HomeMy WebLinkAboutResolution - 4016 - Contract - Environmental Systems Corp - Continuous Emissions Monitor Upgrade - 11_12_1992Resolution No. 4016
November 12, 1992
Item #23
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract by
and between City of Lubbock and Environmental Systems Corp. to furnish and
install reporting software and associated hardware on owner supplied and
provided computer equipment for the City of Lubbock, attached herewith,
which shall be spread upon the minutes of the Council and as spread upon
the minutes of this Council shall constitute and be a part of this Resolu-
tion as if fully copied herein in detail.
Passed by the City Council this 12th day of November 1992.
r
DAVID N, MAY0
ATTEST:
Sally StW1T_Ab_Fe_,_Acting City
Secretary
APPROVED AS TO CONTENT:
�t V'Z' 1 ZA: �' %--
ictor m n, cting Purchasing
Manager
APPROVED AS TO FORM:
Kafold ar ,- AssistanA City
Attorney
HW:ja/ENVIRON.RE3
D1-Agenda/November 2, 1992
CITY OF LUBBOCK
SPECIFICATIONS
FOR
CONTINUOUS EMISSIONS MONITOR
UPGRADE
RFP # 12252
CITY OF LUBBOCK
Lubbock, Texas
1.
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: CONTINUOUS EMISSIONS MONITOR
UPGRADE
ADDRESS: HOLLY AVENUE
RFP NUMBER: 12252
PROJECT NUMBER: 2114-551190-9732
CONTRACT PREPARED BY: Purchasing Department
THIS PAGE LEFT BLANK INTENTIONALLY
REQUEST FOR PROPOSALS
Fa" RFP # 12252
i
1
Sealed proposals addressed to Gene Eads, Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock,
Texas, 79401 until 2:00 o'clock p.m. on the 20th day of October, 1992, or as changed by the issuance of
formal addenda to all proposers:
CONTINUOUS EMISSIONS MONITOR UPGRADE
The specifications, proposal forms and contract documents may be examined at the office of the
Purchasing Manager for the City of Lubbock, Texas.
Attention of each supplier is particularly called to the Schedule of General Prevailing Rate of Per
Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, Texas. Each supplier's attention is further directed to the provisions of Article 5159a, Vernon's
Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the vendor
of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies all suppliers that in regard to any contract entered into
pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities
to submit proposals in response to this invitation and will not be discriminated against on the grounds of
race, color, sex, or national origin in consideration for an award.
There will be a preproposel conference on 6th day of October, 1992, at 10:OD o'clock a.m., Personnel
Conference Room 108, Municipal Bldg., 1625 13th Street, Lubbock, Texas.
--;—;—'BY:Ge4 beds, C P.N.
Purchasing Manager
r
f'�
THIS PAGE LEFT BLANK INTENTIONALLY
i
NOTICE TO PROPOSERS
P"
RFP • 12252
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock p.m. on the 20th day of October. 1992, or as changed by the issuance of formal addenda to all
proposers, to furnish all labor and materials and perform all work for the following described project:
CONTINUOUS EMISSIONS MONITOR UPGRADE
€ After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office.
It is the sole responsibility of the proposer to insure that his proposal is actually in the office
of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first
written.
The City Council will consider the Proposals on the 12th day of November. 1992, at Municipal Bldg.,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful proposer will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Am. Civil St., in the amount of 100X of the total
contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be
issued by a company carrying a current Best gating of @ or superior, as the rating of the bond company is a
factor that will be considered in determination of the lowest responsible bidder. If the contract price does
not exceed $25,000.00 the said statutory bonds will not be required.
Proposers are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a
relieble surety company, payable without recourse to the order of the City of Lubbock in an amount not less
than 5% of the total amount of the bid submitted as a guarantee that proposer will enter into a contract and
execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each proposers sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that
all such factors have been thoroughly investigated and considered in the preparation of the proposal
submitted.
The specifications, proposal forms and contract documents may be examined at the office of the
Purchasing Manager for the City of Lubbock, Texas.
Attention of each proposer is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, which document is specifically referred to in this notice to proposers. Each proposers's attention
is further directed to provision of Article 5159a, Vernon's Am. Civil St., and the requirements contained
therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all proposers that in regard to any contract entered into
pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities
to submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a preproposal conference on 6th day of October. 1991, at 10:00 o'clock a.m., Personnel
Conference Room 0108, Municipal Building, 1625 13th Street.
CITY OF LUBBOCK
BY: E ds, P.M.
Purchasing Manager
RFP PROPOSAL
r"
1.
THIS PAGE LEFT BLANK INTENTIONALLY
F
r"
d
RFP PROPOSAL
FOR
CONTINUOUS EMISSIONS MONITOR UPGRADE
PLACE: Knoxville, Tennessee
DATE: October 19, 1992
PROJECT NO: • 2114-551190-9732
Proposal of Environmental Systems Corporation (hereinafter called "Proposer")
To the Nonorable Mayor and City Council City of Lubbock, Texas (hereinafter called "Owner")
n Gentlemen:
The Proposer in compliance with your request for proposal for an Continuous Emissions Monitor umrad6
having carefully examined the specifications, instructions to proposers, notice to providers and all other
related contract documents and the site of the proposed work, and being familiar with all of the conditions
surrounding the proposed project including the availability of materials and labor, hereby proposes to furnish
all labor, materials, and supplies; and to provide the Continuous Emissions Monitor Upgrade in accordance with
the specifications and contract documents.
The Bidder binds himself on acceptance of his proposal to execute a contract and any required bonds, according
to the accompanying forms, for performing and completing the said project.
Proposer hereby agrees to commence the work on the above project on or before a date to be specified in a
written ■Notice to Proceed" of the Owner and to fully complete the project within bee ESC Pronosal_�
consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Proposer
hereby further agrees to pay the owner as liquidated damages the sum of $D.00 ( DOLLARS) for each
consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more
fully set forth in the general conditions of the contract.
Proposer understands and agrees that this proposal shall be completed and submitted in accordance with
Instruction No. 20 of the General Instructions to Bidder.
Proposer understands that the Owner reserves the right to reject any or all proposals and to waive any formality
in the proposal process.
The proposer agrees that this proposal shall be good and may not be withdrawn for a period of one hundred twenty
(120) calendar days after the scheduled closing time for receiving proposals.
The undersigned Proposer hereby declares that he has visited the site of the work and has carefully examined the
specifications, and contract documents pertaining to the project covered by this proposal, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete
the project; as provided in the contract documents.
r
L
Enclosed with this proposal is a Cashier's Check or Certified Check
for
Dollars (S ) or a Proposal Bond in the sum of
Dollars (S ) _
which it is agreed shall be collected and retained by the Owner as
liquidated damages in the event the proposal
is accepted by the Owner and the undersigned faits to execute the necessary contract documents and the required
bond (if any) with the Owner within ten (10) days after the date of
receipt of written notification of
acceptance of said proposal; otherwise said check or bond shall be
returned to the undersigned upon demand.
Proposer understands and agrees that the contract to be executed by
Bidder shalt be bound and include all
contract documents made available to him for his inspection in accordance
with the Notice to Proposers. �.
Environmental Systems Corporati-i
Proposer
Ronald O. Webb, Vice President
\
(Seal ;i,f ILdor is a Corporation)
ATTEST:
6a4z,d-\,j GLQ/
Secretary
5.0 COST SUMMARY
5.1 Ouotation for CEM Data System (Steam Unit No. 2, Holly Aven=)
my
Description
Amount
1.
1
ESC 8800 Data Logger with the
following:
- Keyboard/Display
- Sixteen (16) Analog Inputs with PGA
- 32 Parallel I/O (16 in/ 16 out)
- 2 Serial Ports
- Rack Mount
- CEM Firmware
- 115 VAC, 60 Hz.
a. $4,040.00
$ 4,040.00
2.
3
Isolated Inputs (4-20 mA)
C� $250.00
$ 750.00
3.
1
Math Pak Firmware
$500.00
$ 500.00
4.
1
ESC/CEM Data Retrieval and Reporting
Software with User's Manual and
Programmer's Manual for Single Stack
(process).
(1 Copy of Executable Code, 1 Copy of
Manual)
c $5,200.00
$ 5,200.00
5.
1
Appendix F Software for Reporting
Out -of -Control Conditions Based
on Daily Calibration Drift
@ $2,400.00
$ 2,400.00
6.
1
Hourly Report
a $2,820.00
$ 2,820.00
7.
1
Opacity Trending (1 minute)
$2,390.00
$ 2,390.00
8.
1
Source Code (commented) for ESC
Applications Software with Programmers
Manual
@i0 $2,000.00
$ 2,000.00
27
Item
9.
5.2 Option
Description
Installation, Start-up and Training
at Site in Texas (On -site for
two days).
a $3,850.00
Amount
$3,850.00
TOTAL $23,950.00
Item
4ty
Description
Amount
1.
1
Hot Standby 8800 at ESC Offices for
Two Day Shipment.
$300.00/year
2.
2
RS485 Line Driver (4000 ft.)
@ $275.00
$ 550.00
3.
1
I/O Panel with 5 Amp Control Relays
$ 540.00
4.
2
Surge Protector (AC Power Line)
ci $ 85.00
$ 170.00
5.
1
For custom programming or modifications
to the system beyond those proposed
here, our hourly rate is $75.00--per hour
$75.00/hour
6.
1
Assistance of ESC engineer on site during
certification. (This rate applies during
on -site assistance and during travel.)
$75.00/hour
7.
1
Extended warrantyon Mode1:8800 data
logger (beyond first year)
$650.00/year
8.
1
Extended warranty and call -in assistance
on ESC Central Software (beyond first year)
$1,200.00/year
9.
1
Extended warranty on Central Hardware
(beyond first year)
$840.00/year
10.
1
Call -in Modem (2400 Baud) with Remote 2
Software (Owner to Provide Second Serial
Port)
$ 590.00
The above amounts are good for 120 days from quotation date. Costs include
one year
return -to -factory warranty.
Terms: Net 30. FOB: Site in Texas. Delivery: Standard System:
60 days ARO or 30 days after receipt by ESC of Lubbock computer in operating
condition,
whichever
is later; Custom
Items (6-7) 150 days ARO.
IM
[�: [.�:: c.�: [___.� t.�:..: �.�.� t..:._ � t� [__.: �..� tom:: t�.� t�..: [� t_._�: t-: t
THIS PAGE LEFT BLANK INTENTIONALLY
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
KNOW ALL MEN BY THESE
PRESENTS, that
(hereinafter celled the Principal(s), as
4
PrincipaL(s), and
(hereinafter called the
Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee),
in the amount of
Dollars (S ) lawful money of
the United States for
the payment whereof, the said
Principal and Surety bind themselves, and their heirs, adminis-
trators, executors, successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS, the
Principal has entered into a certain written contract with the Obligee, dated the day of
19
to
r and said Principal under the law is required before commencing the work provided for in said contract to execute a
t bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
r
F
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION 1S SUCH, that if the said Principal shall pay all claimants
supplying Labor and material to him or a sub -contractor in the prosecution of the work provided for in said con-
tract, then, this obligation shell be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were
copied at length herein.
F
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
day of 19_
Surety
Principal
*By:
(Title)
By:
(Title)
By:
(Title)
By:
(Title)
r
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des-
ignates an agent resident in Lubbock County to whom any requisite notices may be delivered and
on whom service of process may be had in matters arising out of such suretyship.
Surety
*By:
Approved as to form:
City of Lubbock
By:
City Attorney
*Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
r
PERFORMANCE BOND
aft
THIS PAGE LEFT BLANK INTENTIONALLY
s_
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
r" AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Dollars (S ) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administra-
tors, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of
19_, to
i
and said principal under the law is required before commencing the work provided for in said contract to execute a
bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
i NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully per-
form the work in accordance with the plans, specifications and contract documents, then this obligation shall be
void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th legislature, regular session 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said article to the same extent as if it were
copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
day of , 19
Surety
orgy:
(Title)
Principal
By:
(Title)
By:
(Title)
By:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on
whop service of process may be had in matters arising out of such suretyship.
Surety
*By.
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
r
F
F
r
CERTIFICATE OF INSURANCE
F.
7
THIS PAGE LEFT BLANK INTENTIONALLY
rRCV
1
7
rTO:
lU
$Y ; ;cEROX TE'_ECOP I ER 7010 ; 12-10 2 4: 5]PM
DEC 10 '92 16:36 00000Q0000040 000:�
CITY OF 1.1188=
Lubbock, Texas
H7S TO CERTIFY THAT cvc G
F
IS ured by this•eompany with respect to
In accordance with the provfsi= of
xceptfons to startdard-pot Icy noted h
d
CERTIFICATE OP INSURAWCE
P.2
DATE: 12-j 0-q2
Type of
Projects CITY OF LUBBOCK
L (Name and Address of Insured) it, at the date of thiip certiffcate, in -
business operations hereinafter described, for the tyats-of insurance and
standard policies used by this Company, the further hereinafter described.
TYPE of INSMUCE
T Potiey No.
Effective
Expires
Limits of Liability
`Yori mon'a
rZmp oelssation 141300110600
........... ............................
09-01-92
- -- -
09-01-93
- --- -- -
$100/500/100
-
Owner's Prater
...........................
Per •Person s 500.000
tive or Conlin- . MD1599
12-10-92
09-01-93
Per occurrence s 500,000
7lent Liability
Property Damage s 5QO,000
.......................... -.......... - ............................
.............._....----............--------....._..
Contractor's
Per Person S
or
Per Occurrence s
r-rotective
ontingent
Property Damage s
Liabilfty
r.;--------------•-----------------------
--------------------------•----..........------..-
.....................
Per Persorl s 1. 000, 000
d Automobtte 660166KA068ACOF
- 09-01-92
09-01-93
Per occurrence $1.000.000
Property Damage Sl 000,000
'a�rthensive------------------------• t--
------------------------------------
----------- ----------------
' GerAraL Liabi t f ty• 660166KA068AC0
09-01-92
09-01-93
31 fOQO , 000
..-------•------------------------------------------------.................._.._---------------------
3L000,000
Wbretta Liability
s
660166KOGBACOF
09-01-92
09-01-93
.......------ ...-------------------...........................
........................................
7The foregoing Potieies (do) (do no)
t
-...............................
cover all sub-ecntractors.
................
Locations Covered
7DESCRIPTION of Operations Covered
ALL OPERATIONS
OF THE INSURED
,..,The sbave policies either in the body thereof or by appropriate thdorsamnt provide.that they.asay not be changed or
canceled by the insurer in test then the legal time required after the insured has received written notice of such
` 'eharve or cancellation, or In case there is no Legal requirement, in tesa than five days in advance of cancellation.
TRAVELERS INSURANCE COMPANY
rfIYE =PIES*OF TUTS CERTIFICATE FMP OF 0AlIGAI!
r KIST BE SENT TO THE OWWER. - (Name of insurer)
f' 8
Title EXEC VIVE PRES
r
CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his
sole
cost and expense through the life of this contract, in-
aurance protection as hereinafter specified.
such
insurance shall be carried with an insurance company au-
thorized to transact business in the State of
Texas
and shall cover all operations in connection with this
contract, whether performed by the Contractor
or a
subcontractor, or separate policies shall be provided
covering the operation of each subcontractor.
_
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of E300,000 Bodily
Injury and $300,000 Property Damage per occurrence to include:
Premises and Operations
Explosion L Collapse Hazard
Underground Damage Hazard
Products i Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy
naming the City of Lubbock as insured and the amount of such policy shall be as follows
For bodily injuries, including: accidental death, 5500,000 per occurrence, and 5100,000 for Property
Damage.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury $250/500,000
Property Damage $100,000
to include all owned and ran -owned cars including: Employers Mon -ownership Liability Hired and Mon -
owned Vehicles. The City is to be named as an additional insured on this policy for this specific
Job and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten-
tial loss) naming the City of Lubbock as insured.
P+
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of
($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen-
sive Automobile Liability coverages.
The City is to be named as an additional insured on this policy for this specific Job and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
F. Yorker's Compensation and Employers Liability Insurance
As required by State statute covering all employees whether employed by the Contractor or any Sub-
contractor on the job with Employers Liability of at least $100,000 limit.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the
Owner for approval five Certificates of Insurance covering each insurance policy carried and
offered as evidence of compliance with the above insurance requirements, signed by an authorized
representative of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne
by such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the
date borne by such certificate.
(S) A provision that the policy may be canceled only by mailing written,notice to the named in-
sured at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in
or cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) con-
tained in the job specifications. No substitute of nor amendment thereto will be accept-
able.
I- - L--' L--' L--' I - L- t-- L- L- L- L.- ] t--- L-- L- , L-.-- . t- U-- , L---� t----
THIS PAGE LEFT BLANK INTENTIONALLY
i
r
r
i�
l
r
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 12th day of November. 1992, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereinto authorized to do so,
hereinafter referred to as OWNER, and ENVIRONMENTAL SYSTEMS CORPORATION of the City of KNOXVILLE, County of KNOX and
the State of TENNESSEE, hereinafter termed CONTRACTOR.
WITHESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith Cif any) the CON-
TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol-
lows:
RFP 9 12252 - CONTINUOUS EMISSIONS MONITOR UPGRADE PROJECT IN THE AMOUNT OF $23,950.00.
and all extra work in connection therewith, under the terms as stated in the contract documents and at his Car
their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
Labor, insurance and other accessories and services necessary to complete the said construction in accordance with
the contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substentielly complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have
Texas in the year and day first above written.
ATTEST:
Secretary
APP VED A TO LATENT:
Al
APPROVED AS TO ORM:
a^
rAg ti;orporate Secretary/liw�veee
ENVIRONMENTAL SYSTEMS CORPORATION
CONTRACTOR
TITLE: D
COMPLETE ADDRESS:
200 TECH CENTER DRIVE
KNOXVILLE, TN 37912
No Text
r
QJRRENT WAGE DETERMINATIONS
THIS PAGE LEFT BLANK INTENTIONALLY
Resolution #2502
January 8, 1987
# Agenda Item #18
I
j�
1:
DGV:da
RESOLUTION
WHEREAS, the City Council has heretofore established the general
;prevailing rate of per diem wages for each craft or type of workmen or
;'mechanics needed to execute public works contracts for the City of Lubbock
in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
"contracts shall be as set forth in the following named exhibits, which
.exhibits shall be attached hereto and made a part hereof for all intents
,,hand purposes:
' Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
i Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
:;Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
,:on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided b-v law.
'Passed by the City Council this 8th
Ranett"oyd, City Secretary
day of January , 1987.
L'. % Ghuoe.14
B.C..McMINN, MAYOR
-APPROVED T ONTENT: APPROVED AS TO FORM:
Bi 1 P yne, Dilrector of Building Do ld G. Vandiver, First
Services Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft Hourly Rate
Acoustical Ceiling Installer
$11.60
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper
5.50
Bricklayer
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
Carpenter -Helper
5.50
Cement Finisher
7.35
Drywall Hanger
8.70
Electrician
10.50
Electrician -Helper
5.25
Equipment Operator -
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00
Iron Worker
7.30
Laborer, General
4.75
Mortar Mixer
5.60
Painter
8.75
Plumber
9.25
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper
4.75
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder - Certified
8.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 1.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
7.
SPECIFICATIONS
THIS PAGE LEFT BLANK INTENTIONALLY
REQUEST FOR PROPOSAL
FOR
IMPROVEMENTS TO A
CONTINUOUS EMISSIONS MONITOR
STEAM UNIT NO. 2
HOLLY AVENUE POWER GENERATING STATION
LUBBOCK POWER % LIGHT
ELECTRIC PRODUCTION DEPARTMENT
LUBBOCK, TEXAS
SEPTEMBER, 1992
THIS PAGE LEFT BLANK INTENTIONALLY
p�.
r
1.0 GENERAL
A. Lubbock Power & Light proposes to replace an
existing Data Acquisition and Control System
currently using a Cromemco computer system serving
a Continuous Emissions Monitor (CEM) System. The
CEM automatically and: continuously measures
concentrations of HOx and oxygen to verify
compliance with operating permit.
B. The CEM upgrade is necessary to improve system
reliability. The existing system, supplied by
KVB, has been in service since 1978.
C. Allow for future integration of additional
equipment required to comply with the current
proposed Clean Air Act, Title IV, Phase 2
requirements.
D. Refer to Appendices for complete description of
existing system.
2.0 WORK BY OTHERS
The following work related to the replacement of the
existing system will be accomplished by the owner at
the owner's expense, and does not constitute part of
this contract.
A. Owner shall provide all labor required to install
materials furnished as part of this contract.
B. Owner shall provide one Compaq (IBM AT compatible)
computer with monitor, Epson FX-1050 dot matrix
printer, the latest version of DOS, and all
interconnecting wiring and cables.
C. Certification of system to regulatory agencies
shall not be required since the improvements do
not constitute a change to a previously certified
process.
3.0 FEDERAL REGULATIONS
System operation shall meet the requirements of the
United States Environmental Protection Agency USEPA 40
CFR 60/Appendix F.
4.0 SCOPE
A. Provide customized DAS software and programming of
microprocessor control system required to control
system components, calibrate (automatically and on
command), generate reports, and convey diagnostic
messages as required.
C. Furnish programmable logic controller or
microprocessor control equipment required for
complete process control.
D. Provide the following technical service:
Engineering Drawings, Operation & Maintenance
Manual Revisions, Inspection, Start-up Assistance,
and Training.
5.0 EQUIPMENT AND SOFTWARE ^
A. Furnish programmable logic controller or
microprocessor control equipment required for
complete process control.
B. Provide customized DAS software for owner supplied
IBM compatible computer. Program vendor supplied
microprocessor based controller as required to
control system components, calibrate
(automatically and on command), generate reports,
and convey diagnostic messages as required.
Reporting format shall be similar to existing
report illustrated in Appendix A.
C. Vendor supplied equipment shall integrate with
existing system 'without need for additional
devices.
D. Provide source code for process verification as
required by federal regulations.
E. Furnish one additional analog input for signal
from owner furnished opacity monitor. DAS shall
be capable of trending opacity when Boiler is
fired with oil.
6.0 DOCUMENTATION
Furnish all documentation required to install, operate
and maintain system upgrade as described herein.
6.1 ENGINEERING DRAWINGS
f
i
A. Furnish two (2) copies of all engineering drawings
for owner approval. Drawings shall be complete in
detail and satisfactory for installation of owner
supplied hardware.
B. Five (5) sets of all AS BUILT drawings shall be
submitted following completion of the system
upgrade. All drawings and other technical data
shall become the property of LP&L and may be used
at their discretion.
6.2 OPERATION AND MAINTENANCE MANUAL REVISIONS
1. Furnish five (5) sets of specific operation
instructions and maintenance manual revisions
required to operate and maintain revised system.
Revisions shall be incorporated into owners
existing O&M manuals.
2. Operation and maintenance data shall include the
following: installation instructions, wiring
diagrams, engineering drawing(s), process
diagrams, system operation overview, Functional
component descriptions, computer operation,
software description, warnings and alarms, report
generation, trouble Shooting, periodic routine
maintenance, and recommended spare parts.
7.0 INSPECTION, TESTING, AND START-UP
A. The vendor shall furnish technical representatives
to inspect and verify existing as -built conditions
and accuracy of all owner supplied documents. The
data published in the appendices was prepared
using information supplied by others. Lubbock
Power & Light shall not be responsible for any
errors or omissions resulting from assumptions as
a result of any erroneous information indicated on
the drawings.
B. Vendor shall thoroughly inspect installation prior
to start-up to verify proper compliance with
installation instructions/drawings.
C. Start-up and demonstrate performance of system.
S.0 TRAINING
7
A. Provide one day training session (minimum) to
plant management personnel and instrument
technicians at owner's facility located at 3500 E.
Slaton Highway in Lubbock, Texas..'
B. Training shall include: Introduction/overview,
system operation, Functional component
descriptions, hardware demonstrations, computer
operation, analyzer operation, software
description, warnings and alarms, report
generation, trouble shooting, periodic routine
maintenance, and allowance for question and
answers.
9.0 WARRANTY
A. The manufacturer shall warrant the software and
vendor supplied equipment against defects of
workmanship for a period of one year. In the
event of failure due to the aforementioned, vendor
shall provide materials, labor, and supervision
required, including travel and lodging, at the
vendor's sole expense, to remedy defect.
10.0`MINIMIIM PROPOSAL REQUIREMENTS
Interested firms shall submit a proposal for the
services defined herein, and shall include the
following information as a minimum to be evaluated by
committee.
A. Experience and performance on similar past
projects. Furnish a complete list of clientele
for the past three years with telephone numbers
and reference.
B. Qualifications of key personnel and organizational
charts)
C. Complete description of the proposed methodology.
Include brochures or technical bulletins of
proposed equipment and software.
10.0 EVALUATION CRITERIA
A selection committee will review and evaluate the
proposals using the following factors:
Experience and Performance 30%
Personnel Qualifications 30%
Methodology 40%
11.0 SUBMISSION OF PROPOSALS
Submit five copies of the proposal for review to the
office of Mr. Gene Eads, C.P.M, Purchasing Manager,
City of Lubbock, Municipal Building, 1625 13th Street,
Room L-04, Lubbock, Texas 79401, October 20, 1992 at
2:00 p.m.
[ END OF SECTION
THIS PAGE LEFT BLANK INTENTIONALLY
APPENDIX A
SAMPLE REPORT
THIS PAGE LEFT BLANK INTENTIONALLY
LUBeUUN POWER & LIGHT COMPANY HOLLY AVENUE POWER SiAiiUN UNI1 NO. 2 LUBBULK.IEXAS 2:00:15 Monday. October 1. iYaO
*�:** START OF THE HOURLY REPORT FUK TIME: 2:00:17
e:14:�4 STACK PEKFURMACE I-OU RI_rUni
START liME # 15-M 02 1-HR 1-HK 3-HR NOx AVEkAGI=S 15-M 1-HR 3-HR
HH:MM SMP PCT' PCT LB/MBTU LB/MblU LIM. ST. PPM PPM PPM
2:00 87 0.2 8.1 0.1t)Y 0.160 0.�0 U, K 148.4 14d.1i 142.Y
STACK vi HFORMACE LOU RF-F0i;T
SIAki i1ME # 15-M 02 1-HR 1-HR 3-HR NU;: AVti-06iS 15-M 1-Hk 3-HR
HH:MM SMP PCT PCT LB/MBTU LVMBTU LIM. ST. PPM PPM PPM
2:15 87 8.1 8.1 0.15 0. ny = 0.20 UK 144.5 147.5 142.7
2:44:54 STACK FtRFURMACE LOG REPORT
START !tME # 15-M 02 1-HR 1-HR 3-14h NUi WhNAGES 15•-M i-HK 3-HR
HH:MM SMP PCT PCT LB/MHiU LB/MblU Lim. 5i, r'em rem PF'M
2:30 87 8.1 8.1 0. 1 �)6 i;. 1 3ii 0.20 UK 143.2 146.0 143.2
2:=-9:�j4 SLACK PERFURMAUL LUb NE-FUR1 ]HE SLI1110.Is AVL AGE VALUt':) 5HOWN hFi_UW (HE HOURLY AVERAUFS FOR THIS IIMt 'r-rRiOU
START TIME N 15-M 02 T-HR 1-HK 3--HK NUx AVLRA6LS 15-M 1-HR 3-Hk
HH:MM SMP PCT PCT LB/MBTU LB%MBTU LIM. ST. PPM PPM PPM
2:45 87 8.0 8.1 0.154 0.157 .= 0.20 UK 144.8 145.2 143.6
END OF HOURLYtF'OKT. TIME 15 NOW: 3:V0:09 :}:*.***:}:a:a:*4.****a:*4:#x•r:#*:}::}::}:�::}:*:}:#:}::}**:}:***:}:a::**:I*xr*:t#:r.#:}:#:t#:}:�::,:*:�*:�a::�#-�*:,ti#:��-
THIS PAGE LEFT BLANK INTENTIONALLY
7
r
APPENDIX 6
GENERAL DESCRIPTION
r
F."
F-
THIS PAGE LEFT BLANK INTENTIONALLY
SECTION 1.0
.. GENERAL DESCRIPTION
1.1 INTRODUCTION
This manual contains a general description, operating instructions,
principles of operation, maintenance procedures and information for the KVB
Continuous Emission Monitoring, System furnished to the Holly Avenue Power
Station, Steam Unit No. 2 for Lubbock Power & Light of Lubbock, Texas.
The equipment automatically and continuously measures concentrations
of oxides of nitrogen and oxygen. Calibration of both nitric oxide and oxygen
analyzers is automatically checked, and corrected, at preset intervals to
ensure sustained accuracy.
Measurement outputs are in the form of low-level (4-20 MADC) currents
suitable for recording or operating control systems. Electrical contact clo-
sures are provided for alarms and system status. 0-IVDC outputs are available
for plant use.
Individual instruction manuals for vendor furnished equipment and
for the KVB System 400 Computer System are included in this manual. as appendices.
1.2 ANALYSIS
Nitric Oxide
Oxygen
Nitric oxide output
to signal conditioning 0-1 VDC
Oxygen output to signal
conditioning 0-1 VDC
1 KVB 31-502040-1705
Sample inlet
Probe purge
Calibration
Power Requirements:
Main analyzer cabinet
Recorder Outputs:
Nitric Oxide
Oxygen
System Alarm Contacts:
Excessive Vacuum
Loss of Sample
H2O Alarm
Monitor Power Failure
Single point (stack liner)
Automatic
Automatic
120 VAC, 85 amps MAX
4-20 MADC
4-20 MADC
Plant Alarm Contacts:
• Loss of Sample
• Monitor Power Failure
• Low Cal Gas
• H2O Alarm
• Excessive Vacuum
• Excessive Emissions
• Calibration Failure
Instrument Air Requirements:
Main enclosure 80 psi, 20 SCFH, 15 sec/hr, water t_-ar blowout
Probe box 60-80 psi, 20 SCFH during blow back
1.3 PHYSICAL DESCRIPTION
The Continuous Emission Monitoring System is comprised of the following
principle elements:
A. One probe attached to a temperature controlled box which houses valves
for calibration and blow back control and an in line Filter. (See Drawing =_5-234-02).
These components are stack mounted.
B. A main analyzer enclosure which houses the facilities to filter,
chill and pumr the sample flow; with valves to control the flow of sample ar.3
calibration gases. The nitric oxide and oxygen analyzers, the auxiliary
2 KVB 31-5n2040-1705
control board and power distribution panel are also located in this enclosure.
The calibration gases are mounted outside of the main enclosure.
C. A computer enclosure contains the KVB System 400 computer used
�.. to control the Continuous Emission Monitoring System. It also contains the
i
power supply which provides DC working voltages throughout the system. The
control terminal/printer is on top of the computer enclosure. A two pen strip
chart recorder is located below the computer module.
D. The heat traced sample line is used to transport sample gases
from the stack to the analyzer enclosure and calibration gases from the
analyzer enclosure to the probe for injection.
3 KVB 31-502040-1705
THIS PAGE LEFT BLANK INTENTIONALLY
APPENDIX C
PRINCIPLES OF OPERATION
THIS PAGE LEFT BLANK INTENTIONALLY
SECTION 3.0
PRINCIPLES OF OPERATION
3.1 GENERAL
This section describes the principles of operation of the Continuous
Emission Monitoring System and each of its principle components. Refer as
required to schematics and wiring diagrams contained in Section 5.0 (Drawings
section) of this manual.
Separate and independent instruction manuals are furnished for the
KVB System 400 computer, the Thermo -Electron Nitric Oxide Analyzer and the
Thermox Oxygen Analyzer. Refer to these manuals for the theory of operation
of each respective unit.
3.2 GAS SAMPLE SUBSYSTEM
The purpose of the gas sample subsystem is to remove particulate matter
and moisture from the flue gas so as to present a clean, dry representative
sample to the gas analyzers. Drawing Number EN204-02 shows the elements of
the gas sample subsystem. The elements are described in the following para-
graphs.
3.2.1 Sample Probe and Valve Box
The sample probe is inserted into the stack for sample gas extraction
and is constructed of Carpenter 20 stainless steel. Once the gases have been
extracted from the stack through the probe, they enter the stack mounted valve
box. The valve box is temperature controlled to prevent condensation of the
sample gas and performs two functions:
1) Probe blow back
2) Calibration gas injection
17 KVB 31-502040-1705
The valve box consists of two normally closed valves and one normally
open valve. The three valves are constructed of Carpenter 20 stainless steel
and Teflon, and are operated by air pressure which is controlled by solenoid
valves. The sample gas also flows through in -line filter F2.
3.2.2 Box Operation (See Drawing EN 204-02)
A. Blowback: SV-2, is electrically operated by the computer and
supplies air to AV-2 for closing, which isolates the probe from the sample
system. The computer now applies a signal to SV-1 to open AV-1, allowing
high pressure air to flow back through the probe to purge the probe tip
filter of accumulated particulate matter.
B. System Calibration: SV-2 and AV-2, are also used for isolation
during system calibration to prevent dilution of the calibration gases. with
AV02 closed and AV-3 opened the probe is closed off and calibration gases
are allowed to flow through AV-3 and back through the sample line to the in-
strument system. Operation of SV-4 and SV-5 in the main analyzer enclosure
determines which gas will be flowing.
C. with no signals generated, the system operates in a normal mode
allowing sample gas to pass from the probe through AV-2 to the analyzer system.
D. The sample line which transports gases from the valve box to the
analyzer system is constructed of Teflon and is heat traced and insulated to
maintain the gases above.dew point.
The sample line is constructed with two tubes, one 3/8" and one
1/4" tube. The 1/4" tube is used to transport selected calibration gases
from the instrument cabinet area to the valve box at the stack. One of the
3/8" tubes is used to transport sample gases from the stack to the instru-
ment cabinet. The two tubes with a heating element are insulated with an
inorganic fiber material and covered with a PVC jacket and the entire bundle
is placed inside a flexible PVC covered metal hose. This sample line is a
constant wattage heater and requires no controllers
is KVB 31-502040-1705
1
The sample line terminates at SV6 which is a normally open teflon sole-
noid valve. This valve is used for isolation and is only activated during
condenser drain.
F
3.2.3 Refrigeration Condenser, Sample Pump, Filter F1
The sample gas stream from the sample probe and valve box, flows through
SV6 to the condenser which is located on the floor of the analyzer enclosure.
The purpose of the condenser is to remove moisture from the sample gas.
The condenser operates in two passes. Normal flow of sample gas from
SV6 is through the first pass chiller coil, filter F1, sample pump SP1 and
then trhough the second pass chiller coil to the condenser outlet. The filter
is a replaceable cartridge. The pump is a positive -displacement pump utilizing
a moving diaphragm. In normal operation, the pressure at the pump outlet is
set at 5 psi. Note that when the cabinet is located a considerable distance
from the stack, restriction in the sample lines may induce a substantial vacuum
at the pump inlet. The user must be alert for leaks that could affect accurate
measurement, especially where a long sample line run causes a pump inlet vacuum
greater than ten inches of mercury.
Condensates are collected in a trap at the bottom of each chilling
coil. The traps are drained in two stages at preset intervals by control signals
from the KVB System 400 Computer. To drain the first pass, the computer auto-
matically energizes solenoid valves SVB and SV9 to open and solenoid valves
SV6 and SV7 to close. This allows instrument air through SV10 past filter
regulator FRlj through SVB and into the first pass of the condenser. SV7 iso-
lates the sample path and condensates are blown out of the first pass trap
through solenoid valve SV9 and out of the drain. The first pass drain cycle
lasts for 15 seconds (EN 204-02).
19.
KVB 31-502040-1705
Because the second pass of the condenser is at the sample pump outlet,
that trap is drained to atmospheric pressure by positive pump pressure. To
drain the second pass, the computer automatically energizes solenoid valve
SV13 to close, isolating the sample path. SV11 is energized to open at the
same time, allowing the condensates to be blown out of the second pass trap and
out the drain. The second pass drain cycle lasts 15 seconds.
The solenoid valve SV10 has a third port, permitting pressure between
SV8 and SV10 to vent to the atmosphere after the valves are restored to their
normal state.
3.2.4 ConductivitySensor
The conductivity sensor monitors the sample gas stream at the sample
pump outlet to detect any moisture which has passed through the condenser and
which could damage the gas analyzers. Any droplet of moisture across the
conductivity sensor electrodes has the effect of closing a switch, sending a
signal to the auxiliary control board.' Circuits in the auxiliary control
board signal an H2O alarm, and open the power circuit to the sample pump.
When the sample pump stopsl the.loss of pressure alarm is also energized to
alert the operator to the need for maintenance.
3.2.5 Loss of Pressure Switch and Pressure Gauge
The pressure switch PS-1 monitors the sample gas pressure at the
pump outlet (normally 5 psi) and causes an alarm if the pressure falls below
a preset level, typically 2 or 3 psi. Because pressure normally falls to
zero during the condenser drain cycle, the computer will inhibit the loss of
pressure alarm during the 30-second drain cycle, and for a few seconds
following the cycle to permit sample gas pressure to build up to a normal
range.
The pressure gauge isinstalledin the sample gas line, at the pump
outlet, for visual monitoring and for convenience in adjus6ing sample pump
outlet pressure using back pressure regulator BPR-1.
3.2.6 Excessive Vacuum Switch and Vacuum Gauge
The vacuum switch, VS-1, monitors the sample system vacuum at the
20 KVB 31-502040-1705
r•
E
u .
r"
o- sample pump inlet. The switch sends a signal to the computer if the vacuum
increases past a preset level.
A high vacuum condition could indicate the need to clean or replace
sample system filters. The switch is set to signal at 20" Hg.
The vacuum gauge, VG-1, is also installed at the sample pump inlet
for convenience in monitoring sample system performance upstream of the pump.
3.2.7 Backpressure Regulator and Calibration Made Controls
Sample gas at the sample pump outlet normally passes through the gas
analyzers at a rate of approximately 2 SCFH. Sample gas not required to
maintain that rate is diverted to the drain through the back pressure regula-
tor BPR-l. BPR-1 has two functions. First, it is used to bypass unneeded
gas at the sample pump outlet. Second, it regulates the pressure and flow
E passing to the gas analyzers.
In effect, the excess capacity of the sample pump is dumped through
the backpressure regulator to the vent. The excess capacity is needed,
however, to provide a high rage of flow from the probe to the gas analyzer,
and consequently, a faster response to events at the stack.
r. During the calibration mode of operation the KVB System 400 Computer
energizes (SV-2 / AV-2, SV-3 / AV-3) and SV-4. This shuts off the flow of
sample gases at AV-2 and allows 02 span gas to flow through SV-4 and AV-3 and
through the entire sample system for 02 span and NOx zero. After the 02 span
calibration is complete, SV-4 is closed and SV-5 is opened which allows NOx
rspan gas to flow through the same path as the 02 span gas for system NOx span
E and 02 zero calibration. Both span gases downstream of SV-4 and SV-5 are
r" metered through TV-1 to enable calibration gases to flow at the same rate of
flow as sample gases. The rotameters RM-1 and RM-2 are adjusted for 02 and
�. NOx cal gas flow to the same valve as during normal sampling.
E
3.2.8 KVB System 400 Computer
The KVB System 400 Computer controls all monitor equipment and func-
tions necessary for continuous emissions monitoring. The computer system is
housed in the computer enclosure with its accessories and other equipment.
The printer is located on top of the computer enclosure.
r
21 KVB 31-502040-1705
The computer utilizes digital and analog signals from the monitor
equipment to control and operate the monitor system. The computer auto-
matically calibrated, samples, bypasses, drains and makes a report on system
function each day. All timing functions for the system are also computer
controlled.
The computer is provided with special equipment, including: A battery
back-up unit to allow computer operation during a power failure; a surge -
protected outlet into which the computer power supply is plugged; and a battery
charger forthe battery back-up unit of the 100,000 day clock.
- Processor: 4MH z Version Z-80A
- Cycle Time: 250 Nanoseconds
- Minimum Instruction Execution Time: l Microsecond
- Instruction Set: 158 Instructions, including
the 78 instructions of the 8080
- System Bus: Industry Standard S-100
- Board Capacity: 21 Boards
- Disk Drive:. Two 512K bytes each
- Serial Interface: RS-232
For computer software information, see Section 6.0 (Appendices Section)
of this manual.
3.2.9 Auxiliary Control Board
The auxiliary control board is located inside an electrical enclosure
in the main analyzer enclosure. The basic function of the auxiliary control
board is to allow operation of high level loads by low level computer outputs.
The auxiliary control board receives 24Vdc signals from the computer and con-
verts them into 120Vac power forpump and valve operation. The main board
(KVB #14217) has 29 relay channels for small equipment, two relay channels
for larger current devices (in this case a sample pump), a relay circuit for
the maintenance request functions, and terminations for the conductivity
sensors, H2O alarm and alarm output wires to the computer.
Each channel, 0-31, is controlled by a three-way switch along the
right side of the auxiliary control board. A light is located next to each
switch and illuminates when the channel is selected manually or automatically.
22 KVB 31-502040-1705
r- For Manual operation set each switch to the right position.
The center position if OFF and deactivates the channel and its
components.
The Automatic computer operation of the continuous emission monitor
system, all channel select switches must be in the "left" position.
t� Select the "Maint. Req." switch when monitor system maintenance is
l needed. After a brief pause, the computer will send back a signal to energize
the "Maint. O.K." light located near the switch. Without this light, manual
operation is impossible as a built in interlock is provided. with a "saint.
O.K." light, manual control is possible. Individual components can be
activated by toggling the appropriate switch. See Drawing EN204-04 for
i
channel assignments.
r The auxiliary control board also receives signals from the conductivity
sensor CS-1. If the sensor detects moisture, a relay on the board signals the
computer of an H2O alarm. The computer prints the alarm and sends a signal
to the auxiliary control board which de -energizes the sample pump. .
The auxiliary control board obtains its 24 VDC power from the com-
puter power supply located in the computer enclosure. The 120 VAC power is
r- from CB - 3B inside the main analyzer enclosure. The neutral conductors are
r
located at a neutral bus near the auxiliary control board (Dwg. #EN204-03).
3.3 ALARM DISPLAY
3.3.1 Monitor System Power Failure
f
Relays located in the EQ4S service panel provide a contact closure
to the computer if a power loss occurs. Inspect system for cause of power
I loss.
23 624
KVB 31-502040-1105
3.3.2 Excessive Vacuum
VS-1 is located in the sample conditioning enclosure upstream of
sample pump SP-1 and provides a signal to the computer if vacuum increases
past preset limits. Inspect for a restricted inlet.
3.3.3 H2O Alarm
A conductivity sensor, CS-1, is located at the outlet of the second
condenser pass, upstream of rotameters RM-1 and RM-2 and provides a contact
closure if moisture is present in the sample system. In the event of an
H2O alarm the Aux. Cont. Board automatically shuts down the sample pump,
SP-1. This protects the instruments from water contamination. Check the
refrigeration condenser water temperature and level. Determine the cause of
the alarm and then remove, dry out and replace the conductivity sensor.
3.3.4 Loss of Sample
Pressure switch PS-1 is located at the sample pump outlet and pro-
vides a signal to the computer if a loss of saiaple line pressure occurs.
Check sample pump andplumbing for leaks or failure. A loss of sample alarm
will occur after an H2O alarm has disabled the pump.
3.3.5 Maintenance Request/Maintenance O.K.
A switch located on the auxiliary control board allows the operator
to service the monitor system with the computer in a holding mode. After
the computer has processed the maintenance request signal, the "MAINT O.K."
light, also located on the auxiliary control board, comes. on. (This is not
an alarm, but it is an indicator light which operates like an alarm.) At
the printer the computer prints "Maintenance Request Granted". Maintenance
on the equipment can now be performed. To return to computer control, turn
the "MAINT REQ." switch off.
3.3.6 Computer Generated Alarms
Relay contact closures are provided for computer generated alarms.
The following alarms are provided for customer connections
Primary Pump Failure Secondary Pump Failure
Probe Blocked Low 02 Cal Gas
Low NO Cal Gas NO Cal Failure
High NOx Gas 02 Cal Failure
Pow.: r Failure
25 KVB 31-502040-1705
I
4.1 GENERAL
SECTION 4.0
MAINTENANCE
This section contains procedures and information for performing pre-
ventive and corrective maintenance. Refer as required to the drawings in
q
' Section 5.0 (Drawings section) of this manual to to pertinent instruction
manuals and other technical data for system components included in this
manual as appendices.
4.2 PREVENTIVE MAINTENANCE
4.2.1 Perform at Weekly Intervals
A. Checking calibration gas pressure --At least once a week, check
pressure at calibration gas tank gauges. If pressure at any tank falls below
250 psi, replace that tank.
B.
Verify NOx and 02 flow rates at half scale.
C.
Once a week check the thermometer in the water of
the refrigera-
tion condenser.
If water temperature is not within the range
of 350 to 400F,
adjust the
thermostat control on the refrigeration condenser
to bring water
temperature
within that range.
rD.
Check desiccant at NOx analyzer change, if color
indicates, using
"Wilkerson"
silica gel.
If the water level is below the upper end of the chilling coils, add
demineralized water to the tank to raise it to that level.
4.2.2 Perform at Three -Month Intervals
A. Replacing secondary filter (F-1)--Every three months replace the
filter cartridge. (Replacement interval may extended if experience in-
dicates a lower rate of filter degradation.)
26 KVB 31-502040-1705
r
B. Replacing diaphragm and flapper diaphragm of sample pump --Every
three months replace diaphragms in the sample pumps.
C. Check vacuum pump oil -add or replace as usual with Thermo
Electron Part #TE-5000 (Mobil 1 motor oil).
4.3 MAINTENANCE REQUEST
Before maintenance is performed on the sample system the "Maintenance
Request" switch must be activated at the auxiliary control board in the analyzer
enclosure.If maintenance is necessary, activate the "Maintenance Request"
switch. After a short wait, the computer will activate the "Maint. OK" light next
to the maintenance request switch Csee Sec. 3.2.10 & 3.3.1 in this manual).
Maintenance may now be performed without interrupting automatic computer
functions or generating erroneous alarms and printed data.
To return to computer control, de -activate the "Maintenance Request"
switch. After a short period, the "Maintenance OK" light will turn off.
4.4 CORRECTIVE MAINTENANCE
The following paragraphs outline procedures for correcting degraded per-
formance or certain types of failure. The maintenance technician should be
familiar with the material in Section 3.0 (Principles of Operation) of this
manual and with the contents of the appended instruction manual for the KVB
System 400 Computer.
4.4.1 Calibration Failure
If a calibration failure is indicated, first check the gauge on the
related calibration gas tank to see if pressure is adequate. If the gas pressure
is adequate, perform a calibration by manual use of the auxiliary control board.
If calibration cannot be successfully completed by adjusting the analyzers, trouble-
shoot and perform maintenance as required on the analyzer, or verify the integrity
of the inputs to the computer.
4.4.2 Excessive Zero Drift
If a calibration failure requires a substantial readjustment of the zero
calibration potentiometer on the analyzer and if subsequent automatic calibration
indicates a widely drifting zero output, troubleshoot and service the analyzer,
27 KVB 31-502040-1705
7,
7
F
following the procedures in the manufacturer's instruction manual, located in
the Appendices Section (Section 6.0) of this manual.
4.4.3 Abnormal Measurement Output Voltage
If output voltage range is not between the required range! for each analyzer
and if calibration is completed successfully, refer to the instruction manuals
for individual analyzers (an appendix to this instruction manual) for the ad-
justment and repair information.
4.5 WATER CONTAMINATION
Following a sample system alarm, first check for any water in line or a
high condenser temperature. To find the cause of the water contamination, proceed
as follows:
A. Check to see that the temperature of the refrigeration condenser bath
is between 35° and 40°F. Service the refrigeration condenser if necessary.
3. Initiate both drain cycles uming manual control at the auxiliary con-
trol board. Verify that the drain cycles are operating as described in Section.
3.0 (Principles of Operation).
4.6 TOOLS AND TEST EQUIPMENT
There are no special tools or test equipment required for system mainten-
apace. Only common hand tools and standard electronic test equipment are nec-
k .
essary for maintaining the system.
4.7 LONG TERM STORAGE (Six months or more)
The following procedures are necessary for long term storage:
A. If incoming lines are disconnected tape or plug the open fittings.
B. Turn OFF all power to the monitoring system.
C. Turn OFF all circuit breakers inside the analyzer enclosure.
D. Turn OFF surge protected outlet box in the computer enclosure.
E. Turn OFF instrument air to monitor system.
F. Keep enclosure doors and valve box lid tightly closed.
28 KVB 31-502040-1705
4.8 RECOMMENDED SPARE PARTS (One years' supply)
Current cost for spares will be supplied on request.
4.8.1 � Analyzer
1. Ozone Generator 1`each
2. Vacuum pump 1 each
3. NOx Converter 1 each
4.8.2 02 Analyzer
1. Sensing Cell 1 each
4.8.3 Computer
1. Disk Drive 1 each
2. Card Set 1 each
4.8.4 Sample System
1. Sample Pump 1 each
2. Air Diaphragm Valve, N.O. 1 each
3. Air Diaphragm Valve, N.C. 1 each
4. Solenoid Air Valve, 3-way 2 each
5. Solenoid Valve, N.O. 2 each
6. Solenoid Valve, N.C. 2 each
4.8.5 Recorder
1. Red Pen 6 each
2. Green Per. 6 each
3. Chart Paver 12 rolls
Expendable Service Parts
1. Sample Pump Diaphragm 4 each
2. Sample Pump Flapper Valve 4 each
3. Sample Pump Lead Washer 4 each
4. Polypropylene Filter
Element 12 each
5. Probe Tip Filter 1 each
6. Vacuum Pump Oil 4 lbs (Mobil 1)Thermo Electron TE-5000
7. Desiccant 5 lbs Wilkerson (Silica Gel)
29 KVB 31-502040-1705
4.8.7 Calibration Gases
1. A size cylinder, NO Span - 900 PPM NO, balance N2 3 each
2. A size cylinder, 02 - 8% 02, balance N2 3 each
4.9 EXPECTED PARTS LIFE
In our operating experience only a few parts have predictable life
other than the expendable service parts. The following list includes those
parts.
1. NO Analyzer vacuum pump
2. 02 Sensing Cell
3. Ozone Generator
4. NOx Converter
one year
Six to twelve months
Two years
Six to twelve months
30 KV8 31-502040-1705
THIS PAGE LEFT BLANK INTENTIONALLY
APPENDIX D
DRAWINGS
THIS PAGE LEFT BLANK INTENTIONALLY
SPECIAL CONDITIONS
THIS PAGE LEFT BLANK INTENTIONALLY
r
A
`
City of Lubbock
P.O. Box 2000
Lubbock, Texas 7J457
806-767-2167
f'
Environmental Systems Corporation
�'
200 Tech Center Drive
Attn: Ronald 0. Webb
Knoxville, TN 37912
SUBJECT: Continuous Emissions Monitor Upgrade
December 7, 1992
Office of
Purchasing
The City of Lubbock, having considered the proposals submitted and
opened on the 20th day of October, 1992, for work to be done and
materials to be furnished in and for:
City of Lubbock RFP #12252
7 Continuous Emissions Monitor Upgrade
as set forth in detail in the Specifications, Plans, and Contract
Documents for such work for the City of Lubbock; it appearing that your
r' proposal is fair, equitable and to the best interest of said City,
please take notice that said proposal was accepted by the City Council
of the City of Lubbock on November 12, 1992, at the bid price contained
therein, subject to the execution of and furnishing of all other
documents specified and required to be executed and furnished under the
contract documents. It will be necessary for you to execute and furnish
to the City of Lubbock all such documents within ten (10) days from your
receipt of this Notice.
The five percent (5%) bid security, submitted with your proposal,
will be returned upon the execution of such contract documents and bonds
within the above specified ten (10) day period. In the event you should
fail to execute and furnish such contract documents and bonds within the
time limit specified, said bid security will be retained by the City of
Lubbock.
CIT F LUB
n
Ron Shiuffi
BUYER
MAP IN FILL
SEE
RESOLUTION
DRAWING #1 — MONITOR ENCLOSUR.
I
I
4S.S "
TB3 �7B/
or
ANALYZER
aoaoo
IYOA
f l ANALYZER
1 I TB7
u n
res Tat 1 1
LJ
u
TBb
`1-T- T-TJ
LJ LJ
SY// SY9
FRDNT PA/YEL I 1
FRO/Y7 WEN
REVISION
ANAL
Nox
ANAL YZI
SAMP!£ INLET
(KYB PRO vlmb)
6L343/G
z'
FRONT
�w
RIGHTS/DE Y/EW
REVISION lOAT(
AUX. CONTROL
BOARD ENCLOSURE
9 IO
S 6
CONTROL VALYES SY4-B//3
ME
1
ILS E,P DRAIN 6YROLDA' &8b3/G
2.5- *- BPR )'ENT GYROLOA' &BU-3/G
REAR VIEW ANALrIER-WA7-6YROLDK -IBU-3/b
SHOWN IV�O WlaWS) VACUUM YFiYT- 6riPOLOA- 4BU 3.
OZ 3PAN 4BU-3/b
NOS SPAN 4-BU-3/46
AM INLET- 4BU
-31
--�1
- -TOP YIEIY
I
. I
i
K visl Oh
/NPTl7 CL>/VDUCTOAS'�
FAIRY TBD t AS hYO D
RL VISION
/9
I Da'-LEJ( OvTlzn
/340-1
/8
4-•4 Cox
/332 /
/7
ROMAZWR - /// FLOW
/
/2 4 Z 2
/f6
A'07AALTfR-lONFLOW
/
/2t20
/S
SOLENOID YALYf N-C.
Q BACA' "W'S'SURE RZ'cL"70R / I /ZSL?t
7 Df-Wf,4A'T NOLMX /
6 VACUUM S/►YTC,V / /2SOB
S PRESSURE SW/TEN / /240I
4 SOLf* /D VA YE N.O. /Z/45'
3 XZDrW6E.CA7 W /t3 /Z
2 FIL7EP POLYPROPYLf.UE / IZZ29
/ SAA1PlE PUA/P 2 IZBO7
REF. DESCRIPTION OTr. PART NO.
RE.Soo
1I �IAL
MON/TOP INCLOSU.PE EL EYAT/ON
CUSTOYF3t MY OF UIBBOCK
PROJECT SCJLLE M,%r SHEU / OF/
DwN DATE 4-L?i7
CIlO DATE EN 204-0
APPRD DATE I -
W
i
AA AF ?
x
OB-, OB-z
3 - POWER DISTRIBUTION
OLi-/D INTER/OR /5A
LIGHT
T£CD
OB
ANALYZER
Af ,&C,ERAT/0 /6-A`
CONDENSER 1 /
CB-9B , YALI AUX.
7Pf CONTROL (SA)
UNIT
THERMOX � OB-/B Or( -VA)
ANALYZER
P. GROUNAS NOT S//0/YN.
NOTE: / All WlfiNG Br VYB f.ECCRT /ID VAC SERvMf.
VACUUM
1(7.4)
PUMP
VP/
REF I DESCRIVTION OTY I PART NO
--ff E 3o. 1t d
—120 - lq4to
POWER DISTRIBUTION DIAGRAM -
CUSTOMER: CITY OF LUBBOCK
PNOJECT(YWT.(M/Z/dVMON. `SCALE NONE S�-EET / OFI
OWN N.IIC GATE
To CB-3 W NWVM [ Bil5r
E049 'HAMC.
S.TuC CDuOuC-TIYITY 56.NSoR WILL
SAMPL-F- PL"P.
t,107'f5 :
)V-4TAL GQOM GOMPQr -Z
)Z(-E (t,V- )
ot1.TE (5V-2)
,LID2.lTE C�v•n)
5�A5 (5V-5)
RAIF�"I (5V-L,7,b,9,lp�
�.IIJT O.K,
•-L
DiVITLL-Tlc> c-Z>M?uTEQ
SS OC SAMPLE
:CESSIVE VAGI.aJM
AIUT. IzE.Q .
oss pF POWEZ
£4 r4c
Dc co"
;Z
Sax S-P4*J C-L, �-: Low
RFF DESCRIOTfON UT, I PART NU
rew
Sol
el—®�•ft
MON%-rOR ENCLO-SURE INTERNAL
WIRING DIAGRAM
CUSTOMER. CITY OF LUBBOCK
PROJECT Cpjr,o.,,rs,c,j"SCALE A.L'1+JE G,Ec- 1 OF1
DwN j�l DATE
/ 2 3 s 5 c 7 a 1 a
/ 2 34 S G T S '1 /O // /2
// /Z /5 /a 4i IS #2 42
4
7B-2 1 1 234 5 c 7e 9/0//12
/S K /7 IS /9 20 Z/ 22 23 2F 40 4125 ZG 27 2a
7B 3 FT/2 .3 4 S G 7 a 9 /0 // /Z AS /4 /3 Al
r9 30 32 33 3f 35 /ASIr/ e v J u As aF.rrx
7$-� / Z 3 4 S 1 7 0 1 /0 71f
MONITOR FiVOLOSURE
DRAWING #5 - EXTERNAL WIRING DIAGRAM
GNA'
«o
TO T
RF VIS ION j DATE I Rv .- I o
Pt.AWr
CIS i--.39
7a-6
34 I
35 L
3 /ar
31 4 vAtvr sc3,,
3.! 5
Z9 L
7
9
AD
/2
RFv�cillb
G G G 1 3 5 7 9 // /3 /5 /7 /9 Z/ 2-3 25
/WALLY} NJ
T-m
Ia /2 sT a1
a I 1 I
G G G 2 4 L B /o a 14 /1 /i ZOZZ 24 24
G G G 1 3 3 7 9 // /3 IS 17 /9 ZI 23 25
K ZO 24 /5 /1 Z3 Z7
DAG/TAL //J
/a Z2 suff Z/ 25 r /
G GG 2 4 6 8 b/2/eI& AS 20Ur2A
r
SO47Z�
51. ICE'Q74Li:R
}
os
U
5 7 9 // 13 /5 /7 /9 Z/ a 15
/ 3 S 7
e 2 4 s
0
G G G 2 s G A p12 /tK M20 Z2 if ZG
G G G 1 3 5 7 9 // v /S 17 19 ZI 13 n
T
/0
4
G G G Z 4 1 s/0 12 14 K IS W Z2 N X
REF I DESCRIPTION OTY I PART NO,
EXTFRNAL WIRIA,- 01AGRAM
CUSTOMER: CRY OF LUBBOCK
COIN. 0ACSODN MON. SCALE. At'>tUE SHEET / OF /
DWN DATE msqg,
_ 1 1 1 1 CKD DATE EN204-01
DATE RV ���. «n nr�cnH In.��l nv •r+nn ain n. •�n.n��[ a• •.... •n-.�.. r1ATC
AAALOG /At
T-�
g
1
RR-F-
Y
3
n
1
Aq
S
70[-I
2
ri.«r>060"AL
CVL Rory, AW /A,
9
J�
reon
11
r
I
1
I
13
A w OASg-Fy
f 70 re-t
sw/r
SAWALS
AT
R'3
X
D/G/iA L /At
T-1
RELAYS /
T- 2
e/ro ow
err:.
err# GW
err6 Vb
rsVx
fm
=J-z .
Tea-1
i,FIG
—rpo-i
Te,
K
n,-o
-14
Ca
DC ccwj
Orr/
errs SVIR VE
wr7
sva CAL
sIF aoA5
LiPNN L
6
-
r,/-,
Ta/-7
G
G
G
2.tw
1
5
(o&a
5
7
8
7
C)
10
9
11-12
13
I3
I
Ib
IS
17
18
17
19
19
I
21
23
DRAWING #6 - COMPUTER INTERCONNECT WIRING DIAGRAM
cAwAc.I-v -r,4 ro 7-3
� c/MNs•tD T -7 7D atfto/`
i
a/- S o its tx
7D ra-] f: r- ro
ro rar
RELAYS 2
T— 3
Te/ e
Z
HAAff ox
1
4
3
(a
57't
5
-sa
/e/-t
B
/fOY.ATF SVt
7 -
10
9
12�
y Kt
I1
Taac
reI-+
14
"WQAS r
s"
13
Ib
I
18
;,I D /
17
Ta/r�
?D
cxAw r
19
2J
24
CAI_ e�.� K6
Tea-�
m r1-/
RELAYS 9
T- 4
rniy
-4
arz-a
arz-s
Z
u/
A& KI
FA
Ka'a'""'
Ks CL^od- ca`Afi
I
7b='9
3
:o
S
7
IZ
II
14
!6
13
is -
Igo]
IT
19
A CAL
PA/L
AVI.r_R
AAA.
T73 /M
T-10
G
G
Ta2-a G DC [ o"f-Ao"
i fs vDG
'L GICY'9 Pt- 6&- supmr w
C1 tnF.JL &Aa4sut7_-
read,
Twit 4 ttsvOr
tirr. DESCRIPTION OTY, I PART NO.
D.
COMPUTER INTERCONNECT
WIRING DIAGRAM I
CUSTOMER CITY OF LUBBOCK
CONT. EMISSION WON. SCALFNOME I OF 1
DwH Kaw,,d DATE 7-"/ 1 - - - - .
OUT PLfm
I D�•—a n P - r1uA1Li Hitt %-U"1AvL, nvHl[u Jl.I7 L.MHl ll.
DIGITAL 104PUTS \
O
cH. d
i
cm.I
Z
CM. Z
C11. S
G
Cll.(.
7
GN.1
8
cN. o
9
Cy1.1
to
cm. IO rt
II
GN.11
IZ
Cu . IZ
15
CAA. Is
(4
CH .14
CH. IV
w
CN.I&
17
CN.17
1$
c11.16
1'1
LN.11
T'S�7
CA.ZO
71
cm.7u
CH.22
-23
Cµ.2.s
24
C:N.m
CN.?.S
JA-7
37
CN.X7
28
C11.211
?'.�
CN.21
i
CIa-!O
cu. 32-
swlrcuED voc
$7
i-VDC
{D
-VDC
T'n
-T
ZMAIAIT.
REQUEST
4
-3
NITY EJJS.M
COUDUGTL
s
v
S
`
G o
-7
7$
'b
No ALA ►T CflPCP-
uC
TP-1
TRIM POT-
-u 10IC
1
t4&0e
R-A'
21G Ir"%s
1
w-s
:L
Al,A-
C
1 .-I K OZESI57bcs
150
1 LIA.
Qi,Zl
TKAAISISTbiS 2U2105
:L
K7.4
wwoA
S.f TC H ES - 3 P--s m e j
83
1 314
LO
LEDS
33
14102
K 1,1
A4 VOC R"Ay
A
14402
IC-C"DO-ILO
SSMI TV
a
144SSK-C�DOM
8�2;,
S-5012-A
30
/44:L7
TECM A/AL SHIPS
7
/a176
R or
I DE St.R 1 P TI O+J
QtY
.370[C &-C
2111( CONTROL BO -15"E Ix
SCALE NOhIE
EN2C4-)4217'
NO REVISK/N IMATF1 qr I.PPRINO
DRAWING #2 - SAMPLE SYSTEM FLAW DIAGRAM
/Y(
PL F POINT
RM7 I
R07AME7ER LAW FLOFr
FZ
POLYPROP F/LTFR-PALLPS2
PRfSS'URf S»7TCN N/6NR4N6f
PG/
GAUGE 30 PS/-AM(TFf
X/
RFGLVATOR- SS VER/FLOW
1-e-7
AV2
AY/3
Y.4/YE /AP//.PAAi /VC -ITT CR/NfLl
TV/.P
Y.4lYf.TRAM - NOKF
BAR/ BAlKPRfSS(/R£ RFC.-YfR/FLON / /1504
RMJ R07AMETFR /// -z4w —
CS/ C[NdU(T/Y/TY SYNSla4-KVB
vti I CiUC6 an- o_ _ i��r� I iD7ii
PS/
PRESSURE SN/TCN-BARKSL14LfI
/
lobo/
VS/
VACUUM SN/TCN 0-3 iN -fffX
/
/oLQB
SP/2
SAMP(f-aw4rff 4211.SS-AIR f6*7 A
/1BO7
F/
F/L7fR/bl[�f/NG, ss. Fa-meITF
/
/2205
FR/
f/l7f.P-A'fL. NST. A/R - PARKER
/
/1SO3
SY`,"
SC.V£AAO/d YALY! Tlf,A'O-.VAL'OM
3
/2/4S'
YVA,0
S!JliNLNd 114LYE TFE AV -NA!'OAI
S
/2/44
SY'"
I yale*O!A YALYf BIZ 3w-5"* h HFR
4
REF
DESCRIPTION
OTY
PLAT NO
�Kso t�.o I A. .-
SAMPLE SYSTEM ROJV ,014 r hl
i
CUSTOMER. CITY JF LUBBOCK
PROJECT I SC -LE NONE - SHEET / Ow
--