← Back to Missou, LA

Document Missoula_doc_76937290e5

Full Text

Addendum No. 2 – Page 1 of 6 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\Addendum No. 2.docx ADDENDUM NO. TWO HEADWORKS AND ODOR CONTROL IMPROVEMENTS CITY OF MISSOULA PROJECT 2009-012 WASTEWATER TREATMENT PLANT MISSOULA, MONTANA MMI Project No. 1657.005.01 Date: July 16, 2010 Bid Date: August 3, 2010 at 3:00 PM; Missoula, MT INFORMATION FOR ALL BIDDERS/PLANHOLDERS 1. The most current list of plan holders can be viewed online at www.m-m.net and following the “projects bidding” link in the lower left of the screen. 2. A list of the attendees at the Mandatory Pre-Bid Meeting held July 13, 2010 is attached to this addendum. 3. The following information is provided regarding City of Missoula building permit fees. • Building Permit Fees are $5,736.00 for the 1st $1 million + $3.21/$1000 (or any part thereof) for the remainder of the total construction cost. • Impact Fee is $0.876/net square footage of Headworks Building only (5,979 square feet) • The remaining Plan Check Fees (or credit) will be paid by the Owner. This information is provided as an estimate for Bidders convenience and does not include all permits or fees. The Bidder is responsible for determining all Engineering Department fees which may apply to this project. 4. Copies of the vendor quotes for the pre-negotiated equipment prices included in the Bid Form are attached to this addendum. NOTICE TO ALL BIDDERS/PLANHOLDERS The Contract Documents and Construction Drawings are hereby modified and/or superseded as follows in this Addendum No. 2, and in submitting his/her bid, each Bidder shall acknowledge receipt of all addenda according to the procedures outlined in the INSTRUCTIONS TO BIDDERS. TO THE PROJECT MANUAL SECTION 00200 – INSTRUCTION TO BIDDERS 1. Paragraph 3.01. Delete as follows: “3.01 To demonstrate Bidder’s qualifications to perform the Work, within three working days after the Bid Opening, the apparent low Bidder shall submit written ---PAGE BREAK--- Addendum No. 2 – Page 2 of 6 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\Addendum No. 2.docx evidence such as financial data, previous experience in performing comparable work, business and technical organization, present commitments, and such other data as may be called for below or in the Supplementary Conditions. A form entitled “Information Required of Bidders” is included with the Bid Form documents for the purpose of the Contractor furnishing this information. SECTION 00300 – BID FORM 1. Delete Section 00300 Bid Form in its entirety and replace with attached Section 00300. SECTION 11068A – DETAIL PUMP SPECIFICATION – GRIT PUMPS 1. Paragraph 3.01 – A. Delete Or Equal” and add No Equal.” 2. Paragraph 6.01 – A. Delete “Rated Capacity: 250 gpm at 37 feet total head” and add “Rated Capacity: 250 gpm at 16 feet total head.” 3. Paragraph 6.01 – B. Delete “Minimum Shutoff Head: 43 feet total head” and add “Minimum Shutoff Head: 21 feet total head” 4. Paragraph 6.01 – D. Delete “Minimum Pump Speed: 1,200 rpm” and add “Minimum Pump Speed: 600 rpm” 5. Paragraph 6.01 - E. Delete ”Nameplate driver horsepower: 7.5hp” and add “Nameplate driver horsepower: 10 hp” 6. Paragraph 7.03 – A. Delete “The casing will have cast on feet, which will fully support the volute,” and add “The pump shall be of back pull out design” 7. Paragraph 7.03 – E. Delete 4 IN pump size: 5/8 IN.” and add 4 IN pump size: 3/4 IN.” 8. Paragraph 7.05 – B. Delete “Key to shaft and secure with impeller bolt locked against reverse rotation.” and add “Impeller shall be mounted on the pump shaft by means of a tapered fit and impeller bolt, locking against reverse rotation.” 9. Paragraph 7.08 – B. Delete “Seal oil reservoir with labyrinth seal at both ends.” and add “Seal oil reservoir with lip seal at both ends.” 10. Paragraph 8.02. Add new subparagraph E as follows. The drive shall be of the stationary control variable speed TB Woods type ‘SVS’ or equal to allow a speed change by means of an adjustment to the motor sheave when the drive is not in operation.” SECTION 11320 – PACKAGE BOOSTER PUMP STATION – GENERAL 1. Paragraph 1.01 – A. Delete as follows: “The contractor shall furnish and supervise the installation of a factory built, factory delivered, packaged water booster pump station, with all necessary internal piping, pumps, motors, valves and controls and other necessary appurtenances as shown on the Drawings and specified herein, and as further specified in the Detail Pump Specifications hereinafter.” ---PAGE BREAK--- Addendum No. 2 – Page 3 of 6 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\Addendum No. 2.docx 2. Paragraph 1.01 – B. Delete paragraph in its entirety. SECTION 11320A – DETAIL PUMP SPECIFICATION – UTILITY WATER PUMPS 1. Insert attached Section 11320A. SECTION 13015 – SCOPE OF WORK 1. Paragraph 1.02. A: Add paragraph 28 as follows: “28. Provide a new local control panel LCP-120. The local control panel shall be NEMA 12 and include but not be limited to utility water pumps VFDs, complete with the associated line and load reactors, circuit breakers with door mounted handles, local-off-remote hand switches, indication lights, cooling fans, VFD keypads, relays and instrument transformer.” SECTION 13110 - ENCLOSURES 1. Paragraph 2.05.A: Modify row 11 in Table as follows: Tag Description Location Drawing Supply Code Power From LCP-120 Utility Water VFDs Local Control Panel 2-E-2 P C MCC-9 SECTION 13600 - PLC IO INDEX 1. Delete Section in its entirety and replace with the attached revised Section 13600. SECTION 13700 - INSTRUMENT INDEX 1. Instrument Index Table: Modify the instrument index as follows: Page 1 of 3: Line 7: HW2-PS-21, change supply code from P to C (contractor supplied) Line 8: HW2-PI-18, change supply code from P to C (contractor supplied) Line 9: HW2-PI-20, change supply code from P to C (contractor supplied) Line 10: HW2-FII/FEI-03, change supply code from P to C (contractor supplied); add in remarks “compact, explosion proof unit”. Page 2 of 3: Line 2: Change HW2-PI-07 to read “HW2-PI-06” SECTION 13890 – ADDITIVE ALTERNATE NO.1 1. Paragraph 2.02.A.15: Delete subparagraph in its entirety and add “Manufacturers: Dell or HP” 2. Paragraph 2.02B.14: Delete subparagraph in its entirety and add “Manufacturers: Dell or HP” 3. Paragraph 2.02.C.11: Delete subparagraph in its entirety and add “Manufacturers: Dell or HP” ---PAGE BREAK--- Addendum No. 2 – Page 4 of 6 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\Addendum No. 2.docx 4. Paragraph 2.02.D.7: Delete subparagraph in its entirety and add “Manufacturers: Dell or HP” DRAWINGS SHEET 1-C-2 1. Demolition Notes, Note 2: Change first sentence in Note to read, “REMOVE THE EXISTING STORAGE BUILDING AND ALL ASSOCIATED STRUCTURES ENTIRELY, EXCEPT AS SHOWN ON DWGs. 2-X-1 and 2-X-2.” SHEET 1-C-5B 1. On the DRAINAGE AND GRADING LEGEND: Change New Drywell Standard Detail reference from “2503” to “2350”. SHEET 1-C-9 1. Replace drawing 1-C-9 with the attached revised drawing 1-C-9. SHEET 2-X-1 1. Demolition Notes, Note 1: Delete in its entirety and add the following: REMOVE THE EXISTING STORAGE BUILDING AND ALL ASSOCIATED STRUCTURES ABOVE ELEV. 3122.0. DEMOLITION SHALL INCLUDE ROOF, WALLS, FLOORS, FOOTINGS, AND ALL INTERNAL STRUCTURES INCLUDING ANY PIPING, EQUIPMENT, ELEC. PANELS, GATES, HANDRAIL AND STAIRS, ETC. CONCRETE WALLS AND SLABS AND EXISTING PIPING BELOW ELEV. 3122.0 MAY BE ABANDONED IN PLACE AND BACKFILLED WITH NATIVE SOILS AND COMPACTED PER SPECIFICATIONS. BACKFILL ABOVE ELEVATION 3122.0 SHALL BE IMPORTED STRUCTURAL FILL. ” SHEET 2-X-2 1. Demolition Notes, Note 1: Delete in its entirety and add the following: REMOVE THE EXISTING STORAGE BUILDING AND ALL ASSOCIATED STRUCTURES ABOVE ELEV. 3122.0. DEMOLITION SHALL INCLUDE ROOF, WALLS, FLOORS, FOOTINGS, AND ALL INTERNAL STRUCTURES INCLUDING ANY PIPING, EQUIPMENT, ELEC. PANELS, GATES, HANDRAIL AND STAIRS, ETC. CONCRETE WALLS AND SLABS AND EXISTING PIPING BELOW ELEV. 3122.0 MAY BE ABANDONED IN PLACE AND BACKFILLED WITH NATIVE SOILS AND COMPACTED PER SPECIFICATIONS. BACKFILL ABOVE ELEVATION 3122.0 SHALL BE IMPORTED STRUCTURAL FILL. ” SHEET 2-M-7 1. Replace drawing 2-M-7 with the attached revised drawing 2-M-7. SHEET 2-E-6 1. Replace drawing 2-E-6 with the attached revised drawing 2-E-6. ---PAGE BREAK--- Addendum No. 2 – Page 5 of 6 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\Addendum No. 2.docx SHEET 2-E-7 1. Replace drawing 2-E-7 with the attached revised drawing 2-E-7. SHEET 2-E-10 1. Delete sheet in its entirety. SHEET 13-A-2 1. General Notes. Add new Note 3 as follows: FOR PURPOSES OF BIDDING, ASSUME NO ASBESTOS PRESENT IN EXISTING FACILITIES. OWNER WILL VERIFY PRESENCE OR ABSENCE OF ASBESTOS IF ADDIDTIVE ALTERNATE #1 IS AWARDED. REMOVAL AND/OR DISPOSAL COSTS WILL BE ADDED TO CONTRACT IF REQUIRED.” SHEET 15-I-03 2. Replace drawing 15-I-03 with the attached new drawing 15-I-03. SHEET 15-I-05 1. Replace drawing 15-I-05 with the attached new drawing 15-I-05 SHEET 15-I-20 1. Replace drawing 15-I-20 with the attached new drawing 15-I-20. SHEET 15-I-33 1. Insert new drawing 15-I-33. SHEET 15-I-34 1. Insert new drawing 15-I-34. ---PAGE BREAK--- Addendum No. 2 – Page 6 of 6 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\Addendum No. 2.docx Issued By: Morrison-Maierle, Inc. July 16, 2010 Nancy Granger Cormier, P.E. Date Attachments: 1) List of Attendees of Mandatory Pre-Bid 2) Vendors Scope for Pre-negotiated equipment 3) Section 00300 – BID FORM 4) Section 11320A – PACKAGE BOOSTER PUMP STATION – DETAIL 5) Section 13600 – PLC I/O INDEX 6) Sheet 1-C-9 7) Sheet 2-M-7 8) Sheet 2-E-6 9) Sheet 2-E-7 10) Sheet 15-I-03 11) Sheet 15-I-05 12) Sheet 15-I-20 13) Sheet 15-I-33 14) Sheet 15-I-34 ACKNOWLEDGEMENT OF ADDENDUM NO. TWO The Bidder shall acknowledge receipt of Addendum No. 2 in the BID FORM and shall submit this Addendum No. 2 with the Project Manual of the Contract Documents or the Bid Proposal Packet from the digital documents at the Bid Opening. Received by: (Name) (Title) (Date) END OF ADDENDUM NO. 2 ---PAGE BREAK--- 1 R:\1657\005.01 WWTP Headworks\Bidding Docs\PreBid Meeting\Prebid Mtg Attendees.docx PRE-BID CONFERENCE HEADWORKS & ODOR CONTROL IMPROVEMENTS PROJECT MISSOULA, MONTANA JULY 13, 2010 Attendees: NAME ORGANIZATION ROLE PHONE # EMAIL Starr Sullivan City of Missoula WW Superintendent [PHONE REDACTED] [EMAIL REDACTED] Gene Connell City of Missoula WWTP Ops Super. [PHONE REDACTED] [EMAIL REDACTED] Nancy Cormier Morrison-Maierle Project Mgr [PHONE REDACTED] ncormier@m‐m.net Bill Wiegand Morrison-Maierle Design Eng. [PHONE REDACTED] bwiegand@m‐m.net Neal Levang Morrison-Maierle Construction Mgr [PHONE REDACTED] nlevang@m‐m.net Steve Wonacott Morrison-Maierle [PHONE REDACTED] swonacott@m‐m.net Ken Fields Morrison-Maierle RPR [PHONE REDACTED] kfields@m‐m.net Jeff Black Alder Construction Co. Prime [PHONE REDACTED] [EMAIL REDACTED] Matt Burns BN Builders Prime [PHONE REDACTED] [EMAIL REDACTED] Dennis Longstaff BOSS Construction Inc. Prime [PHONE REDACTED] [EMAIL REDACTED] Jeff Koons Contractors Northwest Prime [PHONE REDACTED] [EMAIL REDACTED] John G. May COP Construction LLC Prime [PHONE REDACTED] [EMAIL REDACTED] Derek Didrikson Dick Anderson Const. Prime [PHONE REDACTED] [EMAIL REDACTED] John Small ESI Prime [PHONE REDACTED] [EMAIL REDACTED] William Harsell Harcon Inc. Prime [PHONE REDACTED] [EMAIL REDACTED] Mark Tabert Jackson Contractor Grp Prime [PHONE REDACTED] [EMAIL REDACTED] Samuel Hensler JJ Henderson Prime [PHONE REDACTED] [EMAIL REDACTED] Ken Kreason JJ Henderson Prime [PHONE REDACTED] [EMAIL REDACTED] Gary Wilson Johnson-Wilson Constructors Prime [PHONE REDACTED] gary@johnson‐wilson.com Gary Hastriter McAlvain Group of Co. Prime [PHONE REDACTED] [EMAIL REDACTED] Jordan Anderson Oswood Construction Prime [PHONE REDACTED] [EMAIL REDACTED] Brett Peck Construction Prime [PHONE REDACTED] Ross Contway Sletten Construction Prime [PHONE REDACTED] [EMAIL REDACTED] Doug Korin Sletten Construction Prime [PHONE REDACTED] [EMAIL REDACTED] ---PAGE BREAK--- 2 R:\1657\005.01 WWTP Headworks\Bidding Docs\PreBid Meeting\Prebid Mtg Attendees.docx NAME ORGANIZATION ROLE PHONE # EMAIL Tim Bauman Stellar J Corporation Prime [PHONE REDACTED] [EMAIL REDACTED] Jim LaMew Stellar J Corporation Prime [PHONE REDACTED] [EMAIL REDACTED] Travis Lake Swank Enterprises Prime [PHONE REDACTED] [EMAIL REDACTED] Derek Swank Swank Enterprises Prime [PHONE REDACTED] [EMAIL REDACTED] Lucas Lowney The Walsh Group Prime [PHONE REDACTED] Rick Edwards Williams Brother Construction Prime [PHONE REDACTED] Nick Bair 3 Brothers Plumbing Subcontractor [PHONE REDACTED] [EMAIL REDACTED] John Burovatz 4G's Plumbing & Heating Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Jeff Lane Border States/Rockwell Subcontractor [PHONE REDACTED] jlane@border‐states.com Angie Brosious Embe Contracting Inc. Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Bob Fister Fister Electric Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Andy Fitzhugh Godwin Pumps Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Mike Cook Intermountain Industrial Inc. Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Bill Hillman Liberty Electric Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Jared Lockyr LS Jensen Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Trina Albaugh LS Jensen Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Joe Mullaney MSE-TA Subcontractor [PHONE REDACTED] Joe.mullaney@mse‐ta.com Mike Neely Neely Electric Inc. Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Adam Pummill Patterson Enterprises Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Roger Petersen Petes Electric Inc. Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Travis Deaton Temp Right Subcontractor [PHONE REDACTED] Brian Daly Temp Right Subcontractor [PHONE REDACTED] Lucas McGill Temp Right Service Subcontractor [PHONE REDACTED] Chet Ward Western Sheet Metal Subcontractor [PHONE REDACTED] [EMAIL REDACTED] John Fowler Williams P&H Subcontractor [PHONE REDACTED] [EMAIL REDACTED] Irv Hansen Ambiente H2O Supplier [PHONE REDACTED] [EMAIL REDACTED] ---PAGE BREAK--- July 14, 2010 Nancy Cormier Morrison-Maierle Engineers Helena, Montana Re : Updated Quote for Two Photoionisation Units for Missoula, Montana WWTP including performance testing and gas detection system Dear Nancy, Please find following the updated Missoula quote you requested. The price includes shipment to Missoula, Montana for both units (Headworks and TWAS storage tank/dewatering room), a gas detection system for the headworks unit for detection of methane and benzene, and the performance-related analytical work in the specification you sent me for both units. The new price is $333,500.00, (excluding any taxes). The gas detection system will be hooked up to the PI unit of the headworks and will shut off the unit in the event the incoming gas passes some percentage (say 25%) of the LEL. It measures methane and benzene. The sensor is a Draeger polytron IR CEN 334 incl. splash guard, connection box and installation set, incl. calibration. The controller is a Draeger Regard 2400 (W4), 4-chanel-4-20mA-controller for wall installation with power supply adapter, 2 outlets potential free, configuration for one transmitter. Everything else is as per our previous quotes. Really look forward to working with you on this project. Yours sincerely Calvin Pride, Ph.D. President Ambio Biofiltration Ltd., Box 644, Rockland, Ontario, Canada K4K 1L4 tel : 1-[PHONE REDACTED]; fax : 1-[PHONE REDACTED] ---PAGE BREAK--- Oct. 20, 2009 Nancy Cormier Morrison-Maierle Engineers Helena, Montana Re : New Missoula Headworks Photoionisation Quote Dear Nancy, Please find following the new Missoula quote you requested. The price includes shipment to Missoula, Montana. Delivery time is 75 days after receipt of Purchase Order. Sorry for the delay, but communicating with Germany (6 hours later there) is a pain and WEFTEC got in the way. I am forwarding some drawings separately. Headworks Building Photoionisation System : dust filter, UV compartment, Catalyst compartment, control panel, fan (separate, on ground, not included) Source of off-gas : Missoula Headworks building Foul gas concentrations: Up to 10 ppm H2S, up to 4,500 OU/m³ Clean gas requirements : Not specified Off-gas flow rate max.: 7,700 m³ / h (~4,500 cfm) Unit dimensions : approx. 7.5’ x 7.2’ x 11.7’ Plant footprint : approx. 15.1’ x 15.7’ (total) Weight (empty) : ~5,300 lbs Weight (installled) : ~8,900 lbs Number of units : One unit Filter class for pre-filter : F7 Δp max = 300 Pa Material of housing : Stainless steel 304 Radial fan : Not included Number of fans: One required Location of fans: on the ground Ductwork : by customer Line voltage : 230/415 V, 50 Hz Protection : IP 54 Total power demand max: 6.9 kW (includes fan) ---PAGE BREAK--- Standard control functions:- Main switch - Operation mode switch (Manual-Automatic-Off) - Timer - Necessary fuses and circuit breakers - VFD for fan - Signal lamps and external signal contacts - Cabling within the whole plant including all power-, control-, measuring and illumination cables. Guarantee : 500 Odour Units at outlet Warranty : 12 months from startup or 14 months from delivery, whichever is earlier, and all manufacturing defects, etc.; 8000 hours on lights and catalyst. Price : $194,385.00 U.S. Includes : Shipment to Missoula, Montana Supervision of Installation 1 visit in first year for inspection Price valid for 3 months from this date Exclusions : Installation on pad (two fitters for 4 days each; crane for installation of units) Pad construction Fan Electrical and air hook-up Applicable local taxes. Get in touch with me if you need anything else at this stage. Your sincerely Calvin Pride, Ph.D. President Ambio Biofiltration Ltd., Box 644, Rockland, Ontario, Canada K4K 1L4 tel : 1-[PHONE REDACTED]; fax : 1-[PHONE REDACTED] ---PAGE BREAK--- April 27, 2010 Nancy Cormier Morrison-Maierle Engineers Helena, Montana Re : Missoula Re-Quote for TWAS Tank and Dewatering Building Dear Nancy, Please find following the Missoula quote you requested. The price includes shipment to Missoula, Montana. Delivery time is 90 days after receipt of Purchase Order. We have included the fan as, for this size of unit, it is built in much as for the pilot. The back pressure is a more or less constant 2” W.C. Quote 1 : TWAS Tank plus Dewatering Building Photoionisation System : dust filter, UV compartment, Catalyst compartment, fan (integrated into unit) Air Flow : up to 1400 cfm Unit Dimensions : 3.67 x 5.25 x 15.14 (20.72) ft (number in brackets is total height including outlet pipe.) Number of Units (modules) : One Housing Material : Stainless Steel 304 Control Cabinet : 110/480V, 60 Hz attached to unit. Standard Control Functions : Main Switch, Operation Modes (Manual-Automatic-Off), Timer Operation hours meters), VFD for fan, Signal lamps and external signal contacts, Filter Change Indicator, Circuit Breakers, Operation and Fault Indicators Total Power Consumption : 3.5 kW (lights and fan) Guarantee : 500 Odour Units at outlet Warranty : 12 months from startup or 14 months from delivery, whichever is earlier, and all manufacturing defects, etc.; 8000 hours on lights and carbon. Fan : Polyethylene Radial Fan Price : $119,000.00 U.S. ---PAGE BREAK--- Includes : Shipment to Missoula, Montana Supervision of Installation 1 visit in first year for inspection Price valid for 7 months from this date Exclusions : Installation on small pad (one fitter for 1 day; crane for several hours for installation of unit – on top of tank?) Pad construction Electrical and air hook-up Applicable local taxes. Get in touch with me if you need anything else at this stage. If this quote is okay, let me know and we will get a detailed quote with weights, drawings, etc. Yours sincerely Calvin Pride, Ph.D. President Ambio Biofiltration Ltd., Box 644, Rockland, Ontario, Canada K4K 1L4 tel : 1-[PHONE REDACTED]; fax : 1-[PHONE REDACTED] ---PAGE BREAK--- Duperon Corporation I 515 N. Washington Avenue I Saginaw, MI 48607 I P [PHONE REDACTED] I F [PHONE REDACTED] I TF [PHONE REDACTED] I www.duperon.com Date: June 25, 2010 Proposal #4584 R7 Project: Missoula, MT WWTP Duperon Contact: Mike Olvera Duperon Corporation 515 N. Washington Ave. Saginaw, MI 48607 [PHONE REDACTED] [EMAIL REDACTED] Local Representation: Steve Hansen Owner Ambiente H2O Inc. (303) 433-0364 (303) 433-0364 9249 S. Broadway #200-402 Highland Ranch, CO 80129 USA [EMAIL REDACTED] Specification Sections: 11330 Influent Screen Scope of Supply: Full Penetration Model FlexRake® - Stainless Steel Link Driven, Front Cleaning, Front Return Mechanically Cleaned Bar Screen  Head Sprocket Only Design – no critical components under water  Continuous Cleaning, top to bottom, the entire width of scraper  Continuous Cleaning without an operator  Scrapers of UV Stabilized UHMW 316 Stainless Steel Enclosure to span to floors (covering lower deck to discharge) Controls Package Dual Rake with Dual-Floats Pkg – For 3 PH incoming power and includes controls for rakes in one N4X SSTL enclosure each with a Square-D Altivar VFD, 4-position selector switch with Deck 1, Deck 2, Off and Auto positions. Deck 1 and Deck 2 positions enable Fwd & Jog Rev buttons on corresponding local station and Auto uses corresponding dual-float system in parallel with cycle timer and remote start/stop signal. Floats have intrinsifcally safe relay terminations. Low EL mounted float start/stops corresponding rake and High EL float speeds up corresponding rake. Also includes discrete output signals for “Run”, “In Auto”, “VFD Fault” and “Motor ---PAGE BREAK--- 2 Duperon Corporation I 515 N. Washington Avenue I Saginaw, MI 48607 I P [PHONE REDACTED] I F [PHONE REDACTED] I TF [PHONE REDACTED] I www.duperon.com Overtemp" (both rakes) and provisions for remote push button stations. (2)STANDARD NEMA 7/9 Remote Push Button Station – Includes operators for Forward, Jog Reverse and E-Stop. Requires field wiring (by others) to corresponding terminals in main control panel. Wide-Angle, Mechanical Float Switches - Conery Mfg, includes 50 ft long cabling. Requires field wiring (by others) to corresponding intrinsically safe terminals in main control panel. Spare Parts  Two replacement scrapers  Two each FlexLink castings with and without mount  Eight drive clevis pins  Four link clevis pins  Ten (10) retaining rings  Four scraper bolts and nuts each On Site Technical Assistance  day, technician Operation and Maintenance Manuals  6 Hard Copies Warranty  One Year Standard material and workmanship Five Year on all rotating parts Freight to jobsite included $ 338,700 Exceptions: 2.05.N. requires a TEFC (totally enclosed fan cooled) motor however an EPNV (explosionproof non-ventilated) motor is required for this application. Clarifications: 1.05.4.d Duperon does not utilize spray wash for the screens 2.08.D - Loss of Power is only restored automatically if screens are in REMOTE (or Auto) mode. Local mode requires intervention in order to re-start the barscreens since a 3-wire controls system is used. ---PAGE BREAK--- 3 Duperon Corporation I 515 N. Washington Avenue I Saginaw, MI 48607 I P [PHONE REDACTED] I F [PHONE REDACTED] I TF [PHONE REDACTED] I www.duperon.com Items NOT included (unless specifically listed in scope of supply)  Bonding, tariffs, permits, taxes, liquidated damages.  On-site conditions affecting the work described or which affects the installation of the FlexRake.  Conduit, control stands, control mounting, wiring, junction boxes, or other control accessories.  Stilling wells.  Any site work or installation tasks (ie, unloading, placement, dewatering, diving, clearing the forebay, wiring, provision of concrete structure, etc.), or equipment (such as cranes, hammer drills, etc.) or anchor bolts.  Release of proprietary information.  Engineering: Does not include drawings other than those for the FlexRake.  Discharge system.  Pre-installation tasks such as touch-up painting (paint will be provided), checking bolts for tightness, removal of shipping containment devices, etc.  Vibration and noise testing.  Offloading or handling of delivered equipment. Number of Screens 2 Bar Opening .25 in Average Flow 12.5 MGD Peak Flow 20 MGD Max Water Level 2.97 ft Inlet Channel Width 4 ft Inlet Channel Height 22 ft – 6 in to the deck Bar Screen Length 5 ft Bar Screen Finish 304 SSTL Unit Height 30 ft Debris Bin Height 3 ft Link Material 316 SSTL Approximate Weight TBD Link Spacing 4 Link Motor 1/2 HP, inverter duty Delivery: Submittals 4 weeks after receipt of order Equipment Delivery 8-12 weeks after approval Note: Prices will be valid until 10-31-2010, though payment terms may be negotiated at the time of contract or purchase order ---PAGE BREAK--- 4 Duperon Corporation I 515 N. Washington Avenue I Saginaw, MI 48607 I P [PHONE REDACTED] I F [PHONE REDACTED] I TF [PHONE REDACTED] I www.duperon.com For technical questions, please contact your Duperon Contact at 1-[PHONE REDACTED]. For bid scope and pricing data, contact our local representative (see page Contractor’s Installation Data: RESPONSIBILITIES OF INSTALLER/CONTRACTOR: 1. The Contractor shall provide for items other than those listed in SCOPE OF SUPPLY, which will be supplied by Duperon Corporation. 2. The Contractor shall be responsible for all damages to the FlexRake, trashracks and/or components at the site and its structures while installing the Duperon FlexRake and components. 3. The Contractor shall be responsible for assuring the accuracy of all dimensions, access and site conditions provided for this solicitation that would be deemed vital to the construction of the trashracks. 4. The Contractor shall be responsible for the following inspection tasks: a. Verification that the forebay area is clear of debris and is ready for installation. b. Verification of the location and size of anchor bolts. c. Confirmation that electrical power is available and of the correct characteristics. d. Reporting any defects or deficiencies found during pre-installation inspection in writing, both to the Owner and to Duperon Corporation. The Contractor shall understand that the beginning of actual installation indicates a satisfactory inspection and acceptance of conditions. 5. The Contractor shall be responsible for the following preparation and installation tasks: a. Arrangement for temporary electrical power to be available for installation work and testing of system components. b. Following the detailed installation instructions found in the operations and maintenance manual. c. Arrangement and installation of FlexRake units, trashracks, electrical components and/or level transmitter components, as is applicable. Providing all electrical installation and conduit routing details and drawings. d. All tasks listed in the section, SCOPE OF SUPPLY DOES NOT INCLUDE, that relate to the installation of the FlexRake system. The installer may be responsible for the following items required during installation, if applicable: conduit stands, level transmitter stands, combination starter stands, conduit, conduit fittings, all communication cables to PLC and control wiring. e. The removal of protective coverings from finished surfaces, cleaning surfaces and components, touch-up painting if necessary, tightening bolts loosened during shipment. f. Adjustment for the smooth operation of unit. g. Provide for an assembly/storage area. h. Site verification for Duperon's design drawings. i. Provide as-built drawings for the site. ---PAGE BREAK--- 5 Duperon Corporation I 515 N. Washington Avenue I Saginaw, MI 48607 I P [PHONE REDACTED] I F [PHONE REDACTED] I TF [PHONE REDACTED] I www.duperon.com Contractor’s Pricing Data IMPORTANT NOTE: THE FOLLOWING DATA is provided for the benefit of the Contractor and is based upon previous DC experience. Since Duperon Corporation is independent from and has no supervision or control of the installation, this data should not be considered a guarantee and may not include any special site considerations that could impact the installation (such as diving, dewatering, unit disassembly due to site constraints, etc.) Contractors are to use this data at their own discretion. Freight: Freight to jobsite has been included in this proposal, shipping FOB Origin. At the time of order, warranty and ship documents will be provided and the Contractor may indicate a 24 – 48 hour call notice from the driver. Please note that coordination with the delivery from the truck driver; equipment to offload, etc. is the sole responsibility of the Contractor. Freight is offered as an option. If a Contractor wishes to arrange for the shipment, they may do so. For the purposes of this document, the FlexRake units will come fully assembled and are assumed to have no particular hindrance for placing the unit in the channel. For your convenience, we have provided the following estimates for installation: Estimated Labor Hours Number of Employees 2 – 4 minimum Estimated Time per Unit 8 – 10 hours Total Estimated per unit 16 – 40 hours per unit* *Note: Doesn’t include wiring. Equipment Required: Loading/Placement: Crane/forklift for 4-8 ton pick with spreader bars, straps and chains as typical rigging. Please note that exact pick points and pick requirements will be submitted to the Contractor. Pick points are often in 2 places and may require 2 spreader bars and/or a jib (secondary crane cable). Anchors: Estimate (8-20) ½” diameter x 4 ¾” minimum embed. Have rods with Hilti RE 500 Adhesive System, 304 SSTL per unit. (Note: Exact size & quantity cannot be determined until site engineering has been completed.) Anchorage to the side walls, deck and invert may be required due to seismic considerations. Miscellaneous: Welder (bolted connection may be available if necessary for explosion proof installations) for field fitting base anchoring plates, typical steelworkers tools, ladder for wiring for up to 10 ft over deck. Controls Accessories: Provide all stilling wells, stands, conduit and whatever is required for installing the specified controls. No labor ---PAGE BREAK--- 6 Duperon Corporation I 515 N. Washington Avenue I Saginaw, MI 48607 I P [PHONE REDACTED] I F [PHONE REDACTED] I TF [PHONE REDACTED] I www.duperon.com estimates available for installation or wiring of controls. Terms: 5% Due with placement of order 20% Invoiced upon submittal of engineering drawings due net 30 days* 65% Invoiced at time of shipment of equipment due net 30 days* 10% Performance retainer to be held until successful start-up and testing of trashrack or 60 days after shipment, whichever is less * Based upon review and approval by Duperon credit department. Cancellation: In the event of cancellation of a purchase order or contract, Duperon Corporation will be compensated for all costs that it or its subcontractors have incurred for performance of work in good faith. Right to Refuse: Due to the current volatility of the steel market, prices may be impacted at time of order. Please be advised that Duperon Corporation retains the right to refuse, withdraw or negotiate this offer at any time prior to signing a material contract. ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- Section 00300 - 1 of 16 00300 Bid Form ADD2.docx Revised January 2010 SECTION 00300 BID FORM PROJECT IDENTIFICATION: Wastewater Treatment Plant Headworks and Odor Control Improvements Missoula, Montana CONTRACT IDENTIFICATION AND NUMBER: City of Missoula Project No. 2009-012 MMI Project No. 1657.005.01 THIS BID IS SUBMITTED TO: City Clerk Missoula City Hall 435 Ryman Street Missoula, MT 59802 ARTICLE 1 - CONTRACT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER’s Notice of Award. ARTICLE 2 - BID TO REMAIN OPEN 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitations those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for ninety (90) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. ARTICLE 3 - SUBMITTING THE BID 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: ---PAGE BREAK--- Section 00300 - 2 of 16 00300 Bid Form ADD2.docx Revised January 2010 Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities), if any, which have been identified in the Supplementary Conditions SC-4.02 as containing reliable “technical data”, and reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Supplementary Conditions SC-4.06 as containing reliable “technical data”. E. Bidder has considered the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on the cost, progress, and performance of the Work; the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and Bidder’s safety precautions and programs. F. Based on the information and observations referred to in Paragraph 3.01 E above, Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. ---PAGE BREAK--- Section 00300 - 3 of 16 00300 Bid Form ADD2.docx Revised January 2010 H. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 3.02 Bidder further certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual, firm, or entity to refrain from bidding; D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER; and E. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 3.02 E: 1. “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process; 2. “fraudulent practice” means an intentional misrepresentation of facts made to influence the bidding process to the detriment of Owner, to establish bid prices at artificial non-competitive levels, or to deprive Owner of the benefits of free and open competition; 3. “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3.03 The Bidder certifies that no official of the OWNER, ENGINEER or any member of such official’s immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the Bidder. ---PAGE BREAK--- Section 00300 - 4 of 16 00300 Bid Form ADD2.docx Revised January 2010 ARTICLE 4 - BID SHEET SCHEDULES 4.01 Bidder will complete the Work in accordance with the Contract Documents and the provisions below for the following price(s) as summarized in the Bid Sheet Schedule(s) hereinafter. A. The Bidder understands and acknowledges that estimated quantities are not guaranteed and are solely the purpose of comparing Bids from the various Bidders and that final payment under the Contract for all unit price bid items will be based on the actual quantities of work installed and measured in accordance with the Contract Documents. Bidder will complete the Work for the price set forth in the following unit price or lump sum schedules. B. The Bidder agrees that all sales and use taxes are included in the stated bid prices for the work, unless provision is made herein for the Bidder to separately itemize the estimated amount of sales or use taxes. C. All specific cash allowances are included in the Lump Sum prices set forth below and have been computed in accordance with paragraph 11.02 of the General Conditions. D. The OWNER reserves the right to reject any or all bids. ---PAGE BREAK--- Section 00300 - 5 of 16 00300 Bid Form ADD2.docx Revised January 2010 WWTP HEADWORKS AND ODOR CONTROL IMPROVEMENTS MISSOULA, MONTANA BASE BID The Bid for the following items shall be a lump sum bid for all construction work described in the Contract Documents. The bid price shall include all temporary or permanent equipment, materials, supplies, and labor necessary to construct the item in accordance with the Contract Documents. The total lump sum price shall be broken down into the following items for the purpose of progress payments and for the information of the OWNER. ITEM NO. DESCRIPTION PRICE (FIGURES) 101 Mobilization-Demobilization (no more than 3% of total bid) L.S. 102 Taxes, Bonds, and Insurance L.S. 103 General Requirements L.S. 104 Site Work L.S. 105 Concrete and Masonry L.S. 106 Metals L.S. 107 Rough Carpentry and Interior Architectural Millwork L.S. 108 Thermal and Moisture Protection L.S. 109 Doors and Windows L.S. 110 Gypsum Board Assemblies and Painting L.S. 111 Specialties L.S. 112 Package Sump Pump Systems L.S. 113 Horizontal Non-Clog Vortex Grit Pumps L.S. 114 Submersible Non-Clog Centrifugal Plant Influent Pumps L.S. 115 Screenings Washer/Compactors L.S. 116 Vortex Grit Removal System L.S. 117 Grit Washers L.S. ---PAGE BREAK--- Section 00300 - 6 of 16 00300 Bid Form ADD2.docx Revised January 2010 ITEM NO. DESCRIPTION PRICE (FIGURES) 118 Photoionization Odor Control System Installation L.S. 119 Parshall Flume Equipment L.S. 120 Utility Water Booster Pump Station L.S. 121 Influent Screens Installation L.S. 122 Reciprocating Air Compressor Equipment L.S. 123 Rotary Lobe Positive Displacement Blower 124 Package Septage Receiving Station L.S. 125 Sampling and Monitoring Equipment L.S. 126 Instrumentation and Controls L.S. 127 Screw Conveyor L.S. 128 Gantry Crane and Hoist and Trolley Systems L.S. 129 Plant Piping and Appurtenances Inside Buildings and Structures L.S. 130 Buried Plant Yard Piping and Appurtenances L.S. 131 Miscellaneous Piping Specialties L.S. 132 Manual Valves L.S. 133 Slide Gates and Stop Logs L.S. 134 Plumbing Piping and Fixtures L.S. 135 Heating, Ventilating and Air Conditioning L.S. 136 Energy Recovery Units L.S. 137 Electrical L.S. 138 Package Engine Generator L.S. 139 Owner-Selected Boiler Control System L.S. $11,000 140 Owner-Selected Odor Control Equipment L.S. $333,500.00 141 Owner-Selected Influent Screening Equipment L.S. $338,700.00 ---PAGE BREAK--- Section 00300 - 7 of 16 00300 Bid Form ADD2.docx Revised January 2010 ITEM NO. DESCRIPTION PRICE (FIGURES) 142 Miscellaneous Work Allowance L.S. $250,000.00 TOTAL LUMP SUM BID Bid in Words: Bid in Figures: 4.02 A Miscellaneous Work Allowance consists of additional work not specifically addressed by Bid Items on the Bid Proposal, but is contemplated as a normal additional cost of construction and therefore included within the contract price. A. All bidders shall add this amount to their total bid, but the amount of such estimated work and payments are not guaranteed in any amount. If the contemplated work is not necessary, the “allowed” amount is not payable to the Contractor and the lump sum contract price will be adjusted by a Change Order prior to making final payment. The lump sum allowance includes the costs of all labor, material, equipment, delivery, installation, startup and testing, taxes, freight, and all other incidental costs. 4.03 ALTERNATE EQUIPMENT TO BASE BID Certain items of major equipment to be provided under this contract are tabulated in the following Major Equipment Schedule. In connection with the tabulation of major items of equipment, the following shall apply: A. The lump sum price bid shall include the installed prices from those manufacturers listed by the Owner as "Base Bid". B. The Owner may select from equipment of any manufacturer listed. C. Items of equipment selected by the Owner shall be installed at a contract price equal to the Base Bid total sum adjusted by the add or deduct shown for the items selected by the Owner if different from the base bid items. Allowance of alternative equipment does not constitute a waiver of the Specifications. Alternative equipment is defined as equipment proposed by the Bidder under Manufacturer/Supplier in the Major Equipment Schedule below as equivalent to the specified named equipment. Note that at least one alternate equipment manufacturer and additive or deductive price must be submitted for Section 11076 – INFLUENT PUMPS. If the Bidder desires to offer other equipment as an alternative to the total Base Bid, he shall indicate in the Major ---PAGE BREAK--- Section 00300 - 8 of 16 00300 Bid Form ADD2.docx Revised January 2010 Equipment Schedule below the amount to be added or deducted (if any) from the total Base Bid. D. In order that the Engineer may determine if the proposed alternative item is a satisfactory alternative to that specified, one set of Drawings, Specifications, full descriptive material and a detailed list of the equipment proposed shall be SUBMITTED WITHIN FIVE WORKING DAYS AFTER THE BID OPENING. This does not apply to (Base Bid) manufacturers, only to alternate (write-in) manufacturers where the Bidder writes in the alternate. In the selection of major equipment items by the Owner, consideration will be given to the total life cycle cost and to the ability of suppliers or manufacturers to provide satisfactory components of their own manufacture in preference to having to obtain and resell components of other manufacturers to form a complete installation; the length of time the equipment offered has been in successful, regular operation under comparable conditions; the efficiency of the equipment's operation; and the ability of the supplier or manufacturer to service and maintain the equipment. E. The price add (deduct) for all items of equipment other than base bid items shall include the preparation and submission to the Owner of detailed drawings showing all modifications (if any) necessary to accommodate such equipment. F. The price add (deduct) for all items of equipment other than base bid items shall cover a complete operating installation including any and all structural modifications, mechanical and electrical work, controls and accessories necessary to accommodate the selected equipment. G. In the event that the Engineer does not allow the material or equipment item for use as an alternative, then the material or equipment items as specified and listed as Base Bid shall be furnished for the amount included in the total Base Bid. In the event that the Engineer allows the material or equipment item for use as an alternative, the proposed alternative material or equipment item shall be furnished and the Contract Price shall be adjusted accordingly immediately following the signing of the Contract by a Change Order prepared by the Owner. 4.04 All major equipment shall be bid according to the following: A. The following are designated as major equipment or material items to be furnished. The Bidder has the option to write in one alternate manufacturer/ supplier to the listed Base Bid manufacturer/supplier. Should the write-in alternative be determined "not equal" by the Engineer, then the Bidder must supply the Base Bid item. ---PAGE BREAK--- Section 00300 - 9 of 16 00300 Bid Form ADD2.docx Revised January 2010 B. Alternative equipment will generally be deemed equal provided that the "equal" product is the same or better than the product named in function, performance, reliability, quality and general configuration. Determination of equality in reference to the project design requirements will be made by the Engineer. C. No alternative equipment will be considered unless, in the opinion of the Engineer, it conforms to the Contract Documents in all respects, except for make and manufacture and minor details. D. Where the Bidder proposes alternative (write-in) equipment or material, or equipment or material from a named manufacturer, he shall notify the Engineer's Project Manager in writing within 5 working days after the Bid Opening of all dimensional, mechanical, electrical, and structural changes and/or requirements for the unit's use and shall include in his bid the cost to reimburse the Engineer through the Owner for any associated redesign and/or construction drawings which need to be revised as determined by the Engineer. He shall include in his bid all additional construction costs (mechanical, architectural, structural, electrical, and engineering redesign costs) associated with that alternative equipment or material. The bid shall also include any paid up licenses necessary for the use of the equipment if required by the manufacturer. E. Reimbursement for engineering redesign costs shall be based on the Engineer's costs as defined hereinafter. SCHEDULE OF MANUFACTURERS OF MAJOR EQUIPMENT SECTION NO. AND TITLE AMOUNT Add or (Deduct) from Base Bid Section 11076 PLANT INFLUENT PUMPS NOTE THAT AT LEAST ONE ALTERNATE MUST BE PROVIDED FOR INFLUENT PUMPS A. (List Base Bid Manufacturer - KSB, ABS, or WILO) Base Bid B. (Alternate Manufacturer may include KSB, ABS, or WILO) $ C. (Alternate Manufacturer may include KSB, ABS, or WILO) $ ---PAGE BREAK--- Section 00300 - 10 of 16 00300 Bid Form ADD2.docx Revised January 2010 SECTION NO. AND TITLE AMOUNT Add or (Deduct) from Base Bid COMPLETION OF THE REMAINING EQUIPMENT IS OPTIONAL. Section 11068 GRIT PUMPS A. Wemco or Goulds (Morris) Base Bid B. (Alternate Manufacturer) $ Section 11095 SCREENINGS WASHER/COMPACTOR A. Huber, Andriz or US Filter Base Bid B. (Alternate Manufacturer) $ Section 11096 VORTEX GRIT REMOVAL EQUIPMENT A. Wes-Tech or Smith & Loveless Base Bid B. (Alternate Manufacturer) $ Section 11076 GRIT WASHERS A. Huber, Vulcan, or Smith & Loveless Base Bid B. (Alternate Manufacturer) $ Section 11320 UTILITY WATER BOOSTER PUMP STATION A. Dakota Pump or EFI Base Bid B. (Alternate Manufacturer) $ Section 11500 PACKAGE SEPTAGE RECEIVING STATION EQUIPMENT A. Municipal Solutions Base Bid B. (Alternate Manufacturer) $ Section 15785 ENERGY RECOVERY UNITS A. Innovent Base Bid B. (Alternate Manufacturer) $ ---PAGE BREAK--- Section 00300 - 11 of 16 00300 Bid Form ADD2.docx Revised January 2010 4.05 ADDITIVE ALTERNATES TO BASE BID The following Additive Alternate Proposals are offered for the Owners consideration: A. ADDITIVE ALTERNATE NO. 1 FOR NEW SCADA SERVER ROOM AND HARDWARE The work included in this Additive Alternate No. 1 includes the following: 1. Construction of a new control room in the existing Administration Building as shown on the Drawings and as further specified in Sections 10270, 13010 and 13890 and other Sections: a. A portion of the old laboratory in the upper level of the Administration Building which is currently used as a storage room will be made into a separate room to house new SCADA servers for the Headworks Controls. The work includes framing and sheet rock for walls, new relight windows and door, accessible flooring system, ethernet communications, lighting, HVAC, and electrical. b. New computer equipment and software shall be provided as specified in Section 13890. c. Refer to Drawing 13-I/E-01 and 13-A/H-01 for more information. The Bidder further proposes that if the Owner elects to include the construction of a new server room as outlined above with additional requirements in other applicable sections of the specifications and necessary changes in construction as required to complete the work with this addition, based upon the undersigned’s own estimate of quantities and cost, the lump sum bid will be increased in the amount of: Dollars and The right is reserved to accept or reject the Proposal for Additive Alternate No. 1 as is in the best interests of the Owner. ARTICLE 5 - CONTRACT TIME 5.01 The time of completion of the work is a basic consideration of the Contract. It will be necessary that the Bidder satisfy the Owner of his ability to complete the work within the stipulated time. ---PAGE BREAK--- Section 00300 - 12 of 16 00300 Bid Form ADD2.docx Revised January 2010 5.02 Bidder agrees that the work will be substantially complete and will be prepared to file a Certificate of Substantial Completion within 460 calendar days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and will be completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions within 490 calendar days after the date when the Contract Times commence to run. ARTICLE 6 - LIQUIDATED DAMAGES AND DAMAGES FOR ADDITIONAL ENGINEERING SERVICES 6.01 In the event the Bidder is awarded the Contract and shall fail to meet the Substantial Completion time limits provided by the Contract Documents, liquidated damages shall be paid to the OWNER by the Bidder stated in the Agreement until all work shall be determined to meet the Substantial Completion requirements of the Contract Documents. In addition, the Bidder shall pay to the OWNER damages at the rates specified in Sections 6.05 and 6.06 for expenses incurred by the OWNER for additional engineering services resulting from Bidder’s failure to meet the Substantial Completion time limits. In the event the Bidder shall fail to meet the Final Completion time limits provided by the Contract Documents, liquidated damages shall be paid to the OWNER by the Bidder at the rate of stated in the Agreement until all work shall be determined to meet the Final Completion requirements of the Contract Documents. In addition, the Bidder shall pay to the OWNER damages at the rates specified in Sections 6.05 and 6.06 for expenses incurred by the OWNER for additional engineering services resulting from Bidder’s failure to meet the Final Completion time limits. 6.02 The Bidder agrees to pay these damages for failure to complete the work within the specified contract time both for compensation to the OWNER for non-use of the completed work and for compensation to the OWNER for expenses incurred by the OWNER for additional engineering services during the contract time overrun. 6.03 The Bidder further agrees to pay damages incurred by the OWNER for additional engineering services necessitated by the Bidder furnishing materials, workmanship, and/or equipment not in conformance with the Contract Documents resulting in additional construction administration/observation work and/or redesign work by the Engineer; or any reestablishment of survey lines or benchmarks destroyed by the Bidder’s actions; or additional work required by the failure of the Contractor to maintain adequate record documents. 6.04 Construction observation time will be accrued at straight time up to 40 hours per week and 1.5 times over 40 hours per week or legal holidays. The Contractor shall provide a construction schedule per Section 01300, SUBMITTALS. The Contract Time identified in Article 5 is based on the Contractor utilizing one construction crew to complete the work. Construction observation time is based on providing one Resident Observers over the Contract Time identified under Article 5 CONTRACT TIME. If the Contractor intends to work double shifts, or more than the number of crews identified ---PAGE BREAK--- Section 00300 - 13 of 16 00300 Bid Form ADD2.docx Revised January 2010 above at a given time then one Resident Observer will be provided to the job for each crew that is working. If more than one Resident Observers are on the job, the Contractor shall pay the cost for the additional manpower required. Should the Contractor complete the work in a period of time such that no additional engineering costs are incurred by the Owner for the overall project, the Contractor will not be assessed for the additional construction observation hours worked. In this case, the withholdings will be refunded. 6.05 Damages for additional engineering services shall be determined based on the following hourly rates: Straight Time Overtime Engineer $115.00/Hour $115.00/Hour Resident Observer $90.00/Hour $135.00/Hour Surveyor $90.00/Hour $135.00/Hour Technician $85.00/Hour $127.50/Hour Clerical $55.00/Hour $82.50/Hour 6.06 Out of pocket expenses for materials, equipment, supplies, transportation and subsistence for additional engineering services shall be billed at cost plus 10 percent. 6.07 Liquidated damages and damages shall be deducted from progress payments and the final payment as the damages are incurred. ARTICLE 7 - BID DOCUMENTS 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the amount of 10% of the maximum Bid price including alternates, if any, and in the form of a Bid Bond (Section 00430), or other form of Bid Security as identified in the Instructions to Bidders. 1. Surety. If the Bidder is awarded a construction Contract on this Bid Form, the Surety who provides the Performance Bond and Payment Bond will be: whose address is Street City State Zip B. Non-Collusion Affidavit. C. Information Required of Bidders (bidders qualifications and information, and tabulation of Subcontractors, Suppliers, Manufacturers and other persons and organizations required to be identified in this Bid). D. Acknowledge and attach all Addenda ---PAGE BREAK--- Section 00300 - 14 of 16 00300 Bid Form ADD2.docx Revised January 2010 ARTICLE 8 - MEANING OF TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 - BID REJECTION 9.01 The OWNER reserves the right to reject any or all bids. ARTICLE 10 - BID SUBMISSION SUBMITTED on , 20 . Montana Contractor Registration No. Employer’s Tax ID No. . If Bidder is: A Corporation Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature attach evidence of authority to sign if not a Corporate officer) Name (typed or printed): Title: Attest: (Corporate Seal) (Signature of Secretary) Business address: Phone FAX No.: Email Date of Qualification to do business [in Montana] is . ---PAGE BREAK--- Section 00300 - 15 of 16 00300 Bid Form ADD2.docx Revised January 2010 An Individual Name (typed or printed): By: (SEAL) (Individual’s signature) Doing business as: Business address: Phone FAX No.: Email A Partnership Name (typed or printed): By: (SEAL) (Individual’s signature) Name (typed or printed): Business address: Phone FAX No.: Email A Joint Venture (Each Joint Venture must sign.) Joint Venturer Name: (SEAL) By: (Signature of joint venture partner) Name (typed or printed): Title: Business address: Phone FAX No.: Email ---PAGE BREAK--- Section 00300 - 16 of 16 00300 Bid Form ADD2.docx Revised January 2010 Joint Venturer Name: (SEAL) By: (Signature of joint venture partner) Name (typed or printed): Title: Business address: Phone FAX No.: Email Address of Joint Venture for Receipt of Official Communication: Address: Phone FAX No.: Email (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) END OF SECTION 00300 ---PAGE BREAK--- SECTION 11320A PACKAGED BOOSTER DIVISION 11 – EQUIPMENT PUMP STATION – DETAIL 11320A - Page 1 of 10 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\11320A Add2.docx July 16, 2010 PART 1 GENERAL 1.01 GENERAL A. See Section 11320, PACKAGE BOOSTER PUMP STATION – GENERAL, for additional requirements. 1.02 EQUIPMENT NUMBERS Equipment No. Description HW2-UWP-01 Utility Water Pump 1 HW2-UWP-02 Utility Water Pump 2 HW2-UWP-03 Utility Water Pump 3 HW2-PSI-21 UW Filter Pressure Sensor HW2-SOV-13 UW Filter Backwash Solenoid Valve 1.03 RELATED DOCUMENTS: A. The work of the following sections is related to the work of this section. Other sections, not referenced below, may also be related to the proper performance of this work. It is the Contractor’s responsibility to perform and coordinate all the work required by the Contract Documents: 1. Division 1: General Requirements 2. Section 11005: Equipment: Basic Requirements 3. Section 11320A – Package Booster Pump Station – Detail 4. Division 13 – Instrumentation and Controls 5. Division 15 - Mechanical 6. Division 16 – Electrical 7. P&ID Drawings PART 2 PRODUCTS 2.01 PACKAGED PUMP STATION MANUFACTURERS A. Dakota Pump, Inc. Mitchell, South Dakota B. Engineered Fluid, Inc. Centralia, Illinois ---PAGE BREAK--- SECTION 11320A PACKAGED BOOSTER DIVISION 11 – EQUIPMENT PUMP STATION – DETAIL 11320A - Page 2 of 10 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\11320A Add2.docx July 16, 2010 C. Or equal. PART 3 QUANTITY 3.01 One skid-mounted booster pump package consisting of three pumps. PART 4 SERVICE CONDITIONS 4.01 GENERAL A. Liquid Pumped: Final effluent from domestic wastewater treatment plant. B. Erosion Factors: Mild. C. Largest Solid Passing: < ½ inch diameter. D. Pumping Temperature (PT): 32 to 72 degrees F. PART 5 PERFORMANCE REQUIREMENTS 5.01 PUMP HW2-UWP-01 A. Rated Capacity: 30 gpm at 201 feet total head. B. Minimum Shutoff Head: 280 feet total head. C. Pump Configuration: Vertical D. Minimum Pump Speed: 3,400 rpm E. Nameplate driver horsepower: 5 hp F. Drive type: Variable Speed Drive. G. Drive configuration: direct coupled. H. Suction 1-1/4 IN Diameter minimum, discharge 1-1/4 IN diameter minimum. 5.02 PUMPS HW2-UWP-02, HW2-UWP-03 A. Rated Capacity: 90 gpm at 201 feet total head. B. Minimum Shutoff Head: 280 feet total head. C. Pump Configuration: Vertical D. Minimum Pump Speed: 3,400 rpm ---PAGE BREAK--- SECTION 11320A PACKAGED BOOSTER DIVISION 11 – EQUIPMENT PUMP STATION – DETAIL 11320A - Page 3 of 10 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\11320A Add2.docx July 16, 2010 E. Nameplate driver horsepower: 10 hp F. Drive type: Variable Speed Drive. G. Drive configuration: Direct coupled. H. Suction 2 IN Diameter minimum, discharge 2 IN diameter minimum. PART 6 PUMP CONSTRUCTION DETAILS 6.01 PUMP TYPE A. Vertical multi-stage in-line centrifugal pumps. 6.02 MATERIALS A. Casing: Cast Iron (25 B ASTM). B. Impeller: 304 Stainless Steel C. Impeller diffuser chambers, outer sleeve: 316 Stainless Steel. D. Impeller wear rings: 316 Stainless Steel E. Suction piece: Same as casing. F. Shaft: 316 or 329 Stainless Steel. G. Shaft sleeve: stainless steel H. Motor stool, base plate: Cast iron (ASTM Class 30), optional cast stainless steel (ASTM CF-8M). I. Flange Rings: Ductile Iron (ASTM 65-45-12), optional cast stainless steel (ASTM CF-8M). J. Shaft journals and chamber bearings: Silicon Carbide K. O-rings: EPDM L. Structural Steel Base: 1/4" steel floor plate and 8" x 11.5# minimum reinforcing steel channel as required. M. Shaft couplings for motor flange sizes 184TC and smaller shall be made of cast iron (ASTM Class 30) or sintered steel. Shaft couplings for motor flange sizes larger than 184TC shall be made of ductile iron (ASTM 60-40- 18). ---PAGE BREAK--- SECTION 11320A PACKAGED BOOSTER DIVISION 11 – EQUIPMENT PUMP STATION – DETAIL 11320A - Page 4 of 10 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\11320A Add2.docx July 16, 2010 6.03 GENERAL A. Each pump shall be designed for in-line installation requiring no more than 1.5 square feet of floor space (including motor). B. The head-capacity curve shall have a steady rise in head from maximum to minimum flow within the preferred operating region. The shut-off head shall be a minimum of 20% higher than the head at the best efficiency point. C. The suction/discharge base shall have ANSI (Class 250), internal thread (NPT) or grooved pipe (Victaulic Type) connections as indicated on the plans or pump schedule. ANSI flanged bases shall be a slip ring (rotating flange) design. 6.04 IMPELLER A. The pump impellers shall be secured directly to the pump shaft by means of a splined shaft arrangement. B. Intermediate and lower shaft bearings shall be bronze or tungsten carbide and ceramic. C. Statically and dynamically balance per HI standards. 6.05 MECHANICAL SHAFT SEAL SYSTEM A. The shaft seal shall be a balanced o-ring cartridge type with the following features: 1. Collar, Drivers, Spring: 316 Stainless Steel 2. Shaft Sleeve, Gland Plate: 316 Stainless Steel 3. Stationary Ring: Silicon Carbide 4. Rotating Ring: Silicon Carbide 5. O-rings: EPDM B. The Silicon Carbide shall be imbedded with graphite. C. Shaft seal replacement shall be possible without removal of any pump components other than the coupling guard, shaft coupling and motor. Pumps with motors equal to or larger than 15 hp (fifteen horsepower) shall have adequate space in the motor stool so that shaft seal replacement is possible without motor removal. ---PAGE BREAK--- SECTION 11320A PACKAGED BOOSTER DIVISION 11 – EQUIPMENT PUMP STATION – DETAIL 11320A - Page 5 of 10 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\11320A Add2.docx July 16, 2010 6.06 SHAFT A. Utilize shaft sleeve throughout mechanical seal. 6.07 BEARINGS A. All pump bearings shall be lubricated by the pumped liquid. B. Ball-type bearings. C. Design to safely handle radial and thrust loads. D. Minimum ABMA L-10 life of 100,000 HR. 6.08 STRUCTURAL STEEL BASE A. Factory mount the complete pumping unit including motors and pumps on a common base. 6.09 SPARE PARTS FOR EACH PUMP A. Complete mechanical seal, complete set gaskets and O-ring seals, shaft sleeve, and complete set keys, dowels, pins, etc. 6.10 SPARE PARTS AND SPECIAL TOOLS FOR THIS SET OF PUMPS A. Complete set of bearings, impeller, and one complete set of any special tools required to dismantle pump. 6.11 ANCHOR BOLT SIZE AND MATERIAL A. Anchor bolts shall be Type 316 stainless steel. Size as required for pump base, 5/8-inch minimum. Coordinate required size with final shop drawings. PART 7 DRIVE MOTORS 7.01 Motors are to be provided with the following basic features: A. Motors shall be inverter duty designed for continuous operation, NEMA design B with a 1.15 S.F. B. Motors are to be furnished with class insulation. C. Motor nameplate shall be mounted on enclosure with stainless steel fastening pins. Nameplate shall have, as a minimum, all information as described in NEMA Standard MG 1-10.40.1. ---PAGE BREAK--- SECTION 11320A PACKAGED BOOSTER DIVISION 11 – EQUIPMENT PUMP STATION – DETAIL 11320A - Page 6 of 10 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\11320A Add2.docx July 16, 2010 D. Open Drip Proof (ODP) motors shall have drip covers. E. Motors over 50 lbs shall having lifting provisions. F. Motors shall have a NEMA C-Flange for vertical mounting. G. Drive end bearings shall be adequately sized so that the minimum L10 bearing life is 17,500 hours at the lowest allowable continuous flow rate for the pump. PART 8 APPURTENANCES 8.01 PIPING A. Booster pump skid piping shall be either 304 stainless steel pipe, Schedule 40, manufactured in accordance with the dimensional tolerances and material specifications of current ASTM standards for steel pipe and butt weld fittings; or as specified in Section 15000B-Mill-Type Steel Pipe and Fittings. Protective coatings shall be applied as specified in Section 09900-Painting, and Section 15001-Plant Piping-General. B. Suction and discharge header piping shall be fabricated utilizing weld tees and/or weld reducing tees to maintain smooth water flows and minimize hydraulic losses in the transition from the pump branch piping to the header piping. C. Certified welders employed by the pump skid manufacturer shall perform all pipe welds. If requested, the pump skid manufacture shall provide copies of the welding certificates of the employees who are to perform the pipe welds. D. The piping on the skid shall be supported by rectangular or round tubing that shall be fully welded at both end points to the steel pipe and to the steel floor. The size of the welded pipe supports shall be determined by the skid manufacture. 8.02 ELASTOMER PIPE CONNECTOR A. The inlet side of each booster pump shall include an elastomer connector to help isolate vibration and noise in the piping system. The elastomer connector shall be of single sphere design, constructed of neoprene and nylon with bias-ply tire reinforcing cord to provide a 225 psi working pressure rating to a minimum of 120°F. The elastomer connector shall pass through the plate steel flanges designed to grip the connector so the connector seals without gaskets when the flange bolts are drawn up. ---PAGE BREAK--- SECTION 11320A PACKAGED BOOSTER DIVISION 11 – EQUIPMENT PUMP STATION – DETAIL 11320A - Page 7 of 10 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\11320A Add2.docx July 16, 2010 B. A control joint limiting pipe connector movement shall be supplied with each pipe connector. 8.03 COMPRESSION COUPLINGS A. Compression type couplings shall be used in each pump suction and discharge pipe run, and as required, to enable easy dismantling of skid pumps and piping for maintenance and service. Couplings shall consist of two stainless steel follower rings, two resilient gaskets, one stainless steel middle ring, and a set of stainless steel follower trackhead bolts. B. Couplings shall be Dresser Type 38 and 65, or equal. 8.04 CONNECTIONS A. Provide pipe spool piece as shown on the Drawings and specified in Section 13700 and 13704 for connection of inline pressure sensor. 8.05 FILTER A. The outlet side of the booster pump package shall include a water filter which shall be constructed in general accordance with both ANSI and ASME codes. The unit shall be rated for service at 200 gpm, 150 psi at 200°F with 100 micron screen. B. The filter body shall be made from 304 SST and shall have 3-inch ANSI flanges, at both the bottom (inlet) and the side (outlet). The stainless steel screen shall have a 100 µ opening and shall have 3.0 sq. ft. screen area. Stainless steel 316L screen 3 layers sintered mesh on SST support. C. The filter shall be rated to less than 10 psi pressure drop at 100 gpm with 100µ screen and shall be equipped with an automatic backwash to maintain pressure drop. The backwash system shall consist of a differential pressure sensor and a 1-inch single chamber hydraulic valve that is actuated by a Class 1, three-way solenoid. D. Backwash shall be controlled by Division 13. 1. The backwash shall be triggered on a 7 psi differential pressure between the inlet and outlet. If the differential pressure across the filter screen exceeds 10 psi in two minutes, the alarm signal will be activated. 2. The backwash shall be accomplished by opening the 1-inch single chamber hydraulic valve that is actuated by a Class 1, three-way solenoid. Backwash shall be accomplished in less than five ---PAGE BREAK--- SECTION 11320A PACKAGED BOOSTER DIVISION 11 – EQUIPMENT PUMP STATION – DETAIL 11320A - Page 8 of 10 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\11320A Add2.docx July 16, 2010 seconds using approximately six gallons of water without interrupting the main flow. E. The filter shall be Tekleen model MTF3-L, or equal. 8.06 ISOLATION VALVES A. Isolation valves used on the skid shall be wafer style butterfly valves with cast iron ASTM A-126 Class B bodies and aluminum bronze discs. Valve stems shall be 416 stainless steel. Molded-in resilient seats shall provided bubble-tight shutoff to 250 psi. Round, polished disc and hub edges shall provide 360 degree concentric seating, minimum flow restriction, lower torques and longer seat life. The molded-in liner shall be EPDM. The upper bushings shall be polyester. The Upper and lower inboard bearings shall be bronze. Each valve shall be factory tested to 110 percent of specified pressure rating. B. Valves sized six inches and smaller shall be provided with 10 position lever lock handles with throttle plates incorporating an infinite position stop, a memory stop, and a padlocking device for either fully open or fully closed position. C. The butterfly valves shall be Keystone Model 221or equal. 8.07 PUMP CHECK VALVES A. Wafer style silent check valves shall be center guided, spring loaded, non- slam type and suitable for installation in any position. The plug, with integral shaft, shall be fully guided in bronze bearings at both ends, and shall be retained at both its fully opened and closed positions by a minimum length of one shaft diameter. Silent check valves shall be used in each pump discharge line to help suppress surges by returning the spring-assisted plug to its closed position before any reverse flow can occur. B. The pump check valves shall be Val-Matic Series 1400, or equal. PART 9 INSTALLATION SUPERVISION SERVICES A. A manufacturer’s representative for the equipment specified shall be present at the jobsite for installation assistance, inspection and certification of the installation, equipment testing, startup assistance, and training of the Owner’s personnel for the minimum person-days listed for the services hereinunder, travel time excluded: 1. ½ person-day for installation assistance, inspection and certification for the installation. ---PAGE BREAK--- SECTION 11320A PACKAGED BOOSTER DIVISION 11 – EQUIPMENT PUMP STATION – DETAIL 11320A - Page 9 of 10 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\11320A Add2.docx July 16, 2010 2. ½ person-day for functional and performance testing. 3. ½ person-day for startup and training. B. Startup services and training of Owner’s personnel shall be at the Owner’s convenience. Coordination and scheduling shall be by the supplying Contractor. C. See Section 01640, MANUFACTURER’S SERVICES in Division 1, GENERAL REQUIREMENTS. PART 10 FACTORY AND FIELD TESTING 10.01 FACTORY TESTING A. All pumps: Hydrostatically test volute at 150 percent of shut off head. Furnish documentation of test. B. Factory test one pump of this group in accordance with the General Pump Specification. Measure head (FT) versus flow (gpm). Furnish characteristic curve and include efficiency and horsepower. Certify curves by registered Professional Engineer. C. After final assembly of the pumps, piping and valves, the entire skid- mounted system shall be hydrostatically tested to test for leaks at all joints, connections and weld seams. Any deficiencies found during the hydrostatic test shall be repaired and the system shall be retested. 10.02 FIELD TESTING A. The Contractor, assisted by the pump manufacturer’s representative, shall conduct field startup services on all pumps of this group in accordance with the General Pump Specification. B. The Contractor shall conduct functional tests on all pumps in accordance with the General Pump Specification. PART 11 WARRANTY A. The warranty is the sole responsibility of the package manufacturer and that manufacturer's warranty shall be provided in written form for inclusion with both the submittal covering the specified equipment and the O&M manuals provided with that equipment. B. Said manufacturer's warranty shall at a minimum cover: ---PAGE BREAK--- SECTION 11320A PACKAGED BOOSTER DIVISION 11 – EQUIPMENT PUMP STATION – DETAIL 11320A - Page 10 of 10 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\11320A Add2.docx July 16, 2010 1. A period of one year commencing upon pump station acceptance by Owner and Engineer 2. The one year period shall be inviolate regardless of any component manufacturer's warranty for equipment and components within the station. 3. The manufacturer's warranty shall cover all equipment, components and systems provided in or with the station by the manufacturer of the station, exclusive of those components supplied by and/or installed by others independent of the manufacturer of record for this station. 4. The warranty shall provide for the station manufacturer to bear the full cost of labor and materials for replacement and/or repair of faulty or defective components so there shall be no cost incurred by the Owner for this work during the warranty period. 5. It is the intent of this manufacturer's warranty to gain for the owner a single source responsible party for all components specified herein. "Second party" or "pass through" warranties will not be accepted. END OF SECTION 11320A ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 1 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 PART 1 GENERAL 1.01 REFERENCES – GENERAL A. Refer to Sections 13010, 13015, 13110, 13126, 13127, 13128, 13702 and 13704. B. Refer to P&ID drawings. 1.02 PLC I/O INDEX A. The following spreadsheet gives an itemized list of the input and output data between the Plant Control System (PCS) and the field devices. B. The provided I/O list in conjunction with schematic diagrams shall be used for determining the cabling and various component requirements for the work specified in this Division. C. The Contractor shall supply and install all cabling between all field devices (instruments, final control elements), various electrical equipment, process equipment supplied under other Divisions, process equipment supplied under other Contracts and marshalling panel(s) as shown on the drawings. D. The Contractor shall provide local control panel(s) and all components (power supply, power conditioners, terminals, etc.) inside the local control panel(s) as shown on the instrumentation and control panel schematic. E. There are Two groups of I/O points. 1. Conventional (hardwired) I/O points – described in this specification. 2. Bus based I/O points (DeviceNet). F. The cabling and component requirements for the conventional (hardwired) I/O points are shown on a typical loop schematic drawing. The contractor will observe the drawings to identify the correct number of I/O and instrument power supply requirement from each instrumentation loop. For several instruments using a multicore instrument cable, the contractor can then estimate the number of wires which require routing to the respective instrumentation and electrical field devices. G. All I/O cards installed in the local control panels shall be terminated to the dedicated terminals or analog loop isolators as indicated on Instrument Standard Details for the cards. It is not allowed to have an I/O card installed in the LCP without termination. ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 2 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 LCP-100: LOCATED IN NEW HEADWORKS BUILDING Allen Bradley SLC Series PLC Part Number Description Qty. Remarks 1746-P4 Power Supply 2 1746-A13 13 Slot Chassis 2 1747-L553 CPU 1 c/w battery and EEPROM module 1746-IA16 Discrete Input Module 8 1746-OX8 Relay Output Module 4 1746-NI8 Analog Input Modules 5 1746-NO4I Analog Output Modules 2 1747-SDN DeviceNet Scanner Module 1 1746-N2 Slot Filter As. Required 1746-C16 Chassis Interconnect Cable 1 Rack #1 Layout: 0 1 2 3 4 5 6 7 8 9 10 11 12 POWER SUPPLY CPU DISCRETE INPUT MODULE DISCRETE INPUT MODULE DISCRETE INPUT MODULE DISCRETE INPUT MODULE DISCRETE INPUT MODULE DISCRETE INPUT MODULE DISCRETE INPUT MODULE DISCRETE INPUT MODULE RELAY OUTPUT MODULE RELAY OUTPUT MODULE RELAY OUTPUT MODULE DEVICENET SCANNER Rack #2 Layout: 0 1 2 3 4 5 6 7 8 9 10 11 12 POWER SUPPLY RELAY OUTPUT MODULE ANALOG INPUT MODULE ANALOG INPUT MODULE ANALOG INPUT MODULE ANALOG INPUT MODULE ANALOG INPUT MODULE ANALOG OUTPUT MODULE ANALOG OUTPUT MODULE ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 3 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 HW2-LAH-01 HW2-LEI-01 INFLUENT HIGH LEVEL ALARM DI-2 HW2-UA-01 HW2-FII-01 INFLUENT FLOWMETER GENERAL FAULT DI-3 HW2-FQ-01 HW2-FII-01 INFLUENT FLOW TOTALIZER DI-4 HW2-ZO-110A HW2-LCP-110A SEPTAGE RECEIVING – VALVE OPEN STATUS DI-5 HW2-ZC-110AA HW2-LCP-110A SEPTAGE RECEIVING – VALVE CLOSED STATUS DI-6 HW2-ZC-110AB HW2-LCP-110A SEPTAGE RECEIVING – SOLENOID CLOSED STATUS DI-7 HW2-UA-110A HW2-LCP-110A SEPTAGE RECEIVING PANEL – GENERAL FAULT DI-8 ***SPARE*** DI-9 HW2-UA-03 HW2-LII-03 CHANNEL 1 – LVL DIFF. TRANSMITTER FAULT DI-10 HW2-UA-06 HW2-LII-06 CHANNEL 2 – LVL DIFF. TRANSMITTER FAULT DI-11 HW2-UA-08B HW2-AII-02 COMPOSITE SAMPLER – PURGE SYS. FAULT DI-12 HW2-PAL-02 HW2-AII-02 COMPOSITE SAMPLER – AIR PRESS. LOW DI-13 HW2-UA-08A HW2-AII-02 COMPOSITE SAMPLER – SAMPLER FAULT DI-14 HW2-UA-09 HW2-LII-09 INFL. PUMPS – LEV. TRANSMITTER 1 – GEN. FAULT DI-15 HW2-UA-09 HW2-LII-09 INFL. PUMPS – LEV. TRANSMITTER 2 – GEN. FAULT DI-16 HW2-LAHH-08 HW2-LEI-08 INFLUENT PUMPING – LEVEL ALARM HIGH-HIGH I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 HW2-MM-101A HW2-VFD-01 SCREEN 1 – RUN STATUS DI-2 HW2-UA-101A HW2-VFD-01 SCREEN 1 – GENERAL FAULT DI-3 HW2-MA-101A HW2-VFD-01 SCREEN 1 – MOTOR OVERLOAD DI-4 HW2-YS-101A HW2-VFD-01 SCREEN 1 – L-O-R IN REMOTE DI-5 HW2-MM-101B HW2-VFD-02 SCREEN 2 – RUN STATUS DI-6 HW2-UA-101B HW2-VFD-02 SCREEN 2 – GENERAL FAULT DI-7 HW2-MA-101B HW2-VFD-02 SCREEN 2 – MOTOR OVERLOAD DI-8 HW2-YS-101B HW2-VFD-02 SCREEN 2 – L-O-R IN REMOTE DI-9 HW2-MM-03 HW2-MCI-03 CONVEYOR – RUN STATUS DI-10 HW2-YS-03 HW2-MCI-03 CONVEYOR – L-O-R IN LOCAL CONTROL DI-11 HW2-UA-03 HW2-MCI-03 CONVEYOR – GENERAL FAULT DI-12 HW2-ES-03 HW2-MCI-03 CONVEYOR – E-STOP ACTIVATED DI-13 HW2-MM-04 LCP-103 WASHER/COMPACTOR 1 – RUN STATUS DI-14 HW2-UA-04 LCP-103 WASHER/COMPACTOR 1 – GENERAL FAULT DI-15 HW2-MM-05 LCP-103 WASHER/COMPACTOR 2 – RUN STATUS DI-16 HW2-UA-05 LCP-103 WASHER/COMPACTOR 2 – GENERAL FAULT ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 4 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 HW2-UA-104B LCP-104 ODOR CONTROL – GAS ALARM DI-2 HW2-UA-104A LCP-104 ODOR CONTROL – FILTER ALARM DI-3 HW2-MM-104 LCP-104 ODOR CONTROL – UV ON STATUS DI-4 HW2-UA-104 LCP-104 ODOR CONTROL – GENERAL FAULT DI-5 HW2-MM-106 LCP-106 ERV 2– RUN STATUS DI-6 HW2-UA-106A LCP-106 ERV 2– VENT. FAILURE ALARM DI-7 HW2-UA-106B LCP-106 ERV 2– FROST ALARM DI-8 HW2-AI-106A LCP-106 ERV 2– SMOKE ALARM DI-9 HW2-UA-106C LCP-106 ERV 2– FILTER FAULT DI-10 LCP-106 ERV 2 – CIRC. PUMP HW2-CRP-02 RUN REQUEST DI-11 HW2-MM-105 LCP-105 ERV 1– RUN STATUS DI-12 HW2-UA-105A LCP-105 ERV 1– VENT. FAILURE ALARM DI-13 HW2-UA-105B LCP-105 ERV 1– FROST ALARM DI-14 HW2-AI-105A LCP-105 ERV 1– SMOKE ALARM DI-15 HW2-UA-105C LCP-105 ERV 1– FILTER FAULT DI-16 LCP-105 ERV 1 – CIRC. PUMP HW2-CRP-02 RUN REQUEST I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 HW2-MM-18 HW2-CRP-01 HEAT EXCHANGER #1 PUMP – RUN SATUS DI-2 HW2-YS-18 HW2-CRP-01 HEAT EXCHANGER #1 PUMP – L-O-R IN LOCAL DI-3 HW2-UA-18 HW2-CRP-01 HEAT EXCHANGER #1 PUMP – FAULT DI-4 HW2-MM-20 HW2-CRP-02 HEAT EXCHANGER #2 PUMP – RUN SATUS DI-5 HW2-YS-20 HW2-CRP-02 HEAT EXCHANGER #2 PUMP – L-O-R IN LOCAL DI-6 HW2-UA-20 HW2-CRP-02 HEAT EXCHANGER #2 PUMP – FAULT DI-7 ***SPARE*** DI-8 ***SPARE*** DI-9 HW2-LAHH-17 HW2-LEI-17 GRIT PUMPS ROOM FLOOR ALARM- HIGH LEVEL DI-10 HW2-MM-06 HW2-MCI-06 GRIT CHAMBER 1 – RUN STATUS DI-11 HW2-YS-06 HW2-MCI-06 GRIT CHAMBER 1 – L-O-R in LOCAL DI-12 HW2-UA-06 HW2-MCI-06 GRIT CHAMBER 1 – GENERAL FAULT DI-13 HW2-FA-06 HW2-FS-08 GRIT CHAMBERS WASHWATER – FLOW SWITCH DI-14 HW2-MM-07 HW2-MCI-07 GRIT CHAMBER 2 – RUN STATUS DI-15 HW2-YS-07 HW2-MCI-07 GRIT CHAMBER 2 – L-O-R in LOCAL DI-16 HW2-UA-07 HW2-MCI-07 GRIT CHAMBER 2 – GENERAL FAULT ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 5 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 HW2-MM-08 HW2-MCI-08 SUMP PUMPS – RUN STATUS DI-2 HW2-LAH-08 HW2-MCI-08 SUMP PUMPS – LEVEL ALARM HIGH DI-3 HW2-UA-08 HW2-MCI-08 SUMP PUMPS – GENERAL FAULT DI-4 HW2-MM-10 HW2-GRP-01 GRIT PUMP 1 – RUN STATUS DI-5 HW2-YS-10 HW2-GRP-01 GRIT PUMP 1 – L-O-R IN REMOTE DI-6 HW2-UA-10 HW2-GRP-01 GRIT PUMP 1 – FAULT DI-7 HW2-FA-05 HW2-GRP-01 GRIT PUMP 1 – SEAL WATER FLOW ALARM DI-8 HW2-MM-11 HW2-GRP-02 GRIT PUMP 2 – RUN STATUS DI-9 HW2-YS-11 HW2-GRP-02 GRIT PUMP 2 – L-O-R IN REMOTE DI-10 HW2-UA-11 HW2-GRP-02 GRIT PUMP 2 – FAULT DI-11 HW2-FA-06 HW2-FS-06 GRIT PUMP 2 – SEAL WATER FLOW ALARM DI-12 HW2-MM-12 HW2-GRP-03 GRIT PUMP 3 – RUN STATUS DI-13 HW2-LAH-12 HW2-GRP-03 GRIT PUMP 3 – L-O-R IN REMOTE DI-14 HW2-UA-12 HW2-GRP-03 GRIT PUMP 3 – FAULT DI-15 HW2-YS-09 HW2-SOV-09 GRIT CHAMBER 1 – GRIT WASH SOL. IN REMOTE DI-16 HW2-YS-10 HW2-SOV-10 GRIT CHAMBER 2 – GRIT WASH SOL. IN REMOTE I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 HW2-AA-01 AIT-111 LEL – UPPER LEVEL TRANSMITTER FAULT DI-2 HW2-AA-02 AIT-111 H2S – UPPER LEVEL TRANSMITTER FAULT DI-3 HW2-AA-03 AIT-111 LEL – LOWER LEVEL TRANSMITTER FAULT DI-4 HW2-AA-04 AIT-111 H2S – LOWER LEVEL TRANSMITTER FAULT DI-5 HW2-AA-05 AIT-111 LEL – GRIT ROOM TRANSMITTER FAULT DI-6 HW2-AA-06 AIT-111 H2S – GRIT ROOM TRANSMITTER FAULT DI-7 HW2-UA-07 AIT-111 COMMON FAULT DI-8 ***SPARE*** DI-9 LCP-100 DEVICENET POWER SUPPLY 1 – FAULT DI-10 LCP-100 DEVICENET POWER SUPPLY 2 - FAULT DI-11 LCP-100 LCP-100 – CONTROL POWER ON DI-12 LCP-100 LCP-100 – UPS FAULT DI-13 LCP-100 LCP-100 – BATTERY FAULT DI-14 LCP-100 ATS – GENSET POSITIOIN DI-15 ***SPARE*** DI-16 ***SPARE*** ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 6 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 HW2-SOV13 UW FILTER DIFF. PRESSURE HIGH DI-2 ***SPARE*** DI-3 ***SPARE*** DI-4 ***SPARE*** DI-5 ***SPARE*** DI-6 ***SPARE*** DI-7 ***SPARE*** DI-8 ***SPARE*** DI-9 ***SPARE*** DI-10 ***SPARE*** DI-11 ***SPARE*** DI-12 ***SPARE*** DI-13 ***SPARE*** DI-14 ***SPARE*** DI-15 ***SPARE*** DI-16 ***SPARE*** I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 ***SPARE*** DI-2 ***SPARE*** DI-3 ***SPARE*** DI-4 ***SPARE*** DI-5 ***SPARE*** DI-6 ***SPARE*** DI-7 ***SPARE*** DI-8 ***SPARE*** DI-9 ***SPARE*** DI-10 ***SPARE*** DI-11 ***SPARE*** DI-12 ***SPARE*** DI-13 ***SPARE*** DI-14 ***SPARE*** DI-15 ***SPARE*** DI-16 ***SPARE*** ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 7 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 I/O P&ID DESIGNATION TYPE: RELAY OUTPUT 1746-OX8 TAG TAG DESCRIPTION DO-1 HW2-SN-08 HW2-SOV-08 CONVEYOR WASHWATER SOLENOID DO-2 HW2-MN-03 HW2-MCI-03 CONVEYOR START/STOP COMMAND DO-3 HW2-MN-101A HW2-VFD-01 SCREEN 1 – START/STOP COMMAND DO-4 HW2-MN-101B HW2-VFD-02 SCREEN 2 – START/STOP COMMAND DO-5 HW2-MN-04 LCP-103 WASHER/COMPACTOR 1- START/STOP COMMAND DO-6 HW2-MN-05 LCP-103 WASHER/COMPACTOR 2- START/STOP COMMAND DO-7 HW2-MN-06 HW2-MCI-06 GRIT CHAMBER 1 – START/STOP COMMAND DO-8 HW2-MN-07 HW2-MCI-07 GRIT CHAMBER 2 – START/STOP COMMAND I/O P&ID DESIGNATION TYPE: RELAY OUTPUT 1746-OX8 TAG TAG DESCRIPTION DO-1 HW2-SN-09 HW2-SOV-09 GRIT CHAMBER 1 – GRIT WASH SOLENOID DO-2 HW2-SN-10 HW2-SOV-10 GRIT CHAMBER 2 – GRIT WASH SOLENOID DO-3 HW2-MN-10 HW2-MCI-10 GRIT PUMP 1 – START/STOP COMMAND DO-4 HW2-MN-11 HW2-MCI-11 GRIT PUMP 2 – START/STOP COMMAND DO-5 HW2-MN-12 HW2-MCI-12 GRIT PUMP 3 – START/STOP COMMAND DO-6 HW2-MN-18 HW2-CRP-01 HEAT EXCHANGER #1 PUMP – START/STOP COMMAND DO-7 HW2-MN-20 HW2-CRP-02 HEAT EXCHANGER #2 PUMP – START/STOP COMMAND DO-8 ***SPARE*** I/O P&ID DESIGNATION TYPE: RELAY OUTPUT 1746-OX8 TAG TAG DESCRIPTION DO-1 HW2-MN-01C LCP-102 GRIT PUMP 1 – START/STOP COMMAND DO-2 HW2-MN-02C LCP-102 GRIT PUMP 2 – START/STOP COMMAND DO-3 HW2-MN-01A LCP-102 GRIT WASHER 1 – START/STOP COMMAND DO-4 HW2-MN-02A LCP-102 GRIT WASHER 2 – START/STOP COMMAND DO-5 ***SPARE*** DO-6 ***SPARE*** DO-7 ***SPARE*** DO-8 ***SPARE*** ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 8 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 I/O P&ID DESIGNATION TYPE: RELAY OUTPUT 1746-OX8 TAG TAG DESCRIPTION DO-1 HW2-SN-13 HW2-SOV-13 UW FILTER SOLENIOD VALVE OPEN/CLOSE COMMAND DO-2 ***SPARE*** DO-3 ***SPARE*** DO-4 ***SPARE*** DO-5 ***SPARE*** DO-6 ***SPARE*** DO-7 ***SPARE*** DO-8 ***SPARE*** I/O P&ID DESIGNATION TYPE: ANALOG INPUT 1746-NI8 TAG TAG DESCRIPTION AI-1 HW2-FI-01 HW2-FII-01 INFLUENT FLOW INDICATION AI-2 HW2-FI-110A LCP-110A SEPTAGE RECEIVING FLOW AI-3 HW2-LDI-03 HW2-LII-03 SCREEN 1 – DIFFERENTIAL LEVEL AI-4 HW2-LDI-06 HW2-LII-06 SCREEN 2 – DIFFERENTIAL LEVEL AI-5 HW2-SI-101A HW2-VFD-01 SCREEN 1 - SPEED REFERENCE AI-6 HW2-SI-101B HW2-VFD-02 SCREEN 2 - SPEED REFERENCE AI-7 HW2-LI-09 HW2-LII-09 INFLUENT PUMPING – LEVEL INDICATION AI-8 HW2-LI-10 HW2-LII-10 INFLUENT PUMPING – LEVEL INDICATION I/O P&ID DESIGNATION TYPE: ANALOG INPUT 1746-NI8 TAG TAG DESCRIPTION AI-1 HW2-TI-01A HW2-PIP-01 PUMP #1 – UPPER BEARING TEMPERATURE AI-2 HW2-TI-01A HW2-PIP-01 PUMP #1 – LOWER BEARING TEMPERATURE AI-3 HW2-TI-02A HW2-PIP-02 PUMP UPPER BEARING TEMPERATURE AI-4 HW2-TI-02A HW2-PIP-02 PUMP #2 – LOWER BEARING TEMPERATURE AI-5 HW2-TI-03A HW2-PIP-03 PUMP #3 – UPPER BEARING TEMPERATURE AI-6 HW2-TI-03A HW2-PIP-03 PUMP #3 – LOWER BEARING TEMPERATURE AI-7 ***SPARE*** AI-8 ***SPARE*** ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 9 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 I/O P&ID DESIGNATION TYPE: ANALOG INPUT 1746-NI8 TAG TAG DESCRIPTION AI-1 HW2-AI-01 HW2-AIT-111 LEL - UPPER LEVEL AI-2 HW2-AI-02 HW2-AIT-111 H2S - UPPER LEVEL AI-3 HW2-AI-03 HW2-AIT-111 LEL - LOWER LEVEL AI-4 HW2-AI-04 HW2-AIT-111 H2S - LOWER LEVEL AI-5 HW2-AI-05 HW2-AIT-111 LEL – GRIT ROOM AI-6 HW2-AI-06 HW2-AIT-111 H2S – GRIT ROOM AI-7 HW2-FII-03 HW2-FII-03 UW FLOW AI-8 ***SPARE*** I/O P&ID DESIGNATION TYPE: ANALOG INPUT 1746-NI8 TAG TAG DESCRIPTION AI-1 HW2-MCI-03 CONVEYOR – MOTOR CURRENT AI-2 HW2-GRP-01 GRIT PUMP 1 – MOTOR CURRENT AI-3 HW2-GRP-02 GRIT PUMP 2 – MOTOR CURRENT AI-4 HW2-PI-01 HW2-PII-02 PRESSURE INDICATION AI-5 HW2-FI-04 HW2-FII-04 THERMAL MASS FLOW AI-6 HW2-PI-11 HW2-PII-11 GRIT PUMP 1 DISCHARGE PRESSURE AI-7 HW2-PI-13 HW2-PII-13 GRIT PUMP 2 DISCHARGE PRESSURE AI-8 HW2-PI-23 HW2-PII-23 UW PRESSURE I/O P&ID DESIGNATION TYPE: ANALOG INPUT 1746-NI8 TAG TAG DESCRIPTION AI-1 HW2-SI-08 ***SPARE*** AI-2 HW2-SI-09 ***SPARE*** AI-3 HW2-SI-10 ***SPARE*** AI-4 ***SPARE*** AI-5 ***SPARE*** AI-6 ***SPARE*** AI-7 ***SPARE*** AI-8 ***SPARE*** ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 10 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 I/O P&ID DESIGNATION TYPE: ANALOG OUTPUT 1756-NO4I TAG TAG DESCRIPTION AO-1 HW2-FI-02 HW2-AII-02 COMPOSITE SAMPLER – FLOW INDICATION AO-2 HW2-SC-101A HW2-VFD-01 SCREEN 1 – SPEED CONTROL AO-3 HW2-SC-101B HW2-VFD-02 SCREEN 2 – SPEED CONTROL AO-4 ***SPARE*** I/O P&ID DESIGNATION TYPE: ANALOG OUTPUT 1756-NO4I TAG TAG DESCRIPTION AO-1 ***SPARE*** AO-2 ***SPARE*** AO-3 ***SPARE*** AO-4 ***SPARE*** Legend: – Provide Zenner Barrier for 4-20mA signal – Provide Intrinsically Safe Isolation Relay ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 11 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 LCP-510: LOCATED IN BOILER ROOM – EXISTING LCP-100 TO BE RELOCATED FROM EXISTING HEADWORKS Allen Bradley SLC Series PLC Part Number Description Qty. Remarks 1746-P4 Power Supply 1 Existing 1746-A10 13 Slot Chassis 1 Existing 1747-L553 CPU 1 Existing 1746-IA16 Discrete Input Module 3 Existing 1746-OX8 Relay Output Module 1 Existing 1746-NI8 Analog Input Modules 1 Existing 1746-NO4I Analog Output Modules 1 Existing 1746-N2 Slot Filter 2 Existing Rack Layout: 0 1 2 3 4 5 6 7 8 9 POWER SUPPLY CPU DISCRETE INPUT MODULE DISCRETE INPUT MODULE DISCRETE INPUT MODULE DISCRETE INPUT MODULE RELAY OUTPUT MODULE ANALOG INPUT MODULE ANALOG OUTPUT MODULE ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 12 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 AD2-MM-23 AD2-CRP-01 PRIMARY BOILER LOOP PUMP #1 - RUNNING DI-2 AD2-YS-23 AD2-CRP-01 PRIMARY BOILER LOOP PUMP #1 – IN REMOTE DI-3 AD2-UA-23 AD2-CRP-01 PRIMARY BOILER LOOP PUMP #1 - FAULT DI-4 DI-5 AD2-MM-24 AD2-CRP-02 PRIMARY BOILER LOOP PUMP #2 - RUNNING DI-6 AD2-YS-24 AD2-CRP-02 PRIMARY BOILER LOOP PUMP #2 – IN REMOTE DI-7 AD2-UA-24 AD2-CRP-02 PRIMARY BOILER LOOP PUMP #2 - FAULT DI-8 DI-9 AD2-MM-25 AD2-CRP-03 TUNNEL HWS CIRC. PUMP #1 - RUNNING DI-10 AD2-YS-25 AD2-CRP-03 TUNNEL HWS CIRC. PUMP #1 – IN REMOTE DI-11 AD2-UA-25 AD2-CRP-03 TUNNEL HWS CIRC. PUMP #1 - FAULT DI-12 DI-13 AD2-MM-26 AD2-CRP-04 TUNNEL HWS CIRC. PUMP #2 - RUNNING DI-14 AD2-YS-26 AD2-CRP-04 TUNNEL HWS CIRC. PUMP #2 – IN REMOTE DI-15 AD2-UA-26 AD2-CRP-04 TUNNEL HWS CIRC. PUMP #2 - FAULT DI-16 I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 DI-2 DI-3 DI-4 DI-5 DI-6 DI-7 DI-8 DI-9 DI-10 DI-11 DI-12 DI-13 LCP-510 LCP-510 – CONTROL POWER ON DI-14 LCP-510 LCP-510 – UPS FAULT DI-15 LCP-510 LCP-510 – CONTROL POWER ON DI-16 ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 13 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 AD2-UA-501A LCP-511 BOILER #1 – FAULT DI-2 AD2-UA-501B LCP-511 BOILER #1 – FLAME FAILURE DI-3 AD2-YS-501A LCP-511 BOILER #1 – IN AUTO DI-4 DI-5 AD2-UA-502A LCP-512 BOILER #2 – FAULT DI-6 AD2-UA-502B LCP-512 BOILER #2 – FLAME FAILURE DI-7 AD2-YS-502A LCP-512 BOILER #2 – IN AUTO DI-8 DI-9 DI-10 DI-11 DI-12 DI-13 DI-14 DI-15 DI-16 I/O P&ID DESIGNATION TYPE: DIGITAL INPUT 1746-IA16 TAG TAG DESCRIPTION DI-1 DI-2 DI-3 DI-4 DI-5 DI-6 DI-7 DI-8 DI-9 DI-10 DI-11 DI-12 DI-13 DI-14 DI-15 DI-16 ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 14 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 I/O P&ID DESIGNATION TYPE: RELAY OUTPUT 1746-OX8 TAG TAG DESCRIPTION DO-1 AD2-MN-23 AD2-CRP-01 PRIMARY BOILER LOOP PUMP #1 – START/STOP CMD. DO-2 AD2-MN-24 AD2-CRP-02 PRIMARY BOILER LOOP PUMP #2 – START/STOP CMD. DO-3 AD2-MN-25 AD2-CRP-03 TUNNEL HWS CIRC. PUMP #1 – START/STOP CMD. DO-4 AD2-MN-26 AD2-CRP-04 TUNNEL HWS CIRC. PUMP #2 – START/STOP CMD. DO-5 AD2-MN-501 LCP-511 BOILER #1 – ENABLE COMMAND DO-6 AD2-MN-502 LCP-512 BOILER #2 – ENABLE COMMAND DO-7 DO-8 I/O P&ID DESIGNATION TYPE: ANALOG INPUT 1746-NI8 TAG TAG DESCRIPTION AI-1 AI-2 AI-3 AI-4 AI-5 AI-6 AI-7 AI-8 I/O P&ID DESIGNATION TYPE: ANALOG OUTPUT 1756-NO4I TAG TAG DESCRIPTION AO-1 AD2-TII-01 BOILER PRIMARY LOOP SUPPLY LINE TEMPERATURE AO-2 AD2-TII-02 BOILER PRIMARY LOOP RETURN LINE TEMPERATURE AO-3 AO-4 Legend: – Existing Signal PART 2 PRODUCTS A. As shown above. PART 3 EXECUTION A. Each analog PLC input and output point, including all spares, shall be connected to a dedicated loop isolator installed in the panel. Provide sufficient number of analog I/O loop isolators. ---PAGE BREAK--- SECTION 13600 DIVISION 13 PLC I/O INDEX 13600 – Page 15 of 15 R:\1657\005.01 WWTP Headworks\Bidding Docs\Addenda\Addendum 2\13600 PLC IO Index Add2.docx July 16, 2010 B. Each digital PLC input and output point, including all spares, shall be terminated to the dedicated terminals. Provide all required fuses. C. All spare wires coming from the field wiring side shall be terminated to the dedicated terminals for digital inputs & outputs and loop isolators for analog inputs & outputs. END OF SECTION 13600 ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK---