Administered by University of Maine System Office of Facilities Management REQUEST … ·...
Transcript of Administered by University of Maine System Office of Facilities Management REQUEST … ·...
Tow Carriage Mechanical/Electrical Request for Bids
Drive System (EDA Project #01-79-14106)
Administered by University of Maine System
Office of Facilities Management
REQUEST FOR BIDS (RFB)
RFB #OFM40-16
TOW CARRIAGE MECHANICAL/ELECTRICAL DRIVE SYSTEM
(EDA PROJECT #01-79-14106) A non-mandatory pre-bid meeting at 10:00am on Monday, August 8, 2016 at the Harold Alfond
Ocean Engineering Laboratory in the Advanced Structures and Composites Center.
Response Deadline Date/Time: Friday, August 12, 2016; 2:00pm
Response Submission Information:
University of Maine
Office of Facilities Management
c/o Carolyn McDonough
Director of Capital Planning & Project Management
5765 Service Building, Room 111
Orono ME 04469-5765
Contact Information:
Jeffrey Aceto
Asst. Dir. of FM for Construction Administration & Regulatory Compliance
Email: [email protected] Phone: (207) 581-2669
August 3, 2016
Tow Carriage Mechanical/Electrical Page 2 of 10 Request for Bids #OFM40-16
Drive System (EDA Project #01-79-14106)
Table of Contents SECTION 1.................................................................................................................................................. 3
1.0 General Information ...................................................................................................................... 3
1.1 Purpose ......................................................................................................................................... 3
1.2 Definition of Parties ...................................................................................................................... 3
1.3 Bid Pricing .................................................................................................................................... 3
1.4 Bid Award..................................................................................................................................... 3
1.5 Bid Submission ............................................................................................................................. 3
1.6 Other Federal Requirements ......................................................................................................... 4
SECTION 2.................................................................................................................................................. 6
2.0 Bid Terms...................................................................................................................................... 6
2.1 Payment Terms ............................................................................................................................. 6
2.2 Pricing ........................................................................................................................................... 6
2.3 Invoices ......................................................................................................................................... 6
2.4 Contact – Post Award ................................................................................................................... 6
2.5 Product / Service Delivery ............................................................................................................ 6
2.6 Order of Precedence ..................................................................................................................... 7
SECTION 3.................................................................................................................................................. 8
3.0 Specifications ................................................................................................................................ 8
3.1 Refer to Appendix C for primary, secondary and rotational drive systems Specifications and
project Drawings. ............................................................................................................ 8
Appendix A – University of Maine System Bid Vendor Page
Appendix B - Pricing
Appendix C – Specifications and Drawings
Appendix D – Certification Regarding Lobbying
August 3, 2016
Tow Carriage Mechanical/Electrical Page 3 of 10 Request for Bids #OFM40-16
Drive System (EDA Project #01-79-14106)
SECTION 1
1.0 General Information 1.1 Purpose
The University of Maine is seeking bids to provide Tow Carriage
Mechanical/Electrical Drive System as defined in this document. This document
provides instructions for submitting proposals, the procedure and criteria by which the
Provider(s) will be selected, and the contractual terms which will govern the relationship
between the University and the awarded Respondent(s).
The project consists of the furnishing of three drive systems for a tow carriage to be
operated in the Wind-Wave (W2) basin located in the Harold Alfond Ocean Engineering
Laboratory at the University of Maine in Orono. The drive systems shall be
synchronized, automated and programmable, and are identified as primary, secondary
and rotational systems. The Work includes design, supplying materials, fabrication, and
delivering the systems and other efforts necessary to complete the Work. The Bid
includes furnishing the primary, secondary and rotational drive systems.
This project will be partially funded with Federal funds from the US Department of
Commerce, Economic Development Administration and therefore is subject to the
Federal laws and regulations associated with that program.
1.2 Definition of Parties The University of Maine System will hereinafter be referred to as the “University.”
Respondents to the RFB shall be referred to as “Respondent(s)” or “respondent(s)”. The
Respondent to whom the Contract is awarded shall be referred to as the “Contractor.”
1.3 Bid Pricing Refer to Appendix B for specific bid instructions/requirements.
1.4 Bid Award Award will be made on the basis of the sum of the lowest bid, provided that all other
requirements are satisfactorily met, including receipt of a bid as outlined in Appendix B.
Best and Final Offers: All Respondents are expected to provide their best value pricing
with the submission of their response. Respondents will not be given another opportunity
to modify pricing once submitted.
1.5 Bid Submission A SIGNED copy of this bid document must be submitted to the Office of Facilities
Management as follows:
1. Completion of Appendix A. Appendix A must be SIGNED as part of the
submission.
2. Bid submission will be submitted in hard copy to the address provided in the
Response Submission Information section of the cover page of this
document.
August 3, 2016
Tow Carriage Mechanical/Electrical Page 4 of 10 Request for Bids #OFM40-16
Drive System (EDA Project #01-79-14106)
3. Submission must be received by the required Response Deadline/Time reflected
on the cover page of this document.
4. Respondent may attach company bid to their submission as supporting
information. Respondent is still required to complete Appendix B.
1.6 Other Federal Requirements 1. Equipment or products to be purchased with EDA grant award funds should be
American-made, to the greatest extent practicable. 2. Certification and Disclosure Regarding Payments to Influence Certain Federal
Transactions. The Lobbying Form is includes as Appendix D.
(a) Prohibition. 31 U.S.C. 1352 prohibits a recipient of a Federal contract, grant,
loan, or cooperative agreement from using appropriated funds to pay any person
for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with any covered Federal actions. In
accordance with 31 U.S.C. 1352 the Contractor shall not use appropriated funds
to pay any person for influencing or attempting to influence an officer or
employee of an agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with the award
of this contractor the extension, continuation, renewal, amendment, or
modification of this contract.
(b) Certification. The contractor, by signing its offer, hereby certifies to the best
of its knowledge and belief that no Federal appropriated funds have been paid or
will be paid to any person for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress on its behalf in connection
with the awarding of this contract.
(c) Disclosure. If any registrants under the Lobbying Disclosure Act of 1995
have made a lobbying contact on behalf of the contractor with respect to this
contract, the contractor shall complete and submit, with its offer, OMB Standard
Form LLL, Disclosure of Lobbying Activities, to provide the name of the
registrants. The contractor need not report regularly employed officers or
employees of the contractor to whom payments of reasonable compensation were
made.
(d) Subcontracts.
(1) The Contractor shall obtain a declaration, including the certification and
disclosure in paragraphs (b) and (c), Certification and Disclosure Regarding
Payments to Influence Certain Federal Transactions, from each person
requesting or receiving a subcontract exceeding $100,000 under this contract.
The Contractor or subcontractor that awards the subcontract shall retain the
declaration.
(2) A copy of each subcontractor disclosure form (but not certifications)
shall be forwarded from tier to tier until received by the Prime Contractor.
The Prime Contractor shall, at the end of the calendar quarter in which the
disclosure form is submitted by the subcontractor, submit to the Owner
August 3, 2016
Tow Carriage Mechanical/Electrical Page 5 of 10 Request for Bids #OFM40-16
Drive System (EDA Project #01-79-14106)
within 30 days a copy of all disclosures. Each subcontractor certification
shall be retained in the subcontract file of the awarding Contractor.
(3) The Contractor shall include the substance of this clause, including this
paragraph (d), in any subcontract exceeding $100,000.
(e) Penalty. Submission of this certification and disclosure is a prerequisite for
making or entering into this contract imposed by 31 U.S.C. 1352. Any person
who makes an expenditure prohibited under this provision or who fails to file or
amend the disclosure required to be filed or amended by this provision, shall be
subject to a civil penalty of not less than $10,000, and not more than $100,000,
for each such failure.
END OF SECTION 1
August 3, 2016
Tow Carriage Mechanical/Electrical Page 6 of 10 Request for Bids #OFM40-16
Drive System (EDA Project #01-79-14106)
SECTION 2
2.0 Bid Terms 2.1 Payment Terms
Unless otherwise specified in an attachment hereto, Payment shall be made upon
submittal of an electronic invoice to the University by the Contractor to the Contact listed
on the cover page of this document. All Progress Payments and Final Payment are
subject to the requirements of the “Maine Prompt Pay Act” Title 10 MRSA § 201-A, as
amended. Payments shall be made on a timely basis in accord with the requirements of
this Statute; however, the Contractor waives interest on any late payment.
2.2 Pricing All prices quoted shall remain firm and all-inclusive for the entire term of the
agreement. Pricing shall include, but not be limited to, all delivery and pick up fees,
and all other Transportation fees.
2.3 Invoices Unless otherwise specified in an attachment hereto, invoices and questions regarding
invoices will be directed to:
Walter Shannon, Project Manager
Office of Facilities Management
5765 Service Building
Orono ME 04469
Phone: 207-581-2628
Fax: 207-581-2665
Email: [email protected]
2.4 Contact – Post Award
Unless otherwise specified in an attachment hereto, the awarded respondent will Email
any notice to the person(s) listed below. This person will serve as receipt of the delivery
of the product / service.
Contact Name: Walter Shannon, Project Manager
Email: [email protected]
Telephone: (207) 581-2628
2.5 Product / Service Delivery The following detail the product / service delivery requirements to the awarded
respondent. As part of the submission of the bid the awarded respondent is committing to
these requirements.
Delivery: All components must be received by Wednesday, August 24, 2016.
Other: Vendor is required to deliver all license/maintenance keys and documentation
necessary to support the usage and record of the University of Maine System acquisition
within the delivery date/time specified above.
August 3, 2016
Tow Carriage Mechanical/Electrical Page 7 of 10 Request for Bids #OFM40-16
Drive System (EDA Project #01-79-14106)
2.6 Order of Precedence In the event of any conflicts among the bid documents the following order of precedence
shall apply:
A. This Request for Bids (RFB), including the Appendix C Specifications and
Drawings.
B. Appendix A – University of Maine System Bid Vendor Page
C. Appendix B – Pricing
D. Respondent Attachments, as required.
END OF SECTION 2
August 3, 2016
Tow Carriage Mechanical/Electrical Page 8 of 10 Request for Bids #OFM40-16
Drive System (EDA Project #01-79-14106)
SECTION 3
3.0 Specifications
3.1 Refer to Appendix C for primary, secondary and rotational drive systems Specifications
and project Drawings.
END OF SECTION 3
August 3, 2016
Tow Carriage Mechanical/Electrical Page 9 of 10 Request for Bids #OFM40-16
Drive System (EDA Project #01-79-14106)
Appendix A – University of Maine System Bid Vendor Page
Organization Name:
Chief Executive – Name/Title:
Telephone:
Fax:
Email:
Headquarters Street Address:
Headquarters City/State/Zip:
Lead Point of Contact for Bid –
Name/Title:
Telephone:
Fax:
Email:
Street Address:
City/State/Zip:
This bid and the pricing structure contained herein will remain firm for a period of 90 days from the date and
time of the bid deadline date.
