full sets of spare filters for each ACU.  Coordinate with COR for delivery and storage of spares.
•7.     C09 - Crystal City
•a.     The Work shall include, but is not limited to, the removal, disposal, and new installation of station ACUs
•(1)   ACU replacement includes all piping, valves, temperature and flow sensors, ductwork, fire dampers, duct smoke detectors, filters, control dampers, supports and hangers; electrical starters, wiring, conduit, junction boxes, pull boxes, disconnects, and all associated appurtenances

•(2)   Penetration into the underplatform space shall include a new fire damper on both the supply and return ductwork, regardless of whether a fire damper currently exists. Contractor shall provide new fire dampers in all ACU ductwork replacements.

•(3)   All flanged ductwork shall be bonded across the flange and grounded to prevent stray current and induced current corrosion.

•(4)   Limit of Demolition and associated removal of equipment are generally shown on contract plans. Contractor shall confirm in-field limits of demolition. No items associated with the ACU replacement shall be abandoned in place.

•b.     The Work shall include new controls and electrical equipment to serve the ACUs.
•(1)   Work shall include the local disconnects, ACU motor controllers/starters, replacement of pneumatic controls/controllers with electronic controls, replacement of Fire and Intrusion Alarm (FIA) interface box including contactors/relays and all other associated appurtenances within the mechanical room. Panelboards, disconnects, transformers, or other electrical equipment within the mechanical room that do not serve the ACUs are outside of the Scope.

•(2)   Provide new duct smoke detectors in a redundant configuration, where a single duct smoke detector is provided on both the supply and return ducts totaling two duct smoke detectors per ACU. Duct detectors shall shut down the ACU and provide a trouble signal to the FIA system.  Coordinate with the Contracting Officer Representative (COR) for connection to the FIA system and for shutdown of the ACU.

•(3)   Provide all equipment, controls, and components required by air conditioning manufacturers to ensure a satisfactory performance of the manufacturers' system. Equipment and components shall include, but are not limited to, electrically actuated modulating valves, contro

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP