Project information Documents/009 - The...  · Web viewSpecifications may be developed using any...

143
Document: The Works Version: 1.0 Site: Mukwonago, WI Project no: 17254 Projec t: Lot 1 Design Build RFP Unit : N/A The Works Natural Colors Division US Footprint Project Lot 1 Design Build Request for Proposal (RFP) © Chr. Hansen A/S 1/143

Transcript of Project information Documents/009 - The...  · Web viewSpecifications may be developed using any...

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

The WorksNatural Colors Division

US Footprint Project

Lot 1 Design Build Request for Proposal (RFP)

© Chr. Hansen A/S 1/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Table of content1 Project information............................................................................................................................ 4

1.1 Introduction............................................................................................................................. 4

1.2 Legal priority of documents....................................................................................................5

1.3 Site visit.................................................................................................................................. 6

1.4 Other Work (Not included in Lot 1).........................................................................................6

2 Project execution.............................................................................................................................. 7

2.1 Design.................................................................................................................................... 7

2.2 Project Schedule.................................................................................................................. 17

2.3 Constructability.....................................................................................................................17

3 Constraints..................................................................................................................................... 17

4 Assumptions................................................................................................................................... 17

4.1 Process/Packaging...............................................................................................................17

4.2 Controls Systems.................................................................................................................18

4.3 IT Issues............................................................................................................................... 18

5 Project Documents......................................................................................................................... 18

6 Detailed Scope and Design Criteria................................................................................................18

6.1 Site Civil............................................................................................................................... 18

6.2 Architectural.........................................................................................................................19

6.3 Structural.............................................................................................................................. 42

6.4 Mechanical/HVAC/Plumbing................................................................................................49

6.5 Electrical............................................................................................................................... 55

6.6 Fire Protection...................................................................................................................... 68

6.7 Refrigeration.........................................................................................................................72

7 Contractors Responsibility..............................................................................................................73

7.1 Contractors scope................................................................................................................73

8 Final Engineering............................................................................................................................ 75

9 Contractors staffing & Project Management...................................................................................75

9.1 Project Management............................................................................................................75

9.2 Construction Management...................................................................................................75

10 Site Use........................................................................................................................................ 76

11 Site Safety.................................................................................................................................... 76

12 Quality Control.............................................................................................................................. 77

13 References................................................................................................................................... 77

© Chr. Hansen A/S 2/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

14 Change log................................................................................................................................... 77

© Chr. Hansen A/S 3/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

1 Project information1.1 IntroductionChr. Hansen invites you to quote for design, detailed engineering, delivery, installation, commissioning and test work for systems included and specified in the Works of the Lot 1 Design Build Request for Proposal (RFP).

Chr. Hansen intends to relocate their Natural Colors Division Plant currently located in West Allis, WI to an existing building they intend to purchase on March 31, 2019. Chr Hansen is issuing this RFP document to qualified Design Build Contractors to obtain lump sum bids to convert the existing building into a Food Manufacturing Plant.

1.1.1 Project LocationChr. Hansen will be purchasing an existing 150,000 square foot building located at 600 Perkins Drive, Mukwonago, Wisconsin, 53144 located in Waukesha County. The building is currently owned and occupied by Banker Wire and Iron Works, Inc. The building is located within the jurisdictional authority of Mukwonago, WI. Key contacts with City are listed below:

Bruce Kaniewski, Village Planner ZoningAdministrator, Phone: (262) 363-6421Email: [email protected]

Robert Hurley, Supervisor of InspectionsPhone: (262) 363-6425Email: [email protected]

1.1.2 Summary of Project ScopeThe Lot 1 work includes both design, procurement, construction and commissioning for the following items:

Demolition work both site and inside the building

Design and installation of a 34 degree F Cooler and (-) 10 degree F Freezer. The work includes installation of Insulated Metal Panel (IMP) walls and ceilings, reinforcement of existing roof framing to support IMP ceiling and refrigeration equipment. Removal of the existing concrete slab and installation of insulation and under floor heating will be required at the freezer. The work will include providing power and start-up and commissioning of the freezer and cooler refrigeration equipment.

Design and installation of IMP wall and ceiling panels in areas indicated on the Lot 1 RFP drawings.

Concrete slab removal and installation of new slab in Tank Room A-1-411 to support new liquid storage tanks. The area will be sloped and have a concrete containment curbs.

Remove existing concrete slab in the Electrical Room A-1-412 and Mechanical Utility Room A-1-413 and install new concrete slab to support electrical equipment and future mechanical/plumbing equipment in Room A-1-413.

Floor plan changes in Areas C and G may include architectural, structural, HVAC, plumbing, electrical and fire protection work.

© Chr. Hansen A/S 4/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Providing heating and ventilation for the Ambient Warehouse Room A-1-402, Packaging Room A-1-403, Shipping Dock Room A-1-404, Shipping Office and Toilet Rooms A-1-405 and A-1-406, Sample Shipping Cooler Room A-1-409, Sample Shipping/Lab Rooms A-1-408, A-1-410, Tank Room A-1-411, Electrical Room A-1-412, Mechanical Utility Room A-1-413, Packaging Storage A-1-331, Pre-Staging Unwrapping Room A-1-301, KIT Room A-1-302, Maintenance Shop Room A-1-414.

Provide heating and cooling for Process/Packaging spaces including installation of HVAC equipment, HVAC ductwork and Building Automation System (BAS) for all new HVAC systems provided with the Lot 1 work.

Provide heating and cooling for the Lab and Test Kitchen Areas Room A-1-127 through A-1-137.

Provide walk-in Cooler (39 degree F) at room A-1-130.

Provide new windows and sunscreen on the East wall of the building.

Provide required lighting and power to all equipment indicated in the Lot 1 documents. The Lot 1 work includes modification of the existing electrical service to the building.

Remove and replace the existing floor slab in the Process/Packaging Areas and Lab Areas along the east wall of the building. Install all required walls, ceilings in the Process/Packaging Areas and Lab Areas. Provide any structural work required to support the proposed walls, ceilings and utilities.

Remove and replace the existing slab in other areas as required.

Repair cracks in the existing concrete slab-on-grade with procedures acceptable to Chr. Hansen.

Provide reinforcing of existing roof framing members or provide separate support platforms for all new HVAC equipment.

Provide all underslab piping for process/packaging spaces, laboratory spaces and other areas as required. Piping to be extended to 5'-0" outside the building line.

Submit 30%/60%/90% design submissions to Chr. Hansen and attend Design Review conferences.

Provide startup and commissioning services for all equipment installed with the Lot 1 work.

Provide all required fire protection and fire alarm systems indicated in the Lot 1 documents.

Rebuild office area

New locker rooms

Fencing and pavement

1.2 Legal priority of documentsPriority between the Works and their underlying appendices is described under the headline “Legal Priority” in the Tender Document Index Ref.: 1.

© Chr. Hansen A/S 5/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

1.3 Site visitAt Contractors request, Chr. Hansen invites Contractor to join a presentation on Site.

Chr. Hansen will provide a walk-through of the facility and project areas were relevant photographic images can be recorded. Note all such images must be approved by Chr. Hansen before use.

Chr. Hansen expects that Contractor has reviewed all project documents handed out prior to this meeting.

1.4 Other Work (Not included in Lot 1)1.4.1 Lot 2a/Lot 2b Processing and Packaging Design

This work includes the Process and Packaging Design for a Food Manufacturing Plant at the building in Mukwonago, WI. The process and packaging equipment and piping will be installed during the construction of the Lot 1 work. Chr. Hansen will include a detailed project schedule that defines the construction packages and durations with the Lot 1 bidding documents. The Lot 1 Design/Builder will be required to coordinate with Chr. Hansen and Lot 2a/2b designers for questions/issues that may arise during the design/construction phases for process/packaging equipment.

1.4.2 Lot 3a Owner Supplied Process Equipment

This work includes purchase and installation of new process/packaging equipment by Chr. Hansen in the facility. The work will also include relocation and installation of process/packaging equipment at Chr. Hansen's existing West Allis Plant to the facility in Mukwonago, WI. This work will be done during the Lot 1 construction. The design/builder will be required to coordinate with Chr. Hansen and Lot 3a designers during the design/construction phase of the Lot 1 work.

1.4.3 Lot 4 Utility/Building Mechanical

The work includes design and installation of the following equipment and piping systems serving the process/packaging spaces:

Boiler/Steam System

Condensate Return System

Chilled Water System

Hot Water System

Process Water System including chemical treatment and water softening equipment.

Compressed Air System

Dust Collection Equipment

Ammonia Scrubber

Process Waste Water Treatment System

During the Lot 1 design and construction phases the design builder will be required to coordinate with Chr. Hansen and the Lot 4 designers for information concerning the above work.

1.4.4 Lot 5 Work

This work will include the electrical design and construction to provide power and hookup to all process/packaging equipment. The work will also include lighting design and installation for under platform and specific task lighting not included in the Lot 1 scope of work. The Lot 1 design builder will be required to coordinate with Chr. Hansen and the Lot 5 designers during the design and construction phase of the Lot 1 work.

© Chr. Hansen A/S 6/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

1.4.5 Lot 6 Work

This is all software programming work required for the project and integration of the entire plant instrumentation and controls system. The Lot 1 design effort will be affected by this work as it relates to the controls system that will be provided with the building HVAC system. This work will be performed by Chr. Hansen.

1.4.6 Lot 7 Work

This work will design and install security cameras, the low voltage wiring for the plant instrumentation and controls system and all other IT related issues for the project. The work will be performed by Chr. Hansen and will require coordination of the Lot 1 work with this package during the design and construction phase. The design builder will be required to coordinate with Chr. Hansen and the Lot 7 designers.

2 Project executionThe Lot 1 detailed technical design requirements are provided within this document. The design build contractor will take the documents provided with this RFP and perform the detailed design, submit design submittals, attend design review conferences, issue documents for permit review and obtain required federal, state and local permits for construction. The Lot 1 design/construction team will be required to coordinate Chr. Hansen's design/construction team for the Lot 2a, Lot 2b, Lot 3, Lot 4, Lot 5, Lot 6 and Lot 7 work.

At the time of bid submission all bidders will provide the information requested on the Bid Form concerning pricing, proposed materials/equipment, complete list of all subcontractors and subconsultants and any proposed alternates. There are twenty Additive Bid Items that Chr. Hansen has requested pricing to be provided. These items are not part of the Base Bid Scope of Work. At contract award Chr. Hansen may award all, none or some of the Additive Bid Items.

2.1 DesignChapter 6 of this document describes the detailed technical requirements by discipline required to complete the design phase of the Lot 1 work. This section will describe the design and construction documentation required for the project.

2.1.1 Design and Construction Document Preparation

2.1.1.1 GeneralPrior to start of design, a design coordination meeting will be held with Chr. Hansen and Contractor representatives to review the project requirements and to assist the Contractor in development of the design. The Contractor will document the meeting and provide meeting minutes to Chr. Hansen within 5 working days after the meeting.

Design submissions for review by Chr. Hansen are required including submittals at the 30%/60%/90% levels. As-builts will also be submitted at completion of construction. In addition to the as-built drawings, a GIS survey of the completed improvements shall be submitted after construction and prepared.

The Contractor will submit a design quality control plan for approval prior to beginning design work. The Design Builder's A/E shall incorporate an Independent Technical Review (ITR) of all design submittals by individuals not associated with the Design prior to making review submittals. A certification that the ITR was conducted and comments incorporated prior to all design submittals shall be provided.

Submittals and re-submittals required to secure approval shall include drawings and specifications along with supporting data as needed to fully establish the proposed level of quality of systems and materials.

© Chr. Hansen A/S 7/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

The written Design Analysis shall follow the format provided in this document.

All submittal documents shall contain an index of contents and be accompanied with a transmittal letter.

Construction document drawings shall be stamped (sealed) and signed by the designing discipline, and be produced as standard bond reproducible as specified in this Section. All supporting specifications and calculations data shall be submitted as 8-1/2" x 11", vertically bound.

Chr. Hansen will review and comment on all design submittals with respect to compliance with the Lot 1 RFP requirements. Chr. Hansen will provide comments to the design builder 10 working days after receipt of the 30%, 60% and 90% design submittals. The Contractor's design team shall attend review meetings (3-day minimum) at Chr. Hansen's West Allis, Wisconsin Plant to review comments and responses to the 30%, 60% and 90% design submittals. The Contractor shall prepare minutes of this meeting. Review comments shall be incorporated into the design or otherwise be mutually resolved prior to proceeding.

Upon completion of the 90% Design Review approval by Chr. Hansen of plans and specifications, any subsequent proposed revisions made to the documents shall be submitted for Chr. Hansen review to evaluate the changes with respect to the approved drawings and specifications provided no significant change was made to the RFP requirement. Proposed changes shall not be implemented until reviewed and approved by Chr. Hansen.

2.1.1.2 ScheduleThe Contractor shall establish a preliminary design and building schedule and present to Chr. Hansen within 10 working days of notice of Award of Contract.

Time schedule included in this tender describes overall critical milestones with penalty. Lot 1 contractor can plan in betwean these deadlines.

2.1.1.3 Design Status ReportsA design status report, in a format established by Chr. Hansen shall be prepared and submitted at the end of every month. As a minimum the report shall summarize activity and progress to date and list all outstanding issues and information needed to complete the design.

2.1.1.4 Field InvestigationWhile completing the DESIGN PHASE, the Contractor shall continue to conduct field investigations at the site as required to resolve design issues and to ensure that design submittals reflect existing conditions.

Access to the site prior during the Build Phase shall be coordinated through Chr. Hansen.

The Contractor's Design Team shall make scheduled site visits to ensure construction is being completed in accordance with the Construction Contract Documents. The site visits shall occur at critical points of construction. The following is a list of minimum site visits required to ensure compliance with the contract documents:

During concrete placement

During steel erection

During erection of roofing material

Prior to closing in of the structure

© Chr. Hansen A/S 8/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

During finishing of drywall partitions

During installation of finishes

At completion of all HVAC equipment and ductwork installation.

During pre-final inspection (provide punch list items to Chr. Hansen)

At the completion of all electrical work

During final inspection

Other times requested by Chr. Hansen

2.1.1.5 Value Engineering ProposalsThe Contractor may propose innovative design alternatives which deviate from the original requirements of this RFP. Cost savings proposals are not limited to prior to NTP but are considered Value Engineering during construction phase and will be considered.

Value Engineering proposals shall be submitted in formal written form with drawings to describe each Proposal in detail and with detailed analysis of savings to be realized. If Chr. Hansen agrees with the Proposal and the dollar amount to be saved, the Design Build Contractor will be formally notified. If Chr. Hansen disagrees with either intent of the Proposal or the estimated savings, negotiations may be held to finalize the Proposal and the savings. Cost shall include all Design and Construction Cost associated with the VE proposal including any re-design cost.

Chr. Hansen reserves the right to reject a Proposal outright, without negotiations.

2.1.1.6 Design DiscrepanciesIn the event design discrepancies or omissions become apparent during construction, the Contractor and his Architect/Engineer-of-Record, shall be responsible for correction of the design and shall furnish the necessary drawings, specifications, and other support data as required to resolve the condition to the satisfaction of Chr. Hansen. The Contractor and his A/E shall further perform all work necessary to execute the corrected design at no additional cost to Chr. Hansen.

2.1.1.7 DrawingsDrawings shall be provided on Chr. Hansen's standard title block and comply Chr. Hansen's document entitled "GE-CAD File naming Convention US" included with this RFP. All architectural, structural, mechanical, plumbing, fire protection, electrical and refrigeration drawings for the project will be created using the Building Information Model (BIM) created with AutoCAD Revit software.

2.1.1.7.1 Design Drawing FormatFInal design drawings shall be original plotted tracings produced from the latest cersions of AutoCAD. In addition to standard bond reproducible drawings, electronic media shall be furnished in the format determined by Chr. Hansen. In accordance with the above, written documentation of the electronic data shall accompany the elctronic data submittal. Upon completion of the work, the electronic media and documentation shall become the property of Chr. Hansen, in DWG and Revit.

© Chr. Hansen A/S 9/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

The Final Construction Contract Documents (Design Drawings and Project Manual/Specifications) shall include approved 100% complete and coordinated drawings and specifications. The list below is intended to indicate the organization of the drawings. All of the items listed below may not apply to this project. Drawings shall include the following, as a minimum but not limited to, in the order listed:

General

o Title Sheet

o Drawing Index

o Legend and Abbreviations

Civil Drawings

o Demolition Plan

o Soil Borings (if additional borings are done)

o Site Layout (Complete plans and dimensions)

Site layout shall show all surface features including buildings, pavements, roadways, curbs, manholes, fire hydrants, valve boxes, culvert headwalls, junction boxes, curb inlets, utility poles, exterior lighting poles, signs, foundations at grade, fencing, sidewalks, meters, lift station, cathodic protection power supply box, etc.

o Grading and Drainage Plan

New and existing grading contours with spot elevations and contours, at paved areas.

Contours shall not be greater than 1 foot. Spot elevations shall be indicated at all grade

breaks, points of curvature, points of tangency, and in a sufficient number and pattern so as to adquately grade open areas.

Complete storm drainage systems with manholes, inlets, headwalls, etc.

Identify storage area for stockpiled topsoil. Identify limits of construction and limits of grading. Indicate berms, swales, flumes, etc. Identify temporary erosion control measures. Locate area for Design Build Contractor's storage,

office, parking and staging. Locate temporary fencing. Underdrain drainge system. Set elevations for all building, drives/pavement,

sidewalks, foundations, manholes, etc. To a fixed elevation datum.

o Site Utility Plan

Routing of sewer, water, gas and electrical services.

© Chr. Hansen A/S 10/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Site Details

Profile of gravity flow systems

Paving section details including:

Transition details between pavement types

Pavement edge details

Road Profiles

Apron Sections

Temporary markings and barricades

Pavement/airfield marking

Identify type of new surfaces and provide joint patterns in new concrete paving

Concrete paving construction, contraction and expansion joints

Details of at-grade foundations

Sidewalk details

Traffic sign/markings details

Drainage inlet and outlet details

Manhole details

Curb details

Fencing details

Architectural Drawings

o Plans

Demolition Plans

Overall Floor Plan

Enlarged Floor Plans

Ceiling Plans

Roof Plans

Life Safety Plans

o Elevations

Exterior Building

Interior Toilet Room, etc.

© Chr. Hansen A/S 11/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Sections and Details

Building

Walls

Windows and Doors

o Schedules (some can be provided in the specifications)

Door and Windows

Hardware

Room Finish (can be provided in specifications)

Signage (can be provided in specifications)

Structural Drawings

o Structural Notes

Design statements shall be made on these drawings such as design loads, design codes, allowable soil loads, etc.

o Foundation Plans and Details

All footings or piers and slabs on grade shall be shown and sized,

All reinforcement shall be sized and all spacing requirements shall be given. Provide typical and necessary specific sections showing members and details.

o Floor, roof and Wall Framing and Construction Details

Provide typical and necessary specific floor, roof and wall sections showing members and details.

o Elevations

Provide framing elevations when braced frames are used or when elevations are necessary to convey design intent.

o Steel and Masonry Details

All framing and support members shall be shown and sized.

All welds, plates, connections, etc. associated with framing and support members shall be sized and shown.

All load bearing; non-loading bearing, shear, and veneer masonry walls shall be shown and sized,

All reinforcement shall be sized and all spacing requirements shall be given.

