Loading...
C2009-26 Addendum No. 2 ADDENDUM NO. 2 TO THE BIDDING DOCUMENTS FOR JANESVILLE WASTEWATER TREATMENT PLANT UPGRADE AND EXPANSION CONTRACT C2009-26 FOR THE CITY OF JANESVILLE, WISCONSIN AECOM PROJECT NO. 106961 DATE: September 3, 2009 BIDS CLOSE: Friday, September 18, at 2:00 PM CDT. TO ALL BIDDERS BIDDING ON THE ABOVE PROJECT: All Bidders submitting a Bid on the above Contract shall carefully read this Addendum and give it consideration in the preparation of their Bid. ADVERTISEMENT FOR BIDS I. The following is a revision to the : WEDNESDAY, THE 1. Regarding receipt of sealed bids in Part #1, Page 2, first sentence, delete the words " 16THFRIDAY, THE 18TH " and replace with the words, "". Addendum No. 1- INFORMATION TO BIDDERS II. The following are revisions to : 1. Page A1-IB-3, Paragraph 12 EXAMINATION OF CONTRACT DOCUMENTS AND SITE regarding appointments for site visits with Gail Terrell: Revise the sentence to read: “Please call Gail at her direct dial no. 3452” 608-373- SPECIAL PROVISIONS III. The following are revisions to : 1. Page 3 of Special Provisions, Add Special Provision as follows: “12. ASBESTOS SURVEY An asbestos survey to determine whether or not there is Asbestos Containing Material (ACM) or Presumed Asbestos Containing Material (PACM) will be commissioned by OWNER. The OWNER will submit DNR Notification of Demolition and/or Renovation Form # 4500-113 and provide report to CONTRACTOR prior to start of demolition.” Addendum No. 1- SPECIFICATIONS: IV. The following are clarifications to 1. As a clarification, SECTIONS 03910, 03920 and 03931 were DELETED by Addendum No. 1 as shown by the strikeouts in the Table of Contents in Addendum No. 1 and strikeout (red-line deletion) of Sections accordingly. 0001-A2-1 JANESVILLE - 106961 ADDENDUM NO. 2 Addendum No. 1- SPECIFICATIONS: V. The following are revisions to 1. Delete Table of Contents and replace with Revised Table of Contents to identify specifications revised by Addendum 2 (revised sections underlined in Table of Contents). 2. Delete SECTION A1-11332 - GRIT REMOVAL EQUIPMENT and replace with SECTION A2-11332-GRIT REMOVAL EQUIPMENT to incorporate the following: a.Page A1-11322-1, delete Paragraph 1.03.D in its entirety. 3. Delete SECTION A1-11338 - RECTANGULAR SETTLING TANK EQUIPMENT and replace with SECTION A2-11332-GRIT REMOVAL EQUIPMENT to incorporate the following: a. Page A1-11338-2, delete Paragraph 1.04 in its entirety b. Page A1-11338-2, add the following to the end of Subparagraph 2.02.A.1, "and minimum 6,300 lbs ultimate strength" c. Page A1-11338-2, delete Subparagraph 2.02.B.4 in its entirety and replace with the following" "4. Type 316 stainless steel chain tightener." d. Page A1-11338-3, delete Subparagraph 2.04.A.4 in its entirety and replace with the following: "4. Cornershaft sprockets, 16.61 in. pitch dia and minimum 17 teeth. Run sprockets on UHWM polyethylene sleeve bearings mounted on stub shafts for longitudinal collectors and full-width static shafts for cross collectors." e. Page A1-11338-3, delete Subparagraph 2.04.E in its entirety. f. Page A1-11338-4, Subparagraph 2.06.B.2, delete the word "...gear..." and replace with the word "...speed..." g. Page A1-11338-4, Subparagraph 2.06.B.3, delete the word "...gear..." and replace with the word "...speed..." 4. Delete SECTION A1-11392-DIGESTER GAS CONDITIONING SYSTEM, in its entirety and replace with attached revised SECTION A2-11392-DIGESTER GAS CONDITIONING SYSTEM. 5. Delete SECTION A1-12510 OFFICE FURNITURE and replace with SECTION A2-12510 OFFICE FURNITURE to incorporate the following: Add Part 2.01C. as follows: C. Manufacturer Names as used in Schedule. 1. HON = HON Company, Muscatine, IA. 2. ROE = Recycled Office Environments (715) 345-3800 3. MAY= Mayline 6. Delete SECTION A1-15866–ODOR CONTROL SYSTEMS, in its entirety and replace with attached revised SECTION A2-15866-ODOR CONTROL SYSTEMS. SPECIFICATIONS: VI. The following are revisions to the 1. Delete SECTION 11290–SLIDE GATES, in its entirety and replace with attached revised SECTION A2-11290– SLIDE GATES. 2. Delete SECTION 11391-MICROTURBINE GENERATOR SYSTEMS, in its entirety and replace with attached revised SECTION A2-11391-MICROTURBINE GENERATOR SYSTEMS. 0001-A2-2 JANESVILLE - 106961 ADDENDUM NO. 2 Addendum No. 1 Drawings VII. The following are clarifications to the : 1. Sheet No. 223, Drawing No. 70-SM-01 Rev 1: Entire drawing was revised by Addendum No. 1and revision clouds as shown do not necessarily indicate all revisions to drawing. 2. Sheet No. 224, Drawing No. 70-SM-02 Rev 1: Entire drawing was revised by Addendum No. 1 and revision clouds as shown do not necessarily indicate all revisions to drawing. Addendum No. 1 Drawings VIII. The following are revisions to the : 1. Sheet No. 2, delete Drawing No. 01-G-02 Rev 1 and replace with Drawing No. 01-G-03 Rev 2 as updated index. 2. Sheet No. 3, delete Drawing No. 01-G-03 Rev 1 and replace with Drawing No. 01-G-03 Rev 2 as updated index. 3. Sheet No. 4, delete Drawing No. 01-G-04 Rev 1 and replace with Drawing No. 01-G-04 Rev 2 as updated index. 4. Sheet No. 18, delete Drawing No.02-CD-01 Rev 1 and replace with Drawing No. 02-CD-01 Rev 2 to delete removal of Structure 91. 5. Sheet No. 87, Drawing 25-AS-01 Rev 1: Revise Floor Plan Windows W1 to F19. (NOTE: revision NOT posted by AECOM on this sheet) 6. Sheet No. 88, Drawing 25-AS-02 Rev 1: North Elevation: Both Windows on North Elevation shall be revised to Type F19 on Drawing No. 999-A-08. Roof Plan: Insulation thickness at high point (East Side of Roof) shall be 6" thickness. Insulation thickness at Low Point (Roof Drains located on West Side of Roof) shall be 1-1/2". (NOTE: revision NOT posted by AECOM on this sheet) 7. Sheet No. 119, Drawing 35-AS-02 Rev 1: Revise Plan Note 14 to read: “…22" x 30" Attic Access Hatch Above. See Detail 07-311.” (NOTE: revision NOT posted by AECOM on this sheet) 8. Sheet No. 169, Drawing 40-AS-02 Rev 1: Floor Plan: Mud Room-Room 108 Cabinets shall be Continuous Base Cabinets with Doors and Drawers above and Sink Cabinets at locations of Sink Basins. The cabinets shall extend 10'-0" long w/30" high by 12" deep Wall Cabinets above. Base Cabinets shall be 36" high with 4" high plastic laminate countertop and backsplash. (NOTE: revision NOT posted by AECOM on this sheet) 9. Sheet No. 172, Drawing 40-AS-05 Rev 1: Mail Slot Detail: Overall Mail Slot depth shall be 12". Break Room and Laundry Room Cabinet Elevations: Base Cabinets shall be 36" height w/4" backsplash and 30" high wall cabinets. Wall Cabinet above sink shall be 15" high. (NOTE: revision NOT posted by AECOM on this sheet) Drawing No. 40-H-01 Rev 1 and replace with Drawing No. 40-H-01 Rev 2 to add section 10. Sheet No. 180, delete lines and thermostats. 11. Sheet No. 181, delete Drawing No. 40-H-02 Rev 2 and replace with Drawing No. 40-H-02 Rev 2 to add section lines and thermostats. Drawing No 40-H-04 Rev 1, and replace with Drawing No. 40-H-04 Rev 2 for General 12. Sheet No.183, delete Revisions. 13. Sheet No. 190, delete Drawing No. 50-M-01 Rev 1, and replace with Drawing No. 50-M-01 Rev 1 attached because Sheet No. 190 in Addendum 1 did not include the Rev 1 addition as clouded in the attached. 14. Sheet No. 331, Drawing 999-A-01 Rev 1: Provide Bi-Fold Door Hardware package for Door 109 in Building No. 35. (NOTE: revision NOT posted by AECOM on this sheet) 0001-A2-3 JANESVILLE - 106961 ADDENDUM NO. 2 15. Sheet No. 332, delete Drawing 999-A-02 Rev 1: and replace with Drawing 999-A-02 Rev 2 to change the schedule for the following in Building No. 35: Revise Base finish to 5 (4" Resilient Base) for Rooms 119, 120, 121, & 122. 16. Sheet No. 395, delete Drawing 999-E-20 Rev 1, and replace with Drawing 999-E-20 Rev 2, in order to incorporate changes to Lighting Fixture Schedule. IX. UNOFFICIAL Project Manual and Drawings with “POSTED” addenda – FOR INFORMATION ONLY on PROJECT WEBSITE: As a courtesy to bidders, AECOM has set up a FTP website and posted two bookmarked .pdf files: ONE .pdf file with the Project Manual that incorporates Addendum 1 and Addendum 2 revised specifications POSTED within the manual; and ONE bookmarked .pdf file that incorporates revised drawings from Addendum 1 and Addendum 2 POSTED in the Drawing Set, except does not incorporate revisions that were NOT posted by AECOM on the sheet (Items VIII. 5, 6, 7, 8, 9, and 14). The UNOFFICIAL Project Manual and Drawings are NOT sealed and are not considered Contract Documents. Site: ftp://ftp.earthtech.com User: JWWTPUE Password: etx22099 X. Any revisions to any of the Contract Documents made by this Addendum shall be considered as the same revision to any and all related areas of the Contract Documents not specifically called out in this Addendum. AECOM 1210 Fourier Drive, Suite 100 Madison, WI 53717 Jay S. Kemp, P.E. 0001-A2-4 JANESVILLE - 106961 ADDENDUM NO. 2 PROJECT MANUAL FOR THE JANESVILLE WASTEWATER TREATMENT PLANT UPGRADE AND EXPANSION CONTRACT C2009-26 FOR CITY OF JANESVILLE, WISCONSIN GENERAL TABLE OF CONTENTS Page No. PART 1 - ADVERTISEMENT FOR BIDS.................................................................. 1 to 3 PART 2 - INFORMATION TO BIDDERS.................................................................. A2-IB-1 to A2-IB-6 STATE FORMS FEDERAL FORMS WAGE RATES PART 3 - PROPOSAL FOR BID................................................................................. A1-3-1 to A1-3-6 PART 4 - AFFIDAVIT OF ORGANIZATION AND AUTHORITY.......................... 4-1 to 4-2 PART 5 - LIST OF SUBCONTRACTORS.................................................................. 5-1 PART 6 - AGREEMENT.............................................................................................. A1-6-1 to A1-6-5 PART 7 - BID BOND................................................................................................... 7-1 to 7-2 PART 8 - CONTRACT OR PERFORMANCE BOND................................................ 8-1 to 8-2 PART 9 - BIDDER’S PROOF OF RESPONSIBILITY............................................... 9-1 to 9-5 PART 10 - DESIGNATION OF RESPONSIBLE PERSON........................................ 10-1 GENERAL CONDITIONS........................................................................................... G-1 to G-36 SPECIAL PROVISIONS.............................................................................................. A2-1 to A2-3 DIVISION 1 – GENERAL REQUIREMENTS Section 01110 Summary of Work..............................................................A1-01110-1 to A1-01110-8 Section 01210 Allowances.........................................................................A1-01210-1 to A1-01210-4 Section 01230 Alternate Bid Items.............................................................A1-01230-1 to A1-01230-4 Section 01295 Schedule of Values............................................................. 01295-1 to 01295-2 Section 01315 Project Meetings................................................................. 01315-1 to 01315-3 Section 01316 Engineer’s Status During Construction.............................. 01316-1 to 01316-5 Section 01321 Construction Photographs................................................... 01321-1 Section 01325 Construction Progress Schedules........................................ 01325-1 to 01325-2 Section 01340 Submittals........................................................................... 01340-1 to 01340-8 Section 01350 Alteration Procedures.........................................................A1-01350-1 to A1-01350-5 Section 01455 Testing Laboratory Services...............................................A1-01455-1 to A1-01455-2 A2-i JANESVILLE-106961 Section 01456 Testing Tanks and Reservoirs.............................................A1-01456-1 to A1-01456-4 Section 01457 Testing Piping Systems....................................................... 01457-1 to 01457-4 Section 01458 Testing Electrical Systems.................................................. 01458-1 to 01458-10 Section 01500 Temporary Construction Facilities and Utilities................. 01500-1 to 01500-4 Section 01570 Protection of Environment.................................................. 01570-1 to 01570-3 Section 01600 Material and Equipment..................................................... 01600-1 to 01600-5 Section 01740 Cleaning.............................................................................. 01740-1 to 01740-2 Section 01785 Operation and Maintenance (O&M) Data.......................... 01785-1 to 01785-14 Section 01788 Project Record Documents................................................. 01788-1 to 01788-2 Section 01814 Systems Demonstrations..................................................... 01814-1 to 01814-3 Section 01816 Electrical System Demonstrations...................................... 01816-1 Section 01820 Instructional Services......................................................... 01820-1 to 01820-5 DIVISION 2 – SITE CONSTRUCTION Section 02082 Reinforced Concrete Pipe................................................... 02082-1 to 02082-3 Section 02086 Plastic Sewer Pipe.............................................................. 02086-1 to 02086-3 Section 02140 Dewatering..........................................................................A1-02140-1 to A1-02140-4 Section 02222 Demolition..........................................................................A1-02222-1 to A1-02222-3 Section 02232 Site Preparation................................................................... 02232-1 to 02232-2 Section 02310 Site Grading........................................................................A1-02310-1 to A1-02310-3 Section 02315 Structure Excavation and Backfilling.................................A1-02315-1 to A1-02315-8 Section 02316 Trenching, Backfilling, and Compacting............................A1-02316-1 to A1-02316-9 Section 02504 Site Utilities System............................................................ 02504-1 to 02504-6 Section 02535 Manholes and Inlets............................................................ 02535-1 to 02535-5 Section 02701 Paving and Surfacing.......................................................... 02701-1 to 02701-3 Section 02741 Porous Pavement................................................................ 02741-1 to 02741-3 Section 02780 Unit Pavers.........................................................................A1-02780-1 to A1-02780-4 Section 02821 Chainlink Fences and Gates................................................ 02821-1 to 02821-6 Section 02900 Landscaping........................................................................A1-02900-1 to A1-02900-11 DIVISION 3 – CONCRETE Section 03200 Concrete Reinforcement.....................................................A1-03200-1 to A1-03200-3 Section 03300 Cast-In-Place Concrete.......................................................A1-03300-1 to A1-03300-16 Section 03410 Structural Precast Concrete.................................................A1-03410-1 to A1-03410-7 Section 03530 Concrete Topping...............................................................A1-03530-1 to A1-03530-3 Section 03603 Epoxy Grout.......................................................................A1-03603-1 to A1-03603-2 Section 03604 Nonshrink Grout.................................................................A1-03604-1 to A1-03604-2 Section 03605 Patching Mortar..................................................................A1-03605-1 DIVISION 4 – MASONRY Section 04415 Limestone...........................................................................A1-04415-1 to A1-04415-6 Section 04810 Unit Masonry......................................................................A1-04810-1 to A1-04810-8 Section 04816 Brick Veneer Masonry........................................................ 04816-1 to 04816-6 Section 04817 Structural-Clay Glazed Facing Tile.................................... 04817-1 to 04817-7 DIVISION 5 – METALS Section 05120 Structural Steel................................................................... 05120-1 to 05120-4 Section 05500 Metal Fabrications..............................................................A1-05500-1 to A1-05500-9 Section 05515 Ladders...............................................................................A1-05515-1 to A1-05515-4 Section 05520 Aluminum Handrails and Railings..................................... 05520-1 to 05520-4 Section 05532 Metal Bar Grating...............................................................A1-05532-1 to A1-05532-4 Section 05533 Plank Grating......................................................................A1-05533-1 to A1-05533-2 A2-ii JANESVILLE-106961 DIVISION 6 – WOOD AND PLASTIC Section 06100 Rough Carpentry.................................................................A1-06100-1 to A1-06100-5 Section 06178 Prefabricated Wood Trusses...............................................A1-06178-1 to A1-06178-3 Section 06200 Finish Carpentry.................................................................A1-06200-1 to A1-06200-5 Section 06402 Interior Architectural Woods.............................................. 06402-1 to 06402-8 Section 06515 Fiberglass Reinforced Plastic Grating................................ 06515-1 to 06515-3 Section 06516 Fiberglass Reinforced Plastic Plank Grating...................... 06516-1 to 06516-3 Section 06518 Fiberglass Reinforced Plastic Structural Shapes................ 06518-1 to 06518-2 Section 06519 Fiberglass Reinforced Plastic Products and Fabrications... 06519-1 to 06519-3 Section 06530 Weir, Scum Baffles and Troughs, Effluent Launder Covers, and Density Current Baffles............................................... 06530-1 to 06530-6 DIVISION 7 – THERMAL AND MOISTURE PROTECTION Section 07210 Building Insulation............................................................. 07210-1 to 07210-5 Section 07262 Liquid Applied Air/Vapor Barrier System......................... 07262-1 to 07262-6 Section 07411 Metal Roof Panel and Vertical Siding System...................A1-07411-1 to A1-07411-12 Section 07545 Digester Cover Insulation w/ Silicone Elastomeric Coating A1-07545-1 to A1-07545-5 Section 07540 Thermoplastic Membrane Roofing..................................... 07540-1 to 07540-12 Section 07620 Sheet Metal Flashing and Trim...........................................A1-07620-1 to A1-07620-9 Section 07720 Roof Accessories................................................................ 07720-1 to 07720-5 Section 07920 Joint Sealants...................................................................... 07920-1 to 07920-7 DIVISION 8 – DOORS AND WINDOWS Section 08110 Steel Doors and Frames...................................................... 08110-1 to 08110-5 Section 08211 Flush Wood Doors..............................................................A1-08211-1 to A1-08211-5 Section 08411 Aluminum-Framed Entrances and Storefronts...................A1-08411-1 to A1-08411-15 Section 08710 Finish Hardware.................................................................A1-08710-1 to A1-08710-9 Section 08810 Glass and Glazing............................................................... 08810-1 to 08810-7 Section 08952 Insulated Translucent Sandwich Panel Barrel Skylight System 08952 1 to 08952-5 DIVISION 9 – FINISHES Section 09260 Gypsum Board Assemblies.................................................A1-09260-1 to A1-09260-7 Section 09310 Ceramic Tile.......................................................................A1-09310-1 to A1-09310-9 Section 09511 Acoustical Ceilings............................................................. 09511-1 to 09511-7 Section 09651 Resilient Floor Tile.............................................................A1-09651-1 to A1-09651-5 Section 09671 Resinous Flooring...............................................................A1-09671-1 to A1-09671-5 Section 09680 Carpet................................................................................. 09680-1 to 09680-6 Section 09910 Painting...............................................................................A1-09910-1 to A1-09910-9 Section 09961 Coatings..............................................................................A1-09961-1 to A1-09961-12 Section 09967 High-Build Polyurea Elastomer Liner................................ 09967-1 to 09967-7 DIVISION 10 – SPECIALTIES Section 10101 Visual Display Surfaces......................................................A1-10101-1 to A1-10101-5 Section 10125 Display Cases.....................................................................A1-10125-1 to A1-10125-5 Section 10155 Toilet Compartments.......................................................... 10155-1 to 10155-4 Section 10410 Directories.......................................................................... 10410-1 to 10410-5 Section 10440 Signs...................................................................................A1-10440-1 to A1-10440-6 Section 10510 Metal Lockers..................................................................... 10510-1 to 10510-6 Section 10520 Fire-Protection Specialties.................................................. 10520-1 to 10520-6 Section 10711 Architectural Sunshades.....................................................A1-10711-1 to A1-10711-4 Section 10801 Toilet and Miscellaneous Accessories................................A1-10801-1 to A1-10801-8 Section 10881 Vehicle Scales..................................................................... 10881-1 to 10881-5 A2-iii JANESVILLE-106961 DIVISION 11 – EQUIPMENT Section 11131 Projection Screens.............................................................. 11131-1 to 11131-2 Section 11212 Packaged Water Booster Pumping Station.........................A1-11212-1 to A1-11212-8 Section 11217 Single Stage End Suction Pump......................................... 11217-1 to 11217-5 Section 11236 Chemical Metering Pump................................................... 11236-1 to 11236-3 Section 11241 Calcium Hypochlorite Tablet System................................. 11241-1 to 11241-3 Section 11287 Stainless Steel Sluice Gates................................................A1-11287-1 to A1-11287-7 Section 11290 Slide Gates..........................................................................A2-11290-1 to A2-11290-11 Section 11312 Submersible Nonclog Pumps (Wet Installation)................ 11312-1 to 11312-6 Section 11313 Screw Pumps......................................................................A1-11313-1 to A1-11313-5 Section 11313A Screw Pump Modifications.................................................A1-11313A-1 to A1-11313A-4 Section 11313B Screw Pump Modifications.................................................A1-11313B-1 to A1-11313B-4 Section 11314 Screw Centrifugal Pumps................................................... 11314-1 to 11314-8 Section 11315 Progressing Cavity Pumps.................................................. 11315-1 to 11315-5 Section 11316 Rotary Lobe Pumps............................................................A1-11316-1 to A1-11316-9 Section 11317 Air Operated Diaphragm Pump Accessories...................... 11317-1 to 11317-3 Section 11318 Submersible Chopper Pump...............................................A1-11318-1 to A1-11318-5 Section 11319 Tank Mixing Systems......................................................... 11319-1 to 11319-2 Section 11322 Grit Removal Equipment....................................................A2-11322-1 to A2-11322-4 Section 11322A Grit Removal Equipment....................................................A1-11322A-1 to A1-11322A-5 Section 11327 Vortex Grit Washing Equipment........................................ 11327-1 to 11327-5 Section 11330 Mechanically Cleaned Bar Screen......................................A1-11330-1 to A1-11330-5 Section 11337 Center Feed Clarification Equipment with Suction Sludge Removal.....................................................A1-11337-1 to A1-11337-10 Section 11338 Rectangular Settling Tank Equipment................................A2-11338-1 to A2-11338-6 Section 11338A Rectangular Settling Tank Equipment................................A1-11338A-1 to A1-11338A-7 Section 11347 UV Effluent Disinfection System (and Attachments)........ 11347-1 to 11347-8 Section 11348 Polymer Makedown System...............................................A1-11348-1 to A1-11348-5 Section 11351 Static Mixer........................................................................ 11351-1 to 11351-2 Section 11352 Floating Mixing Equipment................................................A1-11352-1 to A1-11352-3 Section 11353 Submersible Propeller Pump..............................................A1-11353-1 to A1-11353-6 Section 11354 Gravity Sludge Thickening Equipment..............................A1-11354-1 to A1-11354-6 Section 11359 Solid Bowl Decanter Centrifuge Equipment......................A1-11359-1 to A1-11359-9 Section 11370 Compressed Air Equipment................................................A1-11370-1 to A1-11370-5 Section 11374 Single-Stage Centrifugal Blower........................................A1-11374-1 to A1-11374-8 Section 11375 Fine Pore Aeration Equipment...........................................A1-11375-1 to A1-11375-8 Section 11381 Sludge to Sludge Heat Exchanger......................................A1-11381-1 to A1-11381-3 Section 11382 Digester Mixing Equipment...............................................A1-11382-1 to A1-11382-5 Section 11383 Digester Gas Safety Equipment and Specialties.................A1-11383-1 to A1-11383-3 Section 11391 Microturbine Generator Systems........................................A2-11391-1 to A2-11391-6 Section 11392 Digester Gas Conditioning System.....................................A2-11392-1 to A2-11392-9 Section 11451 Kitchen Appliances.............................................................A1-11451-1 to A1-11451-4 Section 11620 Laboratory Equipment and Supplies..................................A1-11620-1 to A1-11620-4 DIVISION 12 – FURNISHINGS Section 12356 Laboratory Casework and Fixtures.....................................A1-12356-1 to A1-12356-14 Section 12481 Entrance Mats.....................................................................A1-12481-1 to A1-12481-3 Section 12494 Shades.................................................................................A1-12494-1 to A1-12494-3 Section 12510 Office Furniture..................................................................A2-12510-1 to A2-12510-13 DIVISION 13 – SPECIAL CONSTRUCTION Section 13122 Modular Steel Buildings..................................................... 13122-1 to 13122-6 Section 13125 Metal Building Systems......................................................A1-13125-1 to A1-13125-11 Section 13132 Extruded Flat Aluminum Panel Cover................................A1-13132-1 to A1-13132-4 Section 13230 Anaerobic Digestion Tank Covers and Appurtenances......A1-13230-1 to A1-13230-4 A2-iv JANESVILLE-106961 Section 13240 Dual-Membrane Gasholding Digester Covers and Equipment...........................................................................A1-13240-1 to A1-13240-7 Section 13400 Package System I&C Panels...............................................A1-13400-1 to A1-13400-10 Section 13404 Adjustable Speed Drive Equipment-Adjustable Frequency 13404-1 to 13404-20 Section 13411 Flow Monitoring System (Venturi).................................... 13411-1 to 13411-4 Section 13414 Flow Meter (Flume)............................................................ 13414-1 to 13414-3 Section 13420 Flow Meter (Magnetic)....................................................... 13420-1 to 13420-4 Section 13431 Radar Level Detection Equipment...................................... 13431-1 to 13431-3 Section 13440 General Provisions for Instrumentation and Controls........ 13440-1 to 13440-4 Section 13442 Instrument and Control Panel Construction........................ 13442-1 to 13442-5 Section 13452 Electronic Panel Instruments.............................................. 13452-1 to 13452-4 Section 13453 Panel and Field Devices...................................................... 13453-1 to 13453-9 Section 13459 Field Electronic Transmitters.............................................. 13459-1 to 13459-5 Section 13464 Programmable Logic Controller (PLC).............................. 13464-1 to 13464-5 Section 13466 Electronic Analyzers/Detectors..........................................A1-13466-1 to A1-13466-4 Section 13475 Data Communication Network Components...................... 13475-1 to 13475-3 Section 13476 Uninterruptible Power Supply (UPS)................................. 13476-1 to 13476-2 Section 13478 Operator Interface Unit (OUI)............................................A1-13478-1 to A1-13478-2 Section 13485 Radio Telemetering Equipment.......................................... 13485-1 to 13485-3 Section 13539 Digester Cleaning and Structural Repairs........................... 13539-1 to 13539-2 DIVISION 14 – CONVEYING SYSTEMS Section 14552 Conveyors........................................................................... 14552-1 to 14552-2 Section 14554 Conveying Equipment (Shaftless Screw Type).................. 14554-1 to 14554-8 Section 14612 Hand-Operated Hoists........................................................ 14612-1 to 14612-2 Section 14614 Motor Operated Hoists....................................................... 14614-1 to 14614-3 Section 14630 Bridge Cranes..................................................................... 14630-1 to 14630-4 DIVISION 15 – MECHANICAL Section 15012 Ductile Iron Piping............................................................. 15012-1 to 15012-6 Section 15013 Type 304L Stainless Steel Piping....................................... 15013-1 to 15013-5 Section 15014 Type 316L Stainless Steel Piping....................................... 15014-1 to 15014-5 Section 15018 Polyvinyl Chloride (PVC) Pipe.......................................... 15018-1 to 15018-2 Section 15019 Chlorinated Polyvinyl Chloride (CPVC) Pipe.................... 15019-1 to 15019-2 Section 15020 Hoze, Nozzles, Nonmetallic Tubing, and Quick Connect Couplings................................................... 15020-1 to 15020-3 Section 15022 Prefabricated Insulated Pipe............................................... 15022-1 to 15022-3 Section 15025 Pipe Expansion Joints......................................................... 15025-1 to 15025-5 Section 15030 Manually-Actuated Valves and Check Valves................... 15030-1 to 15030-11 Section 15032 Electrically Actuated Valves.............................................. 15032-1 to 15032-8 Section 15060 Pipe Hangers, Supports, and Anchors................................ 15060-1 to 15060-8 Section 15061 Pipe, Hangers, Supports and Anchors: Corrosive Environments...................................................................... 15061-1 to 15061-5 Section 15075 Piping and Equipment Identification.................................. 15075-1 to 15075-6 Section 15080 Mechanical Insulation......................................................... 15080-1 to 15080-9 Section 15105 Pipe, Tube, and Fittings...................................................... 15105-1 to 15105-6 Section 15110 Building Service Valves..................................................... 15110-1 to 15110-8 Section 15120 Piping Specialties............................................................... 15120-1 to 15120-4 Section 15122 Meters and Gauges............................................................. 15122-1 to 15122-9 Section 15123 Couplings, Flanged Coupling Adapters, and Service Saddles 15123-1 to 15123-3 Section 15124 Hydronic Specialties........................................................... 15124-1 to 15124-7 Section 15128 Rubber Expansion Joints.................................................... 15128-1 to 15128-2 Section 15140 Domestic Water Piping Systems......................................... 15140-1 to 15140-5 Section 15150 Soil and Waste Piping Systems..........................................A1-15150-1 to A1-15150-6 Section 15160 Storm Water Piping Systems.............................................. 15160-1 to 15160-4 Section 15184 Hydronic Piping Systems................................................... 15184-1 to 15184-6 A2-v JANESVILLE-106961 Section 15186 Refrigerant Piping Systems................................................ 15186-1 to 15186-5 Section 15198 Natural Gas Systems........................................................... 15198-1 to 15198-6 Section 15200 Process-Mechanical Piping Systems..................................A1-15200-1 to A1-15200-10 Section 15230 Industrial Water Piping System.......................................... 15230-1 to 15230-3 Section 15410 Plumbing Fixtures...............................................................A1-15410-1 to A1-15410-10 Section 15416 Plumbing Equipment..........................................................A1-15416-1 to A1-15416-6 Section 15516 Pulse Combustion Boilers...................................................A1-15516-1 to A1-15516-4 Section 15540 Fuel-Fired Heaters.............................................................. 15540-1 to 15540-4 Section 15550 Breeching and Stacks.......................................................... 15550-1 to 15550-2 Section 15670 Condensing Units...............................................................A1-15670-1 to A1-15670-3 Section 15710 Plate-and-Frame Heat Exchanger....................................... 15710-1 to 15710-3 Section 15724 Air Handling Units.............................................................A1-15724-1 to A1-15724-9 Section 15740 VRV Heat Pump Systems...................................................A1-15740-1 to A1-15740-8 Section 15744 Water Source Heat Pumps..................................................A1-15744-1 to A1-15744-4 Section 15742 HVAC Pumps..................................................................... 15742-1 to 15742-5 Section 15760 Terminal Units....................................................................A1-15760-1 to A1-15760-7 Section 15764 Electric Heating Terminals................................................. 15764-1 to 15764-4 Section 15800 Air Distribution Systems.................................................... 15800-1 to 15800-7 Section 15838 Power and Gravity Ventilators........................................... 15838-1 to 15838-6 Section 15840 Air Terminals......................................................................A1-15840-1 to A1-15840-6 Section 15866 Odor Control Systems.........................................................A2-15866-1 to A2-15866-6 Section 15910 Automatic Temperature Control Systems........................... 15910-1 to 15910-10 Section 15940 Automatic Control Sequences............................................A1-15940-1 to A1-15940-7 Section 15950 Testing, Adjusting and Balancing....................................... 15950-1 to 15950-3 DIVISION 16 – ELECTRICAL Section 16030 Electrical Power System Studies........................................ 16030-1 to 16030-3 Section 16050 Basic Materials and Methods.............................................. 16050-1 to 16050-15 Section 16060 Grounding........................................................................... 16060-1 to 16060-6 Section 16070 Supporting Devices............................................................. 16070-1 to 16070-3 Section 16075 Electrical Identification...................................................... 16075-1 to 16075-5 Section 16124 Medium Voltage Cable....................................................... 16124-1 to 16124-6 Section 16128 Electric Pipe Tracing.......................................................... 16128-1 to 16128-2 Section 16135 Underground Ducts and Manholes..................................... 16135-1 to 16135-6 Section 16210 Electric Service................................................................... 16210-1 Section 16220 Electric Motors................................................................... 16220-1 to 16220-6 Section 16226 Electric Motors Over 200 HP............................................. 16226-1 to 16226-6 Section 16231 Packaged Diesel Engine Generator Systems...................... 16231-1 to 16231-11 Section 16274 Medium-Voltage Transformers.......................................... 16274-1 to 16274-5 Section 16280 Power Factor Correction..................................................... 16280-1 to 16280-4 Section 16290 Grid-Tied Photovoltaic System..........................................A1-16290-1 to A1-16920-10 Section 16342 Metal-Enclosed Switchgear................................................ 16342-1 to 16342-9 Section 16414 Disconnects, Fuses and Circuit Breakers............................ 16414-1 to 16414-5 Section 16420 Motor Controllers............................................................... 16420-1 to 16420-6 Section 16430 Switchgear.......................................................................... 16430-1 to 16430-9 Section 16443 Motor-Control Centers....................................................... 16443-1 to 16443-8 Section 16444 Weatherproof Walk-In Enclosures..................................... 16444-1 to 16444-5 Section 16511 Interior Lighting................................................................. 16511-1 to 16511-5 Section 16710 Telephone Distribution System..........................................A1-16710-1 to A1-16710-3 Section 16900 Instrumentation and Control...............................................A1-16900-1 to A1-16900-3 Section 16912 Field Instrumentation and Control Devices........................A1-16912-1 to A1-16912-5 Section 16915 Instrumentation and Control Panels....................................A1-16915-1 to A1-16915-10 Section 16916 PC/PLC Control System.....................................................A1-16916-1 to A1-16916-37 Section 16921 Data Communication Cable................................................ 16921-1 to 16921-4 APPENDIX A2-vi JANESVILLE-106961 PART #2 CITY OF JANESVILLE INFORMATION TO BIDDERS REVISIONS TO PART #1 ADVERTISEMENT TO BID non-mandatoryMANDATORY PRE-BID CONFERENCE A.Aplant tour will FOLLOW the B. No bidder may withdraw his bid within 90 days after the actual date of the bid opening. 1.METHOD OF BIDDING (A) The only acceptable method of bidding a contract with the City of Janesville is described as follows and must be strictly complied with. (B) The first step is the filing of a “Bidder’s Proof of Responsibility” form not later than five days in advance of the bid opening, or as indicated on the “Advertisement for Bids”. The financial statement submitted with the “Bidder’s Proof of Responsibility” questionnaire shall be current or show the financial condition of the bidder not later than 60 days previous to the date set for the opening of the bids. If the City has more than one bid opening during the year, the City may require that a second "Bidder’s Proof of Responsibility” form be submitted. (C) The second step is the filing of a proposal or bid on the form the City has prepared. This bid proposal should have attached to it the affidavit of organization and authority which indicates whether the bidder is a corporation, a partnership, or a sole trader which is information the City needs in order to know how the bid proposal, contract, and bond should be signed: The affidavit also contains a statement as to a careful examination of the plans and specifications and an attached full and complete list of subcontractors, all of which is required by 66.0901 (7) Wisconsin Statutes. This statement must be under oath, and the form supplied is so drawn. At the same time, there must be filed either the required bid bond or a certified check in the amount of at least 10% of the bid. Certified checks of non-successful bidders shall be returned or paid in equivalent funds after a contract has been executed. The time limited for filing the executed contract and performance bond is 10 days from the time the City notifies the bidder in writing he is the successful bidder. INFORMATION ON EXECUTING THE CONTRACT 2. If the bid is by a corporation, the contract should be signed with the corporate name by the president and secretary who should each sign. The corporate seal should be attached. If the corporation has no seal, a statement to that effect should be made. If the bid is by a partnership, the contract should be signed in the partnership name and then by each of the partners. A2-IB-1 If the execution of the contract is by a corporation and it is not signed by both the president and secretary, then a certified copy of action of the board of directors should be supplied showing the authority of the parties signing the contract to sign for the corporation. If the contract is with a partnership and it cannot be signed by all partners, satisfactory proof should be furnished showing the power of the partner or partners who do sign to bind the partnership. 3.PERFORMANCE GUARANTEE The performance of the contract must be assured by a surety bond executed by the successful bidder in the full amount of the contract. Each bond should also be executed by a surety company. (See bond requirements included in these documents.) 4.UNACCEPTABLE BIDS Any bid may not be accepted for any of the following reasons: (A) Two proposals under different names. (B) Any bid found to be out of balance. (C) Any bid found to be incomplete. 5.RIGHT OF WAIVER OR REJECTION The Common Council reserves the right to reject any or all bids or waive any defects found in bids or proposals submitted. 6.CORPORATE AND FIRM BIDS In all bids made by corporations or partnerships, the bid should be executed as contracts are executed. 7.ADDRESS OF BIDDER The place of residence of every bidder with the County and State must be given after his signature. 8.MUST USE CITY FORMS All proposals shall be made upon Bidding Blanks (Part #3 of these documents) furnished by the City Engineer or City Clerk or true copies thereof. 9.METHOD OF PAYMENT See Contract. 10.OUT OF STATE BIDDERS The bidder, if not a Wisconsin resident, agrees to file a surety bond with the Department of Taxation within 15 days after construction has started, or deposit cash in lieu of said surety bond to fully comply with the provisions of Section 71.80 (16) (a) and (b) Wisconsin Statutes. A2-IB-2 11.PAYROLL AFFIDAVIT The bidder agrees to file a “Contractor’s Weekly Payroll Affidavit” with the City Engineer’s th Office not later than the 5 day following the close of each month. 12.EXAMINATION OF CONTRACT DOCUMENTS AND SITE It is the responsibility of each Bidder before submitting a Bid: To examine thoroughly the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to below); To visit the site to become familiar with and satisfy Bidder as to the general, local, and site conditions that may affect cost, progress, performance or furnishing of the Work; To consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work; To study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data; and To promptly notify ENGINEER of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. On request, OWNER will provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests, and studies. ALL vendors/contractors/etc… must first call ahead and schedule an appointment with Gail Terrell at the Wastewater Treatment Plant (WWTP). Please call Gail at her direct dial no. 608-373-31203452. The general telephone number for the WWTP is 608-755-3120. Appointments will begin on Thursday, August 20th. Appointments are available from 7:00 AM to 2:00 PM; Monday-Friday, with the individual needing to be finished and departing by 3:00 PM. When arriving, visitors need to stop at the Administration Building and sign in with Gail Terrell. Dennis Egge will be the primary person to take vendors on tours of the plant. Joe Zakovec will be the back-up. Individuals must talk to Dennis or Joe initially before starting a tour. Joe Zakovec will be out of the office August 20 and 21st. Gail will be in the office with the exception of all or part of August 25 and will be in the Manager’s office August 28th and 31st Tour times are: 7:00; 7:30; 8:00; 8:30; 9:30; 10:00; 10:30; 11:00 AM; 1:00; 1:30; 2:00 PM PRE-BID CONFERENCE – MANDATORY FOR CONTRACTORS SUBMITTING BIDS: A pre-bid conference will be held on Tuesday, September 1, 2009, at 10:00 A.M., at the Janesville Wastewater Treatment Plant, 3300 W. Tripp Road, Janesville, WI to familiarize bidders with the project and provide an opportunity for prospective bidders to ask questions. The meeting will be following by a plant tour. A2-IB-3 13.INTERPRETATIONS AND ADDENDA All questions about the meaning or intent of the Bidding Documents are to be directed to ENGINEER in writing not less than 7 days prior to the date for opening of Bids. No response will be provided to a Bidder's oral question if the question involves an interpretation of the intent or meaning of the Contract Documents, or the equality or use of products or methods other than those designated or described on the Drawings or in the Specifications. Any information provided to Bidders other than by means of the Contract Documents, including Addenda as described below, is given informally for information and the convenience of the Bidder only and is not guaranteed. The Bidder agrees that such information shall not be used as the basis of nor shall the giving of any such information entitle the Bidder to assert any claim or demand against OWNER or ENGINEER on account thereof. Replies will be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as having received the Bidding Documents. ENGINEER will neither approve nor disapprove materials or equipment prior to the opening of Bids. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or ENGINEER. Each Bidder shall ascertain prior to submitting a Bid that Bidder has received all Addenda issued, and each Bidder shall acknowledge receipt on the Bid. 14.SUBSTITUTES AND "OR EQUAL" ITEMS: Materials and equipment described in the Contract Documents by using the name of a proprietary item or name of a particular supplier is intended to establish type, function, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "equal" item or no substitution is permitted, a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER. Application for acceptance of substitutes and "or equal" items will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in Specification Section 01600. 15.BASIS OF DESIGN AND MAJOR EQUIPMENT ITEMS:  Basis of Design: Unless otherwise indicated, design of this Project is based upon the material or Supplier's equipment named in the list of manufacturers in a Specification section. ENGINEER has performed an evaluation of other listed manufacturers for compliance with the requirements of the Contract Documents. When other manufacturers are listed, CONTRACTOR may be required to make modifications or adjustments, at CONTRACTOR'S expense, to coordinate the installation of the furnished equipment with associated elements of Work, such as piping and electrical connections, or support and mounting provisions. Major Equipment Items:  Bidders shall include in their Lump Sum Contract Price the installed cost of material or equipment listed as Item A in the Major Equipment Schedule in the Bid Form. Design of selected items of material or equipment for this Project are based upon Supplier’s material or equipment named as Item A in the Major Equipment Schedule. Identified as Item B A2-IB-4 or C is the name of Supplier(s) whose equipment or material is considered by ENGINEER to be equal in quality, function and performance. Bidders shall write in the installed cost of Items A, B (if listed), C (if listed), and D (if listed), E (if listed). A substitute to Item A, B, C , D, or E may be offered by Bidder by writing in the name of a proposed Supplier as a substitute item. If Bidder offers a substitute, write in the installed cost of the substitute item also. The installed cost of each item includes: a) Cost of a complete operating installation. Include additional costs such as overhead and profit for changing or modifying the Work such as piping, mechanical, electrical, structural support, accessories, and controls necessary to accommodate substitute item into the Project. b) Cost of preparation of drawings and details showing modifications, if any, to accommodate substitute equipment. c) Cost for the total number of units called for by the Contract Documents. Award of the Contract will be made on the basis of the Lump Sum Contract Price based on Item A as listed on the Major Equipment Schedule, without consideration of Item B, C, D, E, or substitute item or alternates. The price for each alternate will be the amount added to or deducted from the base Bid if OWNER selects the alternate. OWNER shall have the right to accept alternates in any order or combination or to not accept any, unless specifically otherwise provided.Acceptance of alternates will not be used to determine Successful Bidder. Not more than 30 days after the Effective Date of the Agreement, OWNER may select Item B, C, D, E, or substitute item in lieu of Item A, and Bidder agrees, upon notice of selection, to furnish and install the material or equipment item selected. If OWNER selects substitute item, the procedures for submission and consideration by ENGINEER for determining the acceptability of substitutes are set forth in the General Conditions and in the Specifications. Should the substitute be unacceptable, CONTRACTOR shall provide Item A for the price bid. POST-BID SUBMITTALS: 16. A. OWNER, in awarding contracts, and CONTRACTOR, in awarding subcontracts, are required to make a good faith effort to achieve a combined minimum goal of 8% participation by minority business enterprises (MBE’s) and participation by Women Û s business enterprises (WBE’s), in accordance with Public Law 102-389. Also, Executive Orders 11625, 12432 and 12138 are applicable. B. To evaluate compliance with the FAIR SHARE policy, CONTRACTOR shall agree to comply with the six affirmative steps stated in 40 CFR 33.240, 31.36(e), or 35.6580(a). A minimum of 5 minority business enterprises (MBE’s) and Women’s business enterprises (WBE’s) must be contacted and documented according to the contract guidance, and submitted to OWNER within 5 days after the Bid opening date. Although CONTRACTOR’s are required to solicit small businesses in urban and rural areas (SBRA’s), this solicitation does not count toward the MBE/WBE minimum goal of 8%. C. In case of inadequate compliance with the above requirements, CONTRACTOR will be subject to the enforcement provisions of s. NR 162.12 (4), Wis. Adm. Code. A2-IB-5 17.AWARD OF CONTRACT: Any Contract awarded may be funded in part by a grant from the United States American Recovery and Reinvestment Act through the Wisconsin Clean Water Fund Program. Neither the United States nor any of its departments, agencies or employees, nor the Wisconsin DNR nor any of its agencies or employees will be a party to any resulting contract. The Contractor acknowledges to and for the benefit of the Wisconsin DNR that it understands that goods and services under this Agreement may be funded with monies made available by the Federal American Recovery and Reinvestment Act of 2009 (ARRA) (or are being made available for a project being funded with monies made available by the Federal ARRA) and such law contains provisions commonly known as “Buy American” that require all of the iron, steel and manufactured goods used in the project be produced in the United States (“Buy American Requirements”). The Contractor hereby represents and warrants to and for the benefit of the WDNR that (a) the Contractor has reviewed and understands the Buy American Requirements, (b) all of the iron, steel, and manufactured goods used in the project will be and/or have been produced in the United States in a manner that complies with the Buy American Requirements, unless a waiver of the requirements is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the Buy American Requirements, as may be requested by the WDNR. Any failure to comply with this paragraph by the Contractor shall permit the WDNR to recover as damages against the Contractor any loss, expense or cost (including without limitation attorney's fees) incurred by the WDNR resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part). In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, supplemental prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Instructions to Bidders. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. ENGINEER will use as a basis of Award Recommendation to the City a selection of any combination of Bidder’s Lump Sum Contract Price and Alternate Adds or Deducts that will provide the best value to the City within City’s budget for this project. The determination of the lowest and best bid will be decided by the City Engineer, subject to review by the City Council.  A2-IB-6 CITY OF JANESVILLE SPECIAL PROVISIONS PUBLIC WORKS PROJECT - 2009 CONTRACT C2009-26 – JANESVILLE WASTEWATER TREATMENT PLANT UPGRADE & EXPANSION 1.SCOPE OF WORK - GENERAL The technical specifications define general requirements such as construction standards and submittal requirements, types of acceptable products, necessary requirements to protect the work area, and installation of the various specified work items. 2.CONTRACT TIME The Work will be substantially completed within 630 calendar days after the date when the Contract Times commence to run as provided in Paragraph 2.2 of the General Conditions, and completed and ready for final payment in accordance with Paragraph 14.17 of the General Conditions within 675 calendar days after the date when the Contract Times commence to run. 3.LIQUIDATED DAMAGES The amount of liquidated damages assessed against the CONTRACTOR for failing to complete the work under this Contract on or before the Completion Date shall be $1000.00 per calendar day, in accordance with General Conditions 14.13 and 14.14. 4.NOTICE TO PROCEED Notice to Proceed will not be given until the Contract Documents are approved by the WDNR. The CONTRACTOR shall begin initial work within ten (10) days after notification by the ENGINEER and work expeditiously until the project is completed. General Conditions 14.13 through 14.15 shall apply to the beginning work date and the Completion Date. 5.INSURANCE The limits of liability for the insurance required by the General Conditions shall provide coverage for not less than the following amounts or greater where required by laws or regulations: A. Worker’s Compensation, etc. under Paragraphs 5.3.1 and 5.3.2 of the General Conditions: 1. State Statutory 2. Applicable Federal Statutory 3. Employers Liability Statutory A2-1 B. Comprehensive General Liability under Paragraphs 5.3.3 through 5.3.6 of the General Conditions: 1. Bodily Injury (Including Product Liability) $1,000,000 Each Occurrence $1,000,000 Annual Aggregate Property Damage (Including Product Liability) $ 500,000 Each Occurrence $ 500,000 Annual Aggregate Or Combined Single Limit Of $1,000,000 2. Policy shall include property damage liability insurance which will provide explosion, collapse and underground coverages where applicable. 3. Personal Injury $1,000,000 Annual Aggregate 4. Policy shall include Independent Contractor Coverage. 5. Policy shall include Blanket Contractual Coverage for written agreements. 6. Policy shall include Broad Form Property Damage Coverage. Policy shall include the City of Janesville and its employees and AECOM and agents as additional insureds. C. Comprehensive Automobile Liability under Paragraph 5.3.7 of the General Conditions: 1. Bodily Injury $ 500,000 Each Person $ 500,000 Each Occurrence Property Damage $ 500,000 Each Occurrence Or Combined Single Limit Of $ 500,000 2. Policy shall include coverage on all owned, non-owned and hired vehicles. 3. Policy shall include the City of Janesville and its employees and AECOM and agents as additional insureds. The Contractor shall forward certificates of insurance to the City evidencing the above required coverage. The certificate should indicate the City will receive a 30-day notice of any material change or cancellation of the policy. DISCLOSURE OF OWNERSHIP 6. Your attention is called to the Disclosure of Ownership form following the Prevailing Wage Rates. Follow the instructions and submit with the bid, if applicable. A2-2 7.SITE SAFETY AND SECURITY The CONTRACTOR is required to keep the work area clean. The CONTRACTOR shall protect the work area and the area below to insure general City staff safety. 8.SHOP DRAWINGS Delete the last sentence of Paragraph 6.36 of the General Conditions. 9. DISPOSAL OF CONSTRUCTION DEBRIS The CONTRACTOR is responsible to dispose of all construction debris at the City of Janesville Landfill. The disposal fee will be $25.90 per ton. Such fee is the CONTRACTOR responsibility and shall be included in the appropriate prices. 10.PERMITS The CONTRACTOR shall secure a building permit from the City Code Enforcement Department. The City will pay the permit fee. Therefore, the CONTRACTOR should not include it in his price bid. 11.PROJECT CONTACTS For additional information about the project, contact the following: Dan Lynch, P.E. Jay Kemp, P.E. City of Janesville AECOM 123 E. Delavan Drive 1210 Fourier Drive, Suite 100 Janesville, WI 53546 Madison, WI 53705 (608) 755-3116 (608) 828-8136 – Direct (920) 912-7718 – Cell 12. ASBESTOS SURVEY An asbestos survey to determine whether or not there is Asbestos Containing Material (ACM) or Presumed Asbestos Containing Material (PACM) will be commissioned by OWNER. The OWNER will submit DNR Notification of Demolition and/or Renovation Form # 4500-113 and provide report to CONTRACTOR prior to start of demolition. A2-3 SECTION 11290 SLIDE GATES PART 1 GENERAL 1.01 SYSTEM DESCRIPTION A. Design Requirements: 1. Design gates for head shown on Schedule 1 with safety factor of 5. 2. Proportion for stresses occurring during continuous operation, and for additional stresses occurring during fabrication or installation to parts of various control structures. 3. Limit deflection of disc to 1/360 of span or 1/16-in., whichever is less.to L/360, L= width of gate in in. B. Performance Criteria: 1. Field Leakage Testing: Leakage shall not exceed 0.050.10 gal/min/ft of periphery under design head conditions in both seating and unseating head conditions. 1.02 SUBMITTALS A. Shop Drawings: 1. Show dimensions and elevations. 2. Provide list of construction materials. 3. Provide guide frame details. B. Submit in accordance with Section 01340. C. Operation and Maintenance (O&M) Data: 1. Submit in accordance with Section 01785. 1.03 QUALITY ASSURANCE A. Slide gate equipment specified shall be end products of 1 manufacturer in order to achieve standardization for maintenance, spare parts, operation, and manufacturer's service. B. All welds and weld burn shall be sandblasted after fabrication to provide uniform finish. Slide gates shall conform to AWWA C513 as modified herein. C. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Whipps, Inc. B. Hydrogate. C. Fontaine. A2-11290-1 JANESVILLE-106961 2.02 STAINLESS STEEL GATES AND GUIDES A. Gates: 1.1.Construct disc of Type 304 stainless steel plate. 2.Disc and reinforcing stiffeners shall have minimum thickness of 3/4 in. 3. Reinforce with structural or formed members welded to plate. 4. Mount molded resilient seal on bottom of disc. a. Provide flush bottom closure. b. Shape seal to produce seating surface min. 3/4 in. wide. c. Vertical face of seal shall contact surface of guides to seal corners. 5. Side Seals: Provide self-adjusting UHMW seals or resilient bulb seals on gate frame. 6. Seats: Provide UHMW seats on both upstream and downstream sides of disc. Seats shall prevent metal-to-metal contact between disc and frame. Integral seat/seals are acceptable. B. Gate Frames: 1.1.Construct of Type 304 stainless steel. 2.Frame and guides shall have minimum thickness of 1/4 in.. 3. Weld guides, invert member, and yoke to form one-piece gate frame. 4. Guides shall be one-piece assembly constructed of formed plate or sandwich type construction using plates and structural angles. Guide assemblies that mount in multiple pieces are not acceptable. a. Frame invert shall form seating surface for resilient seal mounted on disc or frame. b. Guides extending above operating floor shall be sufficiently strong so further reinforcing is not required. 5. Yoke shall support operating bench stand: a. Design yoke so disc and stem can be removed without disconnecting yoke. b. Form yoke of 2 angles or channels welded at top of gate. 6. Provide wall (face) – mounted, channel mounted or embedded frame as shown on Drawings and Schedule 1. . For gates specified with top seal provide top guide and resilient seal. 7 2.03 LIFTING MECHANISM A. Provide gates for manual or hoisting mechanism operation as indicated in Schedule 1 to Section 11290. 1. Provisions for manual operation shall be either handhole, single lift or lifting lug as indicated in Schedule 1. . 2. Hoisting Mechanism: Handcrank or handwheel a.a.Handcrank: Capable of operation by crank or portable electric operator. b.Gearbox shall have cast aluminum or cast iron housing and be outfitted with bronze operating nut and roller or ball bearings. c.Pinion shaft shall be 304 stainless steel and shall be supported by ball or roller bearings. d.Mechanical seals shall be provided to help prevent loss of lubricant from housing. e. Provide 2 adjustable bronze stop collars on stem to set open and closing settings. . Bottom of gate in full open position to be at or above top of gate elevation when fully closed. f g.Handwheel or handcrank operator centerline to be between 3 ft-6 in. and 5 ft-0 in. above operating floor.Chain and sprocket transmission system shall be provided when necessary to relocate handcrank if full travel of slide places gearbox above acceptable limits. A2-11290-2 JANESVILLE-106961 B. When in closed position, gates shall seat flush with bottom and be provided with compressible resilient seal mounted on disc or frame.Specially mold and design seal to produce wide sealing surface. Invert seal shall be mechanically fastened. Fastening seal with adhesive or mastic only is not acceptable. C. Provide stainless steel operating stem attached to disc with stainless stem connector. Stem shall have minimum diameter of 1-1/2 in. Buckling load shall be determined using Euler Column formula. Threaded portion of stem shall have machine rolled or machine cut, full depth ACME threads with 16 microinch finish or better. Stem and attaching bolts and nuts of Type 304 stainless steel. D. Where gate width equal to or greater than twice gate height, provide multiple operating stems. Mechanically interconnect multiple operating stems to provide uniform gate operation. 2.04 RAILS A. Provide horizontal rails on gate frames as indicated in Schedule 1 to Section 11290. B. Locate rails 1 ft 2 in., 2 ft 4 in., and 3 ft 6 in.above walking level on access side of gate, to act as handrail rails. C. Construct of aluminum members and bolt to gate frame. D. Capable of supporting concentrated load of 200 lbs applied in any direction at any point in accordance with OSHA requirements. PART 3 EXECUTION 3.01 INSTALLATION A. Install slide gates in accordance with manufacturer's written recommendations and approved submittals. 3.02 FIELD QUALITY CONTROL A. Manufacturer's Field Services: 1. Supplier's or manufacturer's technician for equipment specified herein shall be present at job site or classroom designated by OWNER for minimum mandays indicated, travel time excluded, for assistance during plant construction, plant startup, and training of OWNER'S personnel for plant operation. Include minimum of: a. 1 manday for Installation Services. b. 1/2 manday for Instructional Services. c. 1/2 manday for Post Startup Services. 2. Supplier or manufacturer shall direct services to specific system and equipment operation, maintenance, and troubleshooting. Process design and philosophy will be presented by ENGINEER. See Section 01600. B. After installation complete, test control structures under normal operating conditions in presence of ENGINEER. C. Repair leaks or other imperfections found upon testing. A2-11290-3 JANESVILLE-106961 SCHEDULE 1 TO SECTION 11290 - SLIDE GATES Equipment Size (in) Mounting Rail Frame Type Req'd Operator Remarks Number Width Height Type SLD-MB01 48 60 Wall Self-No Yoke- Bottom is embedded Mountcontainedmounted West side is embedded handcrankEast side is wall mount SLD-MB02 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-MB03 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-MB04 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-MB05 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-MB06 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-MB07 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-MB0860726084 Embedded Self-No Yoke- containedmounted handcrank SLD-MB09 72 84 Wall Self-No Yoke- MountEm containedmounted beddedhandcrank SLD-MB10 60 60 Embedded Self-No Yoke- containedmounted handcrank SLD-MB11 60 60 Embedded Self-No Yoke- containedmounted handcrank SLD-MB12 60 84 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-MB1372608460 Embedded Self-No Yoke- containedmounted handcrank A2-11290-4 JANESVILLE-106961 SCHEDULE 1 TO SECTION 11290 - SLIDE GATES Equipment Size (in) Mounting Rail Frame Type Req'd Operator Remarks Number Width Height Type SLD-MB14 60 72 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-MB156072Wall Self-NoYoke- Mountcontainedmounted handcrank SLD-AT01 60 7836Wall Self-No Yoke- MountEmcontainedmounted beddedhandcrank SLD-AT02 60 7836EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT03 60 7836EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT04 60 7836EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT05 60 7836EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT06 60 7836EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT07 60 7836EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT08 60 7836EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT09 60 6036EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT10 60 6036EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT11 60 6036EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT12 60 6036EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank A2-11290-5 JANESVILLE-106961 SCHEDULE 1 TO SECTION 11290 - SLIDE GATES Equipment Size (in) Mounting Rail Frame Type Req'd Operator Remarks Number Width Height Type SLD-AT1360426036EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT1460426036EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT15 60 6036EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT16 60 6036EmbeddedSelf-No Yoke- Wall containedmounted Mounthandcrank SLD-AT17 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-AT18 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-AT19 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-AT20 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-AT21 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-AT22 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-AT23 60 66 Embedded Self-No Yoke- contained mounted handcrank SLD-AT24 60 66 Embedded Self-No Yoke- containedmounted handcrank SLD-AT25 60 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-AT26 60 60 WallSelf-No Yoke- contained Mountmounted handcrank A2-11290-6 JANESVILLE-106961 SCHEDULE 1 TO SECTION 11290 - SLIDE GATES Equipment Size (in) Mounting Rail Frame Type Req'd Operator Remarks Number Width Height Type SLD-060 48 54 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-061 60 54 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-063 60 54 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-065 6062 6054 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-067 62 54 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-069 62 54 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-070 60 48 Wall Self-No Yoke- Provide gate w/ Mountcontainedmounted embedded invert handcrank SLD-071 60 48 Wall Self-No Yoke- Provide gate w/ Mountcontainedmounted embedded invert handcrank SLD-101a 72 51 Embedded Self-No Yoke- containedmounted handcrank SLD-101b 72 51 Embedded Self-No Yoke- containedmounted handcrank SLD-101c 72 51 Embedded Self-No Yoke- containedmounted handcrank SLD-200a 36 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-200b 36 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-200c 36 60 Wall Self-No Yoke- Mountcontainedmounted handcrank A2-11290-7 JANESVILLE-106961 SCHEDULE 1 TO SECTION 11290 - SLIDE GATES Equipment Size (in) Mounting Rail Frame Type Req'd Operator Remarks Number Width Height Type SLD-200d 36 60 Wall Self-No Yoke- Mountcontainedmounted handcrank SLD-201 48 72 Embedded Self-No Yoke- containedmounted handcrank SLD-202 48 72 Embedded Self-No Yoke- containedmounted handcrank SLD-211 48 72 Embedded Self-No Yoke- containedmounted handcrank SLD-212 48 72 Embedded Self-No Yoke- containedmounted handcrank SLD-220 48 114 Embedded Self-No Yoke- containedmounted handcrank SLD-PS01 48 42 Embedded Embedded No Manual Yoke- mounted handcrank SLD-PS03 48 42 Embedded Self-No Yoke- containedmounted handcrank SLD-PS04 60 54 Embedded Self-No Yoke- containedmounted handcrank SLD-PS05 60 54 Embedded Self-No Yoke- containedmounted handcrank SLD-PS11 24 54 EmbeddedEmbeddedNo Manual Provide new gate N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 A2-11290-8 JANESVILLE-106961 SCHEDULE 1 TO SECTION 11290 - SLIDE GATES Equipment Size (in) Mounting Rail Frame Type Req'd Operator Remarks Number Width Height Type SLD-PS12 24 54 EmbeddedEmbedded No Manual Provide new gate N/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 Embedded SLD-PS13 24 54 Embedded No Manual Provide new gate N/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 SLD-PS14 24 54 EmbeddedEmbeddedNo Manual Provide new gate N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 EmbeddedNo Manual Provide new gate SLD-PS21 24 54 Embedded N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 SLD-PS22 24 54 EmbeddedEmbeddedNo Manual Provide new gate installed in existing N/AN/A embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 SLD-PS23 24 54 EmbeddedEmbeddedNo Manual Provide new gate N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 A2-11290-9 JANESVILLE-106961 SCHEDULE 1 TO SECTION 11290 - SLIDE GATES Equipment Size (in) Mounting Rail Frame Type Req'd Operator Remarks Number Width Height Type SLD-PS24 24 54 EmbeddedEmbeddedNo Manual Provide new gate N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 EmbeddedNo Manual Provide new gate SLD-PS31 24 54 Embedded N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 SLD-PS32 24 54 EmbeddedEmbeddedNo Manual Provide new gate N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 EmbeddedNo Manual Provide new gate SLD-PS33 24 54 Embedded N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 SLD-PS34 24 54 EmbeddedEmbeddedNo Manual Provide new gate installed in existing N/AN/A embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 SLD-PS41 24 54 EmbeddedEmbeddedNo Manual Provide new gate N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 A2-11290-10 JANESVILLE-106961 SCHEDULE 1 TO SECTION 11290 - SLIDE GATES Equipment Size (in) Mounting Rail Frame Type Req'd Operator Remarks Number Width Height Type SLD-PS42 24 54 EmbeddedEmbeddedNo Manual Provide new gate N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 EmbeddedNo Manual Provide new gate SLD-PS43 24 54 Embedded N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 SLD-PS44 24 54 EmbeddedEmbeddedNo Manual Provide new gate N/AN/Ainstalled in existing embedded fiberglass guides. Gate will not be subject to leakage criteria specified in Paragraph 1.01.B.1 * * * END OF SECTION * * * A2-11290-11 JANESVILLE-106961 SECTION 11322 GRIT REMOVAL EQUIPMENT PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Replacement of chain and bucket type grit removal equipment in existing grit chambers. B. Alternate equipment is specified in Section 11322A. 1.02 SYSTEM DESCRIPTION A. Design Requirements: 1. Design and size equipment to be installed in existing grit chambers as shown on Drawings. a. Grit channel width: 4 ft – 0 in. b. Grit channel depth (grit channel invert to operating floor): 20 ft – 7 in. c. Grit channel length: 40 ft – 0 in. d. Discharge height above operating floor: 7 ft – 0 in. 2. Design equipment to operate collector mechanism at 10 fpm. 3. Design equipment to be capable of pulling through a minimum grit accumulation depth of 9 in. 1.03 SUBMITTALS A. General: 1. Submit Product Data and Shop Drawings in sufficient detail to confirm compliance with requirements of this Section. Submit Product Data and Shop Drawings in one complete submittal package. Partial submittals are unacceptable. B. Shop Drawings: 1. Installation drawings and specifically prepared technical data, including design capacities, for aerated grit removal equipment. 2. Specially prepared wiring diagrams unless standard wiring diagrams are submitted with product data. C. Product Data: 1. Catalog cuts and product specifications for each product specified. 2. Standard wiring diagrams unless wiring diagrams are specially prepared and submitted with shop drawings. 3. Motors: Submit Product Data in accordance with Section 16220. 4. Proposed coating system. Submittal information for coating system shall be in accordance with Section 09961. D.Miscellaneous Submittals: //// 1.Certificate of Design: Certificate signed by Professional Engineer registered in State of certifying access bridge design conforms to requirements of these Contract Documents. A2-11322-1 JANESVILLE-106961 E. Submit above in accordance with Section 01340. F. Operation and Maintenance (O&M) Data: 1. Submit in accordance with Section 01785. PART 2 PRODUCTS 2.01 MANUFACTURERS A. WSG & Solutions, Inc. B. Amwell, Division of McNish Corporation. 2.02 GRIT REMOVAL EQUIPMENT (MPE-005,006) A. General: 1. Equipment provided shall duplicate original chain and bucket type grit removal equipment originally provided by Envirex under Contract No. H118345. 2. Equipment shall include grit buckets with wear shoes, chain, sprockets, shafting, bearings, return tracks, drive equipment, discharge head, and guards. B. Provide bucket fabricated from 1/4 in. thick steel designed to collect grit from bottom of grit tank and transport to discharge head. 1. Incorporate dribble lip on discharge side of bucket 2. Provide with fabricated steel wear shoe holder on each end of bucket. a. Each holder to be capable of holding 2 wearing shoes. b. Provide wear shoes which can be rotated in holder to provide four ¼ in. thick wearing surfaces per shoe. c. Provide carrying shoes constructed of molded polyurethane with a hardness of Shore A. d. Provide return run shoes constructed of white iron. C. Collector and Drive Chains: 1. Collector Chain: a. Provide collector chain constructed of corrosion resistant metal with average tensile strength of 80,000 psi and a harness range of 179 – 229 Brinnel. b. No. 720S heavy pintle type, 6 in. pitch links, 5.1 lbs/ft, allowable working load of 4,250 lbs. c. Links and attachments assembled with 3/4 in. dia through hardened steel pins with pin locks. d. Proof test assembled strand to 18,800 lbs. 2. Drive Chain: a. R588 Chabelco steel roller type, 2.609 in. pitch links, allowable working load of 2,450 lbs. D. Sprockets: 1. Collector Sprockets: a. Provide collector sprocket with chilled tooth bearing surface with minimum hardness of 360 Brinnel and minimum chill depth of 3/16 in. A2-11322-2 JANESVILLE-106961 b. Key driven sprocket to headshaft. Sprocket to be provided with minimum 24.09 in. pitch dia and minimum 25 teeth. c. Other sprocket pairs to have one sprocket set screwed to shaft, other to run loose on shaft, 18.46 in. pitch dia and minimum 19 teeth. 2. Drive Sprockets: a. Drive chain sprocket on headshaft provided with minimum 28.28 in. pitch dia and minimum 34 teeth. c. Drive chain sprocket on reducer shaft provided with minimum 9.25 in. pitch dia and minimum 11 teeth. E. Shafts: 1. Shafting of solid, straight, cold finished steel, aligned with set collars, keyways on head shafts. 2. Maximum shaft deflection 3/64 in./ft of shaft length. 3. Provide full-width shafts extending across full width of grit channel 4. Provide shaft assemblies, including shafts, sprockets, bearings, and set collars fully assembled. F. Bearings: 1. Underwater bearings of cast iron, babbitted, water lubricated, ball and socket, self-aligning. Design to prevent accumulation of settled solids on bearing surfaces. 2. Bearings above waterline shall be babbitted and provided with grease lubrication lines and fittings. G. Provide two 5 in. by 3 in. by 3/8 in. angles with structural steel support angles to extend across full width of grit tank. H. Drive Equipment: 1. Gear Reducer: a. Provide helical gear reducer. b. Rated for maximum operating torque of screen with a service factor of 1.25. c. Output speed as required for operation of screen. d. Provide with anti-friction bearings running in oil bath lubrication. 2. Motor: a. Comply with Section 16220. b. 460 Volt, 3 ph, 60 Hertz c. Suitable for operation in a Class I, Division 1, Group D rated environment. : d. EnvironmentIndoor wet. e. HP: 1.0 f. Nominal Speed: 1800 rpm. 3. Provide drive sprocket on reducer with bonze bushing and shear pin to protect drive equipment. a. Provide with limit switch to stop collector and activate alarm in event of shear pin failure. b. Suitable for operation in a Class I, Division 1, Group D rated environment. 4. Factory assemble drive equipment and ship to site as complete assembly. A2-11322-3 JANESVILLE-106961 I. Discharge Head. 1. Provide factory assembled discharge head section designed to support headshaft by Type 304 stainless structural steel members with minimum thickness of 1/4 in. 2. Provide stainless steel enclosure. a. Fabricate housing of 14 ga Type 304 stainless steel. b. Include inspection doors over headshaft and front of housing. c. Design so head sprockets can be removed. d. Include collector chain take-up shaft with minimum 12 in. of travel. e. Incorporate integral discharge chute fabricated of ¼ in. thick Type 304 stainless steel. Provide with 8 in. flanged outlet to discharge as shown on Drawings. Centerline of discharge connection to be located 7 ft – 0 in. above base of equipment. 3. Incorporate system of wash water flushing nozzles to completely remove grit from bucket and provide sluicing water to transport grit to grit washing equipment. 2.03 COATING A. Do not coat stainless steel surfaces. B. Provide manufacturer’s standard coating on motor and gear reducer. PART 3 EXECUTION 3.01 INSTALLATION A. Field verify dimensions and condition of existing grit chambers. B. Install equipment according to supplier's or manufacturer's instructions and approved submittals. 3.02 FIELD QUALITY CONTROL A. Manufacturer's Field Services: 1. Supplier's or manufacturer's technician for equipment specified herein shall be present at job site or classroom designated by OWNER for minimum of mandays indicated, travel time excluded, for assistance during plant construction, plant startup, and training of OWNER'S personnel for plant operation. Include minimum of: a. 1 manday for Installation Services. b. 1 manday for Instructional Services. c. 1 manday for Post Startup Services. 2. Supplier or manufacturer shall direct services to specific system and equipment operation, maintenance and troubleshooting. Process design and philosophy will be presented by ENGINEER. See Section 01600. * * * END OF SECTION * * * A2-11322-4 JANESVILLE-106961 SECTION 11338 RECTANGULAR SETTLING TANK EQUIPMENT PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Primary Sedimentation Tanks No. 1 and 2: a.Replacement Modificationof longitudinal collectors in existing basins. b. New cross-collector in existing basins. c. New drives and motors. d. Replacement of skimmer pipes seals. 2. Primary Sedimentation Tanks No. 3 and 4: a.Replacement of longitudinal collectors in existing basins. b.Replacement of cross-collector in existing basins. ca. Replacement of skimmer pipes seals. 3. Equipment shall include necessary components such as, chain, flights, and wear shoes; sprockets; shafts; wall bearings; bottom wear strips; return track with support brackets; collector and ; cross-collector drives including reducer, motor, and overload deviceskimmer pipesand operatordrives including reducer, motor, overload device and control equipment. B. Alternate equipment is specified in Section 11338A. 1.02 SYSTEM DESCRIPTION A. Design Requirements: 1. Run sludge collector on sprockets and rails arranged to clean sludge from tank bottom to cross-collector and skim water surface on return run, concentrating scum in front of scum collectors. Operate sludge collectors at 2 ft/min and cross-collector at 4 ft/min. 1.03 SUBMITTALS A. General: 1. Submit Product Data and Shop Drawings in sufficient detail to confirm compliance with requirements of this Section. Submit Product Data and Shop Drawings in one complete submittal package. Partial submittals are unacceptable. B. Shop Drawings: 1. Installation, fabrication, and assembly drawings and specifically prepared technical data for equipment in each settling tank. 2. Specially prepared wiring diagrams unless standard wiring diagrams are submitted with Product Data. C. Product Data: 1. Catalog cuts and product specifications for settling tank equipment. 2. Standard wiring diagrams unless wiring diagrams are specially prepared and submitted with Shop Drawings. A2-11338-1 JANESVILLE-106961 3. Motors: Submit Product Data in accordance with Section 16220. 4. Proposed coating system. Submittal information for coating system shall comply with Section 09961. D. Submit above in accordance with Section 01340. E. Operation and Maintenance (O&M) Data. 1. Submit in accordance with Section 01785. 1.04QUALITY ASSURANCE A.System Responsibility: 1.To ensure proper operating systems, manufacturer of rectangular settling tank equipment specified herein shall also be responsible for providing associated control panels as specified in Section13400. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Siemens Water Technologies. B. Amwell, Division of McNish Corporation. 2.02 CHAIN A. Collector and Cross-Collector Chains: 1. Nonmetallic, 6 in. pitch links, 1.3 lbs/ft, allowable working load of 2,600 lbs and minimum 6,300 lbs ultimate strength. 2. Links and attachments of unfilled acetal resin, integrally molded side bars, and barrels. 3. Solid, reinforced nylon resin, nonrotating, press fit connecting pins. 4. Flight attachments of full flight depth, sized for four 3/8 in. dia stainless steel attachment bolts, arranged to push flight. B. Drive Chains: 1. Nonmetallic, 2.609 in. pitch links, 1.4 lbs/ft, allowable working load of 1,750 lbs. 2. Links of unfilled acetal resin, integrally molded side bars, and barrels. 3. Stainless steel, 7/16 in. dia, nonrotating, press fit connecting pins. -dip galvanized chain tightener and hot-dip galvanized chain guard of 14ga steelType 316 stainless 4.Hot steel chain tightener. 2.03 FLIGHTS AND WEAR SHOES A. Collector and Cross-Collector Flights: 1. 3 in. by 8 in. fiberglass, nonbouyant. 2. Fiberglass filaments continuous for length of flight. 3. Scraper lip on leading edge and filler blocks where bolted to chain attachment links. 4. Collector flight spacing 10 ft. Cross-collector flight spacing 5 ft. B. Collector and Cross-Collector Wear Shoes: 1/2 in. thick UHMW polyethylene reversible wearing shoes on flights to run on bottom wear strips and return track. 2.04 SPROCKETS, SHAFTS, AND WALL BEARINGS A2-11338-2 JANESVILLE-106961 A. Sprockets: 1. Molded polyurethane sprockets with Type 316 stainless steel hardware. 2. Key collector and cross-collector head shaft driven sprocket to shaft, minimum 33.25 in. pitch dia and minimum 40 teeth. 3. Key other collector and cross-collector headshaft sprockets to headshaft, minimum 22.21 in. pitch dia and minimum 23 teeth. 4.Other collector and cross-collector sprocket pairs to have one sprocket set screwed to shaft, other to run loose on shaft, 16.61in. pitch dia and minimum 17teeth.Cornershaft sprockets, 16.61 in. pitch dia and minimum 17 teeth. Run sprockets on UHWM polyethylene sleeve bearings mounted on stub shafts for longitudinal collectors and full-width static shafts for cross collectors. 5. Sprockets on basin shafts of split construction and collector and cross-collector sprockets of double life type. B. Fit reducer output drive sprockets with bronze bushing, minimum 9.26 in. pitch dia and minimum 11 teeth. C. Shafts: 1. Shafting of solid, straight, cold finished steel, aligned with set collars, keyways on head shafts. 2. Maximum shaft deflection 3/64 in./ft of shaft length. 3. Provide full-width shafts for head shaft at top influent end of clarifier. Provide stub shafts for corner shaft assemblies. D. Provide bearing assemblies mounted on tank walls for tank shafts. 1. Underwater bearings of cast iron, babbitted, water lubricated, ball and socket, self-aligning. Design to prevent accumulation of settled solids on bearing surfaces. 2. Other slow speed bearings to be babbitted, grease lubricated, and self-aligning. Provide take-up bearings, minimum 10in. travel, cantilevered design, fabricated steel base for collectors and E. cross-collectors. 2.05 BOTTOM WEAR STRIP, RETURN TRACKS, AND CARRYING TRACK A. Provide two bottom wear strips anchored directly to tank floor. Fabricate wear strips from 1/2 in. thick UHMW polyethylene. B. Provide two 3 in. by 2 in. by 3/8 in. angles for each collector to support chains and flights in return run. Provide 1/4 in. steel support brackets for angles, mounted to basin walls, spacing approximately 10 ft. 2.06 COLLECTOR AND CROSS COLLECTOR DRIVE MECHANISMS General: A. Provide 1drive mechanism for primary sedimentation tank as shown on Drawings to drive longitudinal 1. collectors and cross-collector. 2.Rate drive units for continuous duty for period of 200,000hrs at specified output speed. a.Operate longitudinal collector at 2ft/min. b.Operate cross-collector at 4ft/min. 3.Provide hot-dip galvanized 14ga steel guards over exposed rotating parts. B.Drive Assembly: 1.Consists of triple output shaft, right angle gear head drive and motor. A2-11338-3 JANESVILLE-106961 2.Provide antifriction type drive assembly bearings and run in oil. 3.Provide with factory pre-setball-detent style torque limiting device. a.Design so balls roll during disengagement. b.Include spacers between hub and adjusting nut which will not allow for increase in torque setting. c.Torque setting shall be repeatable within 10% after disengagement. d.Torque limiting device as manufactured by Bibbigard, American Autogard Corporation, or equal. 4.Provide each output shaft with overload detection system a.Provide driver hub with trip lug to contact actuator arm of limit switch to activate alarm. b.Enclose limit switch in weatherproof enclosure. c.Provide limit switch with support bracket for positioning adjacent to overload device. 5.Motor: a.Comply with Section16220. b.460V, 3ph, 60Hz. c.Enclosure Type: Totally enclosed fan cooled (TEFC). d.Environment: Outdoor wet. e.Suitable for operation in Class I, Division 1, Group D rated environment. f.HP: 1.0 maximum. C.Support drive assembly output shaft or shafts by bronze bushed, grease lubricated, self-aligning bearings, supported by fabricated steel base. A. General: 1. Provide 1 drive mechanism for each primary sedimentation tank to drive 2longitudinal collectors and cross-collector. 2. Rate drive units for continuous duty for period of 200,000 hrs at specified output speed. 3. Provide hot-dip galvanized 14 ga steel guards over exposed rotating parts. B. Drive Assembly: 1. Consists of motor with dual output shaft speed reducer and right angle gear box mounted on steel drive base. gearspeed reducer connected to extended jackshaft through flexible coupling to drive 2. One shaft of longitudinal collectors. a.Jackshaft provided with 2 roller bearings and support brackets. b.Provide jackshaft with shear pin sprockets. 3. One shaft of gearspeed reducer provided with 35 tooth #80 style roller chain sprocket and connected to right angle gear box with 17 tooth #80 style sprocket and roller chain to drive cross collector. a.Provide with shear pin sprockets. 4. Motor: a.Comply with Section 16220. b.460 V, 3 ph, 60 hz. c.Enclosure Type: Totally enclosed fan cooled (TEFC). d.Environment: Outdoor wet, Class I, Div 1, Group D. A2-11338-4 JANESVILLE-106961 e.HP: 1.0 maximum. 5. Provide jaw clutches for independent operation of each driven component. C. Provide momentary contact, reversing drum switch to reverse motor direction. Switch shall be suitable for 460 V, 3 ph, 60 hz electrical service and suitable for installation in Class I, Division 1, Group D hazardous rated area. 2.07 SKIMMER PIPE A.Seals: 1.Provide replacement seals for existing skimmer pipes. 2.Provide watertight seal for open ends of pipes. 3.Construct seal so it remains effective even with slight misalignment of pipe and collar. 5.Seal shall not be affected by grease, mild acids or alkalies. Seal shall be readily renewable without removing pipe from supporting brackets and not bind or 6. impede smooth action of revolving pipe. A. Construction: 1. Cut 60º slot symmetrical about vertical axis of skimmer pipe with edges of slot serving as weir over which scum flows into pipe when pipe rotated. 2. Pipe: Standard black steel pipe, size as indicated on drawings and nominal wall thickness of 0.25 in. 3. Slot: Edges shall be parallel to longitudinal axis of pipe. 4. Slot Stiffeners: At regular intervals of not more than 2 ft 6 in., 2 in. wide bands of full pipe periphery shall be left in pipe to act as stiffeners. 5. End Supports: a. Support skimmer pipe at each end in such manner slight vertical or horizontal misalignment does not interfere with smooth operation of pipe. b. Support in rolled steel collar welded to adjustable steel plate. c. Open end support to have segments welded to internal periphery of collar to provide bearing surface for pipe without crushing seal. d. Furnish plywood fillers with open end supports to provide watertight connection to tank walls without grouting. 6. End Seals: a. Provide watertight seal for open ends of pipes. b. Construct seal so it remains effective even with slight misalignment of pipe and collar. c. Seal shall not be affected by grease, mild acids or alkalies. d. Seal shall be readily renewable without removing pipe from supporting brackets and not bind or impede smooth action of revolving pipe. 7. Operator: a. Linkage arrangement operated by 1-1/2 in. dia by 6 ft 0 in. long steel pipe operating lever. b. Adjustable for forward and backward skimming depths. 8. Hot dip galvanize skimmer pipe assembly after fabrication. 2.08 COATING A. Manufacturer is responsible for surface preparation, priming and finish coating of equipment in plant or field. System shall comply with Section 09961, System 6-C. A2-11338-5 JANESVILLE-106961 PART 3 EXECUTION 3.01 INSTALLATION A. Install equipment in accordance with manufacturer's written instructions and approved submittals. B. Do not use equipment to sweep in grout layer on tank bottom. C. Provide necessary oil and grease for initial operation using grades recommended by manufacturer. 3.02 FIELD QUALITY CONTROL A. Manufacturer's Field Services: 1. Supplier's or manufacturer's representative for equipment specified herein shall be present at job site or classroom designated by OWNER for minimum mandays indicated, travel time excluded, for assistance during plant construction, plant startup, equipment calibration, and training of OWNER'S personnel for plant operation. Include minimum of: a. 2 mandays for Installation Services. b. 1 manday for Instructional Services. c. 2 mandays for Post Startup Services. 2. Supplier or manufacturer shall direct services to system and equipment operation, maintenance, troubleshooting, and equipment and system related areas other than wastewater treatment process. See Section 01600. * * * END OF SECTION * * * A2-11338-6 JANESVILLE-106961 SECTION 11391 MICROTURBINE GENERATOR SYSTEMS PART 1 GENERAL 1.01 SUMMARY A. Section includes microturbine electrical generating systems including engine, generator, exhaust heat exchanger, and miscellaneous equipment as required to provide complete, operable system. 1.02 SYSTEM DESCRIPTION A. Design Requirements: 1. Design microturbine electrical generator system to utilize gas delivered from a digester gas conditioning skid to generate electrical energy. 2. Design microturbine electrical generator system to be capable of exporting electrical power to the utility grid and capable of reclaiming exhaust gas heat for use in the plant hydronic energy recovery system. 1.03 SUBMITTALS A. General: 1. Submit Product Data and Shop Drawings in sufficient detail to confirm compliance with requirements of this Section. Submit Product Data and Shop Drawings in 1 complete submittal package. Partial submittals are unacceptable. 2. Submit Product Data and Shop Drawings for all items in scope of supply at one time. Incomplete or partial submittals are unacceptable. 3. Design of microturbine electrical generator system shall be stamped by Licensed Professional Engineer. B. Shop Drawings: 1. Installation drawings and specifically prepared technical data, including design capacities. 2. Specially prepared wiring diagrams unless standard wiring diagrams are submitted with product data. C. Product Data: 1. Catalog cuts and product specifications for each product specified. 2. Standard wiring diagrams unless wiring diagrams are specially prepared and submitted with shop drawings. 3. Motors: Submit Product Data in accordance with Section 16220. 4. Proposed coating system. Submittal information for coating system shall be in accordance with Section 09961. D. Submit above in accordance with Section 01340. E. Operation and Maintenance (O&M) Data: 1. Submit in accordance with Section 01785. A2-11391-1 JANESVILLE-106961 1.04 QUALITY ASSURANCE A. System Responsibility: 1. To ensure proper operating system, supplier of microturbine electrical generator system shall be responsible for complete design of system, including, but not limited to, microturbine generating equipment, heat recovery equipment, piping, instrumentation and control, and electrical systems. a. Provide equipment required for a complete operable system. b. Confirm equipment selection and sizing of individual components of system. 2. Specifications for equipment specified herein are to provide minimum levels of construction quality and performance. Supplier of system may propose alternate equipment of equal quality and performance. 3. Not all equipment specified may be required for this system. Supplier shall determine and provide equipment necessary. Additional equipment required for operable system shall be furnished by supplier at no additional cost to OWNER. 1.05 WARRANTY yrs 1 year from date of substantial completion. A. Warrant system for period of 3 B.Microturbine vendor shall submit a 5 year extended warranty and service agreement for OWNER consideration. The 5 year extended warranty and service agreement would expire 5 years from the date of substantial completion and would include all scheduled and unscheduled materials and labor. Proposal can be operating hour based instead of time based. C.Microturbine vendor shall submit a 10 year extended warranty and service agreement for OWNER consideration. The 10 year extended warranty and service agreement would expire 10 years from the date of substantial completion and would include all scheduled and unscheduled materials and labor. Proposal can be operating hour based instead of time based. PART 2 PRODUCTS 2.01 MICROTURBINES (TRB-401, TRB-402, TRB-403, TRB-404) A. Manufacturers: 1. Capstone Turbine Corporation, Model CR65-ICHP. B. General: 1. Microturbine(s) to be suitable for use with digester gas delivered from digester gas conditioning skidsystem. 2. Provide complete microturbine system(s) housed in single enclosure. Each microturbine system shall consist of turbine engine, generator, digital power controller, exhaust heat recovery device, and controls. 3. Provide each microturbine system with external sour gas fuel kit. 4. Design each microturbine system to allow single operation or in parallel operation with multiple units. 5. Each microturbine system shall be designed for export of electrical power to the utility grid. C. Capacity and Performance: 1. Each microturbine shall be designed for the following: a. Power output: Variable, 30 to 65 kW, 480 Volt, 3 ph, 60 Hertz at ISO conditions. A2-11391-2 JANESVILLE-106961 b. Fuel flow: 840,000 Btu/hr at maximum output. c. Exhaust gas temperature: 530F. d.Exhaust energy: 675,000 Btu/hr. Nominal exhaust energy recovery: 251, 000 Btu/hr. D. Enclosure: 1. Provide enclosure to house all components of microturbine system except accessory sour gas fuel kit. a. NEMA Type 3R. b. Provide with integral mounting base for mounting and securing of microturbine system. c. Include forklift/pallet jack channels in mounting base and eyebolts on top of enclosure for transport and placement of microturbine system. d. Provide air intake louvers on front of enclosure for engine/generator and electronic section of microturbine system. Provide separate louvers for each application. e. Provide hinged access panel on front of enclosure for access to microturbine system control panel. f. Provide access bay on rear of enclosure for power connection and communications. g. Provide fuel connection on rear of enclosure. h.Provide integrated stainless steel heat recovery unit. E. Turbine Engine: 1. Consist of fuel control valve and injector, combustion chamber, turbine, and recuperator. 2. Construct components of materials resistant to digester gas. 3. House turbine engine in separate compartment of enclosure isolated from electrical compartment. a. Provide replaceable, cleanable air filter to protect turbine engine from air-borne contaminants and dirt. 4. Mount rotating components on single shaft. a. Support by air bearings allowing rotation up to 96,000 rpm without need for oils, lubricants, or coolants. 5. Include recuperator as part of engine to recover energy from exhaust gases. a. Construct of materials resistant to oxidized sulfur compounds. F. Generator: 1. Provide permanent magnetic generator to produce variable voltage, variable frequency AC power. 2. Cool generator by airflow into the microturbine eliminating need for liquid coolants. 3. Utilize generator as motor during microturbine startup and cool-down cycles. 4. House in same compartment as turbine engine. G. Digital Power Controller: 1. Provide for all control functions of microturbine system and all subsystem operations. 2. Convert variable frequency power from generator to DC voltage and then to constant frequency AC current. 3. Operate as variable frequency drive during microturbine system startup. 4. Operate to dissipate heat stored in turbine engine during cool-down cycle to protect turbine engine against damage from heat. 5. Provide all required electrical devices necessary to allow direct connection to plant electrical distribution grid. 6. House in separate compartment isolated from turbine engine and generator section. A2-11391-3 JANESVILLE-106961 a. Provide replaceable, cleanable air filter to protect turbine engine from air-borne contaminants and dirt. H. Controls: 1. Provide control panel with operator interface unit to allow set-up, control, and monitoring of microturbine system operation. a. Operator interface unit shall have numeric keypad, display screen, navigation keys, interlock keys, and command keys to interface with microturbine control system. 2. Provide user interface port located in communications port bay located on rear of microturbine system enclosure to allow for future connection of remote control and monitoring equipment. a. Interface port shall be a Dsub9 RS-232 serial communications port. 3. Provide maintenance interface port located in communications port located on rear of microturbine system enclosure to allow for connection of remote control and monitoring equipment. a. Interface port shall be a Dsub25 RS-232 serial communications port. 4.Receive the following pulse signals: a.Power output (kW) adjustment. 4.Output regulated via manual input or modbus. 5. Receive the following unpowered contacts: a. Enable microturbine. b. Digester gas conditioning skid fail. c.Microturbineheatexchangerfail. 6. Transmit the following unpowered contacts: a. Microturbine in standby. b. Microturbine run. c.Microturbine contactor closed. c. Microturbine fault. e.Digester gas conditioning skid required. f.Microturbine heat exchanger required. The CHP system shall monitor and control water inlet temperature, water outlet temperature, and 7. power output: I. External Sour Gas Fuel Kit: 1. Provide each microturbine system with external sour gas fuel kit consisting of: a. Filter. b. Pressure regulator with pressure gauge. c. Fuel flow: 840,000 Btu/hr at maximum output. d. Purge valve. Integrated Heat Recovery Unit J. Provide gas to water finned tube heat exchanger with an exhaust gas diverter and actuator to control 1. flow of microturbine exhaust gas through internal heat exchanger or directly to atmosphere. A2-11391-4 JANESVILLE-106961 2.Heat recovery unit shall incorporate a flow switch to prevent heat recovery operation in a no water flow situation. K.Electrical Requirements: 1.460/60/3. 2.02MICROTURBINE HEAT EXCHANGER A.Manufacturers: 1.Unifin International, MicoGen Model MG-2C3. 2.Or equal. B.Provide heat exchanger unit specifically designed to recovery energy from microturbine system exhaust. 1.Unit capable of accepting exhaust from dedicated single microturbine system. C.Provide heat exchanger unit in aninsulated enclosure. D.Provide heat exchanger unit with exhaust gas diverter to control flow of microturbine exhaust gas through internal heat exchanger or directly out to atmosphere. 1.Provide 24 vdc actuator with position limit switches to control diverter operation. E.Provide gas-to-water, finned-tube heat exchanger to recover waste heat from microturbine exhaust gas heat exchanger with exhaust gas diverter to control flow of microturbine exhaust gas. 1.Utilized aluminum finned copper tubes and headers for circulating water. 2.Suitable for use with exhaust temperatures up to 700F. 3.ASME “UM” code vessel stamped. F.Provide with digital control system. 1.Control system shall allow for auto/manual start and stop of heat exchanger unit. 2.Include provisions to enter and monitor system control parameters including: Inlet gas temperature. a. b.Outlet gas temperature. c.Inlet water temperature. d.Outlet water temperature. Unit status including “On” and “Unit OK”. e. f.Unit operating status, “energy recovery mode” or “bypass mode.” Common alarm. g. h.No flow alarm. High water temperature alarm. i. j.Diverter fail alarm. k.High gas temperature alarm. 3.Receive the following unpowered contacts: Required from microturbine. a. Transmit the following unpowered contacts: 4. a.Fault to microturbine. A2-11391-5 JANESVILLE-106961 G.Electrical Service: 120 volt, 1 ph, 60 Hertz. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's written instructions and approved submittals. 3.02 FIELD QUALITY CONTROL A. Manufacturer's Field Services: 1. Supplier's or manufacturer's representative for equipment specified herein shall be present at job site for minimum mandays indicated, travel time excluded, for service during plant construction, plant startup, and training of OWNER'S personnel for plant operation. Include minimum of: a. 3 mandays for Installation Services. b. 2 mandays for Instructional Services. c. 5 mandays for Post Startup Services. 2. Supplier or manufacturer shall direct services to system and equipment operation, maintenance, troubleshooting, and equipment and system related areas other than wastewater treatment process. See Section 01600. * * * END OF SECTION * * * A2-11391-6 JANESVILLE-106961 SECTION 11392 DIGESTER GAS CONDITIONING SYSTEM PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Digester gas conditioning system to compress purified digester gas and remove moisture/siloxanes from the digester gas flow stream. a. 25-GCS-01. B. System shall include: 1. Indoor skid mounted devices: a. Precooler. b. Suction scrubber. c. Gas compressor (CMP-721). d. Oil separator. e.Oil cooler. e. Oil filter. f. Recooler. g. Moisture separator. h. Reheater. i. Siloxane filters. j. Particulate filter. k. Interconnecting piping and specialties. l. Interconnecting wiring. m. Control elements including actuators, sensors, controllers, thermometers, and gauges. 2. Remote mounted devices: a. Outdoor air cooled chiller (RAD-705) (ACC-705). . b. Indoor power and control panel (25-LCP-700) c.Outdoor oil cooler (HEX-723) C. Refer to Division 16 for following; not Work of this section. 1. Power supply wiring from power source to indoor power panel. Field power wiring between indoor power panel and indoor skid high voltage terminal box devices. Field power wiring between indoor power panel and outdoor skid high voltage terminal box. 2. Field control wiring between indoor control panel and indoor skid low voltage terminal box. Field control wiring between indoor control panel and outdoor skid low voltage terminal box. 3. Communication wiring between indoor control panel and plant SCADA. 1.02 SYSTEM DESCRIPTION A. Design to compress, clean, dry, and deliver purified low pressure digester gas to microturbine and dual fuel boiler distribution piping mains at high pressure in an automated, unattended mode for continuous operation. A2-11392-1 JANESVILLE-106961 B. Manufacturer is responsible for engineering, design, layout, device selection, materials, assembly, run testing, delivery, installation support, and start-up services as needed to a provide complete and functional system meeting the given design criteria and sequence of operation. C. Design Criteria: 1. Site Conditions: a. Maximum outdoor temperature 105ºF b. Minimum outdoor temperature -15ºF c. Approximate altitude above sea level 847 ft. d. Maximum compressor room temperature 115ºF e. Minimum compressor room temperature 45ºF 2. Inlet Conditions: a. Nominal temperature 50ºF b. Moisture content Moist to saturated c. Pressure 4 inWC d. Initial flow 100 scfm e. Projected flow 140 scfm f. Energy content: HHV @ 100% rh 599 Btu/scf LHV 538 Btu/scf g. Specific gravity .938 h. Gas component analysis: Methane 58.9% Carbon dioxide 38.3% Nitrogen 2.2% Oxygen .6% Hydrogen sulfide filtered Organic silicon (siloxane) 20.80 ppmv 5600 ppbv i. Gas compression systems shall be designed with a tolerance for variable inlet condition fluctuations. j. Above gas inlet conditions are based on preliminary gas sampling and analysis. There is no expressed or implied guarantee by OWNER as to accuracy or adequacy of above gas analytical data or of interpretation thereof. Each VENDOR must form their own opinion regarding gas inlet characteristics. 3. Outlet Conditions: a. Maximum rated flow rate 140 scfm b. Minimum operating flow rate 20 scfm c. Operating discharge pressure 100 psig d. Maximum discharge temperature 140 ºF e. Minimum discharge temperature 50 ºF f. Maximum discharge humidity 25 %rh g. Maximum particulate pass-through 1.0 microns h. Maximum siloxane content 3.0 ppbv D. Functional Conditions: 1. Gas conditioning system shall be capable of manually-initiated automatic startup, continuous operation at a fixed pressure output, and manually-initiated automatic shutdown. 2. Gas conditioning system shall incorporate simplicity, maintainability, and reliability. 3. Gas conditioning system shall incorporate all safety, operating shutdown, and protective devices required to preserve system integrity. A2-11392-2 JANESVILLE-106961 4. Maximum sound power level shall not exceed 85 dBA within a 3 foot radius of indoor gas conditioning skid or outdoor air cooled chiller skid. 1.03 SUBMITTALS A. General: 1. Submit Product Data and Shop Drawings in sufficient detail to confirm compliance with requirements of this Section. Submit Product Data and Shop Drawings in one complete submittal package. Partial submittals are unacceptable. B. Shop Drawings: 1. Installation drawings and specifically prepared technical data, including design capacities. 2. Specially prepared wiring diagrams unless standard wiring diagrams are submitted with product data. 3. Provide written description of operation. Included interface with other components of grit removal system digester gas and energy recovery systems. C. Product Data: 1. Catalog cuts and product specifications for each product specified. 2. Standard wiring diagrams unless wiring diagrams are specially prepared and submitted with shop drawings. 3. Motors: Submit Product Data in accordance with Section 16220. 4. Proposed coating system. Submittal information shall be in accordance with Section 09961. D. Test Results: 1. Results of field testing conducted after system is placed into operation. Submit results to ENGINEER'S design office. E. Submit above in accordance with Section 01340. F. Operation and Maintenance (O&M) Data: 1. Submit in accordance with Section 01785. 1.04 QUALITY ASSURANCE A. Manufacturer’s Qualifications: Firms regularly engaged in design and fabrication of digester gas conditioning systems of types and sizes required, whose products have been in satisfactory use in similar service for not . less than 5 years and have no less than 25 operational systems B. Factory Testing: Gas conditioning system shall be factory witness tested on ambient air at the manufacturer’s facility prior to shipment. Test records shall be included in operation and maintenance manual. C.Gas Handling System supplier must maintain a production plant capable of manufacturing equipment of the size and type indicated. No less than 50% of the Gas Handling System shall be manufactured in the Gas Handling System supplier’s production plant. D. Regulatory Requirements 1. ASTM - American Society for Testing and Materials. 2. NEMA WC 5 - Thermoplastic-Insulated Wire and Cable for Transmission and Distribution of Electrical Energy. 3. NETA – National Electrical Testing Association - "Acceptance Testing Specifications for Electrical Power Distribution and Equipment and Systems". A2-11392-3 JANESVILLE-106961 4. IEEE P1547 – Standard for Connecting Distributed Resources with Electric Power Systems. 5. NFPA 30 – Flammable and Combustible Liquids. 6. NFPA 37 – Standard for Use and Installation of Stationary Combustion Engines and Gas Turbines 7. NFPA 70 - National Electrical Code (NEC) - 2002. 8. NFPA 110 - “Emergency and Standby Power Systems”. 9. FPA 272 - "Standard Method of Test for Fire and Smoke Characteristics of Wires and Cables". 10. Underwriters’ Laboratory (U.L.) - UL 508A 1.05 SAFETY REQUIREMENTS A. Gas conditioning system shall be furnished with adequate protective devices in accordance with Occupational Safety and Health Act (OSHA), state, and local safety code requirements. Moving parts which are hazardous to personnel shall be suitably guarded. Electrical shock protection shall be provided. B. Heat Protective Devices: Suitable guards in compliance with OSHA requirements shall be installed to protect personnel from accidental contact with any parts of gas conditioning system with surface temperatures expected to exceed 140°F. C. Use of mercury in gages and thermometers is not permitted. 1.06 MAINTENANCE REQUIREMENTS A. All replaceable parts shall be manufactured to definite standards for tolerance, clearance, and finish in order that any such part may be field installed without further machining or fitting. All parts shall be permanently and legibly marked with original manufacturer's part number where practical. Parts or assemblies that require "fitting" for proper assembly shall be identified and separately listed in parts manual. 1.07 WARRANTY A. VENDOR shall warrant all systems and equipment provided to be free of defects in materials and workmanship. VENDOR shall provide new or reconditioned components, assemblies, parts, or materials to replace defective elements within warranty period, at no cost to OWNER, if OWNER complies with requirements of VENDOR’s warranty provisions. Warranty applies to replacement material only and does not include labor for removal and reinstallation. B. Warranty Period: Earlier of 12 months from date of startup or 18 months from date of delivery unless noted otherwise. 36 months from date of startup or 66 42 months from date C. Refrigeration Compressor Warranty: Earlier of 60 of delivery. Provide a proposal to the Owner for extended compressor warranty to include the earlier of 60 months from date of startup or 66 months from date of delivery. D. Warranty requirements shall not be split up among individual suppliers of components comprising system, but shall be assumed solely by Manufacturer. 1.08 DELIVERY, STORAGE, AND HANDLING A. Units will be fully covered during transit and all pipe connections and openings shall be sealed. B. Provide rigging and storage instructions. C. Provide instructions for pieces of equipment that must be removed and/or unlocked before attempting to start unit. PART 2 PRODUCTS A2-11392-4 JANESVILLE-106961 2.01 MANUFACTURER A. Unison Solutions, Inc. 2.02 INDOOR SKID MOUNTED DEVICES A. Precooler 1. Provide a chilled water glycol to gas heat exchanger at inlet to lower gas dew point to a maximum of 70°F. 2. Precooler shall be of 304stainless steel construction. 3. Maximum gas pressure drop through precooler shall be 3 inWC. 4.Designed to allow all condensate to exit with the gas into suction scrubber. 5.Gas tight condensate drain with manual bypass. B. Suction Scrubber: 1. Provide a suction scrubber to remove 99% of moisture and particulates larger than 3 micron. 2. Suction scrubber shall be of stainless steel construction and shall incorporate: a. Woven poly mesh element with differential pressure gauge. b. Condensate collection sump with stainless steel insertion type high condensate level float switch. c. Aluminum body break resistant sight glass, dielectrically connected, with maximum rating of 225°F and 125 psi. 3. Maximum gas pressure drop through suction scrubber shall be 1 5 inWC. C. Gas Compressor (CMP-712): 1. Provide a variable speed oil flooded twinscrew compressor suitable for use in a sour gas environment. a.Compressor shall be direct driven with a TEXP Group D, 1,800 rpm motor. b.Compressor shall have a hydrogen sulfide tolerance of no less than 70,000 ppmv. D. Oil Separator: 1. Provide an oil separator with oil holding reservoir, coalescing filter, and pressure relief valve. stainless steel construction. 2. Oil separator shall be of 304 3. Oil separator vessel shall be ASME Section VIII code stamped. 4.Gas Conditioning System shall be capable of startup without the need for manual purging of residual pressure from the oil separator. E.Oil Cooler: 1.Provide a chilled water glycol to oil heat exchanger. Oil cooler shall be of stainless steel construction. 2. 3.Maximum gas pressure drop through precooler shall be 3 inWC. E. Oil Filter: 1. Provide an oil filter to remove oil entrained particulate. 304 stainless steel housing. 2. 3.Removable bag style elements for 5 micron. ASME Section VIII stamped. 4. F. Recooler: A2-11392-5 JANESVILLE-106961 1. Provide a chilled water glycol to gas heat exchanger to lower gas dew point to a maximum of 40°F. 2. Recooler shall be of stainless steel construction with nickel/chrome brazing. G. Moisture Separator: 1. Provide a UNI-FLOW gas water separator for condensate removal. 2. Gas water separator shall be of 304stainless steel construction. 3.Centrifugal style without an element that requires cleaning or changing. 4.Integral level switch for monitoring drain failure. 5.Gas tight drain incorporating provisions to minimize condensate discharge pressure to less than 1 psi. I. Reheater: 1. Provide a gas to gas heat exchanger to lower gas relative humidity to a maximum of 25%. 2. Reheater shall be of stainless steel construction with nickel/chrome brazing. J. Siloxane Filters: 1. Provide siloxane filters incorporating polymorphous porous graphite sieve media to remove all species of siloxanes from the outlet gas stream. 2.Siloxane removal media shall be biogas specific segmented activated graphite (SAG) type as manufactured by Applied Filter Technology. Initial media fill shall be provided. 3. Siloxane filters shall be of stainless steel construction and shall incorporate: a. Inlet and outlet isolation valves. b. Elliptical manways in the top head for media removal and installation. c. Nitrogen purge ports for digester gas evacuation prior to media change. 4. Siloxane filter vessels shall be ASME Section III code stamped. 5.Each siloxane filter shall include bypass valving to allow media replacement during Gas Conditioning System operation. K. Particulate Filter: 1. Provide a particulate filter to remove suspend siloxane filter media dust from the outlet gas stream. 2.Stainless steel housing and cartridge style element. L. Interconnecting Piping and Specialties: 1. Provide interconnecting piping of Schedule 10S 304 stainless steel, in IPS standard pipe sizes, as required for a complete and functional indoor gas conditioning system. 2. Fabricate piping per ASME B31.3 and maintain shop fabrication inspection reports available for OWNER review. 1-1/2 inch and larger shall be welded with 150# ANSI flanged connections. 3. Piping 1 4. Piping smaller than one 1-1/2 inch may be threaded or flanged. 5. Valves: a. Butterfly valves shall be lug style with cast iron bodies; stainless steel disc and stem; and Viton seats. b. Ball valves 1 inch and smaller will have NPT connections. Bodies and balls will be 316 stainless steel type. Packing or seats will be PTFE. c. Ball valves 1-1/2 inch and larger will have 150# ANSI flanged connections. Bodies and balls will be 316 stainless steel type. Packing or seats will be PTFE. d. Check valves will be spring loaded, wafer style with a Viton seat. Check valves will be inserted between two flanges in the pipeline. 6. Specialties: A2-11392-6 JANESVILLE-106961 a.Provide a chilled water strainer, air separator, and expansion tank. a. Provide automatic and manual air vents and low point drains for the chilled water system. b. Provide flexible connections as required for vibration control. M. Interconnecting Wiring: 1. Provide interconnecting wiring ofas required for a complete and functional indoor gas conditioning system. 2. Provide NEMA Type 7 high and low voltage terminal boxes. 3. Route wiring from skid mounted component to terminal boxes in rigid aluminum conduit. N. Equipment Skid: 1. Fabricate skid of structural steel shapes with welded construction. 2. Skid shall be powder coated. 3.Skid shall incorporate an oil drip pan with drain under skid mounted oil carrying devices. O. Miscellaneous: 1. Provide a motorized inlet gas valve. Valve to be in closed position when system is off or in fault condition. 2. Provide a bypass circuit from siloxane filter inlet to gas compressor inlet for capacity control and dead head starts. 3. Pipe all condensate drains to a common header resulting in a single overall drainage point for indoor gas compression component assembly. Incorporate condensate pumping equipment as appropriate. 4. Provide vibration isolation for vibration control. 5.Provide the Boiler Pressure Regulator PRV-701b (6,180 cfh and 20 psig loadside pressure) piped as part of the Gas Conditioning System assembly. 6.Provide a two position permissive boiler flow control valve FCV-701b piped and wired as part of the Gas Conditioning System assembly. Gas flow to boiler will only be allowed if excess gas is available. The boiler does not necessarily always have a gas demand and should not be used as a Gas Conditioning System capacity control device. 7.Provide a microturbine mass flow element with transmitter FE-701a/FIT-701a (FTI or equal) shipped loose for field piping installation and field wiring to the Gas Conditioning System control panel. 8.Provide a boiler mass flow element with transmitter FE-701b/FIT-701b (FTI or equal) shipped loose for field piping installation and field wiring to the Gas Conditioning System control panel. 2.03 REMOTE MOUNTED DEVICES A. Outdoor Air Cooled Chiller (RAD-705) (ACC-705): 1. Provide an outdoor air cooled water chiller as required to support the gas drying process. 2. Leaving chilled water temperature shall be 35°F. 3. Chilled fluid shall be a 50% propylene glycol water solution. 4. The chiller shall incorporate: a. A skid mounted VFD controlled process circulation pump with flow transmitter, strainer, air separator, and expansion tank. b.Semi hermetic compressor Single VFD controlled reciprocating compressor capable of reduced capacity staging. c. Stainless steel evaporator. d. Heresite coated copper components. e. Powder coated steel frame with expanded metal sides. f. NEMA 4 control panel with disconnect. Chiller control panel in a NEMA 4X enclosure with lockable disconnect and including motor g. starters, VFDs, fuses, transformers, contactors, terminal strips, switches, relays, timers, A2-11392-7 JANESVILLE-106961 controllers, lights, gauges, interface devices, and displays. Chiller control panel shall be UL listed and shall be capable of communication with the Gas Conditioning System power and control panel. h.Evaluate parallel coil piping in lieu of series coil piping for multiple coil systems and make a recommendation to the OWNER. B. Indoor Power and Control Panel (25-LCP-700): 1.Provide a power and control panel in NEMA 12 enclosure with disconnect switch. 2.Power and control panel shall incorporate: a.Motor starters for all gas conditioning system components. b.Fuses, transformers, power supplies, terminal strips, and indicating lights. c.Allen Bradley PLC with analog and digital signal option cards; a minimum 7.5 inch touch screen HMI; and Ethernet data link to plant SCADA. d.Interconnecting wiring for a fully functional system. Final power and control panel assembly shall be UL 508A listed. 3. 1.The Gas Handling System shall be provided with a remotely located unclassified Type 12, UL 508A listed control panel, with short circuit current rating. 2.The customer will provide a single 480VAC, 60 Hz, 3 phase feed to the Gas Handling System control panel. The size of the feed will be as required by the system manufacturer. Control panel to have main fused disconnect. 3.The contractor will be responsible for wiring between the control panel and the skid. 480VAC devices will be wired directly to the control panel. 120VAC and 24VDC devices on the skid will be pre-wired to Type 7, UL listed junction boxes that are rated for Class I, Division 1, Group D areas. Separate junction boxes shall be used for 120VAC and 24VDC wiring. Seal offs are to be placed in conduits when entering/exiting classified area. Remote panel shall accept customer inputs and have status contacts for Run/Warning/Fault. 4.The control system shall be based on an Allen Bradley PLC. The manufacturer shall program the PLC to control all of the functions of the Gas Handling System. User interface shall be by a minimum 7.5 inch touch screen HMI; and Ethernet data link to plant SCADA. 5.The control panel will include over current protection and motor starters for each 480VAC motor load. 6.If necessary a panel air conditioner or heat exchanger is to be provided for required heat dissipation. 7.The chiller system shall be internally controlled by a self contained control system. The Gas Handling System control panel will monitor the operation of the chiller and will supply it with an on/off signal. The chiller control panel shall be rated for outdoor usage and shall be UL listed. C.Oil Cooler (HEX-723): 1. Provide an outdoor air cooled oil heat exchanger. 2. Oil cooler shall be of aluminum construction. 3. Provide check and solenoid valves as needed for oil equalization. 2.04 ELECTRICAL A. Electrical shall be in accordance with NFPA 79 – Electrical Standards for Industrial Machinery. B. Electrical Service: 460 volt, 3 ph, 60 Hertz. C. Generator Building 25 Electrical Ratings: 1. Compressor Room: Class I, Division 1, Group D. 2. Microturbine Room: Unclassified A2-11392-8 JANESVILLE-106961 PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer’s written instructions and approved submittals. 3.02 FIELD QUALITY CONTROL A. Manufacturer's Field Services: 1. Supplier's or manufacturer's representative for equipment specified herein shall be present at job site or classroom designated by OWNER for minimum mandays indicated, travel time excluded, for assistance during plant construction, plant startup, and training of OWNER'S personnel for plant operation. Include minimum of: a. 3 mandays for Installation Services. b. 1 mandays for Instructional Services. c. 5 mandays for Post Startup Services. 2. Supplier or manufacturer shall direct services to system and equipment operation, maintenance, troubleshooting, and equipment and system related areas other than wastewater treatment process. See Section 01600. 3.03 Field Performance Testing: A. Field Quality Control: Manufacturer shall furnish an authorized field engineer to inspect, test, and adjust field assembled component and equipment installation including connections and control system programming modifications, as necessary, and to supervise field test performance. Manufacturer’s representative shall issue an installation certificate to OWNER confirming that equipment has been installed in accordance with manufacturer’s recommendations. B. Field Testing: Manufacturer shall perform following field tests and inspections and prepare test reports. Test shall include: 1. Full load test of entire system, using available digester gas, for 24 hours with no shutdowns. 2. Gas flow test of system shall include pressure, temperature, and volumetric output pursuant to Manufacturer’s performance specification. 3. An analysis on treated gas shall be completed and shall certify quantitatively following constituents: a. Oil. b. Particulates. c. Moisture. d. Siloxane species. * * * END OF SECTION * * * A2-11392-9 JANESVILLE-106961 SECTION 12510 OFFICE FURNITURE PART 1 GENERAL 1.01SUMMARY A.Section Includes: 1.Desks. 2.Chairs. 3.Stools. 4.Wall Cases. 5.Bookcases. 6.Tables. 7.Files Work Stations. 8. 1.02SUBMITTALS A. Product Data: 1. For each product specified, manufacturer's technical data, colored illustrations, indicating materials, hardware, finishes, and assembly instructions. 2. Mark items by model number including options. Key-in model numbers to Shop Drawings and illustrations. B. Shop Drawings: 1. Floor plan drawing illustrating location of furniture and accessories being provided. Each item shall be shown using same furniture reference numbers. C. Samples: 1. Actual samples of fabric, plastic laminate, vinyl, plastics as specified for equipment provided. 2. Color chips of available enamel finishes. D. LEED Documentation: 1.Evidence of use of recycled materials. 2.Evidence of use of low emitting (VOC) paints and coatings. 3.Evidence of regional manufacturing. E.Submit in accordance with Section 01340. 1.023 DELIVERY, STORAGE, AND HANDLING A. Deliver to Project site in original factory wrappings and containers, clearly labeled with identification of manufacturer, brand name, and lot number. B. Store materials in original undamaged packages and containers inside well-ventilated area protected from weather, moisture, soiling, extreme temperatures, humidity. Lay flat and block off ground to prevent sagging or warping. C. Comply with manufacturer's instructions and recommendations for special storage and handling requirements. A2-12510-1 JANESVILLE-106961 D. Do not deliver furniture until painting, wet work, and grinding operations have been completed. 1.034 WARRANTY A. Warrant against defects in design, materials, and workmanship for 10 yrs from Substantial Completion, except as noted below: 1. Operating components, electrical components, and functional mechanisms: 5 yrs. 2. Wood seating products, high wear parts such as casters, fabrics, and other covering materials, wood veneers: 3 yrs. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Unless otherwise noted, manufacturers furniture products identified in this specification establish quality and . type desired only B. See Schedule at end of Section. C. Manufacturer Names as used in Schedule. 1. HON = HON Company, Muscatine, IA. 2. ROE = Recycled Office Environments (715) 345-3800 3. MAY= Mayline 2.02DESKS, BRIDGES, CREDENZAS, AND RETURNS A.Executive Desk Type A: 1.Manufacturers: a.National Office Furniture (NOF), Series Esquire. b.Or equal. 2.Top and Chassis: 1-3/16in. bookmatched veneer or High Pressure Laminate (HPL). Finish: American Walnut, Medium Cherry or Medium Oak. 3. 4.Veneer chassis fastened by screws, glue and hardwood cleats. 5.Pedestals: 3/4or full. 6.3/4in. full modesty panel. Drawers: Hardwood sides, backs, and drawer bottoms. Dovetail construction. 7. 8.Drawer Suspension: File drawers have full extension, other drawers have 3/4extension with ball bearing rollers. 9.Locking: Standard lock in pedestals with black removable cores. B.Storage Credenza: 1.Manufacturers: a.National Office Furniture (NOF), Series Esquire. Or equal. b. Top and Chassis: 1-3/16in. bookmatched veneer or High Pressure Laminate (HPL). 2. 3.Finish: American Walnut, Medium Cherry or Medium Oak. Veneer chassis fastened by screws, glue and hardwood cleats. 4. 5.Pedestals: 3/4or full. A2-12510-2 JANESVILLE-106961 6.Dimensions: 30in. or 36in deep x 72in. long. 7.Drawers: Hardwood sides, backs, and drawer bottoms. Dovetail construction. 8.Drawer Suspension: File drawers have full extension, other drawers have 3/4extension with ball bearing rollers. 9.Locking: Standard lock in pedestals with black removable cores. C.Bridge: 1.Manufacturers: a.National Office Furniture (NOF), Series Esquire. b.Or equal. 2.Top and Chassis: 1-3/16in. bookmatched veneer or High Pressure Laminate (HPL). 3.Finish: American Walnut, Medium Cherry or Medium Oak. 4.Veneer chassis fastened by screws, glue and hardwood cleats. 5.Dimensions: 24in. deep x 42in. or 48in. long. D.Secretarial Desk Type B: 1.Manufacturers: a.National Office Furniture (NOF), Series Waterfall. b.Or equal. 2.Top: 1-1/16in. thick High Pressure Laminate (HPL). 3.End Panels: 1in. thick. 4.Finish: American Walnut, Medium Grey, or Medium Oak. 5.Veneer chassis fastened by screws, glue and hardwood cleats. 6.Pedestals: 3/4. 7.3/4in. thick, modesty panel, U Bridge has full panel. 8.Drawers: Laminate sides, backs, and drawer bottoms. Tongue and groove construction. 9.Drawer Suspension: File drawers have full extension, other drawers have 3/4extension with ball bearing rollers. 10.Locking: Standard lock in pedestals with black removable cores. E.Operational Return: 1.Manufacturers: a.National Office Furniture (NOF), Series Waterfall. Or equal. b. Top: 1-1/16in. thick High Pressure Laminate (HPL). 2. 3.End Panels: 1in. thick. Finish: American Walnut, Medium Grey, or Medium Oak. 4. 5.Veneer chassis fastened by screws, glue and hardwood cleats. 6.Pedestals: 3/4,left or right return. 7.Dimensions: 24in. deep x 45in. wide. 8.Drawers: Laminate sides, backs, and drawer bottoms. Tongue and groove construction. 9.Drawer Suspension: File drawers have full extension, other drawers have 3/4extension with ball bearing rollers. 10.Locking: Standard lock in pedestals with black removable cores. F.Desks (Work Stations): 1.Manufacturers: A2-12510-3 JANESVILLE-106961 a.Kruger International (KI). b.Or equal. 2.Material: Frame - 16ga. steel; top-plastic laminate. 3.Pedestal: 24in. hanging pedestal box/file. 4.Cabinet: Open or enclosed, see attached drawing. 5.Lights: Task light. 6.Privacy Screens: 7.Finish: Baked enamel on steel surfaces.. 2.03CHAIRS A.Desk Chair Type A: 1.Manufacturers: a.Kruger International (KI), Piretti 2000 Series Executive. Or equal. b. 2.Seats and Backrests: a.Molded foam and upholstery glued to 7/16in. thick plywood. Molded plastic liner covers bottom. b.Upholstered back. 3.Upholstery: Fabric, Group4A, 4B. 4.Recessed Arms: No arms, urethane fixed, or adjustable. 5.Pneumatic height adjustment. 6.Base: Metal, 5leg, w/carpet casters, glides or hard floor casters. 7.Color: Selected by ARCHITECT from manufacturers standard colors. B.Desk Chair Type B: 1.Manufacturers: a.Kruger International (KI), Piretti 2000 Series Task Chair. b.Or equal. 2.Seats and Backrests: a.Molded foam and upholstery glued to 1/2in. thick plywood. Molded plastic liner covers bottom Poly plastic or upholstered back. b. Upholstery: Group4A, 4B. 3. 4.Recessed Arms: Urethane fixed or adjustable. Pneumatic height adjustment, adjustable back height.. 5. 6.Base: Metal, 5leg w/carpet casters, glides or hard floor casters. 7.Color: Selected by ARCHITECT from manufacturers standard colors. C.Guest Chair: Manufacturers: 1. Kruger International (KI),Piretti 2000 Series Visitors Chair. a. b.Or equal. 2.Upholstery: Group4A, 4B. A2-12510-4 JANESVILLE-106961 3.Fully upholstered or poly back panel. 4.Arms: No arms or urethane fixed. 5.Base: 1-1/8in round metal tubing, sled base. 6.Color: Selected by ARCHITECT from manufacturers standard colors. D.Stacking Chairs: 1.Manufacturers: a.Kruger International (KI), Dorsal Seating. b.Or equal. 2.Material: Unupholstered thermoplastic shell. 3.Nonganging or ganging. 4.Legs: 1-1/4in. od seam welded oval tubular steel frame. 5.Arms: Armless or plastic capped arms. 6.Color: Color of shell and legs selected by ARCHITECT from manufacturer's standard colors. 2.04STOOLS A.Stools (lab upholstered): 1.Manufacturers: a.Kruger International (KI), Piretti 2000Series Stool. 2.Seats and Backrests: a.Molded foam and upholstery glued to 1/2in. thick plywood. Molded plastic liner covers bottom. b.Poly plastic or upholstered back. 3.Upholstery: Group4A, 4B. 4.Recessed Arms: Fixed or adjustable height, tubular steel frame w/urethane armrest or no arms. 5.Adjustments: Pneumatic seat height adjustment, back height. 6.Base: Metal, 5leg w/carpet casters, glides or hard floor casters, and foot ring,. 7.Color: Selected by ARCHITECT from manufacturers standard colors. BOOKCASES AND HUTCHES 2.05 A.Hutch (Wood): Manufacturer: 1. National Office Furniture (N.O.F.), Series Esquire. a. b.Or equal. 2.Top and Chassis:1-3/16in. bookmatched veneer or High Pressure Laminate (HPL). 3.Finish: American Walnut, Medium Cherry or Medium Oak. 4.Veneer chassis fastened by screws, glue and hardwood cleats. B.Bookcase (Wood): 1.Manufacturers: a.National Office Furniture (N.O.F.), Series Esquire. Or equal. b. A2-12510-5 JANESVILLE-106961 2.Top and Chassis: 1-3/16in. bookmatched veneer or High Pressure Laminate (HPL). 3.Finish: American Walnut, Medium Cherry or Medium Oak. 4.Veneer chassis fastened by screws, glue and hardwood cleats. 5.Support 100lbs evenly distributed weight. 6.Adjustable shelves. C.Bookcase (steel): 1.Manufacturers: a.Kruger International (KI), 700 Series. b.Or Equal. 2.Material: Shell (18and 20ga steel), shelves (22ga steel). 3.Depth: 12in. or 15in. 4.Height: 28in. (1shelf), 42in. (2shelves), 54in. (3shelves), or 66in. (4shelves). 5.Width: 36in. Shelves: Adjustable. 6. 7.Adjustable floor glides. 8.Laminate Top: as indicated in schedule. 9.Color: Selected by ARCHITECT from manufacturers standard colors. 2.06TABLES A.Round (Single Leg) 1.Manufacturers: a.Kruger International (KI), Portico Tables. 2.Top: a.1-1/4in. thick, solid core particle board. b.High pressure melamine laminate top surface. c.1-1/4in round vinyl bullnose edge. d.Diameter: 30, 36, 42, or 48in. Base: 3. a.14ga. 3in. round steel upright column and 4-16ga. 1-3/4in x 7/8in elliptical foot tubes. b.Adjustable guides threaded to foot tubes. 4.Color: Selected by ARCHITECT from manufacturers standard colors. B.Rectangular Table: 1.Manufacturers: a.Kruger International (KI), Portico Tables. 2.Top: a.1-1/4in. thick, solid core particle board. High pressure melamine laminate top surface. b. c.1-1/4in round vinyl bullnose edge. Size: as shown on schedule. d. A2-12510-6 JANESVILLE-106961 3.TT Base: a.2-14ga. 1-3/4in. round steel upright columns and 16ga. 1-3/4in x 7/8in elliptical foot tubes. b.Adjustable guides threaded to foot tubes. 4.Color: Selected by ARCHITECT from manufacturers standard colors. C.Folding (metal): 1.Manufacturers: a.Kruger International (KI), Heritage Series. b.Or equal. 2.Top: 3/4in. particle board core with plastic laminate surface with 18ga. steel apron. 3.Edge: Extruded vinyl bullnose. 4.Folding Legs: 18ga. welded tubular steel. Color: Color of top, edge and legs to selected by ARCHITECT from manufacturers standard colors. 5. 2.07FILES A.Lateral Files (Wood): 1.Manufacturers: a.National Office Furniture (N.O.F.), Series Esquire. b.Or equal. 2.Two drawers. 3.Size: 21in. x 36in. 4.Top and End Panels: 1-3/16in. bookmatched veneer or High Pressure Laminate (HPL). 5.Finish: American Walnut, Medium Cherry or Medium Oak. 6.Veneer chassis fastened by screws, glue and hardwood cleats. 7.Drawers: Hardwood sides, backs, and drawer bottoms. Dovetail construction. 8.Drawer Suspension: File drawers have full extension, other drawers have 3/4extension with ball bearing rollers. 9.Locking: Standard lock in pedestals with black removable cores. B.Lateral Files (Wood): 1.Manufacturers: a.National Office Furniture (NOF), Series Waterfall. Or equal. b. Two drawers. 2. 3.Size: 20in. x 36in. 4.Top: 1-1/16in. thick High Pressure Laminate (HPL). 5.End Panels: 1in. thick. 6.Finish: American Walnut, Medium Grey, or Medium Oak. 7.Veneer chassis fastened by screws, glue and hardwood cleats. Drawers: Laminate sides, backs, and drawer bottoms. Tongue and groove construction. 8. 9.Drawer Suspension: File drawers have full extension, other drawers have 3/4extension with ball bearing rollers. 10.Locking: Standard lock in pedestals with black removable cores. C.Lateral File (Steel): A2-12510-7 JANESVILLE-106961 1.Manufacturers: a.Kruger International (KI), E-Series Lateral Files. 2.Construction: a.Shell: 20ga steel. b.Drawers: 22ga steel with 2heavy duty, three section, ball bearing suspensions. 3.Width: 30, 36or 42in. 4.Depth: 18in. 5.Height: 27in. (2drawer), 38in. (3drawer), 49in. (4drawer), or 64in. (4drawer and 1receding door). 6.Locks: Keyed locks. 7.Color: Baked enamel finish, color selected by ARCHITECT from manufacturers standard. D.Vertical File (Steel): 1.Manufacturers: a.Kruger International (KI), E-Series Vertical Files. 2.Construction: a.Shell: 20ga steel. b.Drawers: 22ga steel with 2heavy duty, 3section, ball bearing suspensions. 3.Width: 15or 18in. 4.Depth: 28in. 5.Height: 27in. (2drawer), 38in. (3drawer), 49in. (4drawer), or 60in. (5drawer). 6.Locks: Keyed locks. 7.Color: Baked enamel finish, color selected by ARCHITECT from manufacturers standard. PART 3 EXECUTION 3.01 INSTALLATION A. Install after other finishing operations, including painting is complete. B. Wall-Mounted Accessory Units: Install accessories complying with manufacturer's printed instruction, using fasteners as recommended by manufacturer as appropriate to substrate. C. Free-Standing Accessory units: Install free-standing units in indicated locations or where designated by ARCHITECT. D. Keying: Meet with OWNER to coordinate keying requirements. E. Locks: Provide factory installed lock plugs for onsite custom keying. 3.02 ADJUST AND CLEAN A. Adjust accessory items for proper operation. B. Clean and polish exposed surfaces, using materials and methods recommended by manufacturer. 3.03 PROTECTION A2-12510-8 JANESVILLE-106961 A. Protect accessories against damage during remainder of construction period, complying with manufacturer's directions. 3.04 FURNITURE SCHEDULE RoomQuantityDescriptionManufacturer/SeriesRemarks A2-12510-9 JANESVILLE-106961 SECTION 15866 ODOR CONTROL SYSTEMS PART 1 GENERAL 1.01 SUMMARY A.Provide skid-mounted odor control systems to reduce hydrogen sulfide, reduced sulfur, and odor content of odorousfermenter air: 1.75-OCU-01. 1.02 DEFINITIONS A. ED Values: 50 values represent estimates of dilution rates needed to reduce odor emissions to level detectable by 1. ED 50 50% of population. 2. ED values are determined by odor panel utilizing Dynamic Dilution Forced-Choice Triangle 50 Olfactometer in accordance with ASTM E679. 1.03 SYSTEM DESCRIPTION A. Design Requirements: 1. Provide skid-mounted odor control systems to treat odorous air exhausted from two 40 foot diameter fermenters. Each odor control system includes biological media adsorbervessel, explosion-proof FRP centrifugal fan, fan inlet box, water recirculation system, initial media fill, standardaccessories, grease filter/mist eliminator, FRPductwork,HS bed monitor, raincap with birdscreen, no-loss type stack, 2 sump heater, stainless steel fan/motoracoustic enclosure, NEMA 4X combination motor starter/disconnects, control panel, and manufacturer's services. 2.Odor control systems shall be continuous duty, two stage type as follows: a. Stage 1: Humidification/Bioscrubbing. b. Stage 2: Biofiltration. Gray. 3. Color Preference: Black polypropylene B. Performance Requirements (75-OCU-1): 1. Odorous air flow rate: 800 cfm. 2.Air velocity through media bed: 100 fpm (maximum)Average hydrogen sulfide content: 10 ppm. 3.Maximum hydrogen sulfide content: 30 ppm. 4.W3 makeup water total phosphorus: 0.3 mg/L 5.W3 makeup water total nitrogen: 10mg/L. 6.Maximum Weight - Skid Mounted with Fan:4,061lbs.W3 makeup water chlorination: None. 7.Media Capacity:675 lbs. Hydrogen sulfide removal efficiency: 99% . 8.Reduced sulfur removal efficiency: 85%. 9.Odor removal efficiency: 90%. 11. Maximum air pressure drop across biological media adsorber: 12 4 in. wc at design air flow rate. 12. Operating conditions: a. Temperature range: -12F to 100F. b. Relative humidity range: 15% to 100%. 13.Location: Outdoor ground mounted. A2-15866-1 JANESVILLE-106961 14.Site Elevation above sea level: 800 ft. 1.04 SUBMITTALS A. Product Data: 1. Manufacturer's data sheets listing nomenclature, composition and characteristics of resins, laminate, and reinforcing material and indicating resins, laminate, and reinforcing materials suitable for carbon vessel. Include maximum operating temperatures permitted. Provide data sheets for biological media adsorbers, centrifugal fans and fiberglass ductwork for systems provided by this Section. 2. Manufacturer's performance curves and sound data for fan. 3. Manufacturer's Instructions: Procedures and materials required for replacing media bed. 4. Submit in accordance with Section 01340. B. Shop Drawings: 1. Manufacturer's assembly drawings showing unit dimensions, construction details, field connection details and service space requirements. 2. Calculations verifying media beds are properly grounded. 3. Submit in accordance with Section 01340. C. Operation and Maintenance (O&M) Data: 1. Maintenance instructions including lubrication, motor and drive replacement, carbon regeneration, carbon replacement, hydrogen sulfide monitoring, and spare parts lists. 2. Submit in accordance with Section 01340. D. Information submitted by CONTRACTOR, but not designated to be submitted will be returned without action by ENGINEER. 1.05 QUALITY ASSURANCE A. Proposed equipment shall meet physical space limitations shown on Drawings. logical media adsorption systems with exception of ductwork, odor control systems from single B. Furnish bio manufacturer with manufacturer accepting overall system responsibility. Factory pre-assemble equipment to greatest extent possible to minimize field assembly. 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect system components during transportation, storage at Project site, installation, and construction activities. B. Repair minor damages, scratches, and abrasions where requested by ENGINEER, in manner recommended by manufacturer. C. If, in opinion of ENGINEER, equipment is damaged beyond repair, replace with undamaged unit. 1.07WARRANTY A.Odor control systems shall be warranteed for 1 year from date of Substantial Completion. B.First stage media shall be warranteed for 10 years from date of Substantial Completion. C.Second stage media shall be warranteed for 10 years from date of Substantial Completion. A2-15866-2 JANESVILLE-106961 PART 2 PRODUCTS 2.01 MANUFACTURERS A. Manufacturer's equipment used as basis of design for this project is name indicated in specification for particular type of equipment or application contained in these Contract Documents. 2.02 BIOLOGICAL MEDIA ADSORBERSODOR CONTROL SYSTEMS A. Manufacturers: 1.Biorem. 2.Or equal 1. Bay Products, Inc. (OdorDigest DuO Model 10) 2. BIOREM Technologies, Inc. 3. Envirogen B. Biological Media Adsorber Reactor Vessel: 1. Construct of non-corrosive polypropylenefiberglass reinforced plastic (FRP). 2. Provide predrilled flanged inlet and outlet connections. 3. Provide internal baffling to provide uniform air distribution through unit. 4. Provide hold-down flange or lugs for bolting to equipment pad and lifting lugs. Provide stainless steel mounting hardware. 5. Provide rain cap with birdscreen no-loss type exhaust stack. 6.ProvideHS bed monitor Provide perforated polypropylene media trays and FRP grating tray supports. 2 7.Provide manways for media and sump access. 8.Provide an electric sump heater. 9.Vessel shall be flat bottom type and shall be rated for 15 in. WC positive or negative pressure. Include FRP structural shapes as required by loading. 10.Provide air sample ports, pH sensors, level controls, and differential pressure gauges. C.Media Bed Static Grounding: 1.Provide Type316 stainless steel grounding rod for grounding each carbon bed. Provide external grounding lug for No.2 conductor. C.Media 1.First Stage Media: BioScrub-XL, 157 cubic ft, 2 ft bed depth. Second Stage Media: BioOdorSorb, 471 cubic feet, 6 ft bed depth. 2. 3.Or as required to meet performance criteria. Media to ship loose for field installation by CONTRACTOR. 4. 2.03 CENTRIFUGAL FAN A. Manufacturers: 1. New York Blower Company. 2. Chicago Blower Corporation. 3. Hartzell Fan, Inc. 4. Buffalo Forge Company. 5. Or equal. B. Provide centrifugal fans of sizes, drive arrangements, rotations, and discharge arrangements as required and as shown on Drawings. Centrifugal fans shall be SWSI, Class II, FRP (fiberglass reinforced plastic), A2-15866-3 JANESVILLE-106961 Arrangement 10 rated in accordance with AMCA 210-74. Fabricate fans in accordance with NBS PS 15. Sound level at 10 ft outdoors shall not exceed 85.0 dBA. Construct all portions of housing and wheel in contact with air stream of graphite impregnated materials and electrically ground in conformance with NFPA No. 70 and ASTM D4167. C. Provide backward-inclined or backward-curved blades with non-overloading horsepower characteristic. Form or cast blades to wheel rim and hub plate. Key wheels to shafts. Statically and dynamically balance wheel and shaft as assembled unit. D. Coat air stream surfaces of fan with mixture of graphite flakes and resin applied to provide smooth, continuous graphite surface. Embed electrical conductive contacts in graphite surface and ground to fan base using grounding straps constructed of twisted, bare copper wire to provide air stream resistivity of not more than 100 megohms from any point on air stream to ground. Ground fan in accordance with Division 16. E. Fabricate shafts of Type 316 stainless steel, turned and polished. F. Mount fan on factory-fabricated equipment base with corrosion-resistant coating. G. Type 316 stainless steel fasteners and metal fan components. H. Predrill inlet and outlet flanges in accordance with NBS PS 15. I. 1/2 in. threaded coupling drain connection at lowest point of housing. Extended lubrication lines, shaft seals, shaft guards, belt guards, discharge damper, flex connectors, and J. vibration isolators. K.Fan motor shall be premium efficiency TEXP type suitable for a Class I, Division II location. 2.04GREASE FILTER/MIST ELIMINATOR A.Provide grease filter/mist eliminator packaged with odor control, sized to match required design air-flow. B.Material to be UV resistant polypropylene plastic: 3/8 in. stock unless otherwise specified and free of scratches, discolorations, surface gouges, mars or abrasions. C.Seal weld entire box as required to withstand 20 in. w.c. pressure hydro-test box to ensure leak free weld joints. D.Unit to be supplied with 304SS. Bolts and 1/8 in. neoprene gasket for blind flange on access door. Provide 3/4 in. half coupling with plug for drain connection. E. Provide flanged duct connections. F. WATER RECIRCULATION SYSTEM 2.04 A.Provide UL listed magnetic drive centrifugal recirculation pump with premium efficiency TEXP motor and differential pressure gauges. B.Provide recirculation water system for both stages of media bed complete with spray nozzles, pressure regulators, isolation valves, solenoid valves, flow meter, sample port, pressure gauges, pressure switch, pH probe, and Schedule 80 CPVC piping. C.Provide a W3 makeup water system complete with spray nozzles pressure regulators, isolation valves, solenoid valves, rotometers, pressure gauges, drain, overflow, and Schedule 80 PVC piping. A2-15866-4 JANESVILLE-106961 D.Enclose all water recirculation system electrical and control devices in a water panel suitable for Class I, Division II hazardous location. E.Ship all piping systems assembled to the greatest extent possible to minimize field assembly. 2.05CONTROL PANEL (75-LCP-ODR) A.Provide NEMA 4X stainless steel remote enclosure with lockable disconnect to house electrical and control devices including motor starters, control transformers, fuses, terminal blocks, wire raceways, controllers, switches, timers, relays, gauges, lights, interfaces, and displays. B.Provide door mounted hand-off-auto switches for motor control. C.Provide a terminal block with connections for remote monitoring points as follows: 1.Remote fan start/stop. 2.Fan status. Fan overload failure alarm. 3. 4.Recirculation pump status. 5.Recirculation pump overload failure alarm. 6.Low water level alarm. 7.Makeup water valve mode (pH controlled or continuous). 2.06SEQUENCE OF OPERATION A.APPLICATION OF POWER - When Main Circuit Breaker is turned to “ON”, If the Fan, Pump, and Water Valve On/Off or Open/Close/Auto Selectors are in their ON or Auto position they will start according to their sequence. B.FAN CONTROL – In “ON”, fan will be energized, in “OFF”, fan will be de-energized. C.PUMP CONTROL – In “ON”, pump will be energized. In “AUTO”, pump will be energized until LOW level alarm is detected, which will de-energize pump. Pump will remain de-energized until LOW Flow alarm is no longer present. In “OFF”, pump will be de-energized. D.AUTOMATIC SPRAY VALVE – In “ON”, water valve will be energized and opened. In “OFF”, water valve will be de-energized. In “AUTO”, water valve will be energized based on recycle timer settings. Recycle Timer will open normally closed spray valve based on “On” and “Off times on Recycle Timer (Initial settings “On” Time = 2 Minutes and “Off” Time = 1 Hour). . E.Remote alarms contacts and Run contacts provided for operations and devices above 2.07ELECTRICAL A.Voltage: 460/60/3. B.Hazard Classification: Class I, Div II, Group D. C.Power wiring to unit control panel shall be by Division 16. Power wiring from unit control panel to individual system components (fan, water panel, pump, sump heater, and pH sensors) shall be by Division 16. Static grounding of vessel and fan shall be by Division 16. 2.08 MOTORS A2-15866-5 JANESVILLE-106961 A. Except where more stringent requirements are indicated in unit specifications or equipment schedules, provide manufacturer's standard motor complying with following requirements. Provide motor electrical requirements as scheduled on Drawings. B. Provide NEMA 4X motor starters and disconnects. Locate adjacent to local control panel. C. Motor shall be rated for use in a NEC Class 1, Division 1 2, Group D Hazardous environment. D. Service Factor: Minimum 1.15 for NEMA A, B, and C poly-phase motors, in accordance with NEMA MG 1-12.47 for fractional horsepower motors. E. Bearings: Permanently lubricated ball or regreasable sleeve bearings with inner and outer shaft seals, designed to resist thrust loading. F. Efficiency: Provide high efficiency, poly-phase motors in accordance with IEEE 112, Test Method B. 2.06ACCESSORIES A.Provide manual watertight isolation damper with external locking quadrant adjustable from full open to full closed. 2.09 SOURCE QUALITY CONTROL A. Hydrostatic Test of Adsorber Reactor Vessel: 1. Hydrostatically test each vessel prior to shipment. PART 3 EXECUTION 3.01 INSTALLATION A. Install equipment in accordance with manufacturer's written instructions and approved submittals. 3.02 ADJUSTING A. Air Balance: 1. Balance each system to provide air quantities indicated on Drawings. 2. Balance in accordance with Section 15950. 3.03 FIELD QUALITY CONTROL A. Manufacturer’s Field Services: 1. Supplier’s or manufacturer’s representative for equipment specified herein shall be present at jobsite or classroom designate by OWNER for mandays indicated, travel time excluded, for assistance during construction, startup, and training OWNER’S personnel for operation. Include: a.1 3mandays for Installation Services. b. 1 manday for operation training. 2 mandays for functional testing and startup. c. 2. Supplier or manufacturer shall direct services to system and equipment operation, maintenance, troubleshooting, and equipment and system-related areas. See Section 01600. A2-15866-6 JANESVILLE-106961 * * * END OF SECTION * * * A2-15866-7 JANESVILLE-106961