No personnel currently employed by the University or any other University agency participated, either directly
or indirectly, in any activities relating to the preparation of the Respondent’s quote.
No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or
not to submit a quote.
The undersigned is authorized to enter into contractual obligations on behalf of the above-named organization.
The undersigned agrees, if awarded the bid, that delivery of all systems and components shall be no
later than August 24, 2016 (12 calendar days from Bid Date).
To the best of my knowledge all information provided in the enclosed quote, both programmatic and financial, is
complete and accurate at the time of submission.
Authorized Signature Date Name and Title (Typed)
END OF APPENDIX A
August 3, 2016
Tow Carriage Mechanical/Electrical Page 10 of 10 Request for Bids #OFM40-16
Drive System (EDA Project #01-79-14106)
Appendix B – Pricing
TOW CARRIAGE MECHANICAL/ELECTRICAL DRIVE SYSTEM (EDA
PROJECT #01-79-14106)
The University is exempt from the payment of Federal Excise Taxes on articles not for resale and the
Federal Transportation Tax on all shipments. The Contractor shall quote less these taxes. Upon
application, exemption certificates will be furnished when required.
The base bid shall be based on the materials, methods, equipment and products, as specified.
Drive System Bid Amount
Primary Drive System $
Secondary Drive System $
Rotational Drive System $
TOTAL BID SUM $
END OF APPENDIX B
An ISO 17025 accredited testing laboratory
Accredited by international Accreditation Service
APPENDIX C – SPECIFICATIONS
Advanced Structures and Composites Center CONFIDENTIAL Telephone: 207-581-2123 35 Flagstaff Rd FAX: 207-581-2074 University of Maine [email protected] Orono, ME 04469 www.composites.umaine.edu
Tow Carriage Mechanical/Electrical Drive System (EDA Project #01-79-14106)
Technical Specifications for Mechanical/ Electrical Drive Systems
to Support a Model Test Tow-carriage
Prepared for: W2
Harold Alfond Ocean Engineering Laboratory
Advanced Structures and Composites Center
US EDA Project Number: 01-79-14106 Author Checked By Date Revision Notes
M. Cameron A. Viselli
A. Goupee
C. Libby
C. Urquhart
M. Fowler
7/22/2016 A Initial release to facilities
A. Cole A. Viselli 7/27/2016 B Addressed comments from UM Facilities
and included tow carriage drawings
M. Cameron A. Viselli 7/29/2016 C Added rotational drive system components
M. Cameron A. Viselli 8/3/16 D Issued for Bid
This report shall not be reproduced, except in full, without the written approval of
Advanced Structures and Composites Center.
Advanced Structures and Composites Center CONFIDENTIAL Technical Specifications for Tow Carriage Mechanical/ Electrical Drive System
(EDA Project #01-79-14106)
AEWC Advanced Structures and Composites Center Page 2 of 12 Request for Bids OFM40-16 – Appendix C www.aewc.umaine.edu
Contents 1. Introduction ................................................................................................................................. 3
2. Drive system loading, acceleration, and velocity requirements ................................................. 5
3. Drive system other requirements ................................................................................................ 6
4. Drive system instrumentation and controls ................................................................................. 8
5. Attachments: ............................................................................................................................. 12
Advanced Structures and Composites Center CONFIDENTIAL Technical Specifications for Tow Carriage Mechanical/ Electrical Drive System
(EDA Project #01-79-14106)
AEWC Advanced Structures and Composites Center Page 3 of 12 Request for Bids OFM40-16 – Appendix C www.aewc.umaine.edu
1. Introduction This report summarizes the technical specifications for three synchronized, automated,
and programmable drive systems for a tow carriage to be operated in the Wind-Wave (W2) basin
located in the Harold Alfond Ocean Engineering Laboratory at University of Maine in Orono.
The purpose of the tow carriage is to provide a means for conducting experimental towing of
offshore structures through the basin and providing personnel access to the basin. This report
outlines all specifications for the drive systems.
The drive systems and all associated safety, electrical, mechanical, and controls will be
provided by the bidder. Installation shall be provided under separate contract(s) which are
outside of EDA scope and funded separately. Figure 1 shows a conceptual drawing of the tow
carriage and drive systems installed in the basin. Three separate drive systems are required to
allow for two directions of linear travel and one rotational direction. The primary direction of
travel is 33.4m and is supported atop an existing concrete wall 18” wide. The plan is that the
primary drive system will occupy 23cm of space on top of the existing concrete wall. The
secondary direction of travel is 90 degrees from the primary direction and must move +/-2m
(total 4m of travel) off the center line of the basin and is to be supported off the tow-carriage. A
rotational drive system is required at the interface point between the carriage structure. The goal
of the three drive systems is to control the model ship in the plane of the water as shown in
Figure 2. The tow carriage structure itself will be provided by UMaine.
Figure 1. Tow Carriage System in W2 Wind Wave Basin at UMaine
Tow Carriage
(provided by UMaine)
Drive System 1 (Primary direction of travel)
Model Ship
Drive System 2
(Secondary
direction of travel)
Drive System 3
(rotational
direction of travel)
Advanced Structures and Composites Center CONFIDENTIAL Technical Specifications for Tow Carriage Mechanical/ Electrical Drive System
(EDA Project #01-79-14106)
AEWC Advanced Structures and Composites Center Page 4 of 12 Request for Bids OFM40-16 – Appendix C www.aewc.umaine.edu
Figure 2. Model three degrees of motion.
Specifically, the 3rd
party vendor will provide the following:
1. Drive system for primary direction of travel
a. Rails and mounts
b. Drive control system including electrical cabinet, motor, transmission, power
conditioners, cables from cabinet to system, etc.
c. Cable management system including room for UMaine instrumentation on board
the carriage
d. Safety systems to tie in with existing e-stop circuit and 2 stage light curtains for
one long side and one short side of the tank
2. Drive system for secondary direction of travel
a. Rails and mounts
b. Drive control system including electrical cabinet, motor, transmission, power
conditioners, etc.
c. Cable management system including room for UMaine instrumentation on board
the carriage
d. Safety systems to tie in with existing e-stop circuit and 2 stage light curtains for
one long side and one short side of the tank
3. Rotational drive system
a. Motor
b. Drive control system including electrical cabinet, motor, transmission, power
conditioners, etc.
c. Cable management system including room for UMaine instrumentation on board
the carriage
d. Safety systems to tie in with existing e-stop circuit and 2 stage light curtains for
one long side and one short side of the tank
e. Mounting
Advanced Structures and Composites Center CONFIDENTIAL Technical Specifications for Tow Carriage Mechanical/ Electrical Drive System
(EDA Project #01-79-14106)
AEWC Advanced Structures and Composites Center Page 5 of 12 Request for Bids OFM40-16 – Appendix C www.aewc.umaine.edu
4. Documented cut sheets of all systems.
5. Maintenance Plan
The following sections outline specific performance requirements.
2. Drive system loading, acceleration, and velocity requirements
Table 1, Table 2, Table 3, and Figure 3 present the key loading and acceleration requirements for
the drive systems for all three directions. These data are unfactored and are intended to be an
upper limit of the models to be tested in the basin. Appropriate factors of safety for the drive
system following relevant design codes for mechanical equipment shall be applied by the bidder
and clearly stated.
Figure 3. Tow Carriage System in W
2 Wind Wave Basin at UMaine Overall Layout
Table 1. Summary of Design Parameters for primary direction drive system
(note: the loads from secondary direction drive system are already included)
Carriage
Mass
(kg)
Sub-Carriage
Mass
(kg)
Model Mass
(kg)
Max Drag Load
(kN)
Max Acceleration
(m/s2)
Max Velocity
(m/s)
Case 1 1500 100 75 2 3.3 5
Case 2 1500 100 500 3 1.5 3
Advanced Structures and Composites Center CONFIDENTIAL Technical Specifications for Tow Carriage Mechanical/ Electrical Drive System
(EDA Project #01-79-14106)
AEWC Advanced Structures and Composites Center Page 6 of 12 Request for Bids OFM40-16 – Appendix C www.aewc.umaine.edu
Table 2. Summary of Design Parameters for secondary direction drive system:
Sub-Carriage
Mass
(kg)
Model mass
(kg)
Peak Drag X (kN)
Peak Drag in Y
(kN)
Max Transverse Acceleration
(m/s2)
Max Transverse Velocity
(m/s)
Case 1 100 155 2 2 1.5 3
Case 2 100 500 3 3 1.0 2
Table 3. Summary of Design Parameters for rotational direction drive system:
Sub-Carriage
inertia (kg m^2)
Moment of
inertia (kg m^2)
Peak Torque (N*m)
Max Rotational Acceleration
(Radians/s^2)
Max Rotational
speed
(Radians/s)
Case 1 5 90 200 /4 /2
Case 2 5 10 120 2 2
3. Drive system other requirements
Please see attached drawings showing the key dimensions for all drive systems, UMaine Tow
Carriage Drawings_REV2.pdf.
The following are requirements for the primary direction of travel.
1. The drive system will be a dual driven drive train from both sides of carriage. Single
sided drive trains are not allowed due to the potential of racking of the carriage. The drive
systems on either side of the tank shall be parallel to within 1.25cm.
2. The carriage bridge will not support drive motors’ weight or torque.
3. The drive system will experience dynamic loads in the towed direction with amplitude
half the static drag from the above table.
4. The drive system shall maintain the carriage speed within 2%.
5. For stationary test, a mechanical brake, or motor control will hold carriage stationary
under fully loaded conditions.
6. Rails on opposite walls will be parallel within 4 mm.
7. Rails will be horizontal within 4 mm.
8. Rails will be continuous or achieve continuity to allow for smooth motion within the
centered 60 ft.
9. Rails will prevent carriage from lifting up due to loading from models.
10. Rails will have minimal cross tank mechanical play.
11. During test, bump stops will be installed to prevent carriage from hitting wave maker and
opposite wall.
Advanced Structures and Composites Center CONFIDENTIAL Technical Specifications for Tow Carriage Mechanical/ Electrical Drive System
(EDA Project #01-79-14106)
AEWC Advanced Structures and Composites Center Page 7 of 12 Request for Bids OFM40-16 – Appendix C www.aewc.umaine.edu
12. Carriage shall be able to be stored above wave maker when not in use resulting in 33.4m
of travel.
13. Primary axis length of travel 33.4 m
14. Connection of the tow carriage bridge will be a bolted steel connection to be provided by
UMaine. Please see attached proposed connection detail in sheet 01.
15. The plan is for the width of the rack or drive system to be 23 cm and occupy
approximately half of the available space on the concrete support wall as shown below in
Figure 4
Figure 4 Tow carriage detail
16. Fatigue Life: Carriage should withstand 50,000 cycles at all load conditions
(approximately 20 yr life expectancy) All system parts shall be plated or coated so there
is rust prevention from moisture and splashes in a chlorine water environment.
17. Maintenance shall be easily done and adjustments in the bearing/ drive tension must be
able to be completed without system disassembly.
18. Multiple layered end stop protection (including software limits and hard stop limits).
a. Permanent hard stops located at all four rail ends
b. Pair of movable hard stops located in front of wave maker
c. Limited speed zone at on both ends of tank 4m from walls. When light curtain or
proximity sensors are triggered carriage will decelerate.
19. Safety.
a. As the carriage approaches 4m from the end of the tank, the drive system will
decelerate. Light curtains are the preferred method to detect this motion.
b. Light curtains are required 1m away from the wall outside of the tank to limit
access during operation. If a person enters this space, the tow carriage will slow
to a stop.
c. Guarding around the gears and any other powered moving parts such as lexan
clear shielding or approved equal.
Drive System occupies approximately half of
concrete support wall
Advanced Structures and Composites Center CONFIDENTIAL Technical Specifications for Tow Carriage Mechanical/ Electrical Drive System
(EDA Project #01-79-14106)
AEWC Advanced Structures and Composites Center Page 8 of 12 Request for Bids OFM40-16 – Appendix C www.aewc.umaine.edu
The following are requirements for the secondary direction of travel.
1. Secondary axis will be a driven drive train that is supported in the middle of the two
primary structural members of the tow carriage.
2. For a stationary test, a mechanical brake will hold drive system stationary under fully
loaded conditions.
3. Rail will be horizontal within 4 mm.
4. Rail will be continuous.
5. Rail will prevent drive system from lifting up due to loading from models.
6. Drive train will have a backlash prevention device.
7. Connection of the drive system to the tow carriage will be determined working with
UMaine. Conceptual connections are included in the attached drawings.
8. The secondary axis should provide driven travel +/-3m off the center line.
9. Fatigue Life: Drive system shall withstand 50,000 cycles at all load conditions
(approximately 20 yr life expectancy)
10. All system parts should be plated or coated so there is rust prevention from moisture and
splashes in a chlorine water environment.
11. Maintenance shall be easily done and adjustments in the bearing/ drive tension must be
able to be completed without system disassembly.
The following are requirements for the rotational drive system
1. The drive system will provide yaw control of model
2. Third axis will be a single driven drive train over the sub-carriage
3. For a stationary test, a mechanical brake will hold drive system stationary under fully
loaded conditions.
4. Drive system will have a backlash prevention device. Connection of the drive system to
the sub carriage will be determined working with UMaine. Conceptual connections are
included in the attached drawings.
5. Fatigue Life: Drive system should withstand 50,000 cycles at all load conditions
(approximately 20 yr life expectancy)
6. All system parts shall be plated or coated so there is some rust prevention from moisture
and splashes in a chlorine water environment.
7. Maintenance shall be easily done and adjustments in the bearing/ drive tension must be
able to be completed without system disassembly.
4. Drive system instrumentation and controls The following are requirements pertaining to the control and instrumentation output of the drive
systems.
1. An analog output of carriage position to W2’s LabVIEW DAQ
2. All electrical cabinets and cable management systems must have 30% open capacity for
future expansion.
Advanced Structures and Composites Center CONFIDENTIAL Technical Specifications for Tow Carriage Mechanical/ Electrical Drive System
(EDA Project #01-79-14106)
AEWC Advanced Structures and Composites Center Page 9 of 12 Request for Bids OFM40-16 – Appendix C www.aewc.umaine.edu
3. Supply voltage will be 480v 3 phase, which shall be supplied with a disconnect by the
University.
4. Control system architecture to be accessible by University staff so as to be customizable
for tests. The system will be an Allen Bradley PLC architecture or approved equal and
use Ethernet/IP protocol.
5. Tow carriage system will also include plunger-type, emergency stop system along both
sides and ends of the tank at 10 meter intervals that will stop the carriage in the event of a
need for a critical stop
6. All component parts shall be rated for continuous operation in an aquatic environment
(not submerged)
7. Emergency stop system will be capable of activation upon fire alarm system. Upon e-
stop activation carriage needs to stop in the fastest way possible.
8. Supply a light curtain system for the tank on one short side and one long side. Light
curtains to be attached to the concrete floor out from the tank corners but shall be
removable when the carriage is not in use. Light curtains shall have indicator lights at
four locations around basin room for warning of system activation. Controls and modes
of operation for primary direction of travel drive system
a. Lock out tag out procedures need to be in place to switch in-between modes
b. Manual mode
i. Limited to slow speeds only 0.75m/s
ii. Wireless controller
c. Automated test mode
i. Tow carriage equipment shall be digitally controlled
ii. Ramp and other drive parameters shall be capable of configuration via
Ethernet/IP
iii. LabVIEW will provide the following test parameters to tow carriage
controller
1. Acceleration
2. Max Velocity (please see example below in Figure 5)
3. Stopping location or time at MaxV.
Advanced Structures and Composites Center CONFIDENTIAL Technical Specifications for Tow Carriage Mechanical/ Electrical Drive System
(EDA Project #01-79-14106)
AEWC Advanced Structures and Composites Center Page 10 of 12 Request for Bids OFM40-16 – Appendix C www.aewc.umaine.edu
Figure 5 Example of velocity profile for resentence and sea keeping test
9. Synchronous controls of all three directions
a. All three drives must work together to perform maneuvering test controlling
model position in the tank (X, Y) and modal Yaw ()
b. The operator shall be able to input the three equations as a function in time to
achieve the correct maneuvering path.
c. All three axis position will be record by the facilities DAQ using a bidder
supplied analog signal
d. Examples travel paths demonstration of the motion of the model using all three
drive systems are shown below in Figure 6, Figure 7, and Figure 8. These figures
are intended to give the bidder an impression of the functionality of the control
system.
Figure 6 Travel path down the tank with locked ship heading
X(t)=A*t+B Sin(ω t)
Y(t)=B*Cos(ω t)
Θ(t)=C
Advanced Structures and Composites Center CONFIDENTIAL Technical Specifications for Tow Carriage Mechanical/ Electrical Drive System
(EDA Project #01-79-14106)
AEWC Advanced Structures and Composites Center Page 11 of 12 Request for Bids OFM40-16 – Appendix C www.aewc.umaine.edu
Figure 7 Travel path down the tank with changing ship heading
Figure 8 Circular travel path with changing ship heading
Technical Questions are to be forwarded in writing to:
Jeffrey T. Aceto, P.E.,
Assistant Director of Facilities Mgmt for Construction Administration & Regulatory Compliance
Phone: (207) 581-2669
X(t)=A*t +B* Sin(ω t)
Y(t)=B*Cos(ω t)
Θ(t)=ArcTan(X`/Y`)+C
X(t)=A* Sin(ω t)
Y(t)=B*Cos(ω t)
Θ(t)=ArcTan(X`/Y`)+C
Advanced Structures and Composites Center CONFIDENTIAL Technical Specifications for Tow Carriage Mechanical/ Electrical Drive System
(EDA Project #01-79-14106)
AEWC Advanced Structures and Composites Center Page 12 of 12 Request for Bids OFM40-16 – Appendix C www.aewc.umaine.edu
5. Attachments: 1. Tow Carriage General Arrangement Drawings, rev. 2, “Issued for Bid”, 8/3/16:
Drawing 01 – Tow Carriage Details & Conceptual Connection to Drive System for
Primary Direction of Travel
Drawing 02 – Tow Carriage Details & Conceptual Connection to Drive System For
Secondary Direction of Travel with Rotational Control of Towing Arm
2. Architectural Drawings, for informational use only, by SMRT Architects/Engineers, Record
Drawings:
Drawing AE101; Rev. 2, “Issued for SI-021”, 10/28/14
Drawing AE301; Rev. 0, “Issued for Construction”, 4/4/14
Drawing SP01; Rev. 3, “Issued for SI-03r”, 8/7/14
Drawing SP02; Rev. 3, “Issued for SI-03”, 7/28/14
Drawing EP101; Rev. 3, “Issued for SI-21”, 10/28/14
Drawing EY101; Rev. 1, “Issued for SI-14”, 10/8/14
END OF APPENDIX C
9324
668
9007 457 457
230 (PREFERRED WIDTH OF DRIVE SYSTEM)
120 APPROXIMATE HEIGHT
OF DRIVE SYSTEM &MOUNTING POINT
1400
A
A
DRIVE SYSTEM(SUPPLIED BY BIDDER)
CONCRETEBASIN WALL
STEEL PINNED CONNECTION(SUPPLIED BY UMAINE, SEE ITEM 1)
DRIVE SYSTEM MOUNTING POINT (SUPPLIED BY BIDDER)
ELEVATION VIEWSCALE 1 : 12
ELEVATION VIEW 1SCALE 1 : 2
ELEVATION VIEW 2SCALE 1 : 2
65
73 127
127
ATTACHMENT HOLE PATTERN T.B.D. BY BIDDER
PLAN VIEWSCALE 1 : 2
ISOMETRIC VIEWSCALE 1 : 3
1219
SECTION A-AELEVATION VIEW
SCALE 1 : 12
STEEL PINNED CONNECTION(SEE ITEM 1)
DRIVE SYSTEM MOUNTING POINT
DRIVE SYSTEMCONCRETEBASIN WALL
1346
PLAN VIEWSCALE 1 : 12
PRIMARY DIRECTION OF TRAVEL (33.4m)
SECONDARY DIRECTION OF TRAVEL (4m)
ROTATIONAL DRIVE SYSTEM (360 DEGREES)
ITEM 1
ALL ITEMS TO BE SUPPLIED BY BIDDER SHOWN IN RED
NOT FOR CONSTRUCTION
D
C
B
A
8 7 6 5 4 3 2 1
DESIGNED
DRAWN
CHECKED
APPROVED
TITLE:
SHEET NO.
SCALE:
CONFIDENTIAL INFORMATION:DO NOT DISTRIBUTE
THE INFORMATION CONTAINED IN THIS DRAWING IS THE SOLE PROPERTY OF THE
UNIVERSITY OF MAINE. ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT THE WRITTEN PERMISSION OF THE UNIVERSITY OF MAINE IS
PROHIBITED.
REVISIONS
NAME DATE
PROJ. NO.
UNLESS OTHERWISE SPECIFIED: DIMENSIONS ARE IN MILLIMETERS
SIZE
D
AS NOTED
NO.APPROVED BY:
DATE:
REV
E
78 6 4 3 2 1
A
B
C
D
E
01 2
AJC
AMV
07/27/16
07/27/16
INITIAL RELEASE0 AMV07/27/16
NOTES:
ADDED ROTATIONAL DRIVE SYSTEM1 AMV
07/29/16
5
2 ISSUED FOR BID
AMV08/03/16
TOW CARRIAGE DETAILS & CONCEPTUALCONNECTION TO DRIVE SYSTEM FOR
PRIMARY DIRECTION OF TRAVEL
4000SECONDARY TRAVEL RANGE
B
B
CC
PLAN VIEWSCALE 1 : 16
STEEL SUB-CARRIAGE
SECONDARY DRIVE SYSTEM
ALL ITEMS TO BE SUPPLIED BY BIDDER SHOWN IN RED
102 150 STEEL SUB-CARRIAGE FRAME
(SUPPLIED BY UMAINE)
DRIVE SYSTEM MOUNTING POINT
DRIVE SYSTEM
JOIST
LINEAR BEARING
LINEAR RAIL
STEEL SUB-CARRIAGE FRAME (SUPPLIED BY UMAINE)
SECTION C-CELEVATION VIEW
SCALE 1 : 8
508
960
1320
SECTION B-BELEVATION VIEW
SCALE 1 : 8
STEEL SUB-CARRIAGE FRAME (SUPPLIED BY UMAINE)
SECONDARY DRIVE SYSTEM MOUNTING POINT
SECONDARY DRIVE SYSTEM
JOIST
CIRCULAR SHAFT TOWING ARM
LINEAR BEARING & RAIL
ROTATIONAL CONTROLDRIVE MOTOR
SPLINE SHAFT
FEMALE SPLINE BEARING (FIXED TO SUB-CARRIAGE FRAME)
TIMING BELT
LINEAR SLEEVE BEARING
ROTATIONAL DRIVE SYSTEM
RIGID ARM
MODEL SHIP ATTACHMENT POINT
NOT FOR CONSTRUCTION
D
C
B
A
8 7 6 5 4 3 2 1
DESIGNED
DRAWN
CHECKED
APPROVED
TITLE:
SHEET NO.
SCALE:
CONFIDENTIAL INFORMATION:DO NOT DISTRIBUTE
THE INFORMATION CONTAINED IN THIS DRAWING IS THE SOLE PROPERTY OF THE
UNIVERSITY OF MAINE. ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT THE WRITTEN PERMISSION OF THE UNIVERSITY OF MAINE IS
PROHIBITED.
REVISIONS
NAME DATE
PROJ. NO.
UNLESS OTHERWISE SPECIFIED: DIMENSIONS ARE IN MILLIMETERS
SIZE
D
AS NOTED
NO.APPROVED BY:
DATE:
REV
E
78 6 4 3 2 1
A
B
C
D
E
02 2
AJC
AMV
07/27/16
07/27/16
INITIAL RELEASE0 AMV07/27/16
NOTES:
ADDED ROTATIONAL DRIVE SYSTEM1 AMV
07/29/16
5
2 ISSUED FOR BID
AMV08/03/16
TOW CARRIAGE DETAILS & CONCEPTUALCONNECTION TO DRIVE SYSTEM FORSECONDARY DIRECTION OF TRAVEL
WITH ROTATIONAL CONTROL OF TOWING ARM
UP
UP
FUTUREROBOTICS LAB
102
AE201 A1 AE201F1
AE201
M1
TANK LAB101
A4
AE301
A
B
431
H
C
D
E
F
G
2
(2) WAVE MAKERELECTRICAL CABINETS (NIC)
2.5 3.5
J10
AE301
A14
AE310
AE210 H7A7
H1
A1
TANK PUMPROOM &UTILITY
ENTRANCE105
W TLT103
M TLT104
A14
AE311
A5
AE310
103
104
105
101e
102c
101b
25' - 0 3/4" 27' - 8 1/2" 29' - 11 1/4"
8' - 6" 10' - 8 3/4"
20' -
11
3/4"
21' -
2"
21' -
2"
21' -
2"
21' -
2"
21' -
5"
16' -
2 1
/2"
A14
AE312
A9
AE312
7' - 8"
AE202F1
AE202
M1
6' - 8
"
7' - 2"
1' - 4
"2'
- 10"
3' - 5
"
7' - 11"
5' - 9"
6' - 1
1/2
"
5' - 9
"
101a
4' - 10" 1' - 1"
A4
AE311
1' - 1 1/4" +'/-
A5
AE311
S2F2
S1
F2
F1
F1
S3
8' - 10"
102d
AE502E1
AE502E1
OPP.
AE502A5
AE101G18
A1
AE310
A1
AE311
RELOCATED CONDENSINGUNIT, RE: MECH.
MOUNT TO EXISTING WALL& SEAL WEATHER TIGHT
F1
AE612A9
AE502A5
OPP.AE502
A5
SIM
102e
AE502E5
AE502E5
EQEQ1
102b
HATCHED AREA INDICATESEXTENT OF
ALTERNATE #5
101c
3' - 4 3/4"
N1
AE502
N5
AE502
N5
AE502
N5
AE502
N5
AE502
N5
AE502
CENTER ON FLOOR DRAIN4'-6" +/-
CENT
ER O
N FL
OO
R DR
AIN
10'-8
" +/-
CENT
ER O
N FL
OO
R DR
AIN
8'-11
" +/-
CENT
ER O
N FL
OO
R DR
AIN
8'-4"
+/-
CENT
ER O
N FL
OO
R DR
AIN
9'-10
" +/-
CENTER ON FLOOR DRAIN3'-11" +/-
2
2
2
2
2
2
GENERAL NOTES:1. FOR PROJECT GENERAL NOTES RE: GI0012. FOR TANK BASIN AND PUMP ROOM INFORMATION RE: SP DRAWINGS
1
W TLT103
M TLT104
23
4
85
6
9 7
1
2
4
85
6
9 7
TOILET ACCESSORIES:1. GRAB BARS (36" BACK, 42" SIDE, 18" VERTICAL)2. TOILET PAPER DISPENSER3. SANITARY NAPKIN DISPOSAL4. PAPER TOWEL DISPENSER5. WALL MIRROR6. SHELF - 18" x 6"7. TRASH RECEPTICAL8. SOAP DISPENSER9. CPAT & ROBE HOOK x2
A
B
C
D
E
F
G
H
J
K
L
M
N
P
R
S
A
B
C
D
E
F
G
H
J
K
L
M
N
P
R
S
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17C COPYRIGHT 2008 SMRT INC.
CURRENT ISSUE STATUS:
0" 1"PROJECT MANAGER:
PROJECT No.
A/E OF RECORD:
JOB CAP/DRAWN:
SCALE:
GRAPHIC SCALE:
DATE:
SHEET No.
144 Fore Street/P.O. Box 618
Portland, Maine 04104
tel. (207) 772-3846
fax. (207) 772-1070PLANNING
COMMISSIONING
INTERIOR DESIGN
ARCHITECTURE
ENGINEERING
www.smrtinc.com
PROJECTNORTH
MAG
NORT
H
EDA AWARD NO. 01-79-14106
As indicated
ADDITION TO ADVANCED STRUCTURES ANDCOMPOSITES CENTER - WIND/WAVE RESEARCH FACILITY
ORONO, MAINE
FIRST LEVEL - FLOOR PLAN
DAM
13002
GWV
DAM
AE101
04-04-14
SI-2110-28-14
1/8" = 1'-0"A1 LEVEL 1
1/4" = 1'-0"G18 ENLARGED PLAN - TOILET ROOMS
KEY NOTES
1 WALL MOUNTED CARD READER.AS PART OF ALT. 3: COORDINATE MOUNTING OF CARD READERIN ALUMINUM FRAME.
0 ISSUED FOR CONSTRUCTION 04-04-14
ALTERNATE #6
ALTERNATE #6
1 ISSUED FOR SI-002 07-17-14
REV. DESCRIPTION DATE
2 SLOPE BOTTOM OF LOWEST TEAR OF CHANNEL TO FLOOR DRAIN
2 ISSUED FOR SI-021 10-28-14
SupplementalInstruction
SMRT | 144 Fore St Portland ME 04101 United States
Page 1 of 2
PROJECT UMaine Wind & Wave Research Facility13002
DATE SENT 3/20/2015
SUBJECT Removal of Control Room toilets SUPPLEMENTAL INSTRUCTION ID
SI-00019R4
TYPE Supplemental Instruction TRANSMITTAL ID 00916
PURPOSE For Construction VIA Info Exchange
FROM
NAME COMPANY EMAIL PHONE
Graham Vickers SMRT [email protected] 207-772-3846
TO
NAME COMPANY EMAIL PHONE
Bruce Cummings Cianbro Corporation [email protected] 207-992-9374
Anthony Passmore Cianbro Corporation
Anthony Passmore <[email protected]>
207-679-7155
Tammy Vance Cianbro Corporation
Tammy Vance <[email protected]> 207-992-9374
Brett Dyer Cianbro Corporation [email protected] 207-679-7155
The work shall be carried out in accordance with the following information which is issued as a clarification or interpretation of the Contract Documents. This is not a direction to proceed with work which modifies the Contract Sum or Contract Time. Proceeding with the Work in accordance with this supplemental instruction indicates your acknowledgement that there is no Change in Contract Sum or Contract Time.
DESCRIPTION: This SI supersedes SI-00019R, SI-00019R1, SI-00019R2 and SI-00019R3. Unless otherwise noted below all parts of Alternate #6 are no longer part of the project except the under slab plumbing. Unless otherwise noted below, all changes indicated in SI-19R through SI-19R3 are no longer part of the project. All scope items indicated in SI-19 are still part of the project.
Door 101a: Proceed with 3'-0"x7'-0" door indicated in SI-19R See attached updated SF203 for updated steel framing along '2' line All under slab plumbing indicated in SI-19 is to be installed and
capped above floor slab Provide a credit and return all materials associated with Alternate #6.
SupplementalInstruction
SMRT | 144 Fore St Portland ME 04101 United States
Page 1 of 2
PROJECT UMaine Wind & Wave Research Facility13002
DATE SENT 2/5/2015
SUBJECT New OH door in Lieu of Reused OH door
SUPPLEMENTAL INSTRUCTION ID
SI-00033
TYPE Supplemental Instruction TRANSMITTAL ID 00819
PURPOSE For Construction VIA Info Exchange
FROM
NAME COMPANY EMAIL PHONE
Graham Vickers SMRT [email protected] 207-772-3846
TO
NAME COMPANY EMAIL PHONE
Bruce Cummings Cianbro Corporation [email protected] 207-992-9374
Anthony Passmore Cianbro Corporation
Anthony Passmore <[email protected]>
207-679-7155
Tammy Vance Cianbro Corporation
Tammy Vance <[email protected]> 207-992-9374
Brett Dyer Cianbro Corporation [email protected] 207-679-7155
The work shall be carried out in accordance with the following information which is issued as a clarification or interpretation of the Contract Documents. This is not a direction to proceed with work which modifies the Contract Sum or Contract Time. Proceeding with the Work in accordance with this supplemental instruction indicates your acknowledgement that there is no Change in Contract Sum or Contract Time.
DESCRIPTION: Door #101b was documented as a reused existing 10'x10' Sectional overhead door to be provided by the owner. That existing door is no longer a viable option. Contractor to provide a new 10'x10' overhead sectional door in its place, identical to door #102b.
REMARKS SUMMARY:
COPIES:
SupplementalInstruction
SMRT | 144 Fore St Portland ME 04101 United States
Page 1 of 2
PROJECT UMaine Wind & Wave Research Facility13002
DATE SENT 3/20/2015
SUBJECT Remove Slab and VB from Robotics lab north of C line
SUPPLEMENTAL INSTRUCTION ID
SI-00039
TYPE Supplemental Instruction TRANSMITTAL ID 00917
PURPOSE For Construction VIA Info Exchange
FROM
NAME COMPANY EMAIL PHONE
Graham Vickers SMRT [email protected] 207-772-3846
TO
NAME COMPANY EMAIL PHONE
Bruce Cummings Cianbro Corporation [email protected] 207-992-9374
Anthony Passmore Cianbro Corporation
Anthony Passmore <[email protected]>
207-679-7155
Tammy Vance Cianbro Corporation
Tammy Vance <[email protected]> 207-992-9374
Brett Dyer Cianbro Corporation [email protected] 207-679-7155
The work shall be carried out in accordance with the following information which is issued as a clarification or interpretation of the Contract Documents. This is not a direction to proceed with work which modifies the Contract Sum or Contract Time. Proceeding with the Work in accordance with this supplemental instruction indicates your acknowledgement that there is no Change in Contract Sum or Contract Time.
DESCRIPTION: Alternate #5, adding a concrete floor to the robotics lab 102 north of C line, is no longer accepted as part of the project. Additionally the Vapor retarder barrier, indicated in the Base Bid (012300 3.1-E), at this location is also removed from the project. Proceed with the installation of the concrete floor as specified and detailed south of C line in the Robotics Lab 102. Proceed with a 6" slab with welded wire fabric reinforcement as specified with vapor retarder at the location of electrical service - Size of the slab is to be as necessary for the electrical equipment. No raised housekeeping slab is necessary.
REMARKS SUMMARY:
Request For Information
Project [1013101] - W2 Wind/Wave
Research Facility
View Date 4/1/2015
Date 3/17/2015
Cianbro35 Flagstaff Road
Orono, ME 04469 RFI No. 00088
Primary Responder David MainsSMRT, Inc.
144 Fore Street
P.O. Bxo 618Portland, ME 04104
USAPhone: (207) 772-3848
Fax: (207) 772-1070
CC Bruce Cummings (Cianbro) Brett A. Dyer (Cianbro)
Anthony Passmore (Cianbro)
Tammy Vance (Cianbro)
From Brett A. Dyer
Cianbro
Date 3/17/2015
Status Closed
Resolved Date
Reason for Request Insufficient Information
Action Requested Clarification
Probable Cost Effect Unknown
Probable Time Effect Unknown
Priority High
Response Due 3/20/2015
Subject CL of Door 101a From B Line
Drawing No. AE101 Detail No.
CSI Code Other Ref. No. SI 19r
Information Requested
Please confirm door 101a is located 3' - 2" from B line to the center of the door?
Recommendation
Response Information
Responder Date Response
David Mains 3/19/2015 Door 101a is to be located between the two C6X8.2 girts indicated on SF203, however for layout purposes before those members are installed, the door
centerline can be assumed to be located 3'-2" south of column line B.
Disclaimer
Notes
David Mains (SMRT, Inc.) 3/19/2015
Authorized Signature Printed Name Date
Page 1 of 2Request For Information
4/1/2015https://secure.constructware.com/Common/View/Document_Display.asp?DocumentType=7...
J
1/3
CP
F
M
J
J
CP
J
SB
CP
J
J
J
CP
J
J
J
VFD
15
J
J
J
J
2
2J
CP
1/4
M
J
4321 3.52.5
H
G
F
E
D
C
B
A
TANK LAB101
FUTUREROBOTICS LAB
102
WP WP
WP
WP
WP
WPWP
WP
WP
1
1
TANK PUMPROOM &UTILITY
ENTRANCE105
W TLT103
M TLT104
E.H
E.G
E.F
E.13 E.14 E.15 E.16 E.17 E.18 E.19
PWW1208Y/120V
225A
HWW1480Y/277V
225A
EP101A11
7
WP
PWW1 -12
FWE3
SP
3
8
4#4/0 AWG  GND, 2 1/2"CMDP-WW
WIND GENERATORDISCONNECT
HTR
1 PWW1 -8
PWW1 -5
PWW1 -5
PWW1 -5PWW1 -7
PWW1 -7PWW1 -3
PWW1 -13
PWW1 -3
2
PWW1 -10
PWW1 -3
4
PWW1 -14
WP
WPWP WP WP
WP
WP
PWW1 -21
PWW1 -23
PWW1 -25
PWW1 -21
PWW1 -15
PWW1 -17
PWW1 -15
PWW1 -17
PWW1 -15PWW1 -13PWW1 -14
4
9
9
PWW2208Y/120V
225A
TT-PWW1, 75 KVA
MDP-WW480Y/277V
1200A
PWW1 -19
PWW1 -29
PWW1 -29PWW1 -21
PWW1 -19
PWW1 -23
PWW1 -25
PWW1 -27
PWW1 -27
PWW1 -25
PWW1 -23
PWW1 -19
PWW1 -29
PWW1 -27
PWW2 -1,3,5
FWE
10 FWE
60A10
BRIDGE CRANECONTROL PANEL
4#8 AWG 
 GND, 3/4"C
MDP-WW
6
6
MDP-WW
4#6 AWG & #10 GND, 1"C
4#6 AWG & #10 GND, 1"C
MDP-WW
WAVE EQUIPMENTCONTROLLER (TYP.2)
4-4"C CENTER 4'-5"BELOW TOP OF TANK
PWW1-22
PWW1-24
400AS225AF
13
4#12 AWG & #12 GND, 3/4"C
WP
WP
WPWP
WPWP
WPWP
WPWP
WPWP
PWW1 -13
PWW1 -15
PWW2 -12PWW2 -12
PWW2 -10 PWW2 -14
PWW2 -10PWW2 -14
PWW2 -12PWW2 -12
PWW2 -10PWW2 -14
12PWW2 -13,15,17
11
PWW2 -6,8
ALTERNATE #2SEE NOTES ON ALTERNATES
WP
PWW1 -1711
PWW2 -2,4
12PWW2 -7,9,11
PWW1 -7
14
PWW2 -18
PWW2 -16
PWW1 -14
4
9
9
PWW2 -1,3,5
FWE
ALTERNATE #6SEE NOTES ON ALTERNATES
15
15
0'-5
"
0'-1
0"
0'-1
0"
0'-1
0"
PWW1 -14
4
4
B
A
E.H
MDP-WW
3#8 AWG & #10 GND, 3/4"C
FWE
5
RMF CONTROLLER
PWW1 -20
5
PWW1 -16
TANK CHEMISTRYCONTROLLER
SP
1
SP
2
3#12 AWG  GND, 3/4"C
FWE
HWW1 -19,21,23
5
PWW1 -16
4
PWW1 -14
5
PWW1 -18
TANK CHLORINATOR
5
60A4X
MDP-WW3#8 AWG 
 GND,3/4"C
UV SYSTEMCONTROLLER
PWW1 -1
PWW1 -1
PWW1 -1
PWW1 -1
5
WATER LEVELCONTROLLER
PWW1 -4
3R
SPRINKLER EXCESSPRESSURE PUMP
5
PWW2 -28
FLOW METER
A
B
C
D
E
F
G
H
J
K
L
M
N
P
R
S
A
B
C
D
E
F
G
H
J
K
L
M
N
P
R
S
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17C COPYRIGHT 2008 SMRT INC.
CURRENT ISSUE STATUS:
0" 1"PROJECT MANAGER:
PROJECT No.
A/E OF RECORD:
JOB CAP/DRAWN:
SCALE:
GRAPHIC SCALE:
DATE:
SHEET No.
144 Fore Street/P.O. Box 618
Portland, Maine 04104
tel. (207) 772-3846
fax. (207) 772-1070PLANNING
COMMISSIONING
INTERIOR DESIGN
ARCHITECTURE
ENGINEERING
www.smrtinc.com
PROJECTNORTH
MAG
NORT
H
EDA AWARD NO. 01-79-14106
As indicated
ADDITION TO ADVANCED STRUCTURES ANDCOMPOSITES CENTER-WIND/ WAVE RESEARCH FACILITY
ORONO, MAINE
FIRST FLOOR POWER PLAN
DAM
13002
CDS
DJT
EP101
04-04-14
ISSUED FOR SI-2110-28-14
1/8" = 1'-0"A1 FIRST FLOOR POWER PLAN
NOTES:1. SEE SHEET E-001 FOR LEGEND AND GENERAL NOTES.
KEYED NOTES:1 MOUNT RECEPTACLE 42" AFF TO CENTER OF DEVICE.
PROVIDE POWER FOR ELECTRIC WATER COOLER. FIELD COORDINATEWITH EQUIPMENT SUPPLIER FOR EXACT LOCATION OF ELECTRICALCONNECTION.
PROVIDE POWER FOR TANK WEIR PIT SUMP PUMP. FIELD COORDINATEWITH EQUIPMENT INSTALLER FOR EXACT LOCATIONS OF PUMP ANDCONTROL PANEL.
PROVIDE POWER FOR ELECTRIC TRAP PRIMERS. COORDINATE WITHPLUMBING CONTRACTOR FOR EXACT LOCATION OF ELECTRICALCONNECTION.
PROVIDE POWER FOR TANK CIRCULATION PUMP, CHEMISTRYCONTROLLER, WATER LEVEL CONTROLLER, CHLORINATOR, UVSYSTEM CONTROLLER AND RMF CONTROLLER. COORDINATE WITHTANK INSTALLER FOR EXACT LOCATION OF ELECTRICAL CONNECTION.
PROVIDE 480V AND 120V POWER FOR EACH WAVE GENERATINGCABINET. PROVIDE TWO 6" CONDUITS FROM EACH CABINET TOEQUIPMENT AT SOUTH END OF TANK.
RELOCATED RECEPTACLE AND DISCONNECT FOR CONDENSING UNITSEE ES101 FOR CURRENT. MODIFY EXISTING WIRING AS REQUIRED TOACCOMMODATE NEW EQUIPMENT LOCATION.
PROVIDE POWER FOR WIND GENERATING EQUIPMENT. COORDINATEWITH OWNER FOR EXACT LOCATION OF EQUIPMENT.
PROVIDE WIRING FOR OVERHEAD DOOR VIA WALL MOUNTEDCONTROLLER. COORDINATE WITH DOOR INSTALLER FOR EXACTLOCATION OF CONTROLLER.
PROVIDE POWER FOR TANK LAB BRIDGE CRANE. COORDINATE WITHCRANE INSTALLER FOR EXACT LOCATION OF ELECTRICALCONNECTION.
COORDINATE WITH OWNER FOR NEMA CONFIGURATION OF OUTLETREQUIRED. WIRING TO BE 3#10 AWG & #10 GND, 3/4"C.
COORDINATE WITH OWNER FOR NEMA CONFIGURATION OF OUTLETREQUIRED FOR WELDER. WIRING TO BE 4#10 AWG & #10 GND, 3/4"C.
PROVIDE POWER FOR SPRINKLER SYSTEM ELECTRIC BELL.COORDINATE WITH SPRINKLER CONTRACTOR FOR EXACT PLACEMENTOF BELL.
PROVIDE POWER FOR HVAC CONTROL PANEL. COORDINATE WITHMECHANICAL CONTRACTOR FOR EXACT LOCATION OF PANEL.
RUN FOUR 4" CONDUITS 12" ON CENTER FROM 12" ABOVE POOL FLOORTO 4'-6"AFF ON THE EAST WALL OF TANK ROOM. CAP CONDUITS ATBOTH ENDS. COORDINATE EXACT DIMENSIONS OF CONDUIT STUBSWITH OWNER.
1/2" = 1'-0"A11
TANK PUMP ROOM & UTILITY ENTRANCEENLARGED PLAN
2
3
4
5
6
7
8
9
10
0 ISSUED FOR CONSTRUCTION 04-04-14
11
12
13
14
ALTERNATESPOWER FOR BRIDGE CRANE TO BE PRICED AS ALTERNATE #2. IF ALTERNATE #2IS NOT ACCEPTED DELETE POWER ASSOCIATED WITH BRIDGE CRANE.
CONSTRUCTION OF TOILET ROOMS TO BE PRICED AS ALTERNATE #6. IFALTERNATE #6 IS NOTE ACCEPTED DELETE TWO GFCI OUTLETS, POWER FORHTR-1 AND ELECTRIC WATER COOLER.
REV. DESCRIPTION DATE
1 ISSUED FOR SI-3 07-28-14
15
2 ISSUED FOR SI-18 10-15-14
3 ISSUED FOR SI-21 10-28-14
Request For Information
Project [1013101] - W2 Wind/Wave
Research Facility
View Date 2/2/2015
Date 1/21/2015
Cianbro35 Flagstaff Road
Orono, ME 04469 RFI No. 00067
Primary Responder David MainsSMRT, Inc.
144 Fore Street
P.O. Bxo 618Portland, ME 04104
USAPhone: (207) 772-3848
Fax: (207) 772-1070
CC Bruce Cummings (Cianbro) Brett A. Dyer (Cianbro)
Anthony Passmore (Cianbro)
Tammy Vance (Cianbro)
From Anthony Passmore
Cianbro
Date 1/21/2015
Status Closed
Resolved Date
Reason for Request Insufficient Information
Action Requested Clarification
Probable Cost Effect
Probable Time Effect
Priority High
Response Due 1/28/2015
Subject Wave Generator Cabinets Conduit Locations
Drawing No. EP101 Detail No.
CSI Code Other Ref. No.
Information Requested
In order to locate the two 4" conduits for each of the Wave Generator Cabinets located North of C/2 line please provide a cabinet cut sheets and layout of where the conduits enter the cabinets.
Recommendation
Response Information
Responder Date Response
David Mains 1/29/2015 Per direction from the equipment manufacturer, locate the (4) 4" conduits at
500mm spacing beginning adjacent to the base of column C/2 and aligned with the wall along '2' line, heading north. Cabinet cut sheets and backup
information attached.
Disclaimer
Notes
David Mains (SMRT, Inc.) 1/29/2015
Page 1 of 2Request For Information
2/2/2015https://secure.constructware.com/Common/View/Document_Display.asp?DocumentType=7...
A
G8 Maine WM Cabinet overview
WEIGHT (kg)
A3 SHEET 1 OF 1 SCALE: 1:20
DWG NO.
PROJECTION: Third Angle
FINISH:
MATERIAL: DATE: 18 November 2014
Ltd.
TITLE:
REVISION HISTORY:
All rights reserved these drawings and
specifications are the property and
copyright of Edinburgh Designs Ltd. and
shall not be reproduced with out the
written agreement of Edinburgh Designs
REV:
PELV conductors
Din rail
3 phase
pneumatic area
110VAC and 24VDC area
Earthing star and cabinet
G8 control card
spare Din rail
inductor area
inlet feeds
trunking for mains cables
filter and
resistors
480VAC
drives and
trunking for 24VDC and
drive cables retension bar
Cabinet Fan
isolator
110VAC door mounted
24VDC, 177x177
480VAC din mount, with door handle isolator
Cabinet vent
Request For Information
Project [1013101] - W2 Wind/Wave
Research Facility
View Date 2/2/2015
Date 1/26/2015
Cianbro35 Flagstaff Road
Orono, ME 04469 RFI No. 00072
Primary Responder David MainsSMRT, Inc.
144 Fore Street
P.O. Bxo 618Portland, ME 04104
USAPhone: (207) 772-3848
Fax: (207) 772-1070
CC Bruce Cummings (Cianbro) Brett A. Dyer (Cianbro)
Anthony Passmore (Cianbro) Tammy Vance (Cianbro)
From Anthony PassmoreCianbro
Date 1/26/2015
Status Closed
Resolved Date
Reason for Request Alternate Proposal
Action Requested Clarification
Probable Cost Effect
Probable Time Effect
Priority Low
Response Due 2/2/2015
Subject Electrical Receptacle Location
Drawing No. EP101 Detail No.
CSI Code Other Ref. No.
Information Requested
Please advise if it is desired for the electrical receptacles to match the existing OWL building, located
on structural columns, or if the receptacles should be located per drawing EP101/A1?
Recommendation
Response Information
Responder Date Response
David Mains 1/29/2015 Receptacles may be located on columns in general vicinity of locations shown on EP101/A1. Locate inside the web of the column as to not create a potential
conflict with moving equipment.
Disclaimer
Notes
David Mains (SMRT, Inc.) 1/29/2015
Authorized Signature Printed Name Date
Page 1 of 2Request For Information
2/2/2015https://secure.constructware.com/Common/View/Document_Display.asp?DocumentType=7...
SupplementalInstruction
SMRT | 144 Fore St Portland ME 04101 United States
Page 1 of 2
PROJECT UMaine Wind & Wave Research Facility13002
DATE SENT 3/20/2015
SUBJECT Remove Slab and VB from Robotics lab north of C line
SUPPLEMENTAL INSTRUCTION ID
SI-00039
TYPE Supplemental Instruction TRANSMITTAL ID 00917
PURPOSE For Construction VIA Info Exchange
FROM
NAME COMPANY EMAIL PHONE
Graham Vickers SMRT [email protected] 207-772-3846
TO
NAME COMPANY EMAIL PHONE
Bruce Cummings Cianbro Corporation [email protected] 207-992-9374
Anthony Passmore Cianbro Corporation
Anthony Passmore <[email protected]>
207-679-7155
Tammy Vance Cianbro Corporation
Tammy Vance <[email protected]> 207-992-9374
Brett Dyer Cianbro Corporation [email protected] 207-679-7155
The work shall be carried out in accordance with the following information which is issued as a clarification or interpretation of the Contract Documents. This is not a direction to proceed with work which modifies the Contract Sum or Contract Time. Proceeding with the Work in accordance with this supplemental instruction indicates your acknowledgement that there is no Change in Contract Sum or Contract Time.
DESCRIPTION: Alternate #5, adding a concrete floor to the robotics lab 102 north of C line, is no longer accepted as part of the project. Additionally the Vapor retarder barrier, indicated in the Base Bid (012300 3.1-E), at this location is also removed from the project. Proceed with the installation of the concrete floor as specified and detailed south of C line in the Robotics Lab 102. Proceed with a 6" slab with welded wire fabric reinforcement as specified with vapor retarder at the location of electrical service - Size of the slab is to be as necessary for the electrical equipment. No raised housekeeping slab is necessary.
REMARKS SUMMARY:
F
F
F
F
F
F
F
F
FF
F F
F
F
F
F
E
TS
TSTSPSPS
CR
FAA
K
4321 3.52.5
H
G
F
E
D
C
B
A
TANK LAB101
FUTUREROBOTICS LAB
102
(110)
(110)
W
W
W
(110)
(110)
(110)
(110)
(110)
(75)
(75)(75)
(15/75)
(15/75)TANK LAB101 TANK PUMP
ROOM &UTILITY
ENTRANCE105
M TLT104
W TLT103
E.H
E.G
E.F
E.13 E.14 E.15 E.16 E.17 E.18 E.19
D
RTU-2 SUPPLY DUCT
RTI
RTI
D
RTU-2 RETURN DUCT
RTU-2 SUPPLY &RETURN DUCT SMOKEDETECTOR REMOTETEST STATIONS
RTI
RTI
D
RTU-1 SUPPLY DUCT
D
RTU-1 RETURN DUCT RTU-1 SUPPLY &RETURN DUCT SMOKEDETECTOR REMOTETEST STATIONS
SPRINKLER TAMPER &PRESSURE SWITCHES
2D
2D
2D
2D 2D
2D 2D
2D 2D
2D 2D
1
1
11
22
3
3
3
J 4
PWW1-26
J7
J7
WALL MOUNT 12' AFF
J 7
J 7
WALL MOUNT 12' AFF
J5
1-1 1/4"C 2-4"C
EXISTING IDFC ROOM
6
ALTERNATE #6SEE NOTES ON ALTERNATE
1-1"C 1-1"C
A
B
C
D
E
F
G
H
J
K
L
M
N
P
R
S
A
B
C
D
E
F
G
H
J
K
L
M
N
P
R
S
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17C COPYRIGHT 2008 SMRT INC.
CURRENT ISSUE STATUS:
0" 1"PROJECT MANAGER:
PROJECT No.
A/E OF RECORD:
JOB CAP/DRAWN:
SCALE:
GRAPHIC SCALE:
DATE:
SHEET No.
144 Fore Street/P.O. Box 618
Portland, Maine 04104
tel. (207) 772-3846
fax. (207) 772-1070PLANNING
COMMISSIONING
INTERIOR DESIGN
ARCHITECTURE
ENGINEERING
www.smrtinc.com
PROJECTNORTH
MAG
NORT
H
EDA AWARD NO. 01-79-14106
1/8" = 1'-0"
ADDITION TO ADVANCED STRUCTURES ANDCOMPOSITES CENTER-WIND/ WAVE RESEARCH FACILITY
ORONO, MAINE
FIRST FLOOR SYSTEMS PLAN
DAM
13002
CDS
DJT
EY101
04-04-14
ISSUED FOR SI-1410-08-14
1/8" = 1'-0"A1 FIRST FLOOR SYSTEMS PLAN
NOTES:1. SEE SHEET E-001 FOR LEGEND AND GENERAL NOTES.
2. ALL NEW FIRE ALARM DEVICES SHOWN TO BE TIED INTO THE EXISTINGBUILDING EST FIRE ALARM SYSTEM. PROVIDE ALL BOXES, CONDUIT,WIRING, DEVICES, POWER EXTENDERS, REMOTE ANNUNCIATOR,EQUIPMENT AND PROGRAMMING REQUIRED FOR A COMPLETE ANDOPERABLE SYSTEM. ALL FIRE ALARM FINAL CONNECTIONS ANDPROGRAMMING TO BE COMPLETED BY OWNERS FIRE ALARM SYSTEMVENDOR RB ALLEN. COSTS FOR WORK TO BE COMPLETED BY RB ALLENTO BE CARRIED BY ELECTRICAL CONTRACTOR. ALL NEW DEVICES TO BETHE SAME MODEL NUMBERS AS THOSE CURRENTLY INSTALLED IN THEEXISTING BUILDING. SEE DRAWING E-100 FOR LOCATION OF FIRE ALARMCONTROL PANEL IN THE ADVANCED STRUCTURES BUILDING THAT NEWDEVICES ARE TO BE CONNECTED TO.
3. FOR EVERY WALL PHONE, DATA OUTLET AND VOICE/DATA OUTLETSHOWN PROVIDE A 1" CONDUIT RUN BACK TO BOX DESCRIBED IN KEYNOTE 6. ALL CONDUITS TO TERMINATE ON SIDES OF 3' SQUAREJUNCTION BOX AND NOT ON REMOVABLE COVER. CONDUIT TO BE PVCWITHIN THE TANK LAB AND EMT IN ALL OTHER LOCATIONS.TELECOMMUNICATIONS OUTLET BOXES IN THE TANK LAB TO BEWEATHERPROOF BOXES WITH GASKETED COVERS. SEE UNIVERSITY OFMAINE TELECOMMUNICATIONS STANDARD FOR REQUIREMENTS FORJACKS, COVERPLATES AND HORIZONTAL CABLING.
4. UPON ACTIVATION OF THE FIRE ALARM SYSTEM ALL HVAC EQUIPMENTSHALL BE AUTOMATICALLY SHUT DOWN.
0 ISSUED FOR CONSTRUCTION 04-04-14
KEYED NOTES:1 DUCT SMOKE DETECTORS TO REPORT A AN ALARM TO THE FIRE
ALARM CONTROL PANEL AND SHUT DOWN HVAC EQUIPMENTINDICATED.
SPRINKLER FLOW SWITCH ACTUAL LOCATIONS ARE SHOWN ONFIRE PROTECTION PLAN. FLOW SWITCHES TO INITIATE AN ALARMSIGNAL TO THE FIRE ALARM SYSTEM. COORDINATE ALL WORK W/SPRINKLER CONTRACTOR.
SPRINKLER TAMPER SWITCH ACTUAL LOCATIONS ARE SHOWN ONFIRE PROTECTION PLAN. TAMPER SWITCHES TO INITIATE ASUPERVISORY SIGNAL TO THE FIRE ALARM SYSTEM. COORDINATEALL WORK W/ SPRINKLER CONTRACTOR.
PROVIDE POWER FOR FIRE ALARM SYSTEM POWER EXTENDERAND ANY OTHER FIRE ALARM EQUIPMENT REQUIRED TO TIE NEWFIRE ALARM SYSTEM DEVICES INTO EXISTING BUILDING FIREALARM SYSTEM.
FURNISH & INSTALL A 6" SQUARE JUNCTION BOX FOR CARDACCESS/SECURITY WIRING. COORDINATE WITH OWNER FORMOUNTING HEIGHT OF JUNCTION BOX AND LOCATION TOTERMINATE 1 1/4" CONDUIT IN THE EXISTING IDFC ROOM.
FURNISH & INSTALL A 3' SQUARE, 12" DEEP HIGH IMPACT PLASTICPANEL, WATERPROOF BOX WITH A GASKETED SCREW TYPECOVERPLATE FOR TELECOMMUNICATIONS WIRING. COORDINATEWITH OWNER FOR MOUNTING HEIGHTS OF BOX AND LOCATION TOTERMINATE TWO 4" CONDUITS IN THE EXISTING IDFC ROOM.
FURNISH & INSTALL A TWO GANG CAST WATERPROOF JUNCTIONBOX WITH GASKETED SCREW TYPE COVERPLATE MOUNTED 42"AFF.
2
3
4
REV. DESCRIPTION DATE
5
6
7
ALTERNATECONSTRUCTION OF TOILET ROOMS TO BE PRICED AS ALTERNATE #6. IFALTERNATE #6 IS NOTE ACCEPTED DELETE TWO FIRE ALARM NOTIFICATIONDEVICES.
1 ISSUED FOR SI-14 10-08-14
Request For Information
Project [1013101] - W2 Wind/Wave
Research Facility
View Date 4/1/2015
Date 3/17/2015
Cianbro35 Flagstaff Road
Orono, ME 04469 RFI No. 00087
Primary Responder David MainsSMRT, Inc.
144 Fore Street
P.O. Bxo 618Portland, ME 04104
USAPhone: (207) 772-3848
Fax: (207) 772-1070
CC Bruce Cummings (Cianbro) Brett A. Dyer (Cianbro)
Anthony Passmore (Cianbro)
Tammy Vance (Cianbro)
From Brett A. Dyer
Cianbro
Date 3/17/2015
Status Closed
Resolved Date
Reason for Request Insufficient Information
Action Requested Clarification
Probable Cost Effect Unknown
Probable Time Effect Unknown
Priority High
Response Due 3/20/2015
Subject Location of Junction Boxes and Card Reader
Drawing No. EY101 Detail No. Note 5 & 6
CSI Code Other Ref. No.
Information Requested
Per conversation with UMaine, please confirm the following is acceptable. (See attached Cianbro Sketch for Reference)
1. The location of the 3’ x 3’ IT box located on the north side of the existing OWL wall, 5’ from the 2
line toilet room wall to the east side of the junction box.
2. The 6 x 6 junction box for the card reader shown to be on the north side of the OWL wall will be
centered between the IT junction box and the overhead door opening.
3. Both of these boxes should be mounted on the metal wall panels above the concrete foundation wall
of the OWL.
Also, the CR at the Wind & Wave entrance door will be installed by the University, the contractor should provide a junction box on the inside face of the exterior metal wall panel for the University to connect
the card reader to.
Recommendation
Response Information
Responder Date Response
David Mains 3/19/2015 SMRT takes no exception to all of these changes.
Page 1 of 2Request For Information
4/1/2015https://secure.constructware.com/Common/View/Document_Display.asp?DocumentType=7...
0.46 m
1' - 6"1' - 6"
0.46 m
0.46 m9.00 m
FINIS H
ED0.46 m
1' - 6 "29' - 6 1/4" F IN
ISHE
D1' - 6 "
1.50 m 3.50 m 3.50 m 3.50 m 3.50 m 3.00 m 4.00 m 3.50 m 1.44 m
33.19 m
105' - 10 1/2" FINISHED
WEIR WALL
24" X 24"MAIN
DRAIN
9.50 m 9.00 m 8.94 m
14' - 9 1/4"14' - 9 1/4"
24" X 24"MAIN
DRAIN
108' - 10 1/2"
FILL LINE
4.50 m4.50 m
9.91 m
32' - 6 1/4"
ASP02
BSP02C
SP02
LADDERRUNGS
4' - 11" 11' - 5 3/4" 11' - 5 3/4" 11' - 5 3/4" 11' - 5 3/4" 9' - 10" 13' - 1 1/2" 11' - 5 3/4" 4' - 8 3/4"
31' - 2" 29' - 6 1/4" 29' - 4"
9.00 m29' - 6 1/4"
DR
AIN TO
SEWER
TANK INLET
2.27 m
32.27 m FINISHED
(WAVE MACHINE)
EPOXY PAINT (BLACK)100MM THICK PERIMTETER,
TO BE APPLIED TO MOVEABLE FLOOR SYSTEM
EPOXY PAINT (BLACK)200MM THICK FLOOR GRID
TO BE APPLIED TO MOVEABLE FLOOR SYSTEM(CENTERED FROM WEIR WALL)
90' - 0 1/4"8' - 4 3/4"
27.44 m2.56 m
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
7' - 5 1/2"
VERTICAL STEEL CHANNEL
8.00 m8.00 m3.00 m
26' - 3"26' - 3"9' - 10"
1
SP07
1' - 7 3/4"
0.50 m
VERTICALSTEEL CHANNEL VERTICAL STEEL CHANNEL
VERTICAL STEEL CHANNEL VERTICALSTEEL CHANNEL
VERTICAL STEEL CHANNEL
NOTE:MOVEABLE FLOOR SYSTEM TO BE SUPPLIED BY CIANBRO.
(4) MOVEABLE FLOORCONDUITS
(2 ROWS, 2 ACROSS)
7
SP07
4' - 10 1/2"28' - 1 21/32"8' - 0"4' - 0"4' - 0"8' - 0"28' - 1 21/32"4' - 10 1/2"
#7 #9#8 #12#10 #11
#1 #3#2 #6#4 #5
(12) 1"x1" BOND OUTS @ T.O. WALL
32.27 m FINISHED
29' - 6 1/2" FINIS
HE
D9.00 m
FINISH
ED
105' - 10 1/2"
A
B
C
D
E
F
G
H
J
K
L
M
N
P
R
S
A
B
C
D
E
F
G
H
J
K
L
M
N
P
R
S
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17C COPYRIGHT 2008 SMRT INC.
CURRENT ISSUE STATUS:
0" 1"PROJECT MANAGER:
PROJECT No.
A/E OF RECORD:
JOB CAP/DRAWN:
SCALE:GRAPHIC SCALE:DATE:
SHEET No.
144 Fore Street/P.O. Box 618Portland, Maine 04104
tel. (207) 772-3846fax. (207) 772-1070PLANNING
COMMISSIONING
INTERIOR DESIGN
ARCHITECTURE
ENGINEERING
www.smrtinc.com
As indicated
W2 WIND/WAVE RESEARCH FACILITY
DIMENSIONED PLANS
SP01
LEGEND
24" X 24" MAIN DRAIN WALL RETURN3
SP032
SP03
2SP03
3SP03
ISSUED FOR SI-03r
DIMENSIONED TANK PLANSCALE: 1/4" = 1' - 0"
SITE PLANSCALE: 1/8" = 1' - 0"
RESEARCHTANK
TANKMECHROOM
GENERAL NOTES:
1. NEW CONSTRUCTION PROJECT, BOTH BUILDING AND TANK.
2. FIELD VERIFY WATER DEPTHS BEFORE PLACING DEPTH MARKERS (AS REQUIRED BY CODE)
1SP07
STAINLESS STEELCHANNEL
STRUCTURAL NOTES:
1. Refer to SW Cole Engineering Inc. Geotechnical Report dated January 10th, 2013 for recommendations on site preperations, excavation work,structural fill and compaction, and foundation drainage.
2. Grade 60 Steel, size as noted on subsequent sheets.3. All construction work shall conform to the current edition of the State of Maine Building Code.4. All work is to be performed in strict compliance with OSHA work regulations, and any and all safety measures required for the execution of the work shall
be diligently completed.5. Shotcrete is to be placed pneumatically and is to have 28-day strength in excess of 4000 psi. Shotcrete is to be placed by qualified and certified
installers. Backfill against the tank walls shall not be placed until 14 days after the completion of the Shotcrete work.6. Reinforcing steel shall meet ASTM-615, Grade 60. All splices shall be lapped a minimum of 40 bar diameters. Wire chair supports and/or plain concrete
brick shall be used to maintain the proper cover per the details herein. Installation shall be in accordance with the recommendations of ACI DetailingManual SP-66 and/or CRSI.
7. SHOTCRETE CURING AGENT: Vendor: Barker Steel; Item Number: C21025-W-VOX; Coverage: 400 SF per gallon.8. It is imperative that only nozzlemen certified by the AMERICAN CONCRETE INSTITUTE (ACI) are utilized. To further enhance performance and to have
basis of qualifications and quality, the ACI has provided guidelines in the form of:ACI 506R-90 Guide to ShotcreteACI 506.2-95 Specifications for ShotcreteACI 506.3R-91 Guide to Certification of Shotcrete NozzlemenACI 506.4R-94 Guide for the Evaluation of ShotcreteASTM Designation: C 1604M-05
9. List of accepted waterproofing products: REFER TO SHOTCRETE SPEC
10. Subsurface conditions are to be as follows:Properly grade and compact all subsurface base areas.Refer to Civil / Architectural Spec sections regarding structural fill (suitable material).In the absense of specifications By Others, then "Screened Gravel" shall be substituted, meeting requirements of ASTM C33, stone size #4 (3/4").No stones larger than 3" diameter. (3/4" Diameter, Above -24" Grade)Installed in lifts not to exceed 8".Compacted to achieve 95% compaction rate, capable of bearing 1000 lbs/sf.(Not Included - ** Sole Responsibility of Site Contractor/Excavator**)
REV. DESCRIPTION DATE13
08-07-14
0 ISSUED FOR CONSTRUCTION 07-19-13
1 RESIZED TANK INLET 06-20-14
2 SI-03 07-28-14
3 SI-03r 08-07-14
3 3
WATER LINE
DECK BY DECK CONTRACTOR
24" x 24"MAIN DRAIN
WEIR WALL
24" x 24"MAIN DRAIN
WAVE MACHINELOCATION
1' - 7 1/2"0.50 m
3' - 6"
17' - 6 1/2"
1.07 m
5.35 m
108' - 10 1/2"
1' - 6" 105' - 10 1/2" 1' - 6"
3' - 5 3/4" 4' - 11" 90' - 0 1/4" 7' - 5 1/2"
33.19 m
0.46 m 32.27 m FINISHED 0.46 m
1.06 m 1.50 m 27.44 m 2.27 m
WATER LINE
SP066
SP067
SP032
9.50 m 9.00 m 8.94 m
31' - 2" 29' - 6 1/2" 29' - 4"
LADDERRUNGS
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
1500 mm
2160
mm
2560 mm
TANK INLETM
DRAINTO SEWER
M
5.00 m 5.00 m 5.00 m 5.00 m 7.44 m
WALLRETURN
WALLRETURN
WALLRETURN
WALLRETURN
4' - 11" 11' - 5 3/4" 11' - 5 3/4" 11' - 5 3/4" 11' - 5 3/4" 9' - 10" 13' - 1 1/2" 11' - 5 3/4" 4' - 8 3/4"
1.50 m 3.50 m 3.50 m 3.50 m 3.50 m 3.00 m 4.00 m 3.50 m
16' - 4 3/4" 16' - 4 3/4" 16' - 4 3/4" 16' - 4 3/4" 24' - 5"
27.44 m90' - 0 1/4"
VINYL DEPTH MARKERSAPPLIED ON
BOTH SIDES OF TANK
SHOTCRETE
EPS GEOFOAM
C.I.P FLOOR 6" COVERADIUS(TYP.)
4' - 11"1.50 m
16' - 5"5.00 m
3.00 m 8.00 m 8.00 m 8.44 m
1
SP07
STEEL CHANNEL (TYP.)(6 PLCS.)(INSTALLED ON BOTH SIDES)
9' - 10 1/8" 26' - 2 31/32" 26' - 2 31/32" 27' - 8 9/32"
WATER LINE
DECK BY DECK CONTRACTOR
24" x 24"MAIN DRAIN
0.50 m
1.00 m
3' - 0"
14' - 6 1/2"
3' - 6"
18' - 0 1/2"
1' - 7 1/2"
0.91 m
4.43 m
1.07 m
5.50 m
1' - 10 1/2"0.57 m
WALLRETURN
WALLRETURN
INLE
T
3' - 3 1/2"
6" COVERADIUS(TYP.)
1.50 m4' - 11"
29' - 6 1/4" FINISHED
9.00 m
13' - 1 1/2"4.00 m
14' - 9 1/4"14' - 9 1/4"
4.50 m4.50 m
16' - 5"5.00 m
WATER LINE
DECK BY DECK CONTRACTOR
TOP OF WEIR WALL
0.50 m
2.16 m
2.84 m
0.46 m 9.00 m 0.46 m
1' - 6" 29' - 6 1/4" 1' - 6"
9.91 m
32' - 6 1/4"
1' - 7 1/2"
7' - 1"
9' - 4"
2.66 m8' - 8 1/2"
14' - 6 1/2"
3' - 6"
4.43 m
1.07 m
3' - 0"
18' - 0 1/2"
0.91 m
5.50 m
LADDERRUNGS
WALLRETURN
WALLRETURN4" CONDUITS
FOR MOVEABLE FLOOREQUIPMENT
4" FILL LINE
A
B
C
D
E
F
G
H
J
K
L
M
N
P
R
S
A
B
C
D
E
F
G
H
J
K
L
M
N
P
R
S
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17C COPYRIGHT 2008 SMRT INC.
CURRENT ISSUE STATUS:
0" 1"PROJECT MANAGER:
PROJECT No.
A/E OF RECORD:
JOB CAP/DRAWN:
SCALE:GRAPHIC SCALE:DATE:
SHEET No.
144 Fore Street/P.O. Box 618Portland, Maine 04104
tel. (207) 772-3846fax. (207) 772-1070PLANNING
COMMISSIONING
INTERIOR DESIGN
ARCHITECTURE
ENGINEERING
www.smrtinc.com
1/4" = 1'-0"
W2 WIND/WAVE RESEARCH FACILITY
GENERAL SECTIONS
SP02
NOTE:
REFER TO ENLARGED DETAILSON SHEET SP06 FORREBAR SIZES
SECTION ASCALE: 1/4" = 1' - 0"
SECTION BSCALE: 1/4" = 1' - 0"
SECTION CSCALE: 1/4" = 1' - 0"
ISSUED FOR SI-03
LEGEND
24" X 24" MAIN DRAIN WALL RETURN3
SP032
SP031
SP07STAINLESS STEEL
CHANNEL
3SP03
3SP03
3SP03
2SP03
REV. DESCRIPTION DATE12
07-28-13
0 ISSUED FOR CONSTRUCTION 07-19-13
1 RESIZED TANK INLET 06-20-14
2 SI-03 07-28-14
2
2
22
2
SI-011
SI-011
SI-011
SI-011
SI-011
SI-011
CERTIFICATION REGARDING LOBBYING
Applicants should also review the instructions for certification included in the regulations before completing this form. Signature onthis form provides for compliance with certification requirements under 15 CFR Part 28, “New Restrictions on Lobbying.” Thecertifications shall be treated as a material representation of fact upon which reliance will be placed when the Department ofCommerce determines to award the covered transaction, grant, or cooperative agreement.
LOBBYINGAs required by Section 1352, Title 31 of the U.S. Code, andimplemented at 15 CFR Part 28, for persons entering into a grant,cooperative agreement or contract over $100,000 or a loan or loanguarantee over $150,000 as defined at 15 CFR Part 28, Sections28.105 and 28.110, the applicant certifies that to the best of his or herknowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned, to any person for influencing orattempting to influence an officer or employee of any agency, aMember of Congress in conncection with the awarding of anyFederal contract, the making of any Federal grant, the making ofany Federal loan, the entering into of any cooperative agreement,and the extension, continuation, renewal, amendment, ormodification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have beenpaid or will be paid to any person for influencing or attempting toinfluence an officer or employee of any agency, a Member ofCongress, an officer or employee of Congress, or an employee of amember of Congress in connection with this Federal contract, grant,loan, or cooperative agreement, the undersigned shall complete andsubmit Standard Form-LLL, ‘‘Disclosure Form to Report Lobbying.’’in accordance with its instructions.
(3) The undersigned shall require that the language of thiscertification be included in the award documents for all subawards atall tiers (including subcontracts, subgrants, and contracts undergrants, loans, and cooperative agreements) and that all subrecipientsshall certify and disclose accordingly.
This certification is a material representation of fact upon whichreliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making orentering into this transaction imposed by section 1352, title 31, U.S.Code. Any person who fails to file the required certification shall besubject to a civil penalty of not less than $10,000 and not morethan $100,000 for each such failure occurring on or beforeOctober 23, 1996, and of not less than $11,000 and not morethan $110,000 for each such failure occurring after October 23,1996.
Statement for Loan Guarantees and Loan InsuranceThe undersigned states, to the best of his or her knowledgeand belief, that:
In any funds have been paid or will be paid to any person forinfluencing or attempting to influence an officer or employeeof any agency, a Member of Congress, an officer or employeeof Congress, or an employee of a Member of Congress inconnection with this commitment providing for the UnitedStates to insure or guarantee a loan, the undersigned shallcomplete and submit Standard Form-LLL, ‘‘Disclosure Formto Report Lobbying,’’ in accordance with its instructions.
Submission of this statement is a prerequisite for making orentering into this transaction imposed by section 1352, title31, U.S. Code. Any person who fails to file the required state-ment shall be subject to a civil penalty of not less than $10,000and not more than $100,000 for each such failure occurringon or before October 23, 1996, and of not less than $11,000and not more than $110,000 for each such failure occurringafter October 23, 1996.
As the duly authorized representative of the applicant, I hereby certify that the applicant will comply with theabove applicable certification.
NAME OF APPLICANT AWARD NUMBER AND/OR PROJECT NAME
PRINTED NAME AND TITLE OF AUTHORIZED REPRESENTATIVE
SIGNATURE DATE
FORM CD-511(REV 1-05)
U.S. DEPARTMENT OF COMMERCE