© Chr. Hansen A/S 12/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Schedules

Where schedules are used for structural framings systems, all members shall be clearly idenfitied and all required information shall be provided.

All corresponding sections and details shall be clearly referenced either to or from the schedule.

Mechanical/Fire Protection/Refrigeration Drawings

o Plans

Overall floor plans – Layout of A/C units and ductwork, complete piping and equipment plans. HVAC equipment piping plans shall be separate from HVAC plans.

Enalrged floor plans – Mechanical rooms, restrooms, communications rooms, electrical room and any specialty mechanical area, such as exterior mechanical yards.

Mechanical Fire Protection Plans.

Mechanical SIte Plans, including all equipment yards, all site utilities, etc.

o Sections and Details

Mechanical rooms and piping trenches.

Use equipment piping and systems.

Fire protection details (risers, etc.)

Compressed air details, site utilities metering details.

o Schedules

Mechanical equipment schedules for all equipment items.

o Schematics

Chilled and hot water piping schematics, chiller piping, pumps, compressed air systems, and HVAC controls schematics and details.

Building Automation System basic sequence of operation.

Plumbing Drawings

o Plans

Overall floor plan – Layout of all plumbing and piping.

© Chr. Hansen A/S 13/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Enalrged floor plans – Mechanical rooms, restrooms and specialty areas.

Plumbing details.

o Schedules

Plumbing equipment schedules for all items.

o Schematics/Risers

Sewer Piping Schematics

Cold Water Piping Schematics

Hot Water Piping Schematics

Compressed Air Piping Schematics

Electrical Drawings

o Site Electrical Plan

All electrical and communication/data services shown and sized including demolition.

Transformers and vaults.

Exterior equipment shown with service.

Exterior lighting plans and details.

Electrical feeds to all equipment.

o Lighting Plans

Layout of all lighting fixtures with circuits.

Identification of emergency light fixtures.

Lighting panels and transformer (s).

Lighting Panel Schedule.

o Power Plans

Layout of all receptacles, including junction boxes if required.

Location of electrical disconnects for special equipment.

Power panels and transformer(s).

Panel schedules.

Location of all major equipment requiring power.

One-line diagram.

Motor Control Center Schedule.

© Chr. Hansen A/S 14/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Fire Alarm/Mass Notification System (MNS) Plans and Diagrams

o Energy Management and Control System (EMCS) Diagrams

2.1.1.8 SpecificationsTechnical Specifications for all disciplines shall be provided to Chr. Hansen with the Design Submittals. The Contractor shall use the latest version of AIA Master Spec.

Specifications may be developed using any word processor or automated specification program but shall be provided to Chr. Hansen in Microsoft Word format. Specifications shall include requirements for all necessary submittals and quality control testing to show compliance with RFP requirements and as adequate for record purposes.

2.1.1.9 Design AnalysisA Design Analysis shall be provided with the 30%, 60% and 90% design submittals. The following pages provide a proposed format for the docume

© Chr. Hansen A/S 15/79

Page 16

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

2.2 Project ScheduleContractor is required to deliver an initial execution plan (Programme) including any suggested shutdown periods for the Works as defined in the provisions of the Contract.

The project is planned to be executed according to the overall installation schedule furnished with this RFP document.

Contractor is requested to comment on the overall installation schedule and suggest any changes or modifications according to Contractor’s own execution planning. All Design, fabrication, installation, tests and validations must appear in Contractor’s execution plan. Milestones marked in red in the schedule cannot be changed.

2.3 ConstructabilityPlease note that a separate Constructability Plan is included in the Tender Document Index (Ref.: 1) (TDI).

During the detailed design phase Contractor must provide a detailed plan of actions described in the Constructability Plan including a detailed plan of how major components are lifted into the buildings.

The detailed plan of Contractor’s actions and the timeline is to be approved by Chr. Hansen during the detailed design phase.

3 ConstraintsLot 2a through Lot 7 Package Construction activities will be performed during the Lot 1 construction activities. The Contractor must coordinate with the other package contractor's during the construction period.

During the design phase the Lot 1 Contractor must coordinate with Chr. Hansen's design team to obtain key information required for the Lot 1 design.

The Contractor must coordinate with Chr. Hansen for any required visits to the site during the design phase. The building will be occupied by the current Owner until April 01, 2019.

After all Lot 1 Construction activities are complete, the Contractor must clean the entire building to its pre-construction level of cleanliness.

4 Assumptions4.1 Process/Packaging

There is no Process or Packaging design or construction scope of work included in the Lot 1 Package.

© Chr. Hansen A/S 17/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

4.2 Controls Systems

Chr. Hansen will be developing an over-all plant controls system. The Building Management System (BMS) furnished by the Lot 1 Contractor shall be compatible with Chr. Hansen's overall plant control system.

4.3 IT Issues

Chr. Hansen will be providing all IT systems required for this project.

5 Project DocumentsProject documents according to TDI will accompany the Works (this document) at the time it is released to bidders via Scanmarket.

6 Detailed Scope and Design CriteriaThis Section contains the overall project Scope:

Site Civil Architectural Structural Mechanical/HVAC/Plumbing Electrical Fire Protection Refrigeration

6.1 Site Civil

6.1.1 The base bid site civil scope of work includes the design, procurement and construction for the following items:

Provide security fencing with the limits of the fencing indicated on the Architectural Site Plan provided with the RFP documents.

New pavement. Provide motor operated slide gates at the areas indicated on the Architectural Site

plan. Provide power to the slide gates and spare conduits for communication systems to

each gate location. Provide new signage at the existing exterior signs locations. Actual sing design to be

provided to the Contractor by CHR Hansen after Contract Award. Provide access to any new equipment installed on the site with an all-weather surface

approved by CHR Hansen. The Contractor shall provide design information during the design phase to show the design will support maintenance vehicles.

Coordinate with the City of Mukwonago, WI and other franchise utilities to provide all required utilities to the building.

Obtain all required federal, state and local permits required to construct all proposed improvements.

6.1.2 Existing Geotechnical Information

The following geotechnical information is provided with this RFP for use by the Contractor:o Geotechnical Engineering Exploration and Analysis, Proposed Banker Wire

Addition, 600 Perkins Drive, Mukwonago, WI, Project No. 1G-1107008, prepared by Giles Engineering Associates, Inc., dated 07/28/11.

© Chr. Hansen A/S 18/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Coring-Thickness Report, Report No: 58181021.0001, prepared by Terracon, dated 02/23/18.

If the Contractor requires additional geotechnical information during the design phase, coordination with CHR Hansen will be required to gain access to the site.

6.1.3 Existing Site Survey Information

Along with all available existing drawings for the site, included with this RFP is an updated ALTA Survey for use by the Contractor.

If the Contractor requires additional survey information during the design phase, coordination with CHR Hansen will be required to gain access to the site.

6.1.4 Site Civil Technical Requirements

If required provide a separate water line from the City of Mukwonago’s main line to the new Mechanical Utility Room and existing Fire Riser Room. The contractor is responsible to size the water line to provide 450,000 gallons of water a day for the new Food Manufacturing Plant that will be installed at the existing building. This does not include the water required to serve the existing and new Fire Protection Systems that will be required.

If required provide a separate gas service to the new Mechanical Utility Room to provide gas for new Process/Packaging Equipment, and Building Heating equipment. Coordinate with the gas company We Energies for exact size and location of their gas service to the building. The natural gas demand at the facility is estimated to be 50,000 cubic feet cubic feet hour.

Provide storm water management design and systems as required for any changes to the site required by this project. Storm water management design must meet all federal, state and local requirements.

Provide a minimum 6’ tall chain link fence with 1 row of razor wire above it for security. Chain link fencing shall comply with ASTM A392, Class 1, zinc-coated steel wire with a minimum coating weight of 370 ounces. Provide metal line posts and corner posts as required. The Contractor shall determine line post spacing subject to approval by CHR Hansen. Provide top and bottom rails with the fencing.

The slide gates provided for the project shall have electric gate operators with right angle gearhead instantly reversing motor with magnetic drum-type brake, friction disc clutch, reversing starter with thermal overload protection, and a chain-driven geared rotary-type automatic limit switch. Gate operators with V-bely pulleys are not allowed.

Any new proposed all weather surface shall de designed to support the proper vehicles that will be driving on it. Design submissions will clearly define the design criteria for all new pavement. If the absence of specific guidance from CHR Hansen the new surface shall be designed for an HS-20 Loading.

If the Contractor chooses to install new equipment platforms outside the existing building compliance with any Fire Protection access requirements will be required.

6.2 Architectural6.2.1 Design Criteria

ICC International Building Code (2015) with Wisconsin Department of Safety and Professional Services regulations

ICC International Existing Building Code (2015) ICC International Energy Conservation Code (2015) with Wisconsin Department of

Safety and Professional Services regulations OSHA: Standard Number 1910

© Chr. Hansen A/S 19/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

FDA: Code of Federal Regulations - Title 21 Town of Mukwonago Wi – Code of Ordinances European Hygienic Engineering & Design Group – DOC 44 Hygienic Design

Principles for Food Factories

6.2.2 General

The overall scope of this project is to renovate the existing woven wire manufacturing facility at 600 Perkins Drive in Mukwonago Wisconsin. The original building was constructed in 1994, with a 50,000 square foot warehouse addition being added in 2011.

The layout of the new facility can be divided into nine functions: Administration Office space, Employee Welfare, Laboratory Area, Process Area, Packaging Area, Warehouse, Docks, Maintenance Shop and Utility Rooms.

o The Administration function of this facility will be housed in the existing two-story office space located in the northeast corner of the building. This area includes the main visitor entrance, reception area, enclosed offices, open office workstations, customer conference room, server room, small break room and toilets. The intention is to utilize the administration space without alteration, with two exceptions. The first alteration is the conversion of two offices into a large customer conference room. The second alteration entails moving the door into Women’s Toilet room so that it does not open into the Break Room.

o The Employee Welfare function is located on the north side of the building adjacent to the employee parking lot. Staff enter through a designated entry vestibule and into the main corridor. From the corridor, they are able to access the Main Break room, Clean Uniform room, Men’s Toilet room, Men’s Locker room, Women’s Toilet room, and Women’s Locker room. As part of the base bid, the lockers will be relocated from the existing Men’s Locker room to the new locker rooms. The former locker room will be designated as a Storage room with no more alterations. A new Men’s locker room, Clean Uniform Storage Locker area, and a combination Women’s restroom and Locker room will be added on the west side of the existing entry corridor.

o The Laboratory Area is located on the east side of the building. Windows will also be added to the East face of the building to allow daylight into the labs. A walk in cooler will be constructed out of IMP panels for the walls and ceiling.

o The drawings and the Q/C and R/D laboratory Room Data Sheets included in the reference documents indicate all the utlities required in laboratory spaces. The Laboratory Equipment will be moved and installed by LOT 1 contractor. The Lot 1 contractor is responsible to provide piping, conduits, ect. To provide all the required utilities to all the laboratory spaces and run the utilities to 5 feet above the room ceiling and provide a blind flange for tie-in by the Lot 4 work package. All electrical power shall be provided to the laboratory spaces.

o The Process Function for the building is includes Dry Process Rooms, Wet Process Rooms, Tank Room, Control Room, Manager’s Office, Transfer Rooms, Raw Ingredient Storage, COP and CIP Areas, and Ingredient Prep area. These areas will have IMP walls and Ceilings. Urethane flooring and FRP doors and windows. The Design/Build Contractor will be responsible for providing fall protection for the walk on ceiling above this process area.

o The Packaging area will house racking for packaging materials that will be loaded into the packaging equipment. This area is open to the adjacent warehouse area north of the process area.

© Chr. Hansen A/S 20/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o The Warehouse Area has four distinct types of spaces and is on the west end of the building. A 13,000 +/- sq. ft. 34° Cooler, a 2100 +/- sq. ft. -10° Freezer, a palletizing and labeling area for readying packages for shipping, and the Pallet Rack area for storing finished product, product awaiting packaging and raw dry ingredients. Cooler and Freezer will be constructed out of IMP for both the walls and ceiling.

o The Shipping/Receiving Dock will stay located on the North side of the building. A wall shall be built to enclose the dock area aligning with the existing shipping office block heading south and a wall enclosing the area south of the docks. The existing shipping office will have the platform above it removed and the stairs leading up to the platform.

o The Maintenance shop will be located next to and beneath the existing elevated office that will remain in the southeast corner of the building. No changes will be made at this time to this existing space in the base bid.

o The Utility Rooms will be located on the North wall and will include a Mechanical Room and a separate Electrical room. A small Electrical room will be added to the second floor of the office building in the existing storage room and will service the office area.

6.2.3 Occupancy

The anticipated Occupancy for each area is as follows:

o Process Area 10-15 per shifto Qc Lab 9o R&D Labs 16o Shipping 2o Warehouse 4-5o Maintenance 2-3o Admin Offices 45

6.2.4 Selected Building Systems, Materials and Equipment

Roof membrane and rigid insulation

o Submit data sheets, sample warranties and shop drawings. Obtain approval from owner’s representative prior to proceeding.

o Provide Special Warranty: Manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within specified warranty period. Special warranty includes membrane roofing, base flashings, roof insulation, fasteners, roofing accessories and other components of roofing system. Warranty Period shall be for 20 years from date of Substantial Completion.

o Provide Special Installation Warranty: Submit roofing Installer's warranty covering all components of roofing system such as membrane roofing, base flashing, roof insulation, fasteners, cover boards, substrate boards, vapor retarders and walkway products. The warranty Period shall be for two years from date of Substantial Completion.

o Roof Membrane: TPO roofing white system reinforced 60 mil thick membrane and layers of insulation that are mechanically fastened to steel deck.

o Insulation: 1 1/2" thick polyisocyanurate rigid insulation over existing, joints staggered.

o Flashing: Pre-manufactured 0.040 inch metal roof edge with Kynar 500 coating as a flashing system, with a 24-gauge continuous galvanized cleat at exposed edges of roof where required.

© Chr. Hansen A/S 21/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Exterior Hollow Metal Door and Frame

o Submit door & frame schedule, and manufacturer’s literature. Obtain approval from owner’s representative prior to proceeding.

o Door Leaf: Doors shall be 1 3/4 inch thick, shall be constructed of .042-inch thick, flat, cold-rolled steel panels. A manufacturer’s standard polyisocyanurate core shall be laminated to the steel panels with perimeter channels. Full profile welded and factory primed.

o Door Frame: constructed of metallic-coated steel sheet, minimum thickness of 0.053 inch, with minimum A40 coating. Full profile welded and factory primed. Grout fill all frames at masonry openings.

Exterior Window Systems

o Submit window schedule, shop drawings and manufacturers literature. Obtain approval from owner’s representative prior to proceeding.

o Frame: Factory assembled, extruded aluminum, thermally broken fixed window with extended sill flashing, with an anodized bronze finish.

o Glazing: 1-inch Insulating Glass (1/4-inch, 1/2-inch, 1/4-inch). Surface #2: Solarcool (2) SolarGray, Surface #3: SolarBan (60) clear

Curbs, Colum protection and Door / gate protection o Provide and install Curbs, Colum protection and Door / gate protection

according to floorplans. Concrete coulms and curbs in yellow and red zones must be paintes with epoxy painting to withstand wet cleaning.

Painting on floor for pedestrianso Painting on floor for pedestrians in yellow color according to floorplans.

Gypsum Board – Wall Systems

o Submit shop drawings, and manufacturer’s literature. Obtain approval from owner’s representative prior to proceeding.

o Moisture Resistant Gypsum Board: Provide and install moisture and mold resistant glass-mat gypsum board products with moisture-resistant surfaces complying with ASTM C630 and ASTM C1177 in all locations, which might be subject to moisture exposure.

o Type X Gypsum Board: For fire-resistance-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E119 by an independent testing agency.

o Hung Gypsum Board Ceiling Systems: Sag resistant ceiling gypsum board panels.

o Cold-formed steel structural framing members shall be a minimum of 20-ga. (33-mil.). All structural members shall be galvanized in accordance with ASTM A525, Class G-60. All non-structural members and accessories shall be galvanized, Class G-40. Provide bracing for framing members and assemblies.

o Interior Trim: Galvanized or aluminum-coated steel sheet, rolled zinc, plastic or paper-faced galvanized-steel sheet.

o Sound-Attenuation Blankets: ASTM C 665, Type I (blankets without membrane facing) produced by combining thermosetting resins with mineral fibers manufactured from glass, slag wool, or rock wool. Fire-Resistance-Rated Assemblies shall comply with mineral-fiber requirements of assembly.

© Chr. Hansen A/S 22/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Acoustical Sealant: Standard non-sag, paintable, non-staining latex sealant complying with ASTM C 834.

o Fire rated sealant: Shall be UL tested to the raiting that is requried to mantain the fire rated assembly.

© Chr. Hansen A/S 23/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Insulated Metal Panels (IMP) Walls and ceilings

o Submit shop drawings, manufacturer’s literature, manufacturer’s written 20-year warranty, and samples from the manufacturer’s standard selection of colors. Shop drawings shall show panel heights, head, sill and corner details, fasteners, trim sealant, vapor barrier, special vapor barrier, slip sheets and underfloor insulation. Obtain approval from owner’s representative prior to proceeding.

o Panel construction and facings shall provide adequate structural and thermal properties for this application. Panels shall comply with the Building Code requirements affecting foam plastics.

o Exterior Panels: shall be manufactured and installed to take a maximum deflection of L/180 under thermal loading combined with the wind loading conditions.

o Interior Panels: shall be manufactured and installed to take a five psf uniform load with a maximum deflection of L/240 under combined loading.

o Ceiling Panels: shall be capable of supporting a uniform live load of 25 psf.o Physical properties of insulating materials:

The continuous foam-in-place urethane core of each panel shall have the following minimum physical properties:

Density Nominal 2.4 lbs./cf Shear Strength 38 psi (to rise) Tensile Strength 33 psi Compressive Strength 22 psi

o The core will withstand humidity aging at 158˚ F and 100 percent relative humidity for a period of 7 days with a volume increase no greater than 6.7 percent in accordance with ASTM D 2161.

o The core will stand heat aging at 200˚ F for a period of 7 days with a volume expansion not to exceed 1.4 percent in accordance with ASTM D 2126.

o The core will withstand cold aging at -20˚ F for a period of 7 days with a loss in volume not greater than 0.0 percent in accordance with ASTM D 2126.

o Core material shall have a minimum 90 percent closed cell structure.o Panel facings: Wall panel facings shall be minimum 26-gauge, G90,

galvanized steel, conforming to ASTM A 446, Grade A with an embossed stucco finish on the exterior faces and smooth finish on interior faces. Thicker facings shall be supplied if required for the specified loadings.

o Panel finishes for Dry wash areas: Paint shall be acrylic baked enamel or modified siliconized polyester, with 0.2-mil primer and 0.8-mil finish coat.

o Panel finishes for Wet Wash areas: Painting shall be a minimum of 0.2-mil epoxy primer followed by 0.8-mil finished coat of 70 percent Hylar 5000 or Kynar 500.

o Concealed facings on liner panels or facings exposed above any suspended ceilings may be prefinished Polar White or Regal White.

o All interior facings shall be USDA approved, prefinished Polar White or Regal White.

o Closed Cell Spray Foam Insulation (CCSFI): Spray urethane foam insulation is a two-component, quick-cure polyurethane foam that fills cavities, cracks and expansion joints for insulation and air sealing. Use FROTH-PAK Foam Insulation as manufactured by The Dow Chemical Company or equal.

o Underfloor Insulation: Underfloor insulation shall be Dow Styrofoam (High Load 40, 60, or 100) R=5.0/inch or Freezermate (2-inch or 3-inch, 30 psi.) Board size shall be 2 feet x 8 feet and thickness as required. Provide two layers with staggered and offset joints.

© Chr. Hansen A/S 24/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Special Vapor Barrier: Special vapor barrier shall be uncured EPDM, 45 mil Elastaform by Carlisle or equal. Vapor barrier shall be adhered with a full coat of "bonding adhesive" by Carlisle or equal.

o Vapor Retarder: Provide vapor retarder membrane under all slab on grade placements where the slab is to receive an architectural finish. Acceptable products include multi-layer composite, polyethylene or polyolefin membrane with a maximum U.S. perm rating of 0.1 meeting ASTM E-1745 Class B requirements.

o Slip Sheet: Slip-sheet shall be 6-mil polyethylene.o Sealants: Concealed caulking within panel joints, panel base channels and at

panel cap channels shall be butyl, GE Silpruf or equal. Exposed caulking on the metal face of panels shall be a single component, polyurethane, Sika 1a, Sonneborn NP-1 or equal.

o Accessories: Trim fasteners shall be stainless steel or cadmium-plated screws prefinished in a color to match the panels and trim. Interior panel fasteners at locations other than at panel joints shall be "Fab-lok" or “Bulb-Tite Rivets”

o Panel Ceiling Suspension: Provide 3/8-inch diameter galvanized hanger rods to suspend ceiling panels from the overhead structure. Provide necessary hardware to attach rods to roof joists. Space as required providing the specified live load rating. Provide 3/8-inch I.D. Armaflex tube insulation at every rod hanger. Set in tube insulation in mastic and seal to the top of the panel with mastic. Seal hanger rod holes with sealant. Caulk all ceiling panel joints after erection.

Polyurethane Flooring

o Submit shop drawings, manufacturer’s literature, Manufacturer’s Material Safety Data Sheets (MSDS) for each respective product, 5-year written warranty and samples from the manufacturer’s standard selection of colors. Obtain approval from owner’s representative prior to proceeding.

o Decorative Quartz System: Three-component, trowelable polyurethane/cementitious concrete floor resurfacer, 1/4 inch thickness. Seamless system is broadcast with colored quartz aggregate (color to be selected by the Owner) to increase surface texture and slip resistance. A clear sealer or topcoat shall be installed to provide a non-slip cleanable surface.

o Acceptance: The floor and curbs shall be completely finished, uniform in color and texture, and shall slope uniformly to drain to the floor drains. Base coves shall be uniform in appearance at all locations, including corners. Floors shall be test flooded with water and shall drain completely, leaving no puddles or birdbaths.

Interior Windows – Fiberglass Reinforced Plastic (FRP) framed

o Submit window schedule, shop drawings and manufacturers literature. Literature should show that all components of the window system complies with the USDA guidelines for incidental food contact. Obtain approval from owner’s representative prior to proceeding.

© Chr. Hansen A/S 25/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Frame: Solid core FRP Frame

Frames shall be fiberglass and manufactured using the resin transfer method creating one solid piece (no voids) with complete uniformity in color and size. Beginning with a minimum 25-mil gelcoat layer molded in and a minimum of two layers of continuous strand fiberglass mat saturated with resin, the frame will be of one-piece construction with molded stop. All frame profiles shall have a core material of two psf polyurethane foam. Pultruded fiberglass frames will not be accepted.

Finish of frame shall be with 25 mil resin-rich gelcoat of the specified color integrally molded in at time of manufacture.

Jamb/Header connection shall be seamless one-piece frame construction.

o Glazing: 1/4 inch thick, UV stabilized, clear Polycarbonate sheet.

Interior Swing Doors

o Submit door & frame schedule, door hardware schedule and manufacturers literature. Literature should show that all components of the FRP door system complies with the USDA guidelines for incidental food contact. Obtain approval from owner’s representative prior to proceeding.

o Hollow Metal Door Leaf: Doors shall be 1 3/4 inch thick, shall be constructed of .042-inch thick, flat, cold-rolled steel panels. A urethane core shall be laminated to the steel panels with perimeter channels on three (3) sides. Full profile welded and factory primed.

o Wood Door Leaf: Wood doors shall be solid core flush wood doors, 1-3/4 inch thick with a mat formed wood particleboard core. Doors shall be three-ply faces. Glue bond shall be Type II, interior. Veneer shall be select Red Oak and shall be plain sliced, (Grade A) entire face from one flitch, book matched and matched for color and grain at veneer joints. Wood face veneers shall be factory machined and smoothly sanded prior to shipment. Color and finish to match existing.

o FRP Door Leaf: FRP doors shall be 1-3/4-inch thick and of flush construction, having no seams or cracks. Internal reinforcement shall be of sufficient amount to adequately support the required hardware and the function of it. Finish of door and frame shall be gel coat of color integrally molded in at time of manufacture. The finish of the door and frame must be field repairable without compromising the integrity of the original uniform composite structure, function or physical strength.

o Hollow Metal Frame: constructed of metallic-coated steel sheet, minimum thickness of 0.053 inch, with minimum A40 coating. Full profile welded and factory primed. Grout fill all frames at masonry openings.

o FRP Frame: FRP frames shall be fiberglass and manufactured using the resin transfer method creating one solid piece (no voids) with complete uniformity in color and size. Beginning with a minimum 25-mil gelcoat layer molded in and a minimum of two layers of continuous strand fiberglass mat saturated with resin, the frame will be of one-piece construction with molded stop. All frame profiles shall have a core material of two psf polyurethane foam. Pultruded fiberglass frames will not be accepted.

© Chr. Hansen A/S 26/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Door Hardware:

Hinges: ANSI/BHMA A156.1 certified butt hinges with number of hinge knuckles.

Acceptable Manufacturers:

Hager Companies (HA). McKinney Products; ASSA ABLOY Architectural Door

Accessories (MK)

Electrified Quick Connect Transfer Hinges: Provide electrified transfer hinge with Molex™ standardized plug connectors and sufficient number of concealed wires (up to 12) to accommodate the electrified functions specified in the Door Hardware Sets. Connectors plug directly to through-door wiring harnesses for connection to electric locking devices and power supplies. Wire nut connections are not acceptable.

Acceptable Manufacturers:

Hagar Companies (HA) – ETW-QC (# wires) Option. McKinney Products: ASSA ABLOY Architectural Door

Accessories (MK) – QC (# wires) Option.

Door Operating Trim: Flush Bolts and Surface Bolts shall be ANSI/BHMA A156.3 and A156.16, Grade 1, certified. Flush Bolts to be furnished with top rod of sufficient length to allow bolt retraction devise location approximately six feet from the floor. Furnish dust proof strikes for bottom bolts. Surface bolts to be minimum 8” in length, U.L. listed for labeled fire doors, and U.L. listed for windstorm components where applicable. Provide related accessories (mounting brackets, strikes, coordinators, etc.) as required for appropriate installation and operation.

Acceptable Manufacturers:

Rockwood Products; ASSA ABLOY Architectural Door Accessories (RO).

Trimco (TC)

Coordinators: ANSI/BHMA A156.3 certified door coordinators consisting of active-leaf, hold-open lever and inactive-leaf release trigger.

Acceptable Manufacturers:

Rockwood Products; ASSA ABLOY Architectural Door Accessories (RO).

Trimco (TC)

© Chr. Hansen A/S 27/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Door Push Plates and Pulls: ANSI/BHMA A156.6 certified door pushes and pulls of type and design specified in the Hardware Sets. Push/Pull Plates: Minimum .050 inch thick, with beveled edges, secured with exposed screws unless otherwise indicated.

Acceptable Manufacturers:

Rockwood Products; ASSA ABLOY Architectural Door Accessories (RO).

Trimco (TC).

Cylinders and Keying: Obtain each type of keyed cylinder and keys from the same source manufacturer as locksets and exit devices, unless otherwise indicated.

Cylinders: Original manufacturer cylinders complying with the following:

Mortise Type: Threaded cylinders with rings and cams to suit hardware application

Rim Type: Cylinders with back plate, flat-type vertical or horizontal tailpiece, and raised trim ring.

Bored-Lock Type: Cylinders with tailpieces to suit locks.

Mortise and rim cylinder collars to be solid and recessed to allow the cylinder face to be flush and be free spinning with matching finishes.

Interchangeable Cores: Core insert, removable by use of a special key; usable with other manufacturers' cylinders

Removable Cores: Core insert, removable by use of a special key, and for use with only the core manufacturer's cylinder and door hardware. Provide removable core (small or large format) as specified in Hardware Sets.

Key Quantity: Provide the following minimum number of keys:

Change Keys per Cylinder: Two (2) Master Keys (per Master Key Level/Group): Five (5) Construction Keys (where required): Ten (10)

Construction Keying: Provide construction master keyed cylinders.

Key Control Cabinet: Provide a key control system including envelopes, labels and tags with self-locking key clips, receipt forms, 3-way visible card index, temporary markers, permanent markers, and standard metal cabinet. Key control cabinet shall have expansion capacity of 150% of the number of locks required for the project.

© Chr. Hansen A/S 28/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Mechanical Locks and Latching Devices:

Cylindrical Locksets, Grade 1 (Heavy Duty): ANSI/BHMA A156.2, Series 4000, Grade 1 certified. Furnish with solid cast levers, standard 2 3/4-inch backset, and 1/2-inch (3/4 inches at rated paired openings) throw brass or stainless steel latchbolt. Locks are to be non-handed and fully field reversible. Extended cycle test: Locks to have been cycle tested in ordinance with ANSI/BHMA 156.2 requirements to 2 million cycles.

Acceptable Manufacturers:

Yale Locks and Hardware (YA) 5400LN Series.

Narrow Stile Interconnected Locksets: Interconnected locksets designed with a mortise case

that contains both a latchbolt and deadbolt and allows simultaneous retraction of both the latchbolt and deadbolt with a single motion turning of the lever handle. Locksets to be non-handed and available with a 1 1/8-inch or 1 1/2-inch standard backset. Latchbolt and deadbolt shall be fabricated of wrought brass and bronze with a minimum 3/4-inch latchbolt throw and 1-inch deadbolt throw.

Acceptable Manufacturers:

Adams Rite (AD) – 2190/2290 Series.

Auxiliary Locks

Cylindrical Deadlocks: ANSI/BHMA A156.36, Grade 1, cylindrical type deadlocks to fit standard ANSI 161 preparation and 1 3/8-inch to 1 3/4-inch thickness doors. Provide tapered collars to resist vandalism and 1-inch throw solid steel bolt with hardened steel roller pins. Deadlocks to be products of the same source manufacturer and keyway as other locksets.

Acceptable Manufacturers:

Yale locks and Hardware (YA) – D100 Series.

o Strikes: Provide manufacturer's standard strike with strike box for each latch or lock bolt, with curved lip extended to protect frame, finished to match door hardware set and as follows:

Flat-Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer.

Extra-Long-Lip Strikes: For locks used on frames with applied wood casing, trim.

© Chr. Hansen A/S 29/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Double-lipped strikes: For locks at double acting doors. Furnish with retractable stop for rescue hardware applications.

o Standards: Comply with the following:

Strikes for Mortise Locks and Latches: BHMA A156.13 Strikes for Bored Locks and Latches: BHMA A156.2 Strikes for Auxiliary Deadlocks: BHMA A156.36 Dustproof Strikes: BHMA A156.16.

o Electric Strikes

Surface Mounted Rim Electric Strikes: Surface mounted rim exit device electric strikes conforming to ANSI/BHMA A156.31, Grade 1, and UL Listed for both Burglary Resistance and for use on fire rated door assemblies. Construction includes internally mounted solenoid with two heavy-duty, stainless steel locking mechanisms operating independently to provide tamper resistance. Strikes tested for a minimum of 500,000 operating cycles. Provide strikes with 12 or 24 VDC capability supplied standard as fail-secure unless otherwise specified. Option available for latchbolt and latchbolt strike monitoring indicating both the position of the latchbolt and locked condition of the strike. Strike requires no cutting to the jamb prior to installation.

Acceptable Manufacturers:

HES (HS) – 900 Series HES (HS) – 9500/9600 Series.

Provide electric strikes with in-line power controller and surge suppressor by the same manufacturer as the strike with the combined products having a five-year warranty.

Conventional Exit Devices:

At doors not requiring a fire rating, provide devices complying with NFPA 101 and listed and labeled for "Panic Hardware" according to UL305. Provide proper fasteners as required by manufacturer including hex details at openings specified in the Hardware Sets.

Where exit devices are required on fire rated doors, provide devices complying with NFPA 80 and with UL labeling indicating "Fire Exit Hardware". Provide devices with the proper fasteners for installation as tested and listed by UL. Consult manufacturer’s catalog and template book for specific requirements.

Except on fire rated doors, provide exit devices with hex key dogging device to hold the push bar and latch in a retracted position. Provide optional keyed cylinder dogging on devices where specified in Hardware Sets.

© Chr. Hansen A/S 30/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Devices must fit flat against the door face with no gap that permits unauthorized dogging of the push bar. The addition of filler strips is required in any case where the door light extends behind the device as in a full glass configuration.

Electromechanical Options: Subject to same compliance standards and requirements as mechanical exit devices, electrified devices to be of type and design as specified in hardware sets. Include any specific controllers when conventional power supplies are not sufficient to provide the proper inrush current.

Lever Operating Trim: Where exit devices require lever trim, furnish manufacturer's heavy-duty escutcheon trim with threaded studs for thru-bolts.

Lock Trim Design: As indicated in Hardware Sets, provide finishes and designs to match that of the specified locksets.

Where function of exit device requires a cylinder, provide a cylinder (Rim or Mortise) as specified in Hardware Sets.

Vertical Rod Exit Devices: Where surface or concealed vertical rod exit devices are used at interior openings, provide as less bottom rod (LBR) unless otherwise indicated. Provide dust proof strikes where thermal pins are required to project into the floor.

Narrow Stile Applications: At doors constructed with narrow stiles, or as specified in Hardware Sets, provide devices designed for maximum 2-inch wide stiles.

Rail Sizing: Provide exit device rails factory sized for proper door width application.

Conventional Push Rail Exit Devices (Commercial Duty): ANSI/BHMA A156.3, Grade 1 certified panic and fire exit hardware devices furnished in the functions specified in the Hardware Sets. Fabricate latchbolts from cast stainless steel, Pullman type, incorporating a deadlocking feature.

Acceptable Manufacturers:

Yale Locks and Hardware (YA) - 6000 Series.

o Tube Steel Removable Mullions: ANSI/BHMA A156.3 removable steel mullions with malleable-iron top and bottom retainers and a primed paint finish.

Provide keyed removable feature where specified in the Hardware Sets.

Provide stabilizers and mounting brackets as required. Provide electrical quick connection wiring options as specified in the

hardware sets. Acceptable Manufacturers:

Yale Locks and Hardware (YA) – M200 Series.

© Chr. Hansen A/S 31/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Door Closers:

General: Door closers to be from one manufacturer, matching in design and style, with the same type door preparations and templates regardless of application or spring size. Closers to be non-handed with full sized covers including installation and adjusting information on inside of cover.

Standards: Closers to comply with UL-10C for Positive Pressure Fire Test and be U.L. listed for use of fire rated doors.

Cycle Testing: Provide closers, which have surpassed 15 million cycles in a test witnessed and verified by UL.

Size of Units: Comply with manufacturer's written recommendations for sizing of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Where closers are indicated for doors required being accessible to the physically handicapped, providing units complying with ANSI ICC/A117.

Closer Arms: Provide heavy duty, forged steel closer arms unless otherwise indicated in Hardware Sets.

Closers shall not be installed on exterior or corridor side of doors; where possible install closers on door for optimum aesthetics.

Closer Accessories: Provide door closer accessories including custom templates, special mounting brackets, spacers and drop plates as required for proper installation. Provide through-bolt and security type fasteners as specified in the hardware sets.

o Door Closers, Surface Mounted (Commercial Duty): ANSI/BHMA 156.4, Grade 1 certified surface mounted, institutional grade door closers with complete spring power adjustment, sizes 1 through 6; and fully operational adjustable according to door size, frequency of use, and opening force. Closers to be rack and pinion type, one-piece cast iron or aluminum alloy body construction, with adjustable back check, closing sweep, and latch speed control valves. Provide non-handed units standard. Acceptable Manufacturers:

Norton Door Controls (NO) - 8500 Series Yale Locks and Hardware (YA) - 3500 Series

o Door Protective Trim

General: Door protective trim units to be of type and design as specified below or in the Hardware Sets.

Size: Fabricate protection plates (kick, armor, or mop) not more than 2 inches less than door width (LDW) on stop side of single doors and 1-inch LDW on stop side of pairs of doors, and not more than 1" less than door width on pull side. Coordinate and provide proper width and height as required where conflicting hardware dictates. Height to be as specified in the Hardware Sets.

Where plates are applied to fire rated doors with the top of the plate more than 16 inches above the bottom of the door, provide plates complying with NFPA 80. Consult manufacturer’s catalog and template book for specific requirements for size and applications.

© Chr. Hansen A/S 32/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Protection Plates: ANSI/BHMA A156.6 certified protection plates (kick, armor, or mop), fabricated from the following:

Stainless Steel: 300 grade, 050-inch thick. Options and fasteners: Provide manufacturers designated

fastener type as specified in the Hardware Sets. Provide countersunk screw holes.

Acceptable Manufacturers:

Rockwood Products; ASSA ABLOY Architectural Door Accessories (RO)

Trimco (TC)o Door Stops and Holders:

Door Stops and Bumpers: ANSI/BHMA A156.16, Grade 1 certified door stops and wall bumpers. Provide wall bumpers, either convex or concave types with anchorage as required. Floor doorstops are not acceptable. Where wall bumpers are not appropriate, provide overhead type stops and holders.

Overhead Door Stops and Holders: ANSI/BHMA A156.6, Grade 1 certified overhead stops and holders to be surface or concealed types as indicated in Hardware Sets. Track, slide, arm and jamb bracket to be constructed of extruded bronze and shock absorber spring of heavy tempered steel. Provide non-handed design with mounting brackets as required for proper operation and function.

Acceptable Manufacturers:

Rixson Door Controls (RF). Rockwood Products; ASSA ABLOY Architectural

Door Accessories (RO). Sargent Manufacturing (SA).

Architectural Seals:

General: Thresholds, weatherstripping, and gasket seals to be of type and design as specified below or in the Hardware Sets. Provide continuous weatherstrip gasketing on exterior doors and provide smoke, light, or sound gasketing on interior doors where indicated. At exterior applications provide non-corrosive fasteners and elsewhere where appropriate.

Sound-Rated Gasketing: Assemblies that are listed and labeled by a testing and inspecting agency, for sound ratings indicated.

Replaceable Seal Strips: Provide only those units where resilient or flexible seal strips are easily replaceable and readily available from stocks maintained by manufacturer.

Acceptable Manufacturers:

National Guard Products (NG). Pemko Products; ASSA ABLOY Architectural Door

Accessories (PE). Reese Enterprises, Inc. (RE).

© Chr. Hansen A/S 33/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Large Doors

o Submit door & frame schedule, and manufacturer’s literature. Obtain approval from owner’s representative prior to proceeding.

o Fabric Door – Dry wash

Curtain Material shall be 60 mil Reinforced PVC Fabric. The vison panel shall be full width of door. Door shall release immediately upon impact from the side guides. After a break-away impact and upon activation, the door fabric panel shall re-insert itself into the side guides and assume the closed position without assistance. This self-reinserting feature shall be operational in all stages of the door’s opening and closing cycle irrespective of the driving direction of the impact device.

Speed:

Minimum open speed: 45 inches per second Maximum close speed: 25 inches per second

Motor shroud shall be painted steel or stainless steel. Wiring shall be installed within a solid pipe conduit. Refer to Project

Data Sheets for Conduit type required per room. Door activation shall be pull chord. Safety Features: Soft Bottom Edge, Photo Electric Cell with Reflector

on each side of door, Reversing Sensor

Acceptable manufacturers:

Rite Hite Corporation Rytec Corporation SuperSeal H‘O’RMANN-Flexon

o Fabric Door – Insulated

Designed for Interior Environments where cold storage with negative temperatures as low as -22˚ F (-28˚ C) are required. The door shall have an automatic cycle mode to maintain door operation in freezer applications.

Curtain Material shall be 1-inch thick insulated fabric panel shall be minimum R-4 insulating value and no vision panel.

Vison Panel: None Retention Door shall release immediately upon impact from the side guides.

After a break-away impact and upon activation, the door fabric panel shall re-insert itself into the side guides and assume the closed position without assistance. This self-reinserting feature shall be fully operational in all stages of the door’s opening and closing cycle irrespective of the driving direction of the impact device.

© Chr. Hansen A/S 34/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Speed:

Minimum open speed: 45 inches per second Maximum close speed: 25 inches per second

Motor shroud shall be painted steel or stainless steel. Wiring shall be installed within a solid pipe conduit. Door activation shall be pull chord. Safety Features: Soft Bottom Edge, Photo Electric Cell with Reflector

on each side of door, Reversing Sensor Acceptable manufacturers:

Rite Hite Corporation Rytec Corporation H‘O’RMANN-Flexon

o Exterior – Overhead Coiling Door

Submit door & frame schedule, and manufacturer’s literature. Obtain approval from owner’s representative prior to proceeding.

Basis of Design: 630 Series Service Doors by Overhead Door Corporation.

Curtain: Interlocking roll-formed slats as specified following. Endlocks shall be attached to each end of alternate slats to prevent lateral movement.

Wind Load Design: Prescribed wind and suction loads. Weatherseals: Vinyl bottom seal (guide weatherseal). Bottom Bar: Two galvanized steel angles. Guides: Three structural steel angles with minimum thickness of 3/16

inches. Brackets: Painted steel to support counterbalance, curtain and hood. Counterbalance: Helical torsion spring type designed for standard

20,000-cycle life design. Counterbalance shall be housed in a steel tube or pipe barrel, supporting the curtain with deflection limited to 0.03 per foot of span. Counterbalance shall be adjustable by means of an adjusting tension wheel.

Hood: Primed steel, 24-gauge, with internal flame baffle and intermediate supports as required.

Electric Motor Operation: Provide UL listed electric operator, size as recommended by manufacturer to move the door in either direction at not less than 2/3 foot nor more than 1 foot per second.

Sensing Edge Protection: Electric sensing edge. Operator Controls: Push-button operated control stations with open,

close and stop buttons for surface mounting, for interior location. Locking: Interior slide bolt lock for electric operation with interlock

switch. Wall Mounting Condition: Face of wall mounting.

© Chr. Hansen A/S 35/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Phenolic-Core Toilet Compartments

o Submit shop drawings, manufacturers’ literature, and standard color samples. Obtain approval from owner’s representative prior to proceeding.

o Phenolic-Core Partitions: The toilet partition, doors and urinal screen panels shall solid phenolic-core panel material with melamine facing on both sides fused to substrate during panel manufacture (not separately laminated), and with eased and polished edges.

o Hardware: All door hardware, mounting brackets and fasteners shall be polished chrome plated heavy cast metal. Pilasters shall be protected at floor with a stainless steel plinth.

o Door Hardware: Each door shall have coat hook, door latch and bumper.o Sizes: Standard toilet compartment plan dimension shall be 36 inches-wide

by 60 inches-deep clear. Handicapped stalls shall be 60 inches by 60-inches clear. Panel and doors shall be 58 inches high, standard doors shall be 26 inches-wide, handicapped stall doors shall be 36 inches-wide. Handicapped stalls shall conform to Federal and State ADA requirements. Edges of material shall be the same color as the surface. Toilet Partitions shall be ceiling hung, Urinal Screens shall be wall-Hung

o Acceptable manufacturers:

American Sanitary AMPCO General Partitions Global Partitions Sanymetal

o Hardware of chrome-plated "Zamak,” aluminum or extruded plastic is unacceptable.

o Latch:

Sliding door latch shall be 14-gauge and shall slide on nylon track. Sliding door latch shall require less than 5-lb force to operate.

Twisting latch operation will not be acceptable. Latch track shall be attached to door by machine screws into factory-

installed threaded brass inserts. Threaded brass inserts shall be factory-installed for door hinge and

latch connections and shall withstand a direct pull exceeding 1,500 lbs. per insert.

Through-bolted, stainless steel, pin-in-head Torx hex bolt fasteners shall be used at latch keeper-to-stile connections and shall withstand direct pull force exceeding 1,500 lbs. per fastener.

o Hinges:

Cam shall be adjustable in the field to permit door to be fully closed or partially open when compartment is unoccupied.

Hinges shall be attached to door and stile by theft-resistant, pin-in-head Torx stainless steel machine screws into factory-installed, threaded brass inserts.

Fasteners secured directly into the core are not acceptable. Doorstops and hinges shall be secured with stainless steel, pin-in-

head Torx machine screws into threaded brass inserts.

© Chr. Hansen A/S 36/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Threaded brass inserts shall withstand a direct pull force exceeding 1,500 lbs. per insert.

o Clothes Hook

Clothes hook shall be constructed of stainless steel and shall project no more than 1-1/8-inch from face of door.

Clothes hook shall be secured to door by through-bolted, theft-resistant, pin-in-head Torx stainless steel screws. Through-bolted fasteners shall withstand a direct pull force exceeding 1,500 lbs. per fastener.

o Mounting Brackets

Mounting brackets shall be constructed of stainless steel and shall be mounted inside the compartment.

Fasteners at locations connecting panels-to-stiles shall utilize through-bolted, stainless steel, pin-in-head Torx hex bolt fasteners. Through-bolted fasteners shall withstand direct pull force exceeding 1,500 lbs. per fastener.

Toilet Accessories

o Submit manufacturer’s literature. Obtain approval from owner’s representative prior to proceeding.

o Approved Manufacturers

Bobrick Washroom Equipment, Inc. McKinney Parker Bradley

o Manual accessories

Toilet seat cover dispenser Bobrick B-221, or approved equal. Mirror, Bobrick, 24 inches wide X 42 inches tall, B-290, or approved

equal. Hat and coat hook, Bobrick B-682, or approved equal. Grab bar, Bobrick B-5806, 42 inches with peened gripping surface, or

approved equal. Grab bar, Bobrick B-5806, 36 inches with peened gripping surface, or

approved equal. Grab Bar, Bobrick B-5806, 18 inches with Peened Gripping surface or

approved equal. Surface mounted sanitary napkin/tampon dispenser, Bobrick B-

370639-25 or approved equal. Surface mounted sanitary napkin disposal, Bobrick B-254 or

approved equal.

o Powered Accessorieso Automatic hand dryer, Xlerator XL-SB brushed stainless steel, or approved

equal.

© Chr. Hansen A/S 37/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Solid surfacing countertops

o Submit shop drawings, manufacturer’s literature, and standard color samples. Obtain approval from owner’s representative prior to proceeding.

o Solid Surface Material: Homogeneous-filled plastic resin complying with ICPA SS-1. Equal to Corian Brand.

Type: Provide Standard type. Integral Sink Bowls: Comply with CSA B45.5/IAPMO Z124. Colors and Patterns: As selected by owners’ Representative from

manufacturer's full range.

o Plywood: Exterior softwood plywood complying with DOC PS 1, Grade C-C Plugged, and touch sanded.

o Countertop Fabrication

Fabricate countertops according to solid surface material manufacturer's written instructions and to the AWI/AWMAC/WI's "Architectural Woodwork Standards." Grade shall be Premium. Countertops: 3/4-inch-thick, solid surface material with front edge built up with same material. Backsplashes: 3/4-inch-thick, solid surface material. Fabricate tops with shop-applied edges and backsplashes unless otherwise indicated. Comply with solid surface material manufacturer's written instructions for adhesives, sealers, fabrication and finishing. Fabricate with loose backsplashes for field assembly. Install integral sink bowls in countertops in the shop. Fabricate countertops without joints.

Lockers room equipment

o Submit shop drawings, manufacturer’s literature, and standard color samples. Obtain approval from owner’s representative prior to proceeding.

o Lockers:

Lockers shall be solid door with vent slat style metal lockers 15 inch wide x 18-inch deep, curb mounted. Lockers shall be 72 inches high, double-tier. Each locker door unit shall be furnished with one number plate, hat shelf, ceiling hook and three coat hooks. All locker body components shall be made of gauges and materials as specified by Manufacturer. Backs and sides shall be solid sheet. Parts shall be made of cold rolled steel, bonderized, with baked enamel finish. Latching device shall be a heavy-duty smooth-acting mechanism with provision for padlocking. All fasteners shall be cadmium plated. Lockers shall be furnished with sloping top, corner trims and end closures. Lockers shall be mounted on a 4-inch high concrete curb.

Approved manufacturers:

Lyon Workspace Products LLC ASI Storage Solutions PENCO Products, Inc.

© Chr. Hansen A/S 38/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Benches:

Tops shall be sturdy laminated hardwood 1-1/2 inch thick x 11-3/4 inches wide. Pedestals shall be bell shaped heavy-duty castings 7-3/4 inch diameter threads for 1-1/2 inch diameter pipe. Provide pipe pedestal and flanges for concealed fastening. Hardwood benches shall be refinished with clear polyurethane.

ADA benches shall be 17-19 inches off finish floor, 20-inch deep minimum and 42-inch long minimum with accessible approach parallel to the short end of the bench.

Metal laboratory casework and solid resin countertops

o Submit shop drawings, keying schedule, manufacturer’s literature, and standard color samples. Obtain approval from owner’s representative prior to proceeding.

o Solid Resin Countertops: Sheets cast from modified phenolic resin and non-asbestos inert fillers with 10 percent of filler certified as post-consumer glass by SCS; compounded mixture cured and thermoset specifically from formulation to provide exceptional physical and chemical resistance required in medium to heavy-duty laboratory environments.

Approved manufacturers:

Durcon, Incorporated Blackland Iroquois Hoods Hamilton Laboratory Solutions

o Laboratory Casework:

Casework shall comply with SEFA 8 M, "Laboratory Grade Metal Casework."

Flammable Liquid Storage: Where cabinets are required for solvent or flammable liquid storage, provide units that are listed and labeled as complying with requirements in NFPA 30.

Electrical Components, Devices and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

Metal Cabinet Materials

Metal: Cold-rolled, commercial steel (CS) sheet, complying with ASTM A 1008/A 1008M; matte finish; suitable for exposed applications.

Nominal Metal Thickness:

Sides, Ends, Fixed Backs, Bottoms, Tops, Soffits and Items Not Otherwise Indicated: 0.048 inch. Except for flammable liquid storage cabinets, bottoms may be 0.036 inch if reinforced.

© Chr. Hansen A/S 39/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Back Panels, Doors, Drawer Fronts and Bodies, and Shelves: 0.036 inch except 0.048 inch for back panels and doors of flammable liquid storage cabinets and for unreinforced shelves more than 36 inches long.

Intermediate Horizontal Rails, Table Aprons and Cross Rails, Center Posts, and Top Gussets: 0.060 inch.

Drawer Runners, Sink Supports and Hinge Reinforcements: 0.075 inch.

Leveling and Corner Gussets: 0.105 inch.

Fabrication: Assemble and finish units at point of manufacture. Use precision dies for interchangeability of like-size drawers, doors and similar parts. Perform assembly on precision jigs to provide units that are square. Reinforce units with angles, gussets and channels. They shall be integrally frame and weld cabinet bodies to form dirt- and vermin-resistant enclosures. Where applicable, reinforce base cabinets for sink support. Maintain uniform clearance around door and drawer fronts of 1/16 to 3/32 inch.

Flush Doors: Outer and inner pans that nest into box formation, with full-height channel reinforcements at center of door. Fill doors with noncombustible, sound-deadening material.

Glazed Doors: Hollow-metal stiles and rails of similar construction as flush doors, with glass held in resilient channels or gasket material.

Hinged Doors: Mortise for hinges and reinforce with angles welded inside inner pans at hinge edge.

Drawers: Fronts made from outer and inner pans that nest into box formation, with no raw metal edges at top. Sides, back, and bottom fabricated in one piece with rolled or formed top of sides for stiffening and comfortable grasp for drawer removal. Provide drawers with rubber bumpers, polymer roller slides and positive stops to prevent metal-to-metal contact or accidental removal.

Adjustable Shelves: Front, back, and ends formed down, with edges returned horizontally at front and back to form reinforcing channels.

Toe Space: Fully enclosed, 4 inches high by 3 inches deep, with no open gaps or pockets.

Utilities: Provide space, cutouts, and holes for pipes, conduits, and fittings in cabinet bodies to accommodate utility services and their support-strut assemblies.

Provide base cabinets with removable backs for access to utility space.

Utility-Space Framing: Steel framing units consisting of two steel slotted channels complying with MFMA-4, not less than 1-5/8 inches square by 0.105-inch nominal thickness, that are connected at top and bottom by U-shaped brackets made from 1-1/4-by-1/4-inch steel flat bars. Framing units may be made by welding specified channel material into rectangular frames instead of using U-shaped brackets.

© Chr. Hansen A/S 40/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Filler and Closure Panels: Provide where indicated and as needed to close spaces between cabinets and walls, ceilings, and indicated equipment. Fabricate from same material and with same finish as cabinets and with hemmed or flanged edges unless otherwise indicated.

Provide utility-space closure panels at spaces between base cabinets where utility space would otherwise be exposed, including spaces below countertops.

Provide closure panels at ends of utility spaces where utility space would otherwise be exposed.

Metal Cabinet Finish:

Prepare, treat, and finish welded assemblies after assembling. Prepare, treat, and finish components that are to be assembled with mechanical fasteners before assembling. Prepare, treat, and finish concealed surfaces same as exposed surfaces.

Preparation: After assembly, clean surfaces of mill scale, rust, oil, and other contaminants. After cleaning, apply a conversion coating suited to the organic coating to be applied over it.

Chemical-Resistant Finish: Immediately after cleaning and pretreating, apply laboratory casework manufacturer's standard two-coat, chemical-resistant, baked-on finish consisting of prime coat and thermosetting topcoat. Comply with coating manufacturer's written instructions for applying and baking to achieve a minimum dry film thickness of two mils.

Chemical and Physical Resistance of Finish System: Finish complies with acceptance levels of cabinet surface finish tests in SEFA 8 M. Acceptance level for chemical spot test shall be no more than four Level 3 conditions.

Colors for Metal Laboratory Casework Finish: As selected by Owner from manufacturer's standard range.

o Hardware

General: Provide laboratory casework manufacturer's standard, commercial-quality, heavy-duty hardware complying with requirements indicated for each type.

Hinges: Stainless steel, five-knuckle hinges complying with BHMA A156.9, Grade 1, with antifriction bearings and rounded tips. Provide two for doors 48 inches high or less and three for doors more than 48 inches high.

Hinged Door and Drawer Pulls: stainless-steel back-mounted pulls. Provide two pulls for drawers more than 24 inches wide.

Design: Wire pulls Overall Size: 1 by 4-1/2 inches.

© Chr. Hansen A/S 41/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Door Catches: Dual, self-aligning, permanent magnet catches. Provide two catches on doors more than 48 inches high.

Drawer Slides: Side mounted, epoxy-coated steel, self-closing; designed to prevent rebound when drawers are closed; complying with BHMA A156.9, Type B05091.

o Laboratory Accessories

Pegboards: Polypropylene, epoxy or phenolic-composite pegboards with removable polypropylene pegs and stainless-steel drip troughs with drain outlet.

o Water and Gas Service Fittings

Service Fittings: Provide units that comply with SEFA 7, "Laboratory and Hospital Fixtures - Recommended Practices." Provide fittings complete with washers, locknuts, nipples and other installation accessories. Include wall and deck flanges, escutcheons, handle extension rods and similar items.

Materials: Fabricated from cast or forged red brass unless otherwise required.

Reagent-Grade Water Service Fittings: Polypropylene, PVC or PVDF for parts in contact with water.

Finish: Chromium plated.

Provide chemical-resistant powder coating in laboratory casework manufacturer's standard as shown on the drawings.

Water Valves and Faucets: Provide units complying with ASME A112.18.1, with renewable seats, designed for working pressure up to 80 psig.

Vacuum Breakers: Provide ASSE 1035 vacuum breakers on water fittings with serrated outlets.

Aerators: Provide aerators on water fittings that do not have serrated outlets.

Self-Closing Valves: Provide self-closing valves where required.

Ball Valves: Chrome-plated ball and PTFE seals. Handle requires no more than five lbf to operate. Provide units designed for working pressure up to 75 psig, with serrated outlets.

o Dishwasher Prowide and install new dich washer type Miele Laboratory glassware

washer G 7883 CD according to layout.o Cup sink.

Prowide and install new cupsinks with water air and drain, according to layout.

o Sinks

© Chr. Hansen A/S 42/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Prowide and install new sinks according to layout.

o Existing fumes hood and LAF´s Take down existing Fume hoods and LAF´s in West Allis and install in

new Labs.

o Safety shower and eye wash I labs Install new safetyshower and eyewasher according to layout.

6.3 Structural

The general locations of selective demolition and new construction are indicated on plan. Anticipated loading from new process equipment, utilities, and ceilings are provided for bidding purposes and shall be verified in the final design. Descriptions of the existing structure are provided to illustrate the work required for bidding purposes, existing conditions shall be field verified before final design and installation. New structural elements and modifications to existing structural elements must be designed according to the following codes and standards:

2015 IBC – Modifications from WI Administration Code ACI 318-14 Building Code Requirements for Structural Concrete ACI 350-06 Code Requirements for Environmental Engineering Concrete Structures ACI 530-13 Building Code Requirements for Masonry Structures AISC 360-10 Specification for Structural Steel Buildings ASCE 7-10 Minimum Design Loads for Buildings and Other Structures JG-10 SJI Standard Specification for Joist Girders K-10 Standard Specification for Open Web Steel Joists, K-series

Provide, with the base bid, a detailed description of the proposed solution including proposed modifications, analysis approach, and installation procedures. Describe how the proposed solution will provide for the new loading requirements, meet applicable codes, and what materials will be used. Provide a description of how new and existing structural components will be analyzed, include any assumptions made for bidding purposes and how they will be addressed in the final design. Include the qualifications and contact information of subcontractors used for structural design. Submissions must include wind, seismic, and snow design parameters as well as minimum live loads for each area where structural modifications are made. Describe the demolition and construction of structural components and systems; include provisions made to protect the existing structure. Include, with the base bid, a structural drawing list. Anticipated solutions are provided but alternative solutions, which minimize the cost of the project, may also be accepted. Alternative designs shall not disrupt or inhibit the facility’s operation and must be approved by Chr. Hansen.

6.3.1 Superstructure

o The existing building roof structure must be reinforced to accommodate additional loading requirements for the facility’s new occupancy. The existing roof system consists of open web steel joists and joist girders bearing at columns and masonry. Typical joists are 28K series and span approximately 50’-0”. Typical joist girders are 44G and 60G, spans vary from approximately 30’-0” to 60’-8”. Typical columns are HSS12x12 of varying thickness, wind posts are provided at exterior metal panel walls and along the existing addition. The original warehouse and addition roofs are 1-1/2” metal deck. Alternative modifications may be accepted which include, but are not limited to, additional framing, or relocating rooftop equipment.

© Chr. Hansen A/S 43/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

The existing roof system is to be evaluated based on its current condition and modified to support loads that are in excess of its capacity.

Existing joist capacity and reinforcement design must be determined according to the standards provided by the Steel Joist Institute.

Reinforcing must provide capacity for the anticipated gravity loads described in this section as well as axial forces due to wind and seismic events.

Ensure that joist deflection will not interfere with the operation of other utilities, such as existing roof drains, and is not greater than L/180 for dead plus live load or L/240 for live load.

© Chr. Hansen A/S 44/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

During construction, joists shall be shored and protected as required to preserve their capacity and prevent distortion. Repair coatings damaged during construction.

Dead, live, snow, seismic, and wind loads shall be evaluated according to ASCE 7-10.

Provide capacity for ceiling dead and live loads over the cooler, freezer, production, lab, and shipping areas indicated on plan.

Loads from HVAC and electrical utilities designed and installed as a part of this contract must be added to the loads described above. Added mechanical and electrical utilities may include, but are not limited to, HVAC duct, vents, and air handling units, space heaters, refrigeration units, lighting, as well as electrical cable tray.

Provide capacity for piping runs which service production in Areas B and E.

Anticipated piping loads and locations are provided on the plans for bidding purposes and are subject to change, the final design must account for any changes made to these loads. Loads shown on plan do not include weight of pipe racks or connections.

The pipe runs indicated will contain process materials, compressed air, process water, steam, and condensate lines.

Process materials shall be considered to have a specific gravity of 1.4.

Provide for snow drifting around any added piping, duct work, or air handling units added to the roof.

Coordinate and provide capacity for dust collection duct to be designed and installed as a part of Lot 4.

Coordinate and provide capacity for fire sprinklers, piping modifications, and draft curtains made as a part of this contract.

Provide support for boiler stack guy wire supports where shown on plan.

Assume a boiler stack height of 10’-0” above the roof level. Confirm final boiler stack location and height with DGFS.

Provide an additional 5-psf area load over the production area and Electrical room to account for equipment utilities to be installed at a later date.

Provide capacity for a personal fall protection system anchored to the roof framing.

Capacity should comply with OSHA standards for personal fall protection. Provide fall protection anchorage over each tank in the Tank Room, AFC

Tank Farm, Pasteurizing, Milling, and Mixing rooms. Provide a single anchor in the Small Scale Production room; tanks will be moved to the anchor point for service (28 locations total).

Assume only one anchor load occurs at any time.

o The capacity of existing columns and connections shall be evaluated to ensure they are adequate for the new loading requirements.

If it is determined that the existing columns or connections are not adequate, they must be modified to provide the required capacity.

© Chr. Hansen A/S 45/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Provide framing for new electrical and mechanical roof penetrations.

Design and detail frames between joists to support equipment dead, live, seismic, and wind loads. Framing must provide continuity for the deck diaphragm.

Reinforce joists where frames do not bear at panel points.

o Provide details for connection of ceilings, piping, electrical cable tray, HVAC duct, or other utilities to roof framing.

Connections made to existing joists must prevent local bending failure in the chord angle as well as stability of the joist.

o Provide pipe racks for process and utility piping.

Pipe racks must be spaced according to the shortest allowable span of the pipes being supported and provide lateral stability required by ASCE 7-10.

Final pipe size and locations to be provided by Chr Hansen with Lot 2a, 2b, and Lot 4 work packages.

Provide details for pipe racks to penetrate IMP ceilings. Pipe racks inside process spaces shall be stainless steel. Pipe racks shall not interfere with the process operation shown. It is assumed that pipe racks higher than 8’-0” above finish floor will hang from

the existing roof framing. It may be acceptable for some pipe racks to be floor supported. The locations of all pipe racks not hanging from existing joists must be approved by Chr Hansen.

o Provide OSHA compliant fall protection around walk-on ceilings. o The lower roof system over the office in Area C will be replaced; the existing ballast

will be removed.

Identify and analyze existing roof framing for wind uplift. Provide bridging where required to maintain joist stability.

6.3.2 Foundationso The capacity of the existing foundations shall be evaluated to ensure they are

adequate for the new loading requirements from the superstructure and that no excessive settlement will occur. The existing columns and load bearing walls are supported on shallow footings.

If it is determined that the existing foundations are not adequate, they must be modified to provide the required capacity and serviceability.

Modifications to the existing foundations shall be made before any additional load is applied to the superstructure.

o Verify that strip footings below walls with new or filled openings will be adequate for their modified conditions.

o New foundations will be required for 8” CMU partition walls around the Electrical, Mechanical Utility, and Locker Rooms.

Thicken new slab under walls and reinforce as required to support gravity and lateral loads.

© Chr. Hansen A/S 46/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

6.3.3 Floor System

o The original warehouse slab gridlines A through S, shall be cleaned and repaired where not replaced. The existing floor system in the original warehouse and addition is a 6” thick concrete slab; the original warehouse slab is reinforced with welded wire fabric and the addition slab is reinforced with fibermesh.

Repair to existing floor slabs must include filling existing cracks and holes. Crack filler must service regular forklift traffic.

Repaired slabs must be finished with an epoxy type, transparent sealant. Sealant shall be suitable for forklift traffic and regular cleaning with a walk-behind floor scrubber.

Existing slab in the warehouse expansion, gridlines S through AA, shall not be repaired.

o Remove concrete slab for the Freezer, Tank Room, production areas, labs, Electrical, Mechanical Utility, and Locker Rooms. Remove slabs in areas receiving floor drains or new floor finishes. Remove slabs as required for utility trenches through warehouse space and as required for new CMU partition foundations.

Columns and walls shall be shored as required during demolition and construction.

o Provide new concrete slabs for all areas removed.

New concrete slabs and foundations shall be designed for loads from forklift traffic, process tanks, access platforms, mechanical, and electrical equipment.

Tanks and equipment weight must be coordinated with Chr. Hansen. Tank and process pipe support shall be designed considering a

content with a specific gravity of 1.4. Equipment sizes and locations shown on plan may be used for bidding purposes and are subject to change, the final design must account for any changes made to the process equipment.

Tank and heavy equipment foundations must have sufficient thickness and footprint to resist seismic overturning forces.

Provide capacity for platforms shown on drawings assuming a combined dead and live load of 125 psf distributed to posts with base plates, grout pads, and post-installed anchors.

All new slabs in process, electrical, and mechanical utility rooms must have a minimum thickness of 8-inch. Slabs supporting process equipment and platforms shall be thickened as required but shall not be less than 8 inches.

Provide vapor retarder, as required by architectural design criteria, with a minimum thickness of 15 mils.

Slabs shall be constructed of concrete with a minimum 28-day compressive strength of 4000 psi; reinforcement must be sized and placed for temperature and strength to minimize cracking.

New or existing subgrade must be approved by a geotechnical engineer and shall be modified as required for the replacement slab. Insulation must be provided at freezer slabs.

© Chr. Hansen A/S 47/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

New floor systems and foundations must include isolation joints around existing columns and walls.

Slabs shall be designed not to allow harmful distortion or significant movement relative to the existing slabs.

Provide sawcut and construction joints for new slabs at a maximum spacing of 15’-0”. Joints must be designed and placed to minimize cracking and

withstand expected use, including forklift traffic. Include a joint layout with design submittals. Reinforce sawcut joints with PNA Construction Technologies Basket

Assembly with alternating tapered load plates. Size and spacing according to manufacture’s recommendations.

Dowel new concrete slabs into existing slabs. Reinforce new construction joints with PNA Construction

Technologies Diamond Load Plate. Size and spacing according to manufacture’s recommendations.

Provide PNA Construction Technologies Armor Edge Joint Assembly at new-to-new and new-to-existing armored construction joints.

o Protect new and existing floor slabs from surface damage, environmental exposures, or overloading during construction activities.

Control equipment traffic and construction activites to protect concrete slabs. Provide surface protection where potentially harmful traffic or activites must

occur on concrete slabs.

o A below grade tank exists in area A, near gridline V, which will be filled with gravel by the previous owner.

The opening to the tank must be finished with concrete to match the surrounding slab elevation and finish.

The concrete infill must be designed not to allow harmful distortion or significant movement relative to the existing slab.

o A spill containment system must be provided in Tank Room.

The containment system shall have a wall height of at least 2’-3” where shown on plan and not have a capacity of less than 110% of the largest tank volume.

Containment will be for tanks storing raw process materials including propylene glycol, soy oil, potassium hydroxide, and polysorbate 80. Confirm tank contents with final P&I Diagrams.

The containment wall will consist of freestanding walls as well as curbs supporting CMU and IMP walls.

The wall must be designed and detailed according to ACI 350-06 for full height fluid pressure with a specific gravity of 1.4.

© Chr. Hansen A/S 48/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o An existing stair in Area C will be removed. The stair is supported by the landing which is a cantilevered hollow core plank to remain.

Provide details for integrating the existing precast plank into the new stair landing.

6.3.4 Openings

o New doors, windows, and infill will be installed along the east warehouse wall. This wall consists of 12” block on a strip footing with loose fill insulation and joint reinforcement every second course; pilasters are provided at approximately 20’-0”. The east wall provides bearing for roof joists at an elevation of 123’-4” and functions as a shear wall.

Openings in load bearing masonry walls must be reinforced to replace the lost capacity of the wall section to resist gravity and lateral loads.

Provide anchorage for new sunshades to support dead, seismic, wind uplift, and snow loads as required.

Provide framing anchored to the inside face of the existing wall around each opening. The load path provided by the shear wall must be maintained.

Reinforcement shall be placed prior to making new openings to prevent cracking in the surrounding masonry.

An existing opening, indicated in elevation, must be infilled to match the existing CMU.

o New doors will also be installed in an existing masonry wall outside the Men and Women’s Locker Rooms. The existing wall consists of 12” block on a strip footing with joint reinforcement every second course. The wall provides bearing for the second floor at an elevation of 109’-4” and for roof framing at varying elevations.

Openings in load bearing masonry walls must be reinforced to replace the lost capacity of the wall section to resist gravity and lateral loads.

Provide framing anchored to the inside face of the existing wall around each opening.

Reinforcement shall be placed prior to making new openings to prevent cracking in the surrounding masonry.

o New exterior doors and mechanical louvers will be installed along the North wall. This wall consists of 8” block on a strip footing with joint reinforcement every second course and loose fill insulation to an elevation of 109’-0”; metal panel cladding and insulation extend from top of masonry to the roof.

For bidding purposes, assume two 60”x120” mechanical louvers, one installed within a foot of the floor and another within a foot of the roof. The final louver size and location must be coordinated with Chr. Hansen.

If required, openings in this wall must be reinforced to resist gravity, lateral, and component and cladding wind loading.

Openings in masonry walls shall be designed to prevent cracking around cut edges.

© Chr. Hansen A/S 49/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o New exterior doors will also be placed on the West and South walls. These walls consist of 8-inch block on a strip footing with joint reinforcement every second course and loose fill insulation to an elevation of 104’-0”; metal panel cladding and insulation extend from top of masonry to the roof.

Openings must be framed to resist component and cladding wind loading. Openings in masonry walls shall be designed to prevent cracking around cut

edges.

o The opening for an existing overhead door will be filled on the West wall.

The infill must provide structural backing for new and existing cladding.

6.3.5 Masonry

o Provide masonry partition walls around the Electrical, Mechanical Utility, and Women’s Locker Room where indicated on plan.

Isolation joints must be provided between new walls and the existing structure and control joints shall be spaced to minimize cracking in the wall.

Masonry shall have a minimum prism strength of 1500 psi and use normal weight block.

Interior partition walls shall consider a minimum internal pressure of 5 psf in addition to seismic loading. Provide reinforced lintels and jambs at all openings.

o Repair existing masonry wrap around column at Grid 15/D.

The top six courses are cracked creating a potential life-safety hazard. Remove or replace wrap as required.

o Repair broken masonry around headed stud joist seat on the East wall at Grid 15.

Repair block, bond beam, and reinforcement as required to recover the strength of the anchor plate connection.

6.4 Mechanical/HVAC/Plumbing

6.4.1 Mechanical

6.4.1.1 LOT 1 will be required to provide the HVAC system for the entire facility except office. This will be provided using the following guidelines:

Architectural Drawings. Room Data sheets. (Basis CHR Hansen URS-Building document) Reference documents. Descriptions listed below. User Requirements Specification (URS) – Included with the RFP document.

© Chr. Hansen A/S 50/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

6.4.1.2 General Requirements: The mechanical system design will comply with the 2015 International Building Code

with state and local amendments, 2015 International Mechanical Code with state and local amendments, Village of Mukwonago Code ordinances Chapter 38 and references to NFPA and 2015 International Fire Code, ANSI/ASHRAE Standard 15-2013, ANSI/IIAR2-2015 and all other Authorities Having Jurisdiction, as a minimum.

Installation: The design and installation will be performed in accordance with all applicable codes and best industry standards. Equipment will be located to avoid damage and promote access for maintenance.

Outdoor ventilation rates will be determined from standard industry rates for similar spaces, minimum rates for occupancy, personnel, classification as set by the 2015 International Mechanical Code with State and Local amendments, actual exhaust rates and room pressurization requirements.

Internal air change rates will be provided to meet the ISO class called for and documented in multiple documents provided. Coordinate with Client (CHR Hansen) if discrepancies exist.

Warranty: All workmanship, materials and equipment furnished and installed here under will be guaranteed for one year from the date of the final acceptance of work by the Owner.

All HVAC ductwork serving Packaging Areas will be constructed of galvanized steel. Ductwork serving ISO class areas will be per guidelines to be certified. Ductwork to product support areas will be constructed of galvanized steel.

Existing office area and new lab will use existing and new DX HVAC units. These units will use an enviornmently safe refrigerant. The units should be multiple scroll compressors with hot gas bypass or digital scroll compressors for capacity modulation with gas heat.

Roof-mounted mechanical equipment will be designed to withstand high wind rates and will be anchored to the structure.

To prevent product contamination, air delivery systems for the production areas will be kept separate from each other.

BAS (Building Automation System)

o The mechanical control and energy management systems will utilize an open protocol non-proprietary PLC based, control system, complete with a front-end computer station with printer and graphics, to provide data collection, energy management and control of individual mechanical equipment.

o The BAS system will interact with the process control system to ensure that the environment responds to the process operation.

o See reference document BAS Guidance Document for locations for the Human Interface Display (HID) client has requested as a minimum.

o Coordination with Chr. Hansen for the overall plant control system will be required.

6.4.1.3 Defined Terms:

Air Change: The air volume required to replace 100% of the air volume within an indoor space.

© Chr. Hansen A/S 51/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Ambient Air: Distinctive air conditions determined naturally by the surrounding environment.

Circulated Air: The air volume supplied or discharged from a fan system. Cubic Feet per Minute (CFM): The amount of air volume displaced in cubic feet over

the time duration of one minute. Dry Bulb (DB): The measurement of heat carried within air, as sensed by a

thermometer. Inches Water Column (WC): A unit of pressure equal to the pressure exerted on a

column of liquid water at a temperature of 60 F. Interlock: Means of operating two or more pieces of equipment together,

simultaneously to function as a system. Makeup Air: Any combination of outdoor and transfer air intended to replace exhaust

air. Mixed Air: An air blend combining outside and return air. Outside Air: Air supplied to an indoor space from outdoors through a mechanical

system or natural convection. Relative Humidity: The percentage of the actual air water vapor as compared to

saturated air at the same ambient temperature. Return Air: Air removed from a space to be recirculated. Exhaust Air: Air removed from a space and exhausted to the outdoor atmosphere. Supply Air: Air delivered to an indoor space through a mechanical system or by

natural convection. Tempered Air: Air heated by blending air streams or by the direct application of heat. Transfer Air: Air displaced from one indoor space to another. Ventilation: The process of supplying air to, or removing air from, a space for the

purpose of controlling air contaminate levels, humidity or temperature within the space.

Wet Bulb (WB): The measurement of heat carried by water within air, through evaporation, at a given dry bulb temperature.

Production Area: Any area where material are used to produce products used in foods and are directly exposed to room air.

Wash Down Areas: Production areas that have hose stations used for cleaning. Zone: One or several indoor spaces with similar thermal properties, such as,

occupant category, occupant density, air distribution effectiveness and primary airflow requirements.

6.4.1.4 HVAC Design Parameters

The heating and cooling load calculations to be based on ASHRAE Climatic Data for Mukwonago, WI, available data to the project site.

o -6 F DB wintero 90 F DB/73 F WB summer, 16.6 F DB range.

© Chr. Hansen A/S 52/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

6.4.1.5 Overall Design-Temperature/Ventilation Rates

All areas to be designed for outside air changes per hour to provide positive pressures in accordance with room data sheets.

All areas to be designed for 75 +/- 5 F unless designated otherwise in the room data sheets or client CHR Hansen URS document.

Ventilated areas at ambient temperature plus 10 F or less during the summer. Heat provided for freeze protection in non-occupied areas and warehouse.

Electrical Room: Maximum Temperature 90 F, Minimum Temperature 60 F

6.4.1.5.1 Overall Design: HVAC Systems

Warehouse and shipping areas will be ventilated and heated. (Use existing gas fired units where possible, may have to be relocated due to arrangement). Lot 1 contractor to verify that the units are in good working condition and can be reused.

Packaging areas are open to warehouse and will be served by ventilation and existing heating units (Use existing gas fired units where possible, may have to be relocated due to arrangement). Lot 1 contractor to verify that the units are in good working condition and can be reused.

Air Handling Units will be served by chilled water or glycol. This is provided by LOT 4. Heating and reheating will be by indirect gas fired sections.

All process rooms will be pressurized to meet the ISO class listed in the Room Data sheet (provided by arch).

Filters to be ISO and MERV rated to the required level for food grade on air handling units serving each area.

Air Handler Units used for wash down areas shall have the following:

o Have motors with VFD capabilities.

o Motorized outside air dampers and return air dampers.

o When using 100% outside air the units shall be capable of heating air to 50 °F.

o Internal panels of unit to be stainless steel.

Exhaust Fans

o Exhaust Fans shall have gravity dampers.

o All exhaust fan materials of construction to be compatible with the air/vapors being exhausted.

Duct Design:

o Duct design to be based on .08 inches w.c./ 100 feet of duct.

o All ductwork not located in production areas to be insulated with insulation thickness at a minimum to prevent condensate from forming.

o All exterior ductwork to be protected from the elements – sun, wind, rain and snow.

© Chr. Hansen A/S 53/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o All diffusers and grilles to have dampers.

o All ductwork located in production area to be stainless steel unless superseded by an ISO classification code.

o Any ductwork in production areas that requires it to be insulated to prevent condensation to be a closed cell insulation. Example poly-isocyanate. The insulation to be protected from damage using a PVC outer shell.

o All ductwork and hoods located in labs to be compatible with the vapors to be exhausted.

o Unless stated otherwise in the ISO standards or CHR Hansen standards, Grilles and Diffusers shall be per the following:

Production areas to be Stainless Steel.

Non Production areas to be either Aluminum or Steel with a baked enamel coating.

6.4.1.6 Overall Design: Estimated Plant Mechanical Systems (Provided in LOT 4 utilities for serving the process and HVAC loads for the facility).

Chillers, rated for the both the HVAC and Process requirements: Air Cooled Chillers with exchanger. Located in the mechanical laydown area of the new addition.

Chilled water pumps for LOT 1 HVAC will be provided by LOT 1. (coordinate with LOT 4 for locations in mechanical room)

Chilled water piping will be run over roof to provide chilled water to the Air handling units (pumps and piping will be provided in LOT 1).

Boiler - Steam and hot water for the process will be located in the mechanical room.

Steam mains shall be Schedule 40. Condensate return pipes shall be Schedule 80.

Air Compressors. Units would be rated at 4 to 8 bar and 90-600.0 cfm. The dryers will be integral to the air compressors.

Other equipment to be installed feed water tank and deaerator system for the boiler. Surge tank, strainers and desiccant filters for the air compressor system.

6.4.2 Plumbing

6.4.2.1 LOT 1 will be required to provide the plumbing for the entire facility. This will be provided using the following guidelines:

Architectural Drawings. Room Data sheets. (Basis CHR Hansen URS-Building document) Reference documents Descriptions listed below.

6.4.2.2 General Requirements

The Plumbing System Design will comply with the Village of Mukwonago, WI. Plumbing code: Wisconsin Department of Safety and Professional Services regulations SPS 381 THROUGH 384

© Chr. Hansen A/S 54/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Other Codes as follows: 2015 International Building Code with state and local amendments, 2015 International Mechanical Code with state and local amendments, 2015 International Energy Code with state and local amendments, ANSI/ASHRAE Standards and all other authorities having jurisdiction, as a minimum.

Installation: The design and installation will be performed in accordance with all applicable codes and best industry standards. Equipment will be located to avoid damage and promote access for maintenance.

Warranty: All workmanship, materials and equipment furnished and installed here under will be guaranteed for one year from the date of the final acceptance of work by the Owner.

6.4.2.3 Defined Terms

Accessible: A site, building, facility or portion thereof, which complies with the ADA Standards for Accessible Design.

Area: Space between the floor and the first horizontal surface; either a drop ceiling, roof, or platform, unless otherwise specified.

Domestic Waste: Includes waste from lavatories, break room sinks, drinking fountains, and black waste from toilets.

Mechanical Support Area: Areas including equipment providing steam, compressed air, hot water, or other utilities to any other area.

Reduced Pressure Zone Backflow Preventer: A device that prevents the reverse flow of water in a piping system to any point upstream of the apparatus, which could occur from a backpressure and/or back-siphon forces.

6.4.2.4 Existing Office areas and new office additions

Verify existing conditions and provide new plumbing fixtures, piping and drains as shown on plans. Tie-in to existing plant sanitary and piping systems.

6.4.2.5 New Lab area

Provide new plumbing fixtures, piping and drains for the new lab areas as shown on plans. Determine if the drain can be tied into existing sanitary system or should be tied into the new waste water system from Process area.

6.4.2.6 Process Area Equipment and Fixtures

Sanitary Drain and Vent System: Drains will be installed in the process area. Drains will be spaced such that floor area

can be divided into four quadrants with the floor sloped at 1/8-inch per foot for positive drainage. Drains will be coordinated with the process plans and layouts provided. All floor drains and drain piping shall be ASTM A30 and stainless steel.

Process waste:o The process wastewater will be routed to a point five feet outside the building.

The client (CHR Hansen) will determine the method of disposal for process waste. Process waste will be collected in a tank to be trucked off site or routed to a new wastewater treatment facility or skid.

o Wash Water: Water will be extended into process area for wash down.o Preform one 4 in process drain / sewer in all production room. Stop 6 in above

floor and finish with a lid.

© Chr. Hansen A/S 55/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Drench Shower and Eyewash stations: Safety shower and eyewash station locations are indicated on the

architectural drawings.

All safety shower and eyewash units will be ADA accessible and will meet OSHA requirements.

Hot and cold water will be extended to the areas and mixing valves installed for temperature control of supply to shower and eyewash.

6.4.2.7 Packaging Area Equipment and Fixtures

Sanitary Drain and Vent System:o Area drains will be provided in the Packaging Area.

Potable Water: Hot and cold water will be provided for the restrooms and for lavatory sinks in the gowning rooms.

Wash Water: Water will be extended into the packaging area for rinsing only.

6.4.2.8 Warehouse

Sanitary Drain and Vent System will not be provided for the warehouse. Wash water will not be provided for the warehouse. Potable water will not be provided for the warehouse. Drench Shower and Eyewash stations will not be provided for the warehouse.

6.5 Electrical6.5.1 Overview

The electrical design will comply with the following: 2017 National Electrical Code (NEC), 2015 International Building Code (IBC), 2015 International Existing Building Code (IEBC), and 2015 International Energy Conservation Code (IECC) along with all local and state amendments as enforced by the local jurisdictions.

Power distribution design to process and packaging equipment is not part of this contractor’s scope. However, this contractor’s overall distribution design must accommodate design to this equipment by others.

Contractor shall review distribution design in Electrical Drawings and determine if existing equipment can be refurbished and re-used, or if new equipment is required. Provide cost and labor assessment for each option and review with owner for approval. All new and refurbished Electrical Components, Devices and Accessories shall be Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

Utility Coordination: Confirm at project start the specific requirements of the local power and telephone utilities regarding their services to the project. It shall be the Electrical Contractor's responsibility to avoid any delays for utility services to the project.

CHR Hansen Electrical Requirement Specification GE-021 is provided for reference, however US facility construction codes will be followed. Where practical, convert ratings to US equivalents and coordinate with owner for conflicts and clarifications.

Provide temporary power and lighting during construction, in accordance with the NEC.

© Chr. Hansen A/S 56/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

6.5.2 Demolition

Refer to Architectural Demolition drawings for distribution equipment to be removed, to include switchboards, panelboards, transformers, switches, and circuits.

Panels CP and E (Server Room A-1-112) and downstream branch circuits from these two panels to first floor equipment only shall remain in place, unless otherwise described in this document.

Demolish existing sump pump, conduit, and conductors located in Cooler A-1-400. Contact manufacturer for maintenance and repair guidelines for existing electrical

equipment. At a minimum, engage manufacturer’s field service for all maintenance and testing. Electrical equipment maintenance and repair shall be performed in accordance with accepted industry standards and work/safety practices. This includes but is not limited to, the latest releases of the following:

o NFPA 70B, Recommended Practice for Electrical Equipment Maintenance

o NEMA Standard AB4, Procedures for Verifying Field Inspections and Performance Verification of Molded-case Circuit Breakers

o NETA Maintenance Testing Specifications for Electrical Power Distribution Equipment and Systems

o OSHA Applicable Standards

o IEEE Standard 3007.2, Recommended Practice for the Maintenance of Industrial and Commercial Power Systems

Clean, repair, and test All electrical distribution equipment to be re-used, including switchboards, panelboards, transformers, disconnects, starters, contactors, drives, conductors, etc.

Warranty all refurbished equipment and replace any found defective, without cost to the owner, for a period of one year after date of acceptance of the installation by the owner.

Banker Wire shall disconnect and remove all bus duct and downstream branch circuits. Banker shall retain all associated bus duct equipment to include transformer, disconnects, and Drawline PDP.

Provide a driven ground rod at the base of each existing exterior corner column and at intermediate interior columns where the existing concrete floor has been demolished, at distances not more than 100 feet apart.

6.5.3 Existing Equipment Testing

Receptacles:

o All 120V receptacles identified to remain shall be tested for proper voltage, polarity and grounding.

o Ground Fault Interrupt (GFI) receptacles shall additionally be tested for proper tripping and resetting operation.

Grounding system:

o Inspect existing physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions.

© Chr. Hansen A/S 57/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Test completed grounding system at service disconnect enclosure grounding terminal, at ground test wells, and at individual ground rods.

o Perform tests by fall-of-potential method according to IEEE 81.

6.5.4 New Installation

Space Requirements

o Office Areas

Refer to Architectural Drawing A1.03, Areas C and G for Office rooms.

Clean and refurbish all existing lighting fixtures to include replacing damaged lamps and ballasts. Adjust existing fixure locations as needed where room layouts are modified. Notify owner where required lighting levels will not be met.

Refer to Additive Bid Item #9 for Lighting Controls in existing offices. Disconnect and clean emergency exit signs. Relocate existing exit

signs to mark paths of egress from new office layout. Provide additional signs as required, and match existing manufacturer, type, and color.

Disconnect and remove receptacles on walls to be demolished. Remove conductors, boxes, and raceway to source panel.

Provide minimum (1) 120V duplex receptacle per wall in each single-person office. A maximum of (8) convenience outlets may be circuited to each 20A1P circuit breaker in office areas.

Provide dedicated power circuits for client decorative signs as required.

Provide 120V duplex receptacles in Corridors every 50’. Provide partitioned service poles for new office cubicles located away

from walls. Poles shall be factory-assembled and wired to extend power, voice and data communication from distribution wiring concealed in ceiling to devices or outlets in pole near floor.

Provide dedicated circuits for commercial coffee makers, microwaves, vending machines, copiers, and televisions. Coordinate equipment voltage, overcurrent protection, and receptacle type & location with equipment installation instructions.

Coordinate with Mechanical Contractor to provide power or re-circuit to new and re-used water heaters.

Restrooms

Provide vanity light above mirror in bathrooms. Provide power to automated bathroom sinks and toilet

fixtures, as required. Provide a 120V GFI receptacle within 3’ of each restroom

sink and 6” above counter. Provide dedicated circuits for automatic hand dryers and

towel dispensers. Coordinate equipment voltage, overcurrent protection, and receptacle type & location with equipment installation instructions.

© Chr. Hansen A/S 58/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Locker Rooms

Provide minimum one receptacle per wall in each room. Receptacles shall be GFI protected.

Provide damp/wet location rated light fixtures where required and match existing office lighting color temperature.

Coordinate with Mechanical Contractor to provide power to new exhaust fans.

Electrical Room A-2-207

Install power distribution equipment identified on Electrical Drawing One-line Diagram. Re-circuit existing equipment as required, to include 2nd floor Roof Top Units.

Provide manual light switch to control all normal lighting. Provide grounding bus bar bonded to Electrical Room A-1-

412 ground bus.

o R&D Laboratory Areas

Provide stainless steel, multi-outlet assemblies (MOA) at walls above lab counter tops with a density of one simplex receptacle and one data outlet per foot. Provide circuit quantities sufficient for operation of all equipment.

The owner shall provide existing lab equipment for R&D areas for LOT 1 to install. Provide power to all new and existing lab equipment. Refer to attached equipment list with preliminary voltage and load information. Coordinate final connection requirements with equipment manufacturer documentation.

Coordinate with Mechanical Contractor to provide power to new water heaters where required.

Provide lighting fixtures with the following specifications:

LED lamps, with white tuning capability from 3000-6000K color temperature, at a minimum of 90 CRI. The client requested lighting temperature is near daylight conditions ~4800K.

Recessed ceiling mount for grid or drywall ceilings. Impact-resistant lens. 0-10V dimming for operation with daylight and occupancy

controls. Suitable for Wet Locations, NSF rated, and Federal Standard

209E Class 10,000 (ISO 7) or better.

Provide pricing for alternate light fixture:

Recessed flourscent fixture Color Temperature: 4500-5000K Color Rendering Index: >85

© Chr. Hansen A/S 59/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Provide Daylight Responsive controls for lighting as required to comply with IECC Section C405.

o Warehouse and Dry Packaging Areas

It is the client’s intent to reuse the existing fluorescent high-bay fixtures to illuminate the warehouse. Review the two options below and provide cost estimate for each for client review.

Clean all existing fluorescent high-bay fixtures, and replace damaged ballasts and controls. Re-lamp all fixtures with shatter-proof, 4000K color temperature, LED “plug-and-play” lamps. Verify operation with existing ballast or replace as required.

Provide new high-bay LED luminaires, polycarbonate lens, 4000K color temperature, 0-10V dimming, damp location listed, and rated from -40 to +40 degrees C.

Relocate existing light fixtures as needed to illuminate new racking layout. Re-use existing conductors, conduit, and plug/receptacle where practical.

Light fixtures removed from other areas of the facility with matching type, color, and ratings, may be re-used in the Warehouse to increase overall illumination levels.

Provide occupancy sensor controls as required to comply with IECC Section C405.

Provide convenience receptacles with cover in the Warehouse so that no point will be more than 50 feet from a receptacle. Ensure that locations are protected from fork trucks and material damage.

Provide power to existing gas unit heaters to be re-used.

Freezer A-1-401 and Cooler A-1-400

Provide enclosed and gasketed LED luminaire, acrylic lens, rated for a minimum of -30°C to +40°C. Match color temperature of ambient warehouse.

Provide local disconnect in Freezer for Evaporator Fans. Disconnect shall be rated for environment.

Provide roll-up door controls and local disconnect at exterior of Freezer room. Provide door heat circuit as required.

Provide minimum two cover-while-in-use 120V duplex receptacles on opposite walls.

Freezer only: Provide a complete UL-listed system of heater and components approved specifically for freezer floor frost heave protection. The heat tracing system shall conform to IEEE Standard 515. Provide control panel at exterior wall to monitor floor heater operation and provide warnings of system failure.

Provide dedicated circuits with UL class B 30mA equipment protection for heat trace on mechanical and plumbing piping in areas subject to +32 °F or below.

© Chr. Hansen A/S 60/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Provide circuit and penetration for refrigerant alarm and temperature recording devices.

Pre-staging Unwrapping A-1-301 and Packaging Storage A-1-331

Provide power and local disconnect for each forklift, floor scrubber, and pallet jack battery charger. Size for equipment manufacturer circuit requirements.

a) The client intends to use opportunity battery charging, and will not replace forklift batteries.

Provide power and local disconnect for skid flipper, lift assist, and vacuum system.

Shipping Areas

Recircuit truck dock electrical equipment, to include: roll-up door controller and motor disconnect, truck lock circuit, leveler circuit, light fixtures, and signal devices.

Shipping Office, Toilet, and Storage rooms, refer to requirements for Office Areas.

Sample Shipping, Cooler, and Lab, refer to requirements for Laboratory Areas.

o Interstitial Space

Remove all existing light fixtures, conduit, conductor, controllers, hangers, and supports. Coordinate with roofing contractor to repair holes in metal sheeting where conduit brackets were removed.

Provide lighting with manual control for maintenance and personnel access.

Provide 120V duplex receptacles adjacent to any equipment that requires servicing and so that no point will be more than 50’ from a receptacle.

o Maintenance Shop A-1-414

Provide dedicated circuits for owner provided equipment to include welders, lathe, drill press, grinder, benchsaw, bandsaw, milling machine, and various cord-plug power tools. Coordinate voltage, load, conductor, raceway, disconnect, and receptacle locations with equipment floor plan, equipment manufacturer requirements, and owner.

Relocate existing light fixtures as needed to illuminate new Maintenance Shop layout. Re-use existing conductors, conduit, and plug/receptacle where practical. Light fixtures removed from other areas of the facility with matching type, color, and ratings, may be re-used to increase overall illumination levels.

o Mechanical Utility Room A-1-413

Provide minimum (1) 120V duplex receptacle per wall and (1) adjacent to electrical panelboards.

© Chr. Hansen A/S 61/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Provide an Emergency Power Off (EPO) pushbutton on the Mechanical Room exterior wall adjacent to the Warehouse door, to shutdown each boiler. Label EPO with each Boiler identification tag.

Light fixtures removed from other areas of the facility with matching type, color, and ratings, may be re-used to provide illumination levels identified in “Lighting Systems” section below. Where quantities are insufficient, provide new LED fixtures, NEMA rated for the installed environment.

o Electrical Room A-1-412

Coordinate relocation of existing 2500kVA service transformer with WE Energies and provide new transformer pad outside Electrical Room A-1-412. Provide required transformer clearances from building, primary and secondary conductor installation, and grounding per WE Energies specifications.

Per WE Energies, provide minimum 10’ clearance in front of transformer doors and 5’ clearance on all remaining sides. Provide bollard protection where exposed to vehicular traffic and maintain available access for WE Energies installation and maintenance.

Provide underground service conductors in PVC conduit from utility transformer to relocated switchboard.

Provide a grounding system that includes all connections and testing of: ground rods, ground cables, ground buses, conduits, fittings, anchors, supports, Exothermic Weld (Cadweld or equal) materials and equipment and other materials as required for a complete installation.

Provide a Grounding Bus in electrical equipment rooms.

Install existing 4000A switchboard “MDP2” where shown on drawings.

Provide a shunt trip and wiring to an EPO pushbutton on an exterior wall adjacent to the electrical room egress door.

Provide a Surge Protection Device at “SWBD #2” with a minimum single-pulse surge current withstand rating per phase of 240 kA. Match switchboard manufacturer. Equipment shall meet UL 1449 Voltage Protection Ratings.

Provide new or refurbish existing 2000A Switchboard ”MDP1” to serve Lot 1 equipment loads. A new switchboard shall be sized for the Lot 1 equipment loads plus a minimum of 25% spare capacity. Refer to One-line Drawing for new switchboard electrical requirements.

Coordinate with WE Energies for relocation of existing service or provide new service to MDP1.

© Chr. Hansen A/S 62/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Inspect and test existing feeder conductors for ampacity and length, and test for damage. Re-use feeder conductors where possible to circuit to relocated/re-used PDPs.

New circuit breakers shall meet or exceed the AIC rating in existing panels and switchboard. Provide hardware and appurtenance as required for a fully functional system.

Light fixtures removed from other areas of the facility with matching type, color, and ratings, may be re-used to provide illumination levels identified in “Lighting Systems” section below. Where quantities are insufficient, provide new LED fixtures, NEMA rated for the installed environment.

o Process and Packaging Areas

Route conduits from distribution equipment in dry, industrial space along exterior of IMP wall to equipment locations within Process & Packaging Areas. Penetrate IMP wall below ceiling level and route conduits along bottom of ceiling as short as practical to vertical drop above equipment. Minimize conduits installed above IMP ceiling to maintain space for air ducts and process/mechanical piping.

Refer to Details 1 thru 4 on Electrical Drawing E0.03 for raceway installations in hygenic and refrigerated spaces.

Seal all conduits with duct seal at penetrations to ISO Classified rooms to maintain air pressure requirements. Refer to Architectural Drawings for ISO Classified Room locations.

Provide power to roll-up doors, minimum three doors per circuit breaker. Coordinate voltage, load, conductor, raceway, disconnect, and receptacle locations with equipment floor plan and equipment manufacturer requirements.

Provide LED luminaire with polycarbonate lens, stainless steel mounting hardware, fully enclosed and gasketed, NSF certified, NEMA 4X rated, 1500psi hose-down rated, and DLC qualified.

Surface mount light fixtures and conduit to IMP ceiling using most direct route between fixtures to minimize lateral conduit runs in washdown rooms.

Provide power to lift assist systems by all tanks in Mixing Rooms, at Powder Blending Rooms, and at Large Scale Filler. Per client, the electrical requirements for each system are 480V, 3-phase, 7.5 HP motor.

Airlocks and Transfer Rooms

Provide minimum (1) 120V duplex GFI receptacle in a NEMA 4X enclosure. Locate adjacent to entry door.

Provide dedicated power circuits for boot scrubbers, hand wash stations, water heaters, hand dryers, and paper towel dispensers. Confirm circuit voltage and connection requirements with manufacturer documentation.

© Chr. Hansen A/S 63/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Interlock roll-up doors and man doors to prevent simultaneous opening. Include manual over-ride to operate both doors in emergency situation.

Additionally, interlock roll-up doors connecting Transfer Room A-1-307, Batch Staging Ambient A-1-303, Batch Staging Cooler A-1-304, and Kitting A-1-302.

Dry Process Rooms: Powder Blending, Mixing, and Milling

Comply with results of Dust Hazard Analysis when selecting equipment, materials, and installation methods.

Pending confirmation of hazardous classification in dry ingredient process rooms, provide equipment and installation specifications meeting Class 2, Division 2 requirements as defined in NEC Art 502.

All electrical enclosures within these rooms shall be rated NEMA Type 12, at a minimum.

Install cable raceways so that they are not exposed to the friction effects and build up of electrostatic charge due to the passage of dust. Arrange cable runs to collect the minimum amount of dust and are accessible for cleaning. Cables and raceways that are not associated with the hazardous areas shall not pass through them. Ensure that no damage may occur to the connecting points of metal conduit, that they are dustproof, and that they are included in the ground bonding system.

Wet Process/Packaging Rooms

All electrical material, devices, equipment and installation to be used in all process areas shall be protected against corrosion, hose down process and rated for wet location (NEMA 4X). In addition, all mounting hardware, conduit supports, conduit spacers, screws, hooks, etc., in these spaces shall be stainless steel only. All equipment and devices shall be fed with vertical conduit drops from the ceiling level. All conduit shall maintain a 1-inch minimum clearance from all flat surfaces utilizing standoffs constructed to maximize air circulation and minimize harborage.

Provide a minimum of one 120V duplex receptacle in NEMA 4X enclosure on each wall, protected by GFI.

o Building Exterior

Provide heat tracing for freeze protection of exposed piping outdoors and in Freezer Rooms where identified by the Mechanical Contractor.

Review Lot 1 HVAC contractor design and provide power to equipment from Switchboard ”MDP1”. Equipment includes ISO Air Handling Units, QA Lab HVAC systems, existing Office Area HVAC systems, exhaust fans, split unit systems. Refer to Electrical Drawing One-line Diagram for distribution recommendations.

© Chr. Hansen A/S 64/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Coordinate with General Contractor to provide power to Waste Water Treatment System, if required.

Coordinate with General Contractor to provide power to Trash Compactors. Confirm circuit voltage and connection requirements with manufacturer documentation.

Wiring Methodso Design cable tray systems from Electrical Room A-1-412 to recommended

and reserved power distribution equipment areas identified on Electrical Drawings. Provide 36” aluminum ladder tray with 9” rung spacing, minimum NEMA Class B rated, and UL-listed. Coordinate cable tray route and elevations with Mechanical piping, HVAC ducts, Process piping, Fire lines, Pallet racking height, and other utilities in the area. Do not install cable tray in Process and Packaging Rooms where exposed to washdown environment. Do not install cable tray in Interstitial Space above Process & Packaging Areas where future access will be constrained.

Bond metalic conduits to cable tray per Detail 5 on Electrical Drawing E0.03.

o Refer to Room Data Sheets for conduit types within each space.

o Coordinate with Lot 7 contractor to provide raceways for special systems when installing power circuit raceways.

Refer to Architectural Drawings for desk locations in new office areas. Provide concealed raceways in walls adjacent to desks and route to junction boxes above the lay-in ceiling for Lot 7 contractor to access during network system installation.

Refer to Architectural Drawings for door locations with electric operators. Coordinate with Door Manufacturer to provide concealed power and low voltage raceways for door apparatus.

o Provide expansion fittings on raceways and conduits at building expansion joints and where required by the NEC. Provide expansion fittings wherever underground conduits rise above grade.

o Seal all penetrations through fire-rated assemblies (walls, floors or ceilings). All penetrations shall meet or exceed the fire assembly’s rating. Fire Seal (Stop) shall be a UL-listed method. Maintain fire seal method information on site and readily produce upon request.

o In general, branch circuits to equipment will originate at panels located on the same floor. Only feeders to 2nd floor power distribution panels or subpanels from 1st floor are permitted. Core drilling the existing slab between the 1st and 2nd floor is not permitted except where specifically indicated in the design documents.

o In general, conductor splicing is not permitted. Where existing conductor length is insufficient, provide new conductors of matching size and type.

o In general, underslab conduit within the building is not permitted. Underslab conduit in wet areas is strictly prohibited. Provide detailed design recommendation to owner where underslab conduit is preferred method.

o Minimum conduit size shall be 1/2-inch in office type areas and 3/4-inch in all remaining areas.

© Chr. Hansen A/S 65/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Minimum conductor size shall be #12 AWG; all new conductors shall be copper.

o Provide an insulated ground wire in all raceways and cables.

o All wires greater than #6 AWG and all feeders shall have Type "XHHW" wire insulation, all else shall be THHN/THWN-2.

o Mechanical/Refrigeration Equipment: Provide one ground fault circuit-interrupting receptacle with weatherproof (while in use) cover at each air-handling and air-conditioning unit.

o Provide one weatherproof (while in use) ground fault circuit interrupting receptacle outside each exterior door.

o Provide local disconnects, cords/plugs for all building, mechanical and refrigeration equipment with enclosure NEMA rating as required for room/area environment.

o Provide stamped stainless steel device coverplates in dry areas. Provide cast metal, "while in use" type in wet locations or building exterior.

o Galvanized rigid steel sleeves shall be provided for all conduits passing through all floors and walls. The sleeves shall extend 2 inches past the wall surface on both sides and be 1/4-inch larger than the conduit passing through the sleeve.

o All motors shall be provided with a lockable safety switch located adjacent to the motor, as close as practical. For motors controlled by a VFD, the safety switch must be provided with auxiliary contacts to enable the drive. Switches are to be Heavy-duty type, fusible or non-fusible as indicated on plans or as required by code.

Motor rated manual starter type switches may be used for local disconnect of motors <10HP, where appropriate.

o Provide liquid-tight, flexible cable from the safety switch to the motor where cable is not exposed to physical damage.

o Motor Control Requirements:

Provide surge protection device and digital power monitor on all new Motor Control Centers (MCC).

Provide an isolation transformer, copper-wound with grounded-sheild, for MCCs or MCPs with Variable Frequency Drives.

Lighting Systemso The basis of design for new luminaires for this project shall be products as

manufactured by an Acuity Brands affiliated company, i.e., Lithonia, Holophane, etc., or if applicable, a specialty lighting company such as Kurtzon, Paramount or approved equivalents. Luminaire type shall be suitable to the room/area environment.

o Perform a photometric analysis of lighting in each room.

o Refer to the Room Data Sheets for lighting levels to be maintained in the room at an estimated +30-inches above finish floor. In Corridors, Warehouse, Stairwells, and Interstitial Space, light levels are measured at finish floor. A uniformity Average-Min ratio shall be 2.5:1 or better. Lighting levels may have to be adjusted as necessary to comply with the Energy Code maximum allowable energy requirements. Notify owner where light levels may not be achieved.

© Chr. Hansen A/S 66/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

o Provide exit light fixtures along path of egress. Exit fixture signs shall be LED, red text, with battery backup and connected to emergency lighting circuits.

The emergency and exit lighting in all hose down, process and wet location rooms shall utilize nickel cadmium or lead calcium batteries and be rated for wet location or NEMA 4X. New Emergency and Exit lights will be LED type. Emergency and exit lighting in dry, office spaces shall be similar except have NEMA 1 rated enclosures.

o Provide egress path lighting compliant with IBC 2015. Perform photometric study to demonstrate 1fc average illumination, less than 40:1 max-min uniformity ratio, and no points along the path less than 0.1fc.

Review emergency lighting power requirements and recommend to client one of three options: local battery backup, lighting inverter system, or emergency generator.

Emergency lighting and power equipment shall be UL 924 listed.

o Night luminaires shall be provided throughout by removing occupancy control from specific fixtures. These lights will operate 24 hours a day. The minimum light level will provide safety, additional visibility for vehicle operators, and a means to walk through specific areas without energizing the entire lighting system. Luminaire ratings and enclosures shall be dependent on the environment.

o Outdoor Lighting

Review existing exterior lighting and verify lighting levels below are met. If necessary, provide new outdoor-rated LED fixtures to increase illumination. At a minimum, lighting levels shall be approximately 1.0 footcandle (Fc), average maintained.

Area Light Intensity (Foot Candles)

Entrance Drives 1-3

Truck Dock Aprons/Parking Lots 3-5

Truck Parking 1-3

Provide building-mounted exterior LED, low wattage wallpack style luminaires adjacent to all exit doors to provide means of egress lighting out of the building and additional security. Lighting levels by the doors shall be approximately 1.0 to 5.0 Fc, average maintained.

Where practical, provide pole mounted lighting to illuminuate exterior areas in order to mitigate building mounted fixtures which attract insects.

Provide power for lighted, outdoor signs on the building and/or grounds, as directed by the Owner.

© Chr. Hansen A/S 67/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

All exterior lighting shall be controlled by photocell.

Review the local ordinances for any outdoor lighting restrictions such as luminaire type, pole height, lighting levels, glare control, lamp wattage, etc., that may affect the above outdoor lighting concepts and adjust accordingly.

o Controls

Industrial/Processing/Packaging Areas will not have occupancy sensors since automatic lighting control within these spaces may endanger occupant safety.

Provide lighting control system capable of time-based, sensor-based (both occupancy and daylight), and manual lighting control. The system shall be capable of turning lighting loads on/off as well as dimming lights (if lighting load is capable of being dimmed).

Lighting control systems shall be UL 916 listed.

Lighting system shall interface with third party Building Management System to support two-way communication using the industry standard BACnet protocols.

Re-use existing PDP Panel A and Shop Lighting Controller panel where appropriate to provide lighting controls.

Provide manual switches for Process and Packaging lighting circuits and located in Service Corridor.

Special Systems to include Security System, CCTV, and LAN/Wireless Network are not included in this scope.

Information to be provided with base bid

o PreliminaryDrawing count by type: Power Plans, Lighting Plans, One-line Diagram, Panel Schedules, Feeder Schedules, Details

o Refurbished equipment Acceptance Testing Plan, to include list of equipment to be re-furbished and cost estimate

o Example photometric analysis for a room

o Arc Flash Risk Assessment plan

o Major lighting fixture selections and refurbishment plan

o Proposed scenario to power emergency egress lighting

o Proposed scenario for power to ISO Air Handlers

o Proposed cable tray routing plan

o Basis of design switchgear

o One-line diagrams for MDP1 and MDP2

o Proposed Multi-outlet assemblies for the Laboratory Areas

© Chr. Hansen A/S 68/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

6.6 Fire Protection6.6.1 Design Criteria

Perform all design and installation of the fire sprinkler and fire alarm systems in compliance with the most current edition of the following codes and standards:

Village of Mukwonago Fire Prevention, Protection, and Control Code (International Fire Code as referenced)

NFPA 13 - Standard for the Installation of Sprinkler Systems NFPA 72 - National Fire Alarm and Signaling Code NFPA 2001 – Standard for Clean Agent Fire Extinguishing Systems

6.6.2 Existing Building Fire Sprinkler Protection

The original building was constructed in 1994 with an 8-inch combined fire and domestic water line extending into the building from an 8-inch main in Perkins Drive. The water service enters the building in a small fire sprinkler riser room housing a 6-inch Ames double check backflow preventer serving the fire sprinkler systems, the fire sprinkler system risers, a fire sprinkler monitoring/security panel, domestic water service, and domestic water heater.

The building is considered to be fully sprinklered as required per International Building Code (IBC) Section 507.5 for an Unlimited Area Building housing Groups B (Business), F (Factory-Industrial), and S (Storage) occupancies two stories or less in height with 60 feet of open space around the building. The two existing process area fire sprinkler systems are supplied by 6-inch sprinkler risers, the office area is supplied by a 3-inch sprinkler riser, and the warehouse addition is supplied by a 6-inch sprinkler riser. Each riser is equipped with a butterfly control valve, main drain, and vane-type water flow switch. The butterfly valves are currently chained and locked. The building fire sprinkler systems are supplemented by a 5-inch Storz Fire Department Connection (FDC) located on the exterior of the fire sprinkler riser room below an exterior weatherproof horn/strobe notification appliance. The existing backflow preventer, FDC, and fire sprinkler risers may remain if proven to be adequately sized through hydraulic calculations for the new fire sprinkler system demands.

NOTE: Where fire department access to the building perimeter is restricted by new exterior equipment, a freestanding pedestal fire department connection shall be provided.

6.6.3 Existing Fire Sprinkler Systems Basis of Design

Hydraulic placards were provided on the 6-inch fire sprinkler risers indicating the basis of the system designs and demands. The sprinkler system protecting the east portion of the production area was designed for a minimum sprinkler density of 0.20 gpm/sf over a hydraulic design area of 3,000 square feet with a base of riser demand of 772 gpm at 53.7 psi with 32 sprinklers operating. The west production area was originally designed for protection as a warehouse with a fire sprinkler density of 0.45 gpm/sf over a hydraulic design area of 2,000 square feet with a base of riser demand of 976.6 gpm at 48.71 psi with 23 sprinklers operating. The office area wet pipe sprinkler system does not have a hydraulic placard identifying system design information.

The west warehouse portion of the building was constructed in 2011 with a wet pipe fire sprinkler system protecting the warehouse area, and an auxiliary dry pipe sprinkler system protecting an exterior canopy covering outdoor storage. As-built fire sprinkler drawings indicate the wet pipe fire sprinkler system was designed as Ordinary Hazard Group 2 with a minimum density of 0.20 gpm/sf over a hydraulic design area of 2,045 square feet and a base of riser demand of 463.55 gpm at 39.41 psi plus 250 gpm of outside hose stream allowance. The hydraulic placard for this system notes the sprinkler system will protect up to 15 feet of Class II commodity storage.

The exterior dry pipe sprinkler system was designed for an Ordinary Hazard Group 2 occupancy classification with a fire sprinkler density of 0.20 gpm/sf over the most remote 2,670 square feet and a base of riser demand of 717.33 gpm at 65.17 psi plus 250 gpm of outside hose stream allowance.

© Chr. Hansen A/S 69/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Sprinklers throughout the production areas of the facility utilize frangible (glass) bulb elements and range in temperature rating from 200 °F to 286 °F. The wet pipe systems appear to utilize black steel pipe painted to match the roof deck with threaded fittings on branch lines and grooved fittings on supply mains. The dry pipe sprinkler system was constructed with galvanized pipe and fittings.

6.6.4 Fire Water Supply

A water flow test was performed by the DGFS Fire Protection Engineer on May 23, 2018 using hydrants on the 8-inch city water main in Perkins Drive resulting in a static pressure of 78 psi and a residual pressure of 76 psi while flowing a pitot pressure of 48 psi through a 2 ½-inch diffuser with a Coefficient of 0.90, which calculates to 1,162 gpm. See water flow test report in Reference Documents. Perform a new water flow test as required prior to final fire sprinkler system design or installation.

6.6.5 General Fire Sprinkler System Modifications

Modify the fire sprinkler systems in the areas of renovation as identified on the Architectural plan. The fire sprinkler systems protecting each of the areas to be renovated must be evaluated to confirm the modifications required for any change in occupancy and to accommodate new ceilings and full height partitions constructed. Several areas of existing fire sprinkler systems must be demolished and replaced with new fire sprinkler system piping sized through hydraulic calculations to achieve an increased fire sprinkler density or protection criteria. No new underground fire water supply piping is anticipated to be required for this project.

Where no new ceilings are installed and the new occupancy sprinkler classification is less than the existing overhead fire sprinkler system design, the overhead sprinklers and piping may remain. In areas with new ceilings where surrounding partitions terminate at the roof deck fully enclosing the space above the ceiling and forming a noncombustible concealed space, piping may be extended down from the existing sprinkler outlets to supply new pendent sprinklers in the ceiling, and no sprinklers would be required above the ceiling forming a noncombustible concealed space. In areas where partitions do not extend to the roof deck, the overhead sprinklers must remain, and new piping will be installed from the branch lines to supply sprinklers beneath ceilings or obstructions to the overhead sprinklers per NFPA 13.

Office, administrative, and support area sprinkler protection shall be designed as a Light Hazard occupancy per NFPA 13 with a minimum sprinkler density of 0.10 gpm/sq. ft. over the hydraulically most remote 1,500 sq. ft. plus 250 gpm of outside hose stream allowance and maximum sprinkler spacing of 225 sq. ft.

General production, process, packaging, laboratory, mechanical, electrical, boiler, and similar use areas shall be designed as an Ordinary Hazard Group 2 occupancy per NFPA 13 with a minimum density of 0.20 gpm/sq. ft. over the hydraulically most remote 1,500 sq. ft. plus 250 gpm of outside hose stream allowance and maximum sprinkler spacing of 130 sq. ft..

Replace frangible (glass) bulb sprinklers with fusible link operating element sprinklers in all areas exposed to structure that are designated for hygienic process and production. Provide UL Listed/FM Approved corrosion-resistant sprinklers (stainless steel, nickel-Teflon coated, VC-250, etc.) in all rooms or areas designated for wash-down, and any exposed sprinkler piping in corrosive areas shall be welded or flanged stainless steel pipe. Provide a drum-drip assembly on the exterior dry pipe sprinkler system inspector’s test connection piping per NFPA 13. The office area standard response sprinklers may be replaced with new quick-response type sprinklers for increased performance and life safety. The unsprinklered two-story Maintenance office area constructed in the southeast portion of the production area must be provided with sprinkler protection.

New sprinkler piping should be specified as Schedule 40 black steel for sizes 2-inch and less, and minimum Schedule 10 black steel for sizes 2 ½-inch and greater. Schedule 40 pipe fittings should be threaded or welded with flanges. Schedule 10 fittings should be roll-grooved or welded with flanges. Stainless steel pipe should be specified in areas where hygienic design, corrosion, or wash down is can occur.

© Chr. Hansen A/S 70/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

All final engineering design documents, (plans, specifications, and calculations) shall be prepared by, or under the supervision of a Fire Protection Engineer registered in the State of Wisconsin. Installation drawings, shop drawings (working plans), calculations, other required pre-construction documentation and as-built drawings must be prepared by, or under the direct supervision of a National Institute for Certification in Engineering Technologies (NICET) engineering technician. NICET engineering technicians must hold a current certification as an engineering technician in the field of Fire Protection Engineering Technology with minimum Level III certification in the appropriate subfield.

6.6.6 West Warehouse Ambient Storage Fire Sprinkler Design

The existing West Warehouse wet pipe system will protect both ambient storage and a separate storage area within the cooler and freezer. Ambient storage in the West Warehouse is anticipated to include up to 17 feet of double-row rack storage of noncombustible liquids in plastic containers less than 5 gallons in size, and 330-gallon plastic totes/IBCs with a wall thickness of 0.25 in (6 mm) or less (Mauser IBC or similar). The small plastic containers will be cartoned, and materials will be placed on wood or plastic pallets when stored in racks. No open top containers or flammable/combustible liquid storage is anticipated within the warehouse. The ambient warehouse storage should be designed for Class II commodity storage per NFPA 13 Table A.5.6.3 and Section 5.6.2.2. See the Fire Sprinkler Drawing in the Appendix for more information.

Perform hydraulic calculations for the existing West Warehouse sprinkler system to confirm the Class II Commodity storage protection requiring a minimum density of 0.24 gpm/sf over 2,000 sf plus 500 gpm hose stream per NFPA 13 Figure 16.2.1.3.2(b) Curve E can be achieved with the existing system pipe sizes and configuration utilizing no in-rack sprinklers. Note that 130 sf sprinkler spacing is limited to a sprinkler density of 0.25 gpm/sf or less per NFPA 13. Confirm that a minimum clearance of 18 inches is provided between the sprinkler deflectors and the top of storage.

6.6.7 West Warehouse Cooler/Freezer Fire Sprinkler Design

The West Warehouse wet pipe sprinkler system in the area above the cooler and freezer is anticipated to remain. The cooler and freezer will be box-in-box construction below the structural roof joists. The walls will not continue to the roof deck, so the space above the cooler and freezer must remain sprinklered and maintained above 40 °F. Confirm no freeze protection is required for the wet sprinkler piping. The pipe sizes supplying the dry pendent sprinklers protecting the cooler and freezer shall be hydraulically designed for Class II Commodity classification as noted for the Ambient Warehouse with storage up to 17 feet and a minimum clearance of 18 inches below sprinklers at the ceiling.

6.6.8 Packaging Materials Storage Area

An area designated for plastic and cardboard packaging materials on racks crosses both the east and west production area sprinkler system boundaries near Column Line L. The existing sprinkler systems are not currently designed for high-piled storage of Group A plastics.

Remove the sprinklers in the rack storage area up to 15 feet horizontally from the edge of the racks. Sprinkler outlets may be plugged and existing branch line piping may remain to supply spaces beyond the storage area. Hydraulically calculate new branch line pipe sizes supplied from the existing 6-inch cross main utilizing Early Suppression Fast Response (ESFR) sprinklers in this area for protection of 18 feet of exposed, unexpanded Group A plastics on racks with a 25 foot maximum ceiling height. Recommend specifying (12) K-16.8 ESFR sprinklers flowing 35 psi per NFPA 13 Table 17.2.3.1. A minimum of 3 feet of clearance is required between the sprinklers and the top of storage, limiting the storage height to approximately 18 feet. The ESFR sprinkler protection area shall be separated from the surrounding sprinkler systems by a minimum 2 foot draft curtain located at the roof per NFPA 13.

© Chr. Hansen A/S 71/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

6.6.9 Server Room Fire Suppression System

Provide a Novec 1230 clean agent fire suppression system to supplement the automatic sprinkler protection required within the Server Room. Design the Novec 1230 system to meet the requirements of NFPA 2001 and provide the minimum design concentration within the Server Room enclosure required for Class A and Class C hazards. The system shall be complete and include all mechanical and electrical coordination items (power supply, dampers, etc.), all detection and control equipment, agent storage cylinder(s), Novec 1230 agent, discharge nozzles, pipe and fittings, manual release and abort stations, audible and visual alarm devices, auxiliary devices and controls, shutdowns, alarm interface, caution/advisory signs, functional checkout and testing, training and all other operations necessary for a functional, UL Listed and FM Approved Novec 1230 Clean Agent Fire Suppression System per NFPA 2001. The architect and general contractor shall be responsible for room enclosure integrity (self-closing doors with seals, full height walls, sealing of penetrations, etc.) to prevent agent loss and/or leakage during the “hold” period, which is a minimum of 10 minutes or sufficient time to allow response by trained personnel. The Novec 1230 clean agent system will be programmed to discharge upon activation of smoke detection in order to suppress a fire prior to the operation of fire sprinklers located in the room.

6.6.10 Fire Alarm System

The existing building is equipped with a Honeywell fire sprinkler monitoring/security system that supervises the wet pipe and dry pipe fire sprinkler system water flow switches, valve tamper switches, dry pipe sprinkler system low air supervisory air switch, one manual pull station, and one smoke detector located in the Fire Sprinkler Riser Room with one horn/strobe located in the Fire Sprinkler Riser Room for local notification only. The existing panel reportedly transmits fire alarm, trouble, and supervisory signals to a remote alarm supervising station for monitoring and dispatching the fire department. No other fire alarm occupant notification (horns or strobes) are provided within the building to alert building occupants of a fire alarm condition.

Demolish the existing fire sprinkler monitoring system and provide a complete, electrically supervised, addressable, intelligent, fire alarm system including double-action type manual pull stations located within 5 feet of each exterior exit door, supervisory duct smoke detectors on air-handling units over 2,000 cfm in airflow per International Mechanical Code, monitoring of all fire sprinkler system water flow and tamper switches, and notification appliances throughout all normally occupied areas of the building per NFPA 72. The fire alarm control panel shall be listed for releasing the Novec 1230 clean agent fire suppression system in the Server Room. Provide a new smoke detector over the fire alarm control panel per NFPA 72. Recommend locating the new fire alarm control panel in the office area near the lobby for Fire Department response.

Provide a smoke detection system in the Server Room for activation of the Novec 1230 clean agent fire suppression system per NFPA 72 and NFPA 2001. Program the fire alarm release control panel to initiate a fire alarm signal upon activation of the first smoke detector, then a pre-discharge time delay and release of the clean agent upon activation of a second smoke detector in the room. Provide a manual release station near the exit door to immediately release clean agent into the room, and a dead-man type abort station adjacent to the manual release station to inhibit the discharge of the clean agent during the pre-discharge time period until the fire alarm control panel is reset.

Upon any fire alarm signal, the fire alarm system shall initiate audible occupant notification (horns) throughout the entire facility, and visual occupant notification (strobes) throughout all common and public use areas of the building per NFPA 72. Any fire alarm signal shall automatically release magnetically locked doors and door hold-open devices throughout the building to facilitate egress. Alarm, trouble, supervisory, and water flow signals shall be transmitted to a central monitoring station from the fire alarm control panel for fire department response. Signaling Line Circuits (SLCs), Initiating Device Circuits (IDCs), and Notification Appliance Circuits (NACs) may be Class B configuration, and secondary power supply batteries shall be sized to provide a minimum of 5 minutes of alarm signaling after 24 hours of standby power per NFPA 72.

© Chr. Hansen A/S 72/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

6.6.11 Additive Bid Item No. 4

In order to increase the rack storage height of Class II commodities above 17 feet with the West Warehouse sprinkler system, NFPA 13 Section 17.2.1.4 (4) requires the installation of one level of in-rack sprinklers in alternate transverse flues utilizing the existing overhead sprinkler density of 0.45 gpm/sf over 2,000 square feet. The in-rack sprinkler system would need to be supplied from a separate fire sprinkler riser designed to supply eight sprinklers flowing a minimum of 15 psi per sprinkler, with the in-rack sprinklers located at the intersection of the transverse and longitudinal flue spaces. If hydraulic calculations are performed and confirm the public water supply cannot meet this design criterion without the installation of a fire pump, another option could be to install one level of in-rack sprinklers in every transverse flue. This option would reduce the overhead sprinkler density to from 0.45 gpm/sf down to 0.30 gpm/sf over a hydraulic area of 2,000 square feet per NFPA 13 Section 17.2.1.4(5). Perform an analysis of the existing fire sprinkler system and in-rack sprinkler options to increase the rack storage height to above 17 feet while maintaining a minimum of 18 inches of clearance from overhead sprinklers per NFPA 13.

6.6.12 Additive Bid Item No. 15

MIC (Microbiologically Influenced Corrosion) is a condition in which microbes within some water supplies could potentially cause pitting and pinhole leaks in carbon steel piping over time. MIC could be an issue with any existing sprinkler system, but cannot be accurately diagnosed without testing the water supply in a laboratory. In addition, sediment within the water supply can collect inside system piping over years of testing and flowing new water into the system causing obstruction of the piping. The water supply for this facility has been tested and shown to contain traces of MIC. Remove and inspect several sections of the grooved fire sprinkler system piping on each system to perform a visual internal inspection of the system conditions or utilize a borescope type camera inspection in order to determine the internal condition of the piping and if piping must be flushed, treated to prevent further corrosion, or replaced.

6.7 Refrigeration

LOT 1 will be required to provide the Refrigeration for the Cooler and Freezer areas of the facility. This will be provided using the following guidelines:

Architectural Drawings. Room Data sheets. Reference documents Descriptions listed below. URS document provided with this RFP .

o General Requirements:

The Refrigeration system design will comply with the 2015 International Building Code with state and local amendments, 2015 International Mechanical Code with state and local amendments, Village of Mukwonago Code ordinances Chapter 38 and references to NFPA and 2015 International Fire Code, ANSI/ASHRAE Standard 15-2013, ANSI/IIAR2-2015 and all other Authorities Having Jurisdiction, as a minimum.

Installation: The design and installation will be performed in accordance with all applicable codes and best industry standards. Equipment will be located to avoid damage and promote access for maintenance.

Design with consideration of a low environmental impact of the refrigerant chosen (Low GWP) for equipment provided for the cooler and freezer. Eg. Amonia, CO2 ect.

© Chr. Hansen A/S 73/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Warranty: All workmanship, materials and equipment furnished and installed here under will be guaranteed for one year from the date of the final acceptance of work by the Owner.

Refrigeration equipment may be suspended, roof mounted or pad mounted. Suspended or hung must be verified for space, weight and mounting heights. Roof-mounted equipment will be designed to withstand wind rates and will be anchored to the structure.

BAS (Building Automation System)

The Refrigeration control and energy management systems will utilize an open protocol non-proprietary PLC based, control system, to provide data collection, energy management and control of individual Refrigeration equipment.

Defined Terms:o Cubic Feet per Minute (CFM): The amount of air volume displaced in cubic feet over

the time duration of one minute.

o Dry Bulb (DB): The measurement of heat carried within air, as sensed by a thermometer.

o Inches Water Column (WC): A unit of pressure equal to the pressure exerted on a column of liquid water at a temperature of 39.2 F.

o Interlock: Means of operating two or more pieces of equipment together, simultaneously to function as a system.

o Relative Humidity: The percentage of the actual air water vapor as compared to saturated air at the same ambient temperature.

o Supply Air: Air delivered to an indoor space through a mechanical system or by natural convection.

o Wet Bulb (WB): The measurement of heat carried by water within air, through evaporation, at a given dry bulb temperature.

o Zone: One or several indoor spaces with similar thermal properties, such as, occupant category, occupant density, air distribution effectiveness and primary airflow requirements.

Refrigeration Design Parameterso The refrigeration load calculations to be based on ASHRAE Climatic Data for

Mukwonago, WI, available data to the project site.

-6 F DB winter

90 F DB/73 F WB summer, 16.6 F DB range.

7 Contractors Responsibility7.1 Contractors scopeContractor’s scope must include all requirements, technical information and all information stated in the Contract and tender package (TDI).

Contractor’s scope shall include but not be limited to:

Equipment fabrication at the Contractor’s workshop, including any mock-ups required during design phase.

© Chr. Hansen A/S 74/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

Complete equipment design and engineering to meet the requirements of Employer (taking into account occupational health and safety (OHS), operation, cleaning, decontamination & maintenance) and supply of material necessary to meet the design and fabrication criteria.

Contractor shall design and document according to current laws and regulations for equipment handling food and dairy based ingredients. Especially with respect to cleaning and sanitization aspects.

Contractor shall be fully responsible for the project execution of the Works and to guarantee performance outlined in Chr. Hansen's Technical documents.

All components (instrumentation, valve or equipment) are to be tag numbered per the requirements defined.

Equipment fabrication at the Contractor’s workshop, including any mock-ups required during design phase.

Perform Startup and Commissioning activities for all equipment furnished in the Lot 1 scope of work. Provide a detailed test plan to CHR Hansen for approval as part of the 30%/60%/90% Design Submissions.

Both temporary piping and final installations must undergo performance test and validation and approval by Employer.

Site Acceptance Testing (SAT) and Commissioning of supplied equipment. Taking Over requirements and conditions and for documentation requirements. The Contractor is required to define the required Employer resources and shutdown periods additional to planned production shutdowns that as specified.

Packaging, transport and shipping of equipment to site, as defined in the Contract agreement documents, including associated insurances.

Final positioning, levelling and fixing/anchoring of the equipment. Positions, distribution of loads, location of anchor points and details of anchoring systems must be approved by Chr. Hansen to ensure the structural requirements are fulfilled.

Verifying the suitability of the installation as well as verifying all connections and the functioning of each component of the equipment prior to verification.

All documentation associated with safety, operation and maintenance is to be supplied in English.

As-built drawings and hand-over documentation.

Safety, operator and maintenance training of personnel. Contractor should advise recommended training days as part of the bid.

Special tools, commissioning spares and list of recommended spare parts.

Participate in weekly safety meetings and daily construction coordination meetings. All required safety precautions such as point exhausts at welders working areas, scaffolds, staircases etc. should be included in supply.

Employer will deliver a Taking Over Certificate for signing, once the Works is approved and handed over by Contractor.

© Chr. Hansen A/S 75/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

8 Final EngineeringUpon award of the contract it will be Contractor’s responsibility to complete the detailed and final engineering necessary for the installation. Before mobilization, Contractor shall issue a set of construction drawings.

All drawings shall be maintained and updated to reflect addendums with a change log as the project progresses. Questions for the site contractors must be addressed by Contractor’s engineers. Input will be provided by Chr. Hansen on request.

After the installation is complete, as-built drawings shall be delivered as detailed in the documentation requirements. Documentation of new equipment must comply with Document Requirement Specification – New Equipment (Part of TDI), and refurbished equipment must comply with Document Requirement Specification – Refurbished Equipment (Part of TDI).

9 Contractors staffing & Project Management Contractor must provide a staffing plan with the tender material. The plan must reflect his organization for this project and the percentage or man-hours used, position by position, monthly from Commencement of Works until Taking Over by Chr. Hansen.

When a Contract has been entered between the Parties, Contractor shall submit his detailed staffing plan to Employer within 28 days of receiving notice of Commencement of Works, and shall submit a revised staffing plan to the same specifications whenever the previous staffing plan is inconsistent with Contractor’s current programme or his obligations under the contract.

9.1 Project ManagementIt is required that Contractor assign a skilled Project Manager (PM) to this project.

Contractor’s PM must have a proven track record for managing projects in the food- and pharma-industry. Contractors PM must have a thorough understanding and acceptance of strict quality management and change control.

The PM will work as Contractor’s Representative; will represent Contractor and ensure that all requirements and contractual obligations are fulfilled.

To ensure smooth detailed design phase with design reviews as well as the execution and commissioning, throughout the entire project, the Contractor´s PM must supply Employer with progress reports and program according to contract.

Employer expects a biweekly project meeting with the Contractor’s PM (arranged by Contractor´s PM) throughout the entire project.

9.2 Construction ManagementContractor must provide an onsite Construction Manager (CM) to supervise the installation, from the beginning and throughout the project. It will be the Construction Manager’s role to handle day to day coordination between contractors on site, keep schedules, track progress, and provide updates as appropriate. Any time Contractor’s staff or a subcontractor of his is on-site; the CM must be present as well. CM must speak English. If workmen speak language other English a translator must be assigned.

© Chr. Hansen A/S 76/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

10 Site UseEntry to the area, building and parking rules must be agreed with Contractor before mobilization. Contractor is responsible for providing mobile and equipped offices, break rooms, restrooms, warehouse, workshop, waste containers, etc. on site. The contactor is responsible to provide all temporary facilities during construction construction trailers, employee break/lunch areas, construction waste containers, sanitary facilities, ect. Use of existing facilities at the building will not be allowed. All contractors are required to provide all utilities required during construction. CHR Hansen will not provide any utilities during construction.

The Lot 1 provide temporary light during construction inside the building.

The Lot 1 provide protection of floors with plywood or similar until TOC (taking over certificate)

11 Site SafetyAssessment review shall be performed before the project construction phase, EHS management and Production shall be involved and Contractor shall participate and provide input.

Safety functions must be fully tested and approved before powering any equipment or system.

All equipment and building installations for use in a potentially explosive atmosphere shall be shall comply with the requirements of the Dust Hazard Analysis furnished by Chr Hansen.

Main drivers in the Environmental, Health & Safety (EHS) area are:

Improve environmental performance of process equipment and installation The design must strive to reduce energy consumption as much as possible Built in Energy saving or recovery suggestions are to be considered Optimize workflow and manual lifts, reducing EGA Safe work areas for Operators, machinery movements, chemicals, burns Dust and powder handling must be safe to operate Continual focus on safety issues during the planning and the construction phase

Contractor shall be responsible for ensuring a safe execution of the project and will be responsible for following all Chr. Hansen Safety Procedures. Responsibilities include (but are not limited to):

Contractor’s representative must submit to Chr. Hansen a Safety Plan for approval prior to Contractor’s mobilisation on site. This Safety Plan shall be reviewed and amended as necessary at all project status meetings.

Onsite Chr. Hansen Safety Training is mandatory for all contractors on site. Chr. Hansen will train a limited number of Contractor’s staff. Thereafter, it will be the responsibility of Contractor that all contractors have successfully completed the training before initiating on site work. Contractor will be responsible for emailing completed safety quizzes to the designated Chr. Hansen contact and must also keep a list of safety trained subcontractors available for inspection at all times.

Contractor will be responsible for performing safety audits within his own and his subcontractor(s)’ staff ensuring that a safe work environment is maintained at all times.

All personal protection equipment (PPE) is Contractor’s responsibility Contractor will be responsible for obtaining Hot Work Permits, Work Packages (Lock Out/Tag

Out) permits, and Line Break Permits from the designated CHR Hansen contact as needed.

o Line Breaks are required when cutting into any active process or utility line and will ensure the proper Lock-Outs are completed. This will require an active walk of the line following it back to all paths to confirm safety.

Propping open doors to any Chr. Hansen building is not permitted. Badge Requests are the responsibility of Contractor. Contractor will request access badges in advance for contractors

© Chr. Hansen A/S 77/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

that need access to the site. Individual site safety training is required before any individual can receive a badge.

If non-compliance is observed by Chr. Hansen the individual may be asked to leave the site or will receive a single warning.

© Chr. Hansen A/S 78/79

Document: The Works

Version: 1.0 Site: Mukwonago, WI

Project no: 17254 Project: Lot 1 Design Build RFP Unit: N/A

12 Quality ControlContractor will be responsible for ensuring the quality and workmanship of the installation according to the specifications and accepted industry norms. Contractor shall write and submit for inspection to Chr. Hansen, a Quality Control Plan documenting how he will monitor construction quality.

Contractor will inspect incoming raw materials and parts to ensure a match with specifications. If in doubt, Contractor will notify Chr. Hansen as soon as possible and in any event before installation of the component in question.

Chr. Hansen reserves the right to do factory inspection at Contractor’s and sub supplier(s)’ premises during manufacturing.

Ref. no. Document

1. Tender Document Index

13 References

14 Change log

Version

Section Change/ Comments Date Initials

1.0 09.17.2018

© Chr. Hansen A/S 79